Invitation for Pre-Qualification and Tender for the Construction of Minna Stadium Complex at Ministry Of Sports Development

Niger State Government

 

Ministry Of Sports Development

Ladi Kwali Road, Adjacent NTA, Minna

Niger State

 

Invitation for Pre-Qualification and Tender for the Construction of Minna Stadium Complex

 

1.0     Introduction

In line with the Niger State Government’s Vision of attainting the status of being among the 3 best economies in Nigeria by the year 2020, the State Government through Ministry of Sports Development is desirous of constructing a Modern Stadium Complex, referred to herein as “Minna Stadium Complex” to be located at RafinYashi, Maikunkele, Minna, Niger State.

 

In order to place the State at the centre stage of sports development nationally and internationally, the proposed Stadium Complex will provide the teaming youth of the State with all the deserving sports facilities and avenue for training and competition.

 

Therefore, the Niger State Ministry of Sports Development is inviting the under-listed contractors with experience in similar and like projects, whose selection are as detailed below, to participate in the proposed Minna Stadium Complex.

 

2.0     Project Description

The proposed project of constructing Minna Stadium Complex comprises of the 15,000 capacity main bawl, 3,000 capacity indoor hall and 100 bed 3-star hotels as will be contained in the bidding documents.

3.0     Procurement Method and Procedures

 

3.1              Procurement Method

Owing to the specialized nature of the project and advantages derivable therefore, the restrictive procurement method as stipulated by the Public Procurement Law (PPL) is adopted for this procurement process.

 

3.2     Selection of Invited Contractors

The invited contractors were selected on the basis of evidence of execution of projects of similar nature and character. The listed contracting firms meet the initial criteria of experience and expertise which the Niger State Government is optimistic will provide the needed value for public money in the execution of the Minna Stadium Complex in terms of economy, efficiency and effectiveness. The invited contractors are under-listed below:

 

1.       Zhongda Group, Guangzhou city, P.R China.

2.      Henan Province Constructive Group Co.  Ltd, Zhengzhou, China

3.      Guangxi Hydro-electric Construction, Bureau, Guangxi, China

4.       Euracia Global Services Ltd, Utako, FCT, Abuja

5.       Beijing   Longanhuacheng Architectural   Designing Co. Ltd, Beijing, China

 

4.0     Bid Requirements

All Bidders are expected to be Local/International Firms with proven track records in construction of sports facilities.

 

4.1      Pre-Qualification Requirements

In order to pre-qualify, prospective firms MUST supply the following information:

 

  1. Proof of registration with Niger State Public Procurement Board (NSPPB)
  2. Company profile containing contact person, telephone number and email address
  3. Copy of CAC registration certificate
  4. Evidence of three (3) years tax clearance
  5. Evidence of three (3) years audited accounts

 

4.2     Technical and Financial Bid Requirements

i.        Evidence of tract record of successful construction works and development of sports facilities

ii.       Evidence of financial capability from a reputable Bank

iii.      Brochure showing physical tasks accomplished in relevant sectors

iv.      Composition and profiles of management team showing qualification and years of experience in construction/ hospitality industries

  1. Work plan and methodology for undertaking the assignment
  2. A non-refundable bank-draft of tender fees of N1,000,000 (One Million Naira Only), payable to Niger State Ministry of Sports Development, Minna
  3. Completed bidding documents
  4. Any other additional information that may enhance the bidding process

 

4.3     Bid Security

A refundable Bank Draft of 2% of the contract sum shall be enclosed in the bid documents as bid security.

 

5.0      Bidding Document Collection and Submission

 

5.1     Collection

The interested firms are requested to collect complete set of bidding documents from the Office of the Director Planning, Research and Documentation, Ministry of Sports Development, LadiKwali Road, Adjacent NTA, Minna.

 

5.2     Submission

The technical and financial bid proposals must be prepared as separate document as provided for in the instructions to bidders. The technical and financial proposals must be Separately packaged in sealed envelopes, clearly marked as “financial” and “technical” as appropriate and put together in a single (bigger) envelope which should be marked, “Tender For The Proposed Construction Of Minna Stadium Complex”. All bids should be submitted not later than 25th March, 2013, which closing date is on 31st March, 2013 by 12:00noon. All bids shall be publicly opened on 1st April, 2013 at the Conference Hall of Niger State Sports Development, Minna in the presence of bidders and/or their representatives by 11.00 am.

 

All bids to be addressed and submitted to the Office of the Permanent Secretary, Ministry of Sports Development, Ladi Kwali Road Adjacent NTA, Minna.

 

Signed:

Permanent Secretary

Ministry of Sports Development

Minna, Niger State

 

 

 

Invitation for Bids (IFB) at Jigawa Malaria Control Booster Project

Invitation for Bids (IFB)

Jigawa Malaria Control Booster Project

Credit Number: 4250 –UNI

 

Procurement of Indoor Residual Spray Chemical, Pumps/Repair Kits & Protective Clothing/Spray Boards

 

IFB NO: JG JMCBP/NCB/GDS/02/2013

 

  1. This invitation for bids follows the general procurement notice for this project that appeared in Development Business, issue no. GNP/001/06 of 13th September 2006

 

  1. The Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of JIGAWA MALARIA CONTROL BOOSTER PROJECT (JMCBP), and it intends to apply part of the proceeds of this credit to payments under the contract for procurement of Indoor Residual Spray Chemicals, Pumps/Repair Kits & Protective Clothing/Spray Boards.

 

  1. The Jigawa Malaria Control Booster Project (NMCP) now invites sealed bids from eligible bidders for:

 

Lot

 

Description

 

Qty Bid Security Delivery Period Period Location

 

1 Indoor Residual Spray Chemicals 60 Satchels At least, 2.5% of Bided Price

 

120days

 

Within 90 Project Stores in Dutse

 

2 (i)                Spray Pumps

(ii)             Repair Kits

 

(i)                60

(ii)             45

At least, 2.5% of Bided Price

 

120days

 

Within 90 Project Stores in Dutse

 

3 (i)                Protective Clothing

(ii)             Spraying Boards

 

(i)                450

(ii)             4

At least, 2.5% of Bided Price

 

120days

 

Within 90 Project Stores in Dutse

 

 

 

Bidders may bid for any one or more lots and discounts offered for the award of combined lots will be considered in bid evaluation.

 

4.       Bidding will be conducted through the National Competitive Bidding procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and are open to all bidders from eligible source Countries as defined in the Guidelines.

 

5.       Interested eligible bidders may obtain further information from JIGAWA MALARIA CONTROL BOOSTER PROJECT (JMCBP) and inspect the bidding documents at the address given below from 9:00am to 5:00pm, Monday to Thursday & Friday 9:am to 1:00pm, except on public holidays.

6.       A complete set of bidding documents in English 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 N20, 000:00 (Twenty thousand Naira only The method of payment will be in CASH. The document will be collected by bidder’s representative.

 

7.       Bids must be delivered to the address below at or before 11:00am, 7th March, 2013. Electronic bidding will not be permitted. All bids must be accompanied by a bid security of at least 2.5% of bided price or an equivalent amount in a freely convertible currency. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below at 11:00am, 7th March, 2013

 

8.       The address referred to above is:

Conference Room, Jigawa State Ministry of Health

Malaria Control Booster Project

Jigawa State Ministry Of Health,

Conference Hall, Block 1b, Room 1,

Old Secretariat, Dutse, Jigawa

 

Nigeria

Tel: +2348065284209

Email: drkabirc@yahoo.com

 

Signed.

The Project Manager

 

Request for Expressions of Interest at Imo State Agency for the Control of HIV/AIDS (IMOSACA) HIV/AIDS Program Development Project 2 (HPDP 2)

Request for Expressions of Interest

 

Imo State Agency for the Control of HIV/AIDS (IMOSACA) HIV/AIDS Program Development Project 2 (HPDP 2)

(World Bank- Assisted)

 

IDA Credit No. 45960

 

Advertisement for CSOs and PSOs to Provide HIV/AIDS Services

 

Issuance Date: 8th February 2013

 

Imo State Agency for the Control of HIV/ AIDS has received financing from the World Bank to coordinate the HIV/A1DS Program Development Project (HPDP 2) and intends to apply part of the proceeds for consultant services.

 

 

ASSIGNMENT DESCRIPTION & SERVICES REQUESTED (SCOPE OF WORK)

This is a call for Expression of Interest from qualified and  competent organizations  (Civil Society Organizations  (CSOs)  including Non-Government   Organizations,   Faith   Based Organizations, Community Based Organizations, Private Sector Organizations and  Umbrella Organizations)  to  provide  support  toward HIV/AIDS Fund (HAF) Project implementation in Imo State. The focus of this project is on Prevention, Care and Support for people living with HIV/AIDS (PIWHA) and Orphanage and Vulnerable Children (OVCs). The Project will be targeted at MARPS, Vulnerable Population, General Population and Prevention of Mother to Child transmission (PMTCT). Organizations are expected to identify and work with any or all specified target populations within the specified geographic coverage areas to deliver evidence based HIV intervention packages in line with the National Minimum Prevention Package (MPP) and best practices.

 

 

1.    HIV Prevention of New Infections:

(a)     Most at Risk Populations (MARPs)

 

Target populations:      Female Sex Workers, IDUs and MSMs

 

Geographic Coverage Area: Owerri Municipal, Okigwe, Mbaitoli, Owerri North, Ehime Mbano, Orlu, Isiala Mbano and Oru West, Owerri west, Oru East, Ideato South, Ideato North, Ihitte Uboma.

 

 

Intervention Packages for MARPs:

Minimum Prevention intervention Package (MPP) for MARPs, which include:

 

Behavioral: Education (Peer education, interpersonal communication), community outreaches for MARPs, community dialogue

 

Biomedical: HCT, PMTCT, condom and lubricant programming, STI control and Management, harm reduction intervention for drug users.

 

Structural: Intervention to address policy, socio-cultural norms and individuals empowerment issues.

 

(b)     Other Vulnerable Groups

 

Target population – Long distance drivers,

 

Geographic Coverage: Owerri Municipal, Okigwe, and Owerri west,

 

Target population: Uniform Service Men (Police, Army)

 

Geographical   Coverage:     Owerri  Municipal, Owerri West, Okigwe

 

Target Population:                 Youths (out of school Youths)

 

Geographical Coverage:        Owerri   Municipal, Owerri West, Okigwe

 

Target Population:                 Youths (out of school Youths)

 

Geographical Coverage:        All the 27 LGAs in the State

 

Intervention Packages   Same for MARPs

 

(C) General Potation

 

Target population:       Women of reproductive age (14-49yrs).

 

Geographic Coverage Area:            All the 27 LGAs in the state.

 

Intervention packages- Intervention packages for the general population which include:

 

Behavioral: Education (Peer education, interpersonal communication), Community Dialogue

 

Biomedical: HCT, PMTCT, condom and lubricants programming, STI control and management;

 

Structural: interventions to address stigma, discrimination and gender issues

 

 

NOTE: Implementation guideline will be developed for each intervention package

 

d)      Prevention of Mother to Child Transmission

 

Target population: Pregnant women attending ANC services

 

Geographical Coverage: All the 27 LGAs in the state

 

2.       Care and Support for PLWN and OVCs

Care and support activities will be geared towards Support Groups of Persons Living with HIV/AIDS (PLWHA) and Orphans and Vulnerable (OVC).

 

Target Population:       PLWHA and OVCs

 

Geographic Coverage: Owerri Municipal, Okigwe Owerri North, Ehime Mbano, Orlu, Oru East, Oguta, Owerri West.

 

Intervention Package: adherence counseling, Nutritional support, psychosocial counseling. Home based care, Educational Support, Social Support, promotion of adoption of risk reduction behaviours, interventions to address stigma, discrimination and gender issues

 

 

Eligibility Criteria for selection:

To be eligible an NGO, umbrella CSOs, FBOs, Professional Association/unions, Community Based Organizations (CBOs) should be currently working in the State Specifically in the area of HIV/AIDS. The organizations should have been in existence for at least three (3) years and have been registered with the Corporate Affairs Commission for at least one (1) year. For those, who are registered at the State level they should have been in existence for three (3) years and must have been registered for at least two (2) years. For those who are registered at the Local Government level, they should have been in existence for three years and must have been registered for at least one year before this publication.

 

Organizations must provide the following additional information indicating that they are qualified to perform the services effectively:

 

  1. Detailed organization profile containing area of expertise, experience in implementing similar projects, logistics and infrastructure capacity to deliver the intended results with minimum of at least three (3) year, experience This information should include background with profile and area of expertise, description of similar assignments with verifiable letters from supporting organization/donor, spelt out professional capacity of staff as well as adequate and appropriate resources to carry out the assignment.
  2. The activities shall also be implemented in at least two (2) LGAs spread across at least two senatorial zones.
  3. Organization must provide evidence of legal status.

 

 

General Terms and conditions:

Selection of organization will be in accordance with the procedures set out in World Bank Selection and employment of Consultants Guidelines (January 2011 edition). Assignment is for a period of 24 months (2yrs)

 

 

All Expressions of Interest must be in English language only and submitted in triplicates (3) copies one CD-Rom and delivered to Imo State Agency for the control of HIV/AIDS (IMOSACA) not later than 1st March, 2013. The sealed envelope must be clearly marked with “IMOSACA- EXPRESSION OF INTEREST FOR HAF GRANT”.  The name and address of the Respondent should be clearly indicated on the reverse side of the outer envelope.

Only organizations shortlisted for the next stage would be contacted for further details. Interested applicants may obtain further information at the same address from 9.00am to 4:30pm local time Mondays to Fridays (except public holidays).

 

Note: Expression of interest through email or fax will not be entertained

 

 

The expression of interest should be addressed and delivered not later than 4pm on the 1st March 2013 at the borrower’s office as addressed below.

 

The Director General,

Imo State Agency for the Control of HIV/AIDS,

Public Health Lab Building, Specialist Hospital

Umuguma, Owerri West Imo State,

Nigeria.

 

 

Attn: The Procurement Officer,

 

The name and address of the Respondent should be clearly indicated on the reverse side of the outer envelope.

 

Contact Information

Community Mobilization Unit

Imo State Agency for the Control of

(IMOSACA)

 

Tel: 08038693763

 

Email: chinni8157@yahoo.com

 

Website: imosaca.gov.ng  

 

 

 

Invitation for Pre-Qualification TETFUND Normal Intervention 2012 at Zamfara State College of Education

Zamfara State College of Education

 

P.M.B. 1002, MARU

 

(Office of the Registrar)

 

Invitation for Pre-Qualification TETFUND Normal Intervention 2012

 

The Management of Zamfara State College of Education, Maru wish to pre-qualify competent and experienced Contractors/Consultants who wish to tender for TETFunds 2012 Normal Intervention of the following projects in the various areas specified.

 

 

Scope of Work/Supply

1.       Construction and furnishing of 2-storey Block of offices, Lecture halls, for School of Arts including consultancy, and air-conditioning.

 

2.       Construction and furnishing of 2-storey block of offices, lecture halls, laboratories for School of Vocational and Technical Education including consultancy and Air-conditioning.

 

3.       Procurement of furniture for academic, staff offices, classrooms and laboratories.

 

 

Pre-qualification Criteria:

The following requirement for the pre-qualification must be submitted:

a.       Evidence of company incorporation in Nigeria

b.       Evidence of Valid Tax Clearance and VAT Certificate.

c.       Evidence of pension compliance from National Pension Commission.

d.       Company Profile with list of technical management staff with evidence of previous work experience detailed client, nature/contract sum etc.

e.       Articulated work planned and methodology

f.       Evidence of Financial Capability

g.       Experience in handling similar job is an added advantage

h.       Evidence of compliance with IFF Act 2011 (Amended)

 

 

Submission of Pre-Qualification Documents:

The completed pre-qualification documents should be sealed and marked “Confidential” at the left hand comer of an envelope to reach the address stated above latest 1st March, 2013.

Head of Physical Project,

Through the Office of the Registrar,

Zamfara State College of Education

Maru.

 

The advertisement of invitation for pre-qualification should not be considered as a commitment on the part of College of Education, Maru nor shall it entitle firms to make any claims whatsoever and or seek any indemnity from COE Maru. It is not an invitation to bid. Names of pre-qualified contractors shall be published on the notice board at the College of Education Maru and COE Maru Liaison Office, Malam Yahaya Gusau Secretariat Gusau, Zamfara State.

 

 

Bidding:

All pre-qualified contractors are to collect tender documents from the Head of Physical Project and no fees charge for collection of such documents. All pre-qualification documents are to be open at 11:00am on 11th Feb. 2013 in the College Conference Hall.

 

Signed:

Registrar

Request for Expressions of Interest (Consulting Services Firms Selection) at Bayelsa State Government

Bayelsa State Government

 

Request for Expressions of Interest (Consulting Services Firms Selection)

 

Nigeria

State   Employment and Expenditure For Results Project

 

Credit No: 5022 UN I

 

Assignment Title:          Public Works Contract Consultancy: Road Maintenance and Refuse Collection, Sorting &Disposal

 

Reference No: PWC/QCBS/BY/SEEFOR/001/2013

 

The Federal Government of Nigeria has applied for financing from the International Development Association (IDA) and the European Union (EU) toward the cost of the State Employment and Expenditure For Result (SEEFOR) Project, Bayelsa State is a beneficiary of the credit and intends to apply part of the proceeds for consulting services.

 

The consulting service includes identifying key areas of the value chain where Small Public Works Contracts on Road Maintenance and Refuse Collection, Sorting and Disposal can be used to generate employment for the eligible youths in the State.

 

 

The Bayelsa State Employment and Expenditure for Results (SEEFOR) Project now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The short-listing criteria are:

 

(1)     Experience in Public Works Consultancy (Road Maintenance and Refuse Collection/Disposal) with at least 7 years of experience.

 

(2)     Experience in employment generation activities in a developing economy.

 

(3)     Availability of appropriate skills among staff.

 

 

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants (under IBRD Loans and IDA Credits & Grants) by World Bank Borrowers January 2011 (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.

 

Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications.

 

A Consultant will be selected in accordance with the QCBS (Quality and Cost based Selection) method set out in the Consultant Guidelines.

 

Further information can be obtained at the address below during office hours 9.00am to 4.00pm (Monday through Friday).

 

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by 22nd February, 2013.

 

The Project Coordinator

Bayelsa State Employment and Expenditure for Results (SEEFOR)

Project,

State Project Coordinating Unit (SPCU),

Behind St. Matthias Primary School,

OMPADEC Road, Amarata, Bayelsa State,

Nigeria.

 

Tel: +2348036729283

 

E-mail: bayelsascefor@yahoo.com