Invitation to Tender at Ministry of Environment

Ministry of Environment

 

Invitation to Tender

 

The Government of Ekiti State, Nigeria hereby invites registered and competent Contractors to tender for the construction of blocks of six Units of Public Toilet in six (6) different locations within Ado-Ekiti metropolis.

 

Scope of Job

Interested applicants should contact the Director, Environmental Health and Sanitation, Ministry of Environment, located at Phase IV, State Secretariat Complex, Ado-Ekiti to facilitate a reconnaissance visit to the sites. The Scope of the Job is also obtainable from the same office.

 

Requirements for Tendering

i.        Evidence of registration with the Corporate Affairs Commission

ii.       Evidence of registration with Ministry of Works, Ekiti State, Nigeria.

iii       Evidence of registration with Bureau of Public Procurement, Ekiti State, Nigeria.

iv.      Evidence of payment of Ekiti State Development levy by the company for the last 3 years (2010, 2011 & 2012).

v.       Tax clearance certificate for the last 3 years (2010,2011 &l 2012) for at least two (2) directors of the company

vi.      Evidence of payment of 3 years of Ekiti State Development Levy receipt (2010, 2011 & 2012) for at least two (2) directors of the company

vii.     Evidence of registration of verifiable business premises in Ekiti State, Nigeria.

viii.    Evidence of registration with relevant professional body

ix.      Company profile and verifiable list of similar job(s) carried out.

x.       Tax clearance certificate of the company for the last 3 years (2010, 2011& 2012).

 

Tender documents can be collected from the office of the Director, Planning, Research and Statistics Department with the State Government receipt for the payment of non-refundable Tender fee of Forty Thousand Naira (N40,000.00) only payable to Head 402, Sub-head 127 at any of the Banks approved by the State Government for e-payment.

 

Method of Submission

All tender documents (Technical & Financial), including application for intent must be submitted on or before 27th March 2013 in spiral bound A4 format, wax-sealed envelopes marked “EKS/ENV. Tender for the Construction of Blocks of six units of Public Toilet in six (6) Locations in Ado-Ekiti Metropolis” and addressed to:

 

The Secretary,

State Tender’s Board,

Cabinet and Special Services Department,

Governor’s Office, Ado-Ekiti,

Ekiti State, Nigeria.

 

Acceptance of Tender

Only bids submitted in the prescribed manner shall be accepted by the tenders Secretariat

 

Signed:

Permanent Secretary, Ministry of Environment,

Ado-Ekiti

www.ekitistate.gov.ng

Pre-Qualification for the Building Construction Projects in Ekiti State, Nigeria at Bureau of Special Projects

Bureau of Special Projects

 

Pre-Qualification for the Building Construction Projects in Ekiti State, Nigeria

 

The Government of Ekiti State, Nigeria proposes to undertake the following projects:

 

i.        Renovation of 18 General Hospitals.

ii.       Construction of 3 Mother and Child Hospitals.

iii.      Beautification of Ado-Ekiti Roads.

iv.      Construction of 16 Local Government Markets across the State.

v.       Construction of Bus Terminus in Ado-Ekiti.

vi.     Drilling of Boreholes.

vii.     Construction of 36 Bus Stops in Ado-Ekiti.

viii.    Completion of Staff Clinic at the State Secretariat Complex.

 

Reputable firms interested in the construction/renovation of the above projects, are requested to send in their tenders for the prequalification for the projects.

 

Requirements:

Tenderers are required to submit their proposal with the following requirements which shall be used as criteria for preliminary selection:

 

Mandatory (without which the firm will be disqualified):

i.        Evidence of Incorporation with the Corporate Affairs Commission.

 

ii.       Evidence of Professional License to execute a construction of such magnitude.

 

iii.      Evidence of payment of tax by the firm for the last three (3) years as at when due.

 

iv.      Evidence of payment of overhand tax and development levy by the CEO of company in Ekiti State, Nigeria for the last three (3) years.

 

v.       Evidence of registration of Business Premises in Ekiti State, Nigeria.

 

vi.      Evidence of registration as contractor with Bureau of Public Procurement, Ekiti State, Nigeria.

 

vii.     Evidence registration with Bureau of Special Projects Ekiti State, Nigeria.

 

viii.    Verifiable evidence of ownership for major construction equipment/ facilities and the location which the equipment can be inspected. Lease agreement must be provided for hired equipment.

 

ix.     Evidence of access to credit/Funds of up to N150,000,000.00 for items i-v and N50,000,000.00 for items vi-viii.

 

x.       Six (6) months bank statements and reference letter from the bank Others

 

xi.      List of verifiable documentary evidence of at least two (2) similar jobs not less than N 100,000,000.00 for items i-v and N50,000,000.00 for items vi-viii each successfully executed within the last 3 years including their letters of awards, completion certificate and relevant certificates of valuation where the job(s) are on­going.

 

xii.     Sworn Affidavit that:

  • The company is not bankrupt
  • The company does not have directors convicted by any court in Nigeria or other countries for any criminal offence in relation to fraud or financial impropriety.

 

xiii.    Evidence of registration with PENCOM, Pension and Social Security contributions and remittance to PENCOM Fund Administrator.

 

xiv.   Corporate profile of the firm including CV of the key personnel supported by professional licenses, registered address, functional contact email address, phone number(s).

 

xv.     Audited account in the last three (3) years duly stamped by licensed auditors.

 

xvi.    Verifiable references of related construction services rendered in the last three (3) years (attach certificates of  completion).

 

Submission:

Applications for pre-qualification accompanied by the relevant documents should also be forwarded in sealed envelope marked at the top left corner and boldly written.

 

“Pre-Qualification for the (Project of Choice)”.

and addressed to:

 

The Secretary

Bureau of Special Projects

Ado-Ekiti

 

Closing Date

All submissions must be received at the above Office on or before 26th March 2013.

 

Important Notice:

  • Submission should be made in the order specified in this advert.
  • Only short listed firms would be invited to tender.
  • Nothing in the advert shall be construed to be a commitment on the part of the Government of Ekiti State Nigeria.

 

Signed:

Mr. Jide Akinleye, Secretary, Bureau of Special Projects, Ekiti State, Nigeria,

www.ekitistate.gov.ng

 

Re – Invitation for Pre-Qualification/ Tender for Year 2013 Capital Projects in Post Primary Institutions in the State (An Addendum) at Ministry Of Education, Borno State

Ministry Of Education, Borno State

P.M.B 1046 Maiduguri                                 

 

Re – Invitation for Pre-Qualification/ Tender for Year 2013 Capital Projects in Post Primary Institutions in the State (An Addendum)

 

Sequel to our advertisement in the Daily Trust public of 19th February, 2013 and page 8 of Blueprint Newspaper 19th February; 2013, we wish to draw the attention of all intending contractors for pre-qualification/tender to kindly register with the Industrial Training Fund Headquarters – Jos, as provided in selection 6(1) – (3) of Amended ITF Act No. 19 of 2011

 

In view of the above, the Ministerial Tender Board has Extended the closing date to 27th March, 2013 and opening date is 28th March 2013 at 10:00am. This is to enable all intending contractors to register with the Industrial Training Fund, please.

 

At the opening, each contractor is expected to present Original Documents showing their registration with the Industrial Training Fund.

 

We regret any inconvenience this might have caused

 

N.B:- This notice equally serves as invitation for opening of tender documents, please.

 

Signed:-

Mr Justus T. Zare

Secretary Ministerial Tender Board

For: Honourable Commissioner Ministry of Education, Borno State

Years 2011/2012 Tertiary Education Trust Fund Normal Intervention Projects at Kebbi State University of Science and Tecnology, Aliero

Kebbi State University of Science and Tecnology, Aliero

P.M.B. 1144, Birnin-Kebbi, Kebbi State

 

Years 2011/2012 Tertiary Education Trust Fund Normal Intervention Projects

 

The Kebbi State University of Science and Technology, Aliero hereby invites applications for pre-qualification to bid for its Year 2011/2012 Tertiary Education Trust Fund intervention Projects.

 

Lot Job Project No
Lot 1 Construction of 120 Capacity Chemistry Laboratory Block

 

KSUST/ALIERO/TETFUND/11-12/01

 

Lot 2 Construction of 120 Capacity Biology Laboratory Block

 

KSUST/ALIERO/TETFUND/11-12/02

 

Lot 3 Construction of 120 Capacity Physics Laboratory Block

 

KSUST/ALIERO/TETFUND/11-12/03

 

Lot 4 Construction of 120 Capacity General Agric. Laboratory Block

 

KSUST/ALIERO/TETFUND/11-12/04

 

Lot 5 Construction of 18No Academic Staff Offices Block

 

KSUST/ALIERO/TETFUND/11-12/05

 

Lot 6 Procurement and Installation of Furniture and Equipment for 120 Capacity Chemistry Laboratory Block

 

KSUST/ALIERO/TETFUND/11-12/06

 

Lot 7 Procurement and Installation of Furniture and Equipment for 120 Capacity Biology Laboratory Block

 

KSUST/ALIERO/TETFUND/11-12/07
Lot 8 Procurement and Installation of Furniture and Equipment for 120 Capacity Physics Laboratory Block

 

KSUST/ALIERO/TETFUND/11-12/08
Lot 9 Procurement and Installation of Furniture and Equipment for 120 Capacity General Agric. Laboratory Block

 

KSUST/ALIERO/TETFUND/11-12/09
Lot 10 Procurement and Installation of Furniture and Equipment for 120 Capacity Twin Laboratory at Faculty of Science (Biology, Microbiology, Botany and Zoology

 

KSUST/ALIERO/TETFUND/11-12/10
Lot 11 Procurement and Installation of Furniture and Equipment for 18No Academic Staff Offices Block

 

KSUST/ALIERO/TETFUND/11-12/11
Lot 12 Procurement and Installation of Furniture for 250 Capacity Twin Lecture Theatre at Faculty of Science

 

KSUST/ALIERO/TETFUND/11-12/11
Lot 13 Procurement and Installation of Equipment for 2No Automatic Weather Station

 

KSUST/ALIERO/TETFUND/11-12/13
Lot 14 Building a University Fiber Optics Backbone Infrastructure

 

KSUST/ALIERO/TETFUND/11-12/14
Lot 15 Procurement of 1No 18 –seater Bus for Faculty of Agriculture

 

KSUST/ALIERO/TETFUND/11-12/15
Lot 16 Procurement of 1No Mitsubishi Canter Truck for Faculty of Agriculture

 

KSUST/ALIERO/TETFUND/11-12/16
Lot 17 Construction of 100 Capacity Lecture Hall

 

KSUST/ALIERO/TETFUND/11-12/17

 

Pre-Qualification Requirements

To qualify for the bidding, the following documents are required:

(i)      Evidence of Registration with Corporate Affairs Commission

(ii)     Evidence of Current Registration as a Contractor with the Kebbi State University of Science and Technology, Aliero.

(iii)    Tax Clearance Certificate for the Last Three (3) Years

(iv)    Company Audited Accounts for the Last Three (3) Years

(v)     Evidence of VAT Registration and Remittance

(vi)    Company Profile Including List and Qualifications of Key Administrative and Technical Staff.

(vii)   Verifiable List/Documentary Evidence of Execution of Similar Jobs Including Copies of Letters of Award and Practical Completion Certificate

(viii)  Evidence of Financial Strength of the Company Including Name(s) and Address(s) of Bankers.

 

Submission of Pre-Qualification Documents:

Pre-qualification documents should be enclosed in sealed envelope and marked “Pre-Qualification Document for:______________ “on the top left hand corner and addressed to:

 

The Registrar,

Kebbi State University of Science and Technology,

Aliero, PMP 1144, Birnin-Kebbi, Kebbi State, Nigeria

 

Closing Date for Submission

The deadline for submission of applications for pre-qualification is 26th March 2013.

 

Opening of Pre-Qualification Document:

(a)     The Pre-qualification documents received are to be opened on the above closing date at 2.30pm in the Council Chamber of the University.

 

(b)     All prospective contractors are invited to the public opening ceremony.

 

(c)      Only pre-qualified contractors shall be invited to tender.

 

(d)     The University reserves the right to reject any or all documents and to terminate entire selection process at any time without any explanation and any liability to the University.

 

Signed:

Ibrahim A. Mungadi

Registrar and Secretary to the Council

Invitation for Reputable Transaction Advisors to bid for the role of Transaction Advisor to Review and Advice the Nigerian Railway Corporation (NRC) On the Transaction for Setting up A Locomotive Assembly Facility in Nigeria at Railway Property Management Company Limited

Railway Property Management Company Limited

 

Invitation for Reputable Transaction Advisors to bid for the role of Transaction Advisor to Review and Advice the Nigerian Railway Corporation (NRC) On the Transaction for Setting up A Locomotive Assembly Facility in Nigeria

 

1.0 Introduction

in furtherance to the Federal Government of Nigeria’s (FGN) efforts to Revitalise and Modernise the Nigeria Railway System, the FGN aims to achieve part of this goal through active collaboration between Public and Private Sector Organizations.  To this end, the Railway Property Management Company Limited (RPMCL) on behalf of the NRC wishes to  invite competent and reputable Transaction Advisors to bid for the role of a Transaction Advisor to the NRC for the above mentioned   Transaction

 

2.0 SCOPE OF SERVICES

The transaction advisor is expected to undertake the following tasks:

  1. To review and advice on Transaction documentation such as MOUs, draft Contract Agreements, Business Plans, Locomotive Requirement Projections, and Training Proposals.
  2.  Advice, document and facilitate the execution of the Project Delivery Plan.
  3. Review and advice on cost and price model for the transaction
  4. Advice the NRC on both local and international law compliance issue with respect to the transaction.
  5. Assist the NRC in developing a Risk Assessment Plan, Financial Model and Business Case for the transaction.
  6. Advice and assist the NRC in  determining the appropriate proportion of local content required.
  7. Provide the requisite Technical and financial expertise required to assist NRC in negotiating the transaction,
  8. Critically review the Facilities and Locomotive Delivery Plan and its underlying assumptions
  9. Assist the NRC in developing a sustainable funding plan for the procurement of the required Locomotives.

 

3.0     Deliverables

  • Some of the expected deliverables for this work are:
  • Project Delivery Plan with clear identifiable milestones
  • Business Case for the transaction
  • Financial Model for the transaction
  • Risk Assessment Plan for the transaction
  • Relevant reports on the aforementioned Scope of Services in Section 2.0
  • Recommended training requirements for Nigerian staff
  • Local Content Strategy
  • Recommended Funding Plan

 

4.0 Bidding Criteria

Interest reputable bidders are required to submit Technical and Financial Bids in strict compliance with the under-listed Documents. Failure to provide any of the under-listed documents may be grounds for disqualification

 

4.1. Bidding Criteria

  1.        i.            Certificate of Incorporation
  2.      ii.            Certificate of Value Added Tax
  3.   iii.            Tax Clearance for the past Three years
  4.   iv.            Verifiable evidence of compliance with Industrial Training Fund Act 2011 (if applicable)
  5.      v.            Verifiable evidence of compliance with Pensions Reforms Act 2004 (if applicable
  6.   vi.            Company profile including CVs and evidence of professional qualifications of key staff to be deployed on the project
  7. Verifiable experience of supporting PPP Transactions in the Transport Industry

 

4.2     Financial

The Corporation Intends to adopt “Time Based consultancy Agreement” for this assignment. Your financial submission should include the following;

  1. Company Audited Accounts for the past three (3) years
  2. Quoted fees including Professional fees, Re-imbursables (where applicable) and any other cost elment
  3. The Professional fees should include a break-down of the man hours required for each category of consultant staff required to achieve EACH of the scope or services outlined in search 2.0 above and their respective rates.

 

Your financial bid must be in Nigeria Currency (Naira).

Your bid shall be evaluated based on your Technical and Financial submissions as follows: Technical 60%, Financial 40%.

 

5.0     Condition for Bidding

Each bidder is required to pay a Non Refundable Bidding fee of N50,000.00 (Fifty Thousand Naira Only) into Guarantee Trust Bank (Railway Property Managament Company Limited), Account Number: 0020977866. The bank teller/receipt must be submitted along with the bid documents as  evidence of payment.

 

6.0     Submission and Opening of Bids

Technical and Financial bids must be submitted in two separate sealed envelope clearly  marked “Technical Bid” or “Financial Bid”  as applicable. Three (3) copies of each bid (one Original Two Photocopies) shall be delivered by hand or by registered mail to the address below on or before 12.00Noon Tuesday, 9th April, 2013.

 

The Managing Director

Railway Property Management Company Limited,

No 7 Race Course Road, Kaduna

Kaduna State

 

Bid will be opened at 1.00pm on the same day in the presence of bidders of their representatives who wish to witness the opening.

 

All inquires should be directed to the address above.

 

Signed

Management