Invitation to Bid for Construction of New Neighbourhood Business Complex in Oyo State at Oyo State Oyo State Government

Oyo State Government

 

Public Notice

 

Invitation to Bid for Construction of New Neighbourhood Business Complex in Oyo State

 

  1. A.   Introduction

In furtherance of the three-point agenda of restoration, transformation and repositioning of the current administration in Oyo State, interested private concerns are invited to bid either on contract basis or public-private partnership basis for construction of neighbourhood markets in already identified locations within Ibadan Municipal.

 

2.       Bid applicants are expected from competent and qualified private concerns with established pedigree in respect of the following:

 

LOT 1:        Construction of Modern Neighbourhood Market/Open Stalls at Old

Plank Market, Temi dire, New Ife Road, Egbeda LGA (Public Private Partnership Basis)

 

LOT 2:        Construction of additional shops/open stalls at Aleshinloye Market, Ibadan South-West LGA (Public Private Partnership Basis)

 

LOT 3:        Construction of Modern Neighbourhood Market/Op en Stalls, beside

BCOS Facility, Old Ife Road, Ibadan North-East LGA (Contract Basis)

 

LOT 4:        Construction of Modern Neighbourhood Market/Open Stalls, Toll-Gate (Side A) Lagos-Ibadan Expressway, Oluyole LGA (Contract Basis)

 

LOT 5:        Construction of Modern Neighbourhood Market/Open Stalls, Toll Gate (Side B) Lagos-Ibadan Expressway, Oluyole LGA (Contract Basis)

 

LOT 6:        Construction of Modern Neighbourhood Market/Open Stalls, Eleyele, Iddo LGA (Public Private Partnership Basis)

 

LOT 7:        Construction of Modern Neighbourhood Market/Open Stalls, Old RCC Construction Camp Ground, Bode, Ibadan South-East LGA (Contract Basis)

 

LOT 8:        Construction of Modern Auto-Mart, Molete, Ibadan South-West LGA

(Public Private Partnership)

 

LOT 9:        Construction of infrastructures at New Plank Market, Ajoda Housing

Scheme along Ibadan-Ife Expressway, Egbeda LGA (Contract Basis)

 

  1. Bid Requirements

Interested and competent contractors are expected to provide the following

Documents:

  • Evidence of incorporation by the Corporate Affairs Commission (CAC)
  • Evidence of registration with Oyo State Bureau of Public Procurement
  • Evidence of registration of business premises with Oyo State Ministry of  Trade, Investments and Cooperatives
  • Evidence of payment of Companies Income Tax Clearance in the last three (3) years
  • Evidence of Personal Income Tax Clearance by at least two (2) Directors covering the last three (3) years
  • Evidence of similar projects executed in the last five (5) years (Letters of Award and Certificates of Completion)
  • Proof of financial capability and Bank Support
  • Evidence of payment of Non-Refundable Tender Fee of N50, 000.00 payable in Certified Bank Cheques issued in favour of Ministry of Trade, Investments and Cooperatives, Oyo State at Zenith Bank into Account Number 0103278639

 

C.      Other Relevant Information:

(i)      Early submission of bid documents will be an added advantage

(ii)     The State Government reserves the right to take final decision(s) on any of the documents received and no further correspondence will be entertained thereupon.

 

  1. Pre-qualification and tender documents should be collected from Room 44,

Ministry of Trade, Investments and Cooperatives, Secretariat, Ibadan.

 

  1. SUBMISSION OF BID DOCUMENTS

Tender documents, with accompanying relevant documents which must be signed and duly sealed, should be submitted to The Cabinet Office, Room 27, Office of the Executive Governor, Secretariat, Ibadan in wax sealed envelopes and marked on top left corner “Tender Contract Award” on or before 12 noon Monday 25th March, 2013, Bid envelopes will opened by 1:00 pm on the same day at the same address in the presence of bidders or their representatives who choose to attend.

 

Signed:

HON. ADEBAYO OLAGBENRO

Honourable Commissioner

Ministry of Trade, Investments and Cooperatives

Secretariat, Ibadan

 

Invitation for Pre-Qualification to Tender at Sharia Court Of Appeal

Sharia Court Of Appeal

Federal Capital Territory, Abuja

 

Invitation for Pre-Qualification to Tender

 

Sharia Court of Appeal, Federal Capital Territory, Abuja is desirous of Pre-qualifying Competent Contractors who wish to Tender tor Contracts to Supply Goods in the Year 2013.

 

Interested persons are hereby invited to submit their documents for screening and further necessary action.

 

The Court will require the Supply of the following Goods:

 

Lot (L) – Supply of Motor Vehicles

 

Lot (2) – Supply of Security Equipments

 

Pre-Qualification Requirements

Prospective Contractors shall be required to possess the following documents to pre-qualify:

a.       Valid Certificate of Incorporation/Registration with Corporate Affairs Commission (CAC).

b.       Current Tax Clearance Certificate for the last 3 years.

c.       Value Added Tax Registration Certificate.

d.       Three Years (3) Company Audited Accounts.

e.       Evidence of Registration as a Contractor with Sharia Court of Appeal, FCT, Abuja.

f.       Evidence of Payment of Training Contribution to Industrial Training Fund (ITF) for the Year 2012.

g.       Bank Reference Letter.

h.       Evidence of similar contracts with Sharia Court of Appeal or any other Government organisation.

 

Submission of Pre-Qualification Documents

Pre-qualification documents should be enclosed in sealed envelope marked “2013 PRE-QUALIFICATION” and must be returned to the Tenders Board Secretariat, Sharia Court of Appeal of the Federal Capital Territory, Abuja, on or before 21st March, 2013.

 

Address to:

 

The Secretary Tenders Board

Sharia Court of Appeal of the FCT Judiciary,

Gudu District, P.M.B, 74,

Abuja.

 

Please Note:

a.       All documents submitted will be subject to verification by the Court from relevant Agencies like Corporate Affairs Commission (CAC), Federal Inland Revenue Service (FIRS), Industrial Training Fund (ITF) etc.

b.       Late submission will be rejected

c.       This advertisement for “2013 Pre-qualification to Tender” shall not be construed to be a commitment on the part of the Sharia Court of Appeal of the Federal Capital, Abuja, nor shall it entitle any person to make any claim and/or seek indemnity from the Court by virtue of such person having responded to this advert.

d.       Applications must be specific in their areas of specialization and interest.

 

 

Signed:

HAJIYA HADIZATU B. MUSTAPHA

Secretary Tenders Board

 

 

1. Invitation to Tender at Oyo State Rural Electrification Board (OYSREB)

Oyo State Government

 

Oyo State Rural Electrification Board (OYSREB)

 

1.     Invitation to Tender For:

 

LOT A:      CONSTRUCTION OF 33KV FEEDER AT ISEYIN TRANSMISSION STATION OF   PHCN

 

LOT B:      IMPROVEMENT OF ELECTRICITY SUPPLY TO ITESIWAJU, KAJOLA AND IWAJOWA LOCAL GOVERNMENT AREAS OF OYO STATE.

 

2.     Bid Requirements:

 

Interested contractors are to submit the following requirements:

(i)                Evidence of Registration with Bureau of Public Procurement, Governor’s Office, Secretariat, Ibadan.

(ii)             Certificate of Incorporation with the Corporate Affairs Commission

(iii)           Tax clearance Certificate of the company for the last 3 years

(iv)           Evidence of current Registration of Business Premises with Oyo State Government

(v)             Evidence of similar projects successfully executed in the past

(vi)           Evidence of Registration with the Federal Ministry of Power.

 

3.     Tender Fee:

Interested bidders are expected to pay a non-refundable fee of Fifty Thousand Naira (#50,000.00) for Lot A and One Hundred Thousand Naira (#100,000.00) only For LOT B in favour of OYO STATE GOVERNMENT TENDERS ACCOUNT NO. at Wema Bank, Agodi Ibadan.

 

4.     Method of Application:

Tender documents are obtainable from the office of the General Manager, Oyo State Rural Electrification Board, Agodi Ibadan between the hours of 8:00am and 4:00pm every working day. Completed bid application must be submitted in sealed envelopes clearly marked (OYSREB/001/OKOG) not later than 14th March, 2013 from 8.00am to 4.00pm daily to:

 

The Permanent Secretary

Cabinet and Special Services Dept.,

Office of the Executive Governor,

Secretariat, Ibadan

 

Bids will be opened in the presence of representatives of Bidders on the 15th day of March 2013 at 12oon at the conference Room of the office of the Governor.

5.     Note:

That shortlisted contractors will be contacted and LATE APPLICATION SHALL NOT BE CONSIDERED

 

Government is not bound to accept lowest tender.

 

Signed:

DR. BAYO OGUNDELE

The Chairman (OYSREB)

Invitation for Pre-qualification and Tender for Contractors at KASHIM Ibrahim College of Education

KASHIM Ibrahim College of Education

P.M.B, 1469, Maiduguri, Borno State

 

Invitation for Pre-qualification and Tender for Contractors

 

Introduction:

The College is to implement some projects to be financed with fund from the Tertiary Education Trust Fund (TETFund) Therefore the College is to pre-qualify reputable contractors to bid for the implementation of the projects, interested contractors with experience in implementation and other relevant fields are hereby invited to submit their company profiles for consideration.

 

The Projects Are as Follows:

Lot 1:          Construction of Academic Staff offices for the New School of Education.

Lot 2:          Construction of Lecture Theatre

Lot 3:          Procurement of Office Furniture

 

Pre-Qualification Requirement

Interested and competent contractors wishing to under-take any of the above jobs must submit the following documents for verification

 

Documents should be submitted in the order listed for the purpose of assessment:-

i.        Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC)

ii.       Tax Clearance Certificate for the last (3) three years (2010, 2011 and 2012)

iii.      Evidence of VAT Registration.

iv.      Company profile with certificates

v.       Evidence of successful completion of similar projects.

vi.      Reference letter from a reputable bank

vii.     Company audited account over the last three years.

 

Collection of Documents

Tender bids documents could be obtained from Office of the Provost on payment of tender fees of N30,000.00 for construction and N20,000.00 for procurement.

 

Submission of Pre-Qualification and Tender Documents

Pre-qualification documents accompanied by the above listed documents should be forwarded in wax sealed envelope boldly marked

Pre-Qualification Document for Construction of… and Tender for Procurement of …..at the top left corner indicating the projects and addressed to the

Provost Kashim Ibrahim College of Education P.M.B 1469,

Maiduguri, Borno State.

 

Closing

All documents should be submitted not later than 19th March 2013 and the bids will be open on the same day. Technical Bids will be opened at 2.00pm on the same date at the College, successful companies will have their financial bids considered thereafter.

 

Notice:

Only pre-qualified bidders will have their financial bids opened. Full tender procedures will be applied to pre-qualified bids. The College is not bound to accept tender sent by courier or post and that this advertisement shall not be construed to be commitment on the of College to award any form of contract to your company any only pre-qualified bids will have their tender bids considered.

 

Signed: Provost

General Procurement Notice for 2013 Capital and Recurrent Projects at The Federal Ministry of Transport

Federal Ministry of Transport Bukar Dipcharima House, Central Area, Abuja FCT

 

General Procurement Notice for 2013 Capital and Recurrent Projects

 

1.       Introduction

The Federal Ministry of Transport intends to undertake the procurement of various projects under the 2013 Capital and Recurrent Budget.

 

In compliance with the Public Procurement Act 2007, the Ministry wishes to put on alert all interested and reputable Contractors/ Suppliers/Consultants with relevant experiences for consideration for the execution of the following projects:

 

1 Procurement of computers Accessories

 

2 Computerization of Accounting & Budgeting Systems

 

3 Procurement of Computers   /Computerization of the Library including Procurement of Scanners and Office Processors for Budget Division

 

4 Computerization of the Registry/ Training of Officers

 

5 Procurement of Office Equipment such as Photocopying Machines, Fans etc.

 

6 Procurement of Library/Law Books and Equipment

 

7 Procurement of Sporting/Gaming Equipment

 

8 Procurement of Office Furniture and Fittings

 

9 Procurement of Stationer Items

 

10 Motor Vehicle Maintenance

 

11 Maintenance of IT equipment

 

12 Printing of non-security documents

 

13 Maintenance of Office Equipment

 

14 Biometric and Access Control

 

15 Procurement of 18 -seater Toyota Hummer Buses for Youth Empowerment in Anaocha / Njikoka/ Dunukofia Federal Constituency Anambra State.

 

16 Procurement of Tricycles for Youth Empowerment in Anaocha / Njikoka/ Dunukofia Federal Constituency Anamba State

 

17 Procurement of Motorcyc1es for Youth Empowerment in Anaocha / Njikoka/ Dunukofia Federal Constituency Anambra State.

 

18 Feasibility Studies / Consultancy for Kano- Dayi-Katsina-Jibiya

 

19 Feasibility Studies / Consultancy for Ilela –Sokoto-Jega-Yauri-

Makera

 

20 Feasibility Studies / Consultancy for Aba -Ikpene – Ibiono-Itu (Spur Uyo) Odukpani Calabar

 

21 Construction of National Freight Office, Seme Border Lagos

 

22 Construction of National Freight Office, Ilela Border Sgkoto

 

 

The Procurements will be subjected to due process mechanism and open to all eligible bidders. Subsequently within the year, Specific Procurement Notices for theses procurements will be placed on the Notice Boards of the Ministry and its Parastatals/Agencies, National Dailies and Federal Tenders Journal accordingly depending on their threshold as soon as the relevant solicitation/bidding documents are finalized.

 

Interested eligible bidders, who wish to participate in the bidding process are advised to be on the lookout for the subsequent Advertisements.

 

Please note that all the documents on Responsive Criteria such as Corporate Affairs Commission (CAC), Value Added Tax (VAT), Pension Commission (PENCOM) and Tax Certificates may be referred to the Security Agencies, Corporate Affairs Commission (CAC), Federal Inland Revenue Service (FIRS), National Pension Commission (NPC) and other relevant bodies for verification.

 

The Ministry also reserves the right to invoke the provisions of Sections 28 of the Public Procurement Act (PPA) 2007 without incurring any liability to the bidder.

 

Not later than 20th March 2012.

 

Signed:

Engr. Nebolisa O. Emodi, FNSE

Permanent Secretary,

Federal Ministry of Transport