Expression of Interest for Financial Manual Production at International Institute of Tropical Agriculture (IITA) Ibadan

International Institute of Tropical Agriculture (IITA) Ibadan

 

Expression of Interest for Financial Manual Production

 

The international institute of Tropical Agriculture (IITA) has received a grant from the African Development Fund in various currencies equivalent to 39.9million UA towards the cost of the Support to Agricultural Research for Development of Strategic Crops Project and intends to apply part of the proceeds of this grant to eligible payments under the contract for which this invitation for Expression of Interest is issued.

 

You are invited to express your interest in the under-mentioned Consultancy assignment:

 

Brief description of the Assignment: The Consultant is to draw up Financial Manual for the use of the Project Implementation Centers. These include IITA, Africa Rice, ICARDA and IFPRI

 

Department issuing the request: SARD-SC, IITA Project Office.

 

Place of Assignment: Mainly IITA and other Centers – Africa Rice, ICARDA and IFPRI

 

Duration of Assignment: 1 month

 

Tentative Date of Commencement: Monday, May 20, 2013

 

Detailed Terms of Reference: Shortlisted Consultant will be contacted.

 

Deadline for Applications: Friday, 22nd March, 2013.

 

Application to be submitted to:

 

The Project Coordinator

SARD-SC Project Office

Old Multi-Media Unit

International Institute of Tropical Agriculture (IITA)

PMB 5320, Oyo Road,

Ibadan.

 

 

Invitation for Bids (IFB) at Lagos Water Corporation

The Federal Republic of Nigeria

 

Lagos State Government

 

Lagos Water Corporation

 

Second National Urban Water Sector Reform Project

(CR-4086-UNI)

Specific Procurement Notice

 

Invitation for Bids (IFB)

 

Rehabilitation of ND24 Inches Steel Pipeline on Eko Bridge Including 1200MM DIA Trunk Mains Along Gbagada-Ogudu Express Road

 

Contract No: LSWC/2NUWSRP/NCB/WKS/090

 

  1. This invitation for bids follows the general procurement notice for this project that appeared in the Development Business, issue no. 673 dated 28th February 2006.

 

  1. The Lagos State Government has received a credit facility from International Development Association (IDA) through the Federal Government of Nigeria toward the cost of the Second National Urban Water payments under the contract mentioned above.

 

  1. Lagos water Corporation (LSWC) now invites sealed bids from eligible bidders for Rehabilitation/Replacement of ND24 Inches Steel Pipeline on Eko Bridge Including 1200MM DIA Trunk Mains Along Gbagada-Ogudu Express Road. The Rehabilitation period for the contract shall be 6 months.

 

  1. 4.     The works in these Tender Documents will be excited under the contract LSEC/2NUWSRP/NCB/WKS/090: Rehabilitation of ND24 Inches Steel Pipeline under Eko Bridge Including 1200MM DIA Trunk Mains Along Gbagada-Ogudu Express Road  and will include:
    1. Rehabilitation/Replacement of 24” diameter Carbon Steel Pipeline under Eko Brige between Costain and Apogbon with diameter 600mm Ductile Iron Spigot and Socket Pupes;
    2. Rehabilitation of 1200mm diameter Trunk Mains Along Gbagada-Ogudu Expressway.

 

  1. Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, Small Works (April 2008 edition, revised November 2010), and is open to all bidders from eligible soyrce countries as defined in the guidelines.

 

Only eligible Bidders with the following key qualifications should participate in the bidding:

 

a.       Bidders should possess experience in construction in the role of contractor or sub contractor or management contractor for at least the last five (5) years.

 

b.       Bidders should have participated as extractor or management contractor or sub contractor in at least two (2) contracts within the last five years, each with a value equal to the proposed, that have been successfully and substantially completed and that are similar in nature and complexity to the proposed Works.

 

c.       Bidders should have verifiable experience in the Rehabilitation and Installation of Network Distribution System similar in nature and complexity to the Proposed Piping Works.

 

d.       Bidders should have minimum verifiable average annual construction turnover of US$5Million or 1.5Billion Naira in the last five (5) years.

 

e.       Bidders should have qualified key personnel and relevant technicians.

 

f.       Bidders should demonstrate that they have the required key equipment which must be verifiable

 

g.       Bidders should have a positive net worth.

 

h.       Bidders pending litigation, if any, should not represent more than 15% of their net worth.

 

i.        Bidders must have adequate financial resources to meet the cash flow requirements of US$2Million or 300 Million Naira and the overall cash flow requirements for the contract.

 

Detailed qualifying requirements are stipulated in Section III: Evaluation and Qualification Criteria of the Bidding Document.

 

6.       Interested eligible bidders may obtain further information from the office of Lagos Water Corporation at the following address from 09:00 to 3:00 pm.,

 

          Group Managing Director

          Attention: Project Coordinator

          Lagos Water Corporation

          Project Implementation Unit

          5th Floor, Room 549

          Headquarters

          Water House

          Ijora, Lagos, Nigeria

          Tel: +234-01-7741973, +234-807-7763774

          Email: raimi.ipaye@yahoo.co.uk

 

7.       The Bidding Document, in the English language, may be purchased by interested Bidders upon submission of a written application to the address above and upon payment of a non refundable fee of 50,000,00 Naira (Fifty Thousand Naira). The method of payment will be by Bank Draft made out in favour of Lagos Water Corporation at the address below. All payments shall be receipted. The document will be given to the person authorized by a power of attorney.

 

8.       Bids must be delivered to the address above on or before 18th April 2013 by 12:00 noon. All bids must be accompanied by a Bid Security in the amount of 15,000,000.00 Naira. Late Bids shall be rejected. Bids will be opened in the presence of the Bidder’s representatives who choose to attend at the following address at 12:00 noon, on 18th April 2013.

 

Conference Room, 5th Floor

Lagos Water Corporation

Water House, Headquarters, Ijora

Lagos, Nigeria

 

9.       Lagos Water Corporation will not be responsible for any costs or expenses incurred by Bidders in connection with the preparation delivery of Bids.

 

 

Pre-Qualification of Contractors for the Execution of the 2012 CGS/MDGS Projects for the State and Local Government Areas at Kogi State Government

Kogi State Government

 

Pre-Qualification of Contractors for the Execution of the 2012 CGS/MDGS Projects for the State and Local Government Areas

 

Background

Kogi State Government in collaboration with Bassa, Kogi, Okehi and Igalamela/Odolu Local Government Areas wishes to embark on the implementation of Health, Education, Water and Sanitation projects in partnership with the Federal Government of Nigeria, represented by the Office of the Senior Special Assistant to the President (OSSAP) of the Federal Republic of Nigeria on Millennium Development Goals (MDGs) under the MDGs projects through the Conditional Grants Scheme (CGS).

 

The objective of the investment is to improve service delivery in Health, Education, Water and Sanitation sectors in the State and Local Government Areas towards the achievement of the Millennium Development Goals (MDGs).

 

Expressions of interest are hereby invited from suitably qualified consultants and contractors for the following works:

 

1)      Rehabilitation of Buildings in Health and Education facilities.

2)      Construction of VIP Toilets.

3)      Supply of Desks and Seats.

4)      Construction of Building in Education and Health,

5)      Construction of Boreholes.

6)      Supply of Long-Lasting Insecticide Treated Nets.

7)      Supply of Hospital Equipments,

8)      Supply of Ambulances

 

Pre-Qualification Requirements

1.       Evidence of incorporation with Corporate Affairs Commission

2.       Evidence of registration with Kogi State Ministry of Work Housing

3.       Evidence of registration with MOGs Office

4.       Evidence of registration with Due Process Office

5.       Current Tax Clearance Certificate (for 3 years) including TIN

6.       Financial capability/bankers reference

7.       Company profile with evidence of similar works earned out

8.       List of Personnel, vehicle and equipments

9.       VAT registration

10.     Audited Accounts (for 3 years)

 

Submission of Pre-Qualificat1on Documents

Application for expression of interest, accompanied by the above listed pre-qualification documents is to be submitted to the address below not later than 3rd April, 2013.

 

Tenders should note that only pre-qualified companies would be invited to submit financial bid. The State Implementation Committee on MDGs-CGS reserves the right to reject any or all pre-qualification documents.

 

Nothing in the advert shall be construed to be a commitment on the part of the State Implementation Committee.

 

Signed

Special Adviser/State Focal Person

Office of the Special Adviser to the Governor on MDGs

No. 17, Ado Ibrahjm Road,

FAREC FSP Building, GRA, Lokoja

 

For Enquiries, calf: 08037051646, 08035930172 or 08065312974

Invitation for Pre-qualification and Tender for the TETFUND 2009, 2010, 2011 and 2012 (Merged) Normal Intervention for the Construction of Departmental Buildings and Supply of Teaching and Research Equipment for Modibbo Adama University of Technology, Yola at Modibbo Adama University, Yola

Modibbo Adama University, Yola

(Office of the Registrar)

P.M.B 2076

Yola, Adamawa State, Nigeria

 

Cable: MAUTECH Yola

 

Tel: 625459, 624532, 625532

 

Fax: (075) – 624416

 

E-mail: registrar@futy.edu.ng

 

Invitation for Pre-qualification and Tender for the TETFUND 2009, 2010, 2011 and 2012 (Merged) Normal Intervention for the Construction of Departmental Buildings and Supply of Teaching and Research Equipment for Modibbo Adama University of Technology, Yola

 

The Modibbo Adama University of Technology, Yola hereby invites interested Companies/Contractors to Tender for the following projects:

 

  1. A.   Construction Projects

Lot 1:         Construction of Department of Buildings and Survey Geo-informatics (One Block)

 

Lot 2:         Construction of Department of Business Education and Science Education (One Block)

 

  1. B.   Supply and Installation of Teaching and Research Equipment

Lot 3.     Supply and Installation of Teaching and Research Equipment for School of Pure and Applied Science (SPAS)

Lot 4.     Supply and Installation of Teaching and Research Equipment for the following Schools:

  1. a.     School of Agriculture & Agricultural Technology (SAAT)
  2. b.    School of Engineering and Engineering Technology (SEET)
  3. c.      School of Technology and Science Education (STSE)
  4. d.    School of Environmental Sciences (SES)

 

Pre-qualification Documents:

Pre-qualification Documents to be submitted should contain, among other things the following:

  1. Certificate of Incorporation in Nigeria as a Liability Company
  2. Tax Clearance Certificate for the past three years issued by Federal Board of Internal Revenue
  3. Evidence of Registration as a building and/or Engineering contractor with the Federal Board of Internal Revenue
  4. Evidence of Registration with the Modibbo Adama University of Technology, Yola in Category G
  5. List of Similar projects executed in the last three years
  6. Evidence of financial capability to execute the job to be tendered for
  7. List of key personnel to be assigned to the project with professional qualifications
  8. List of relevant equipment at the disposal of the Comopany to be deployed for the works and their location
  9. Evidence of compliance with section 16 (6) (d) of the public Procurement Acts 2007 and section (1)-(3) of Industrial Training Fund’s (ITF) Act 2011
  10. Evidence of VAT Registration

 

Non- Refundable Pre-qualification and Tender Fees:

Interested companies/contractors are expected to pay to the Bursary Department, the sum of N50, 000.00 for Lots 1 and 2 and N40, 000.00 for Lots 3 and 4 each as Non- Refundable Tender Fee.

 

Collection of Tender Documents:

Tender Documents containing details of works can be obtained from the Director, Physical Planning Unit Room j1, Central Administration Building, on presentation of evidence of payment of the prescribed tender and Pre-qualification fees.

 

Submission of Pre-qualification and Tender Documents:

All Pre-qualification and Tender Documents shall be placed and sealed in Separate Envelopes and clearly marked “Pre-qualification to Tender for “Supply and Installation of Teaching and Research Equipment (SPAS)” or as the case may be. The two documents shall then be placed in a single outer envelope for submission. The envelope containing the Pre-qualification and Tender Documents shall be submitted to the office of the Registrar, New Senate Building of the University not later than 12:00 noon on Wednesday, 24th April, 2013. Late submission shall not be accepted.

Pre-qualification and Documents shall be screened to determine those qualified to tender before opening of Bids. Only those qualified shall have their Bids opened. Those not qualified shall have their Bids returned unopened.

 

Opening of Tenders:

All qualified tenders shall be publicly opened on Wednesday, 24th April, 2013 at 1:00 pm in the Council Chamber of the University. All Tenderers are invited to attend or send their representatives.

 

Signed:

Alh. Ibrahim Ahmedu Ribadu

Registrar

 

 

 

 

 

 

 

Invitation for Pre-Qualification and Tender for the Execution of 2011 TETFUND Normal Intervention Project at Modibbo Adama University of Technology, Yola

Modibbo Adama University of Technology, Yola

Office of the Registrer

 

Private Mail Bag 2076

Yola, Adamawa State

Nigeria

Cable: Mautech Yola

Tel: 625459, 624532, 625532

Fax: (075)- 624416

 

REGISTRAR:

Alh. Ibrahim Ahmadu Ribadu, B. A. (Hons) Unimaid

Email: registrar@futy.edu.ng

 

Invitation for Pre-Qualification and Tender for the Execution of 2011 TETFUND Normal Intervention Project

 

The Modibbo Adama University of Technology, Yola hereby invites interested Companies/ Contractors to tender for the following project:

 

Procurement of Equipment for Students Entrepreneurship Training contain, among other things the following:

1.       Certificate of Incorporation in Nigeria as a Limited Liability Company

2.       Tax Clearance Certificate for the past three years issued by Federal Board of Internal Revenue

3.       Evidence of Registration as a contractor with the Federal Ministry of Works.

4.       Evidence of registration with the Modibbo Adama University of Technology, Yola in Category G

5.       List of similar projects executed in the last three years.

6.       Evidence of financial capability to execute the job to be tendered for.

7.       List of key personnel to be assigned to the project with professional qualifications.

8.       List of relevant equipment at the disposal of the Company to be deployed for the work and their location.

9.       Evidence of compliance with section 16 (6) (d) of the Public Procurement Act 2007 and section (1) -(3) of industrial Training Fund’s (ITF) Act 2011.

10.     Evidence of VAT Registration

 

Non-Refundable Pre-qualification and Tender Fees:

Interested companies/ Contractors are expected to pay to the Bursary Department, the sum of N20, 000.00 as non-refundable Tender fee.

Collection of Tender Documents:

Tender documents containing details of works can be obtained from the office of the Director, Physical Planning Unit Room J1, Central Administration Building, on presentation of evidence of payment of the prescribed  tender and Pre-qualification fees

 

Submission of Pre-Qualification and Tender Documents:

All pre-qualification and tender documents shall be  placed and sealed in Separate Envelopes and clearly marked “Pre-qualification to tender for “Procurement of Equipment for Students Entrepreneurship Training Centre” The two documents shall then be placed in a single outer envelope for submission.

 

The envelope containing the pre-qualification and tender documents shall be submitted to the office of the Registrar, New Senate Building of the University on or before 24th April 2013 by 12.00 noon. Late submission shall not be accepted.

 

Pre-qualification documents shall be screened to determine those qualified to tender before opening of Bids. Only those qualified shall have their Bids opened. Those not qualified shall have their Bids returned unopened.

 

Opening of Tenders:

All qualified tender shall be publicly opened on Wednesday 24th April 2013 at 1:00pm in the Council Chamber of the University. All Tenderes are invited to attend or send their representatives.

 

Signed:

Alh. Ibrahim Ahmadu Ribadu.