Invitation for Bids (IFB) at Oyo State Ministry of Health

Oyo State Government of Nigeria

Ministry of Health,

Secretariat, Ibadan

 

Invitation for Bids (IFB)

 

The Oyo State Ministry of Health invites application for Bids from interested bidders for renovation of existing structures at the School of Nursing and Midwifery, Eleyele, Ibadan.

 

2.       Interested bidders for the renovation works must be currently registered with Oyo State Bureau of Public Procurement should obtain Bidding Documents from Department of Planning, Research and Statistics, Ministry of Health, Secretariat, Ibadan for a non-refundable fee of N30, 000.00 only.

 

3.       Bid documents can only be obtained between 8.30am and 3.30pm on every working day from Monday, 27th February to 11th March, 2013. Submission of completed Bid Documents to the Cabinet Department of the Governor’s Office closes by 11th March, 2013.

 

4.                All bids must be delivered to:-

Permanent Secretary (Cabinet)

Office of the Executive Governor

Secretariat,

Ibadan.

 

 

5.       Bids will be opened in the presence of bidders or their representatives who choose to attend by 12noon on Friday, 11th March, 2013 at the Conference Room of the Cabinet Department of the Governor’s Office, Secretariat, Ibadan.

 

Signed

Ministry Of Health

Secretariat, Ibadan

Request for Expression of Interest from Consultants for Design at Niger Delta Development Commission (NDDC)

Niger Delta Development Commission (NDDC)

167. Aba Road, Port Harcourt. Rivers State   

www.nddc.gov.ng

 

Request for Expression of Interest from Consultants for Design

 

Introduction

The Niger Delta Development Commission (NDDC) in furtherance of its mandate is planning to undertake some developmental projects for the even, rapid and sustainable development of the Niger Delta Region and is seeking to hire specialist consultant for the design of the under-listed projects.   The NDDC, therefore request for the Expression of Interest from top flight, knowledgeable, competent and experienced Consultants whose areas of competence and core business fall within the project classification. The projects are:

 

S/N Project Description 

 

State
1 Construction of Esit Eket internal roads phase

 

Akwa Ibom
2 Construction of link Road (22km) from Coast to Apoi Creek in Southern Ijaw Bayelsa
3 Foreshore wall / Reclamation at Abari in Delta State Delta
4 Sand filling and Land Reclamation of Torugbene Burutu Delta
5 Construction of Udo Ofunma Ajakuroma Road with link Bridge across Ofunma Phase 2 to connect Ofunma and Ogbodu/Ogbiribri communities of Delta State (22km) Delta
6 Umuekemai-Agbeja Umullabia Eke Umuada-Orgi Road with Loop from Umuezeaia-Umukahia Ngboroko Road, Mbano

 

Imo

 

7 Sandfilling and shore protection/ land reclamation works at Ogan Ama, Dumo in Okirika LGA Rivers
8 Dualization of Edepie Junction to Kolo/Oloibiri Phase 1 Bayelsa

 

 

Request for Expression of Interest from Consultants for Design

Every interested and suitably qualified consultant with real operating and relevant experience is invited to submit its request for Expression of Interest document to be used for pre-qualification exercise.

 

 

A. Corporate

  • Evidence of registration with CAC
  • Clear indication of a verifiable head office address
  • Corporate profile of the company indicating ownership structure
  • A confirmable evidence of up-to-date Annual Returns,
  • A confirmable VAT certificate with evidence of remittance.
  • A confirmable evidence of Tax Clearance Certificate for the past 3 years duly certified by FIRS
  • Proof of contribution to ITF
  • Sworn affidavit that the company is not bankcrupt
  • Sworn Affidavit that the consultant/key personnel are not ex-convicts or bankrupt
  • Evidence of financial capability and banking support including banks reference and recent statement of account
  • A statement of interest including a statement of ability to undertake the job (within agreed time frame)
  • An undertaking/ Assurance for the delivery of the project in line with project brief
  • All submissions must be in both soft and hard copies

 

B. Technical

1.       Professional registration of the Principal Partner of the Firm with appropriate professional body.

2.       Professional registration of the Firm with appropriate professional body.

3.       Area(s) of specialty/concentration of the Firm

4.       Technical capability of the company/including CV/photocopies of certificates of relevant staff

5.       Evidence of trade records in the execution of similar projects

6.       Evidence of payment for similar job done m the past with verifiable names and telephone numbers of contact persons from the awarding institutions

7.       CASHES and quality Assurance policy of the company

8.       Any other relevant information that will facilitate the evaluation of the company.

 

 

Evaluation Criteria

Consultants are expected to comply with the above requirements as failure may lead to the cancellation of the contractor’s submission   Consultants are to submit only genuine and verifiable documents as Consultants who submits fake or fraudulently obtained documents will be disqualified and the attention of relevant security agencies may be drawn. All Expression of Interest will be based on the consultant’s technical and corporate capabilities.

 

 

Other Relevant Information

  • The selection of Consultants for this project will follow the provision and procedures outlined in the Public Procurement Act 2O07.
  •  Only Consultants who have been successfully pre-qualified will proceed to the next stage of the procurement process and would be duly notified through a publication on the NDDC official website
  • Consultants can seek clarifications or request for additional information by writing to toe office listed below before the deadline of the submission, from 11 am to 4pm Mondays through Fridays (except public holidays)
  • Consultants are advised not to try to influence the selection process as this will lead to their immediate disqualification.  Such Consultants may also be barred from seeking other job opportunities from the Commission in future
  • All cost incurred by any Consultants in the preparation and submission of the document are to be borne entirely by the Consultants.
  • The Commission reserves the right to reject any/all of the documents and to terminate the entire selection process at any time without any liability to the Commission

 

Validity of the Expression of Interest

Request for Expression of Interest (EOI) written in English language must be submitted in an addressed envelope marked at the top left corner “REQUEST FOR EXPRESSION OF INTEREST” to the address stated below on or before Wednesday, April 9th 2013

 

The Managing Director/CEO

Niger Delta Development Commission

167, Aba Road, Port Harcourt

Rivers State

 

Signed

Management

Solicitation for Pre-Qualification of Contractors at Niger Delta Development Commission (NDDC)

Niger Delta Development Commission (NDDC)

167. Aba Road, Port Harcourt. Rivers State   

www.nddc.gov.ng

 

Solicitation for Pre-Qualification of Contractors

 

Introduction

The Niger Delta Development Commission (NDDC) in furtherance of its mandate is planning to undertake some developmental projects for the even, rapid and sustainable development of the Niger Delta Region and is seeking to hire specialist contractor for the execution of the under-listed projects.   The NDDC, therefore request for the solicitation for prequalification from top flight, knowledgeable, competent and experienced contractors whose areas of competence and core business fall within the project classification.

 

The projects are:

 

S/N Project Description 

 

State
1 Construction of Esit Eket internal roads phase

 

Akwa Ibom
2 Construction of link Road (22km) from Coast to Apoi Creek in Southern Ijaw Bayelsa
3 Foreshore wall / Reclamation at Abari in Delta State Delta
4 Sand filling and Land Reclamation of Torugbene Burutu Delta
5 Construction of Udo Ofunma Ajakuroma Road with link Bridge across Ofunma Phase 2 to connect Ofunma and Ogbodu/Ogbiribri communities of Delta State (22km) Delta
6 Umuekemai-Agbeja Umullabia Eke Umuada-Orgi Road with Loop from Umuezeaia-Umukahia Ngboroko Road, Mbano

 

Imo

 

7 Sandfilling and shore protection/ land reclamation works at Ogan Ama, Dumo in Okirika LGA Rivers
8 Dualization of Edepie Junction to Kolo/Oloibiri Phase 1 Bayelsa

 

 

Solicitation for Pre-Qualification

Every interested and suitably qualified contractor with real operating and relevant experience is invited to submit its solicitation for prequalification document to be used for pre-qualification exercise.

 

 

A. Corporate

  • Evidence of registration with CAC
  • Clear indication of a verifiable head office address
  • Corporate profile of the company indicating ownership structure
  • A confirmable evidence of up-to-date Annual Returns,
  • A confirmable VAT certificate with evidence of remittance.
  • A confirmable evidence of Tax Clearance Certificate for the past 3 years duly certified by FIRS
  • Proof of contribution to ITF
  • Sworn affidavit that the company is not bankcrupt
  • Sworn Affidavit that the consultant/key personnel are not ex-convicts or bankrupt
  • Evidence of financial capability and banking support including banks reference and recent statement of account
  • A statement of interest including a statement of ability to undertake the job (within agreed time frame)
  • An undertaking/ Assurance for the delivery of the project in line with project brief
  • All submissions must be in both soft and hard copies

 

B. Technical

  1. Area(s) of specialty
  2. Technical capability of the company/including CV/photocopies of certificates of relevant staff

5.       Evidence of trade records in the execution of similar projects

6.       Evidence of payment for similar job done m the past with verifiable names and telephone numbers of contact persons from the awarding institutions

7.       CASHES and quality Assurance policy of the company

8.       Any other relevant information that will facilitate the evaluation of the company.

 

 

Evaluation Criteria

Consultants are expected to comply with the above requirements as failure may lead to the cancellation of the contractor’s submission.   Contractors are to submit only genuine and verifiable documents as Contractors who submits fake or fraudulently obtained documents will be disqualified and the attention of relevant security agencies may be drawn. All Solicitation for prequalification will be based on the contractor’s technical and corporate capabilities.

 

 

Other Relevant Information

  • The selection of contractors for this project will follow the provision and procedures outlined in the Public Procurement Act 2O07.
  •  Only Contractors who have been successfully pre-qualified will proceed to the next stage of the procurement process and would be duly notified through a publication on the NDDC official website
  • Contractors can seek clarifications or request for additional information by writing to toe office listed below before the deadline of the submission, from 11 am to 4pm Mondays through Fridays (except public holidays)
  • Contractors are advised not to try to influence the selection process as this will lead to their immediate disqualification.  Such Contractors may also be barred from seeking other job opportunities from the Commission in future
  • All cost incurred by any Contractor in the preparation and submission of the document are to be borne entirely by the Contractor.
  • The Commission reserves the right to reject any/all of the documents and to terminate the entire selection process at any time without any liability to the Commission

 

Validity of the Expression of Interest

Solicitation for Pre-qualification written in English language must be submitted in an addressed envelope marked at the top left corner “SOLICITATION FOR PRE-QUALIFICATION” to the address stated below on or before Wednesday, April 9th 2013

 

The Managing Director/CEO

Niger Delta Development Commission

167, Aba Road, Port Harcourt

Rivers State

 

Signed

Management

 

Invitation for Bids (IFB) at Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos Urban Transport Project (LUTP)

 

Rehabilitation & Upgrading of Wempco Roads, National Competitive Bidding (NCB)

 

Invitation for Bids (IFB)

Date: February 27, 2013

 

Contract No: LAMATA/ WB/NCB REHAB/ WEMPCO-RD LUTP II/02/13

IDA Credit No.: 476? –UNI

 

  1. This Invitation for Bids follows the General Procurement Notice for this Project titled NG Nigeria-LLTP-II (FY 50) that appeared in dg market publication of July 16, 2010.
  2. The Lagos State Government has received a Credit from the International Development Association towards the cost of Lagos Urban Transport Project (LUTP II), and it intends to apply part of the proceeds of this credit to payments under the contract for the Rehabilitation and Upgrading of Wempco Road.
  3. The Lagos Urban Transport Project (LUTP) now invites sealed bids from eligible and qualified bidders  for the Rehabilitation and Upgrading of Wempco Road. The works details are as follows.

 

 

 

Brief Description

 

Project Duration

 

Bid Security

 

Validity Period

 

Average Annual Turnover

 

Cash Flow
Rehabilitation and Upgrading of Wempco Road. 18 NGN 40 Million

 

120 NGN 2.2 billion

 

NGN 340

million

 

 

 

The scope of works for these projects are detailed in section VI-works requirement of the bidding documents. The bill of quantities, the drawings and specification describe in detail the works elements required for projects of this nature, magnitude and complexity

 

4.       Bidding will be commend through the National Competitive Bidding (NCB) procedures specified hi the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Bidding Documents for this project

5.       Interested eligible bidders may obtain further information from Lagos Urban Transport Project (LUTP) and inspect the Bidding Documents at the address given below from 8 am to 4pm Mondays through Friday from February, 27, 2013.

 

6    Qualifications requirements include

  1. Possession of experience as a Prime Contractor for at least the last five (5) years prior to the application submission deadline. and with work cited should be at least 70% complete.
  2. b.    Minimum average annual turnover in construction works as denominated in Nigeria currency in the table in paragraph 3 or its equivalent in three easily convertible international currencies in the last three years  in works that have been successfully and substantially completed and that are similar to the proposed works under this Contract
  3. c.      Project manager with B.Sc, Civil Engineering and at least 15 years experience in Works of equivalent nature and volume:
  4. d.    Provide Annual audited account for the last 3 years; to demonstrate the current soundness of the applicant’s financial position and its prospective long term profitability; The contractor must show evidence of sound Liquidity status and /or evidence of access to or availability of confirmed positive credit facilities of not less than the amount in the table in paragraph 3

 

A margin of preference for eligible national contractors/joint ventures shall not be applied.

 

 

7.       A complete set of Bidding Documents in English Language may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of Fifty Thousand Naira (N50, 000.00) in Bank draft payable to LAMATA. Interested Bidders may obtain further information at the address below.

8.       Bids must be delivered to the address below at or before 10.00AM, April 11, 2013, Electronic bidding shall not be permitted, Late bids will be rejected. Bids will opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address below by 10AM on April 11th 2013.

 

9.       All bids shall be accompanied by a Bid Security of the amount m die table in paragraph 3.

 

10.     The address referred to above is:

The Deputy Director (Procurement)

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd floor. Motorway center, 1, Motorways Avenue

Alausa, Ikeja, Lagos State

 

Telephone: 234-1-2702778-82, Fax: 234-1-2702784

E-mail: advert@lamata-ng.com;

adabiri@lamata-ng.com

 

Pre-Qualification of Contractors for the Execution of MDGs-2012 Conditional Grant Scheme for State and LGAs at Kano State Government

Kano State Government

 

Pre-Qualification of Contractors for the Execution of MDGs-2012 Conditional Grant Scheme for State and LGAs

 

Background

Kano State government in collaboration with Bagwai, Bunkure, Kunchi, Minjibir, Sumaila and Warawa Local Government Areas wishes to embark on the implementation of Health, Education and Water projects in partnership with the Federal Government of Nigeria, represented by the Office of the Senior Special Assistant to the President on Millennium Development Goals under the MDGs Projects of Conditional Grant Scheme.

 

 

The objective of the investment is to improve service delivery in Health, Education and Water sectors in the State and LGAs towards achievement of the Millennium Development Goals.

 

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

1.       Rehabilitation of old structures in Education and Health facilities.

2.       Construction of Buildings in Education and Health facilities.

3.       Supply of desks and seats

4.       Supply of drugs.

5.       Supply of hospital equipments.

6.       Construction of VIP Toilets.

7.       Construction of boreholes, overhead tank and reticulation.

 

The pre-qualification document should contain evidences of:

  1. Registration with corporate affairs commission
  2. Registration as a contractor/consultant with Kano State Government
  3. Relevant experience (client, nature of jobs, status of the project, location and cost of the project)
  4. Financial capacity (by annual accounts from the last three years, or bank statement of company accounts, or letter from a reputable Bank stating clearly amount for which the company will have access to as loan, etc to pre-finance the project)
  5. List of veritable construction equipment relevant for the category or subcategory that the contractor signifies interest.
  6. Evidence of payment of tax for the fast three (3) years as at when due (such evidence should reflect the value of the projects undertaken by the Company in the last three (3) years.

 

 

Submission of Pre-Qualification Documents

Applications for Expression of Interest, accompanied by the above listed pre-qualification documents are to be submitted to the following on or before 13th March, 2013. Tenders should note only pre-qualified companies would be invited to submit financial bids. 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 on MDGs/DONORS AGENCIES

Office of the Special Adviser to the Governor on MDGs/Donors

Agencies,

GP No: 884 Commissioner Road, Kano.

Telephone numbers: 08060473928 or 08060468532

E-mail: mdg_cgs_kanostate@yahoo.co.uk.