Expression of Interest (EOI) For Provision of Consultancy Services for Year 2012 TETFUND Normal Intervention Project at Institute of Management and Technology

Institute of Management and Technology

Office of the Registrar

 

Private Mail Bag 01079

Enugu, Nigeria

 

E-mail: imtregistry@yahoo.com

 

Expression of Interest (EOI) For Provision of Consultancy Services for Year 2012 TETFUND Normal Intervention Project

 

The institute of Management and Technology Enugu proposes to undertake the construction of a classroom block under its 2012 Tetfund normal intervention project.

 

Consultancy Services will be required in the under-listed areas in order to successfully execute i the project.

 

  • Project Management Services
  • Architectural Services
  • Structural Engineering Services
  • Quantity Surveying Services
  • Electrical Engineering Services
  • Mechanical Engineering Services

 

Consequently, a reputable firm or consortium interested in rendering services to the categories as listed below, are requested to send in their Expression of Interest (EOI) for that purpose.

 

They are:-

  • Project Management Services: Pre and Post Contract Services
  • Architectural Services: Pre and Post Contract Services
  • Structural Engineering Services: Pre and Post Contract Services
  • Quantity Surveying Services: Pre and Post Contract Services
  • Electrical Engineering Services: Pre and Post Contract Services
  • Mechanical Engineering Service: Pre and Post Contract Services

 

 

Requirements:

Interested Contractors 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)

  • Evidence of incorporation with the Corporate Affairs Commission.
  • Evidence of Professional License to carry out the specific services
  • Evidence of payment of tax for the last (three) years as at when due

 

Others

  • Evidence of participation in similar projects of value not less than N500 Million
  • Corporate profile of the firm including Curriculum Vitae (CV) of key personnel supported by professional licenses, registered address, functional contact email address, GSM phone number(s), facsimile number(s).
  • Audited accounts in the last three (3) years duly stamped by licensed Auditors
  • Verifiable reference of related services rendered in the last three (3) years (attach letters of engagement)
  • References of satisfactory performance on similar projects from three (3) previous clients

 

Technical Proposals:

  • Design concepts (standards, criteria and techniques)
  • Project Control Measures (Cost, Quality, Risk, Time and Scope)
  • Project plan and deliverable checklist (design stages and durations, schedule of reports etc)
  • Responsibility assignment to specific identified staff
  • Evidence of Professional indemnity

 

 

Financial Proposals

  • Fees for normal services
  • Fees for additional services
  • Identifiable reimbursable items (man-month rates, transportation, accommodation and printing)
  • Discounts and special offers

 

 

Collection of Bid Documents

Interested and competent consultants wishing, to carry out the above job should collect the Invitation for Bid (IF B) document from the

 

The Registrar

Institute of Management and Technology,

Enugu

 

on registration with the institute and the payment of a non-refundable fee of N 100,000.00 (One Hundred Thousand Naira). The payment will be in Bank Draft payable to Institute of Management and Technology, Enugu.

 

Submission:

Applications for EOI accompanied by the relevant documents should also be forwarded in sealed envelope marked at the top left comer and boldly written “EOI for Consultancy Services” and addressed to

 

The Registrar

Institute of Management and Technology,

PMB01079

Enugu

 

Closing Date

All submissions must be received at the above Office not later than 22nd February, 2013.

 

 

Important Notice

  • Only short fisted firms will be contacted
  • Nothing in the advert shall be construed to be a commitment on the part of the IMT, Enugu

 

Signed

SYLVANUS N.ASOGWA

Registrar

 

Invitation for Pre Qualification for Rehabilitation and Construction of Information Resource Centres at Search for Common Ground Nigeria

Search for Common Ground Nigeria

 

Invitation for Pre Qualification for Rehabilitation and Construction of Information Resource Centres

 

With support from the European Union (EU), Search for Common Ground in Nigeria (SFCG) is carrying out the Tomorrow is a New Day project in support of the Federal Amnesty programme. The goal of the project is to support long-term sustainability and results of the Amnesty Process and DOR in the Niger Delta. This action will ultimately support target communities’ healing from the trauma of violence, loss of family members, livelihood and property. It will also strengthen structures of inclusive dialogue and decision-making, and establish mechanisms for conflict prevention, early warning and rapid response that will empower local stakeholders to help sustain peace in the Delta region.

 

 

Territory /City

 

Lot Designation

 

Bayelsa State

 

  1. NGR502/Lot 1 Building Rehabilitation/Construction Refurbishment in Amassoma

 

 

  1. NGR502/ Lot 2 Building Rehabilitation/Construction Refurbishment in Kalama

 

Delta State

 

  1. NGR502/Lot 3 Building Rehabilitation/Construction Refurbishment in Koko

 

 

  1. NGR502/Lot 4 Building Rehabilitation/Construction Refurbishment in Oporoza

 

Rivers State

 

  1. NGR502/Lot 5 Building Rehabilitation/Construction Refurbishment in Kpor

 

  1. NGR502/Lot 6 Building Rehabilitation/Construction Refurbishment in Okrika

 

 

 

Pre-qualification Requirements:

You are requested to submit copies of the following documents as evidence of your eligibility to tender:

 

  1. A certified true copy of Certificate of Registration, incorporation and valid license issued by Construction and Rehabilitation Association of Nigeria
  2. For a joint venture, a fully signed Memorandum of Understanding between the parties.
  3. The company profile including the curriculum vitae and professional certificates of all directors and key personnel.
  4. The office postal address and physical location, functional contact emails and telephone numbers.
  5. List of at least three clients for whom the tenderer has conducted similar works within the last three years with address, company name, contact name and telephone number and email address of contact person(s)
  6. Letters of award and certificate of practical completion of at least three similar construction works done in the past three years.
  7. Tax clearance certificates issued by Nigerian Federal Inland Revenue Service/State Inland Revenue Service for the last three years.
  8. Verifiable evidence of similar works successfully executed in the past.
  9. Annual financial statements of the company, audited by a Certified Chattered Accountant from 2009 to 2011.
  10. Evidence of VAT Registration

Arrangement of document should follow the order presented above. Each parcel should have a table of content indicating the pages or folio on which these items are to be found. Any submission that does not conform to this form may not be processed further. Vendors are required to fully review all instructions and comply with all requirements as specified in this invitation for pre-qualification. SFCG reserves the right to reject any and all submissions due to incomplete documentation.

 

 

Collection of Bidding Document

Tenderers who will on the basis of the submitted documentation and assessment by SFCG have pre-qualified will be invited to either collect bidding documents from SFCG’s offices (Abuja, Port Harcourt or Jos), or receive these bidding documents via email.

 

Instructions and Submission Procedure

Pre-qualification documents are to be submitted with the above stated requirements, Note: Organizations or companies must bid for a minimum of 2 lots within the same state and submit bids in 5 hard copies for these lots separately. Each envelope should be wax-sealed and marked with “Name and Lot No of project bided for” at the top left corner as follows:

 

Prequalification Documents on Construction/Rehabilitation of Information Resources Centre NGR502/Lot___________ addressed with your organization email address and phone number for the purpose of acknowledging the receipt of the bid and envelope to:

 

The Country Director

Search for Common Ground, Nigeria

No 11 Tombia Street, GRA; Port Harcourt, Rivers State

Nigeria.

 

Pre-qualification documents should be submitted not later than Wednesday, 20th of February, 2013, at 5.00 pm. Bids shall be opened on Friday 22nd of February 2013 at the Search for Common Ground conference hall in Port Harcourt at 10.00 am in the presence of all Bidders who wish to witness the proceedings. A representative of a Non-Governmental Organization programming in Transparency and Anti-corruption will be present.

 

 

Important Notice

  1. The submission of pre-qualification documents does not in any way compel Search for Common Ground Nigeria to shortlist any of the bidders for tender
  2. SFCG shall not be responsible for payment of any expenses incurred by the bidder for the sub if pre-qualification documents.
  3. All bidders will be informed of the success or otherwise or their bids at the end of the selection exercise. Please note that SFCG reserves the right to select bidders at its discretion and shall NOT enter into correspondence about the outcome of the Pre-qualification exercise.
  4. Only companies which have satisfied the Pre-qualification requirements will be contacted to submit a quotation.

 

Signed:

CHOM BAGU

Country Director

 

 

Invitation for Pre-qualification/Bid at Kano State Urban Planning & Development Authority

 

Kano State Urban Planning & Development Authority

 

2, Durbin Katsina Road, Bompai, P.M.B. 3046, Kano – Nigeria

 

E-Mail: knupda@yahoo.com KNUPDA, Kano.

 

Invitation for Pre-qualification/Bid

 

In the continuous effort of Kano State Government to provide all necessary Infrastructural Facilities and Services in the modern cities conceived and designed to meet the growing expansion of Kano, the Kano State Urban Planning and Development Authority (KNUPDA), on behalf of Ministry of Land and Physical Planning, intends to prequalify Contractors for the:

 

Water Reticulation System

 

Works, at Kwankwasiyya City

 

Location:   At Umarawa Village, along Western Bypass, Kumbotso Local Government, Kano

 

 

Scope:        Supply/Laying and fixing of Water Pipes as well as Construction of Overhead Tank.

 

 

Collection of Tender Document:

Eligible Contractors may apply for the Contract between 7th to 14th February, 2013 and obtain prequalification/Tender Documents from the Director, Civil and Mechanical Engineering, at a non-refundable fees of N25,000:00.

 

 

Requirements:

The minimum requirements are evidence of executing similar work.

 

 

Submission:

The Prequalification documents, should be submitted in sealed envelope not later than 21st February, 2013 and may be delivered either by hand or registered mail to:-

 

The Managing Director,

Kano State Urban Planning & Development Authority

(KNUPDA),

No.2, Durbin Katsina Road,

Bompai, Kano.

 

Applicants are however, invited for tender opening on 25th February, 2013 at KNUPDA Head Office by 10:00 a.m.

 

Signed:

Managing Director/CEO

Kano State Urban Planning & Development Authority (KNUPDA)

 

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

 

Tender Opportunity at CHEVRON Nigeria Limited

CHEVRON Nigeria Limited

R.C. 6135

Operator of the NNPC/Chevron Joint Venture

 

Provision of Expandable Sand Screens Services (Onshore) to Support Onshore

 

ADDEDUM TO ADVERT

 

  1. This Addendum modifies and supplements the publication concerning the advert titled “Tender Opportunity: Provision of Expandable Sand Screens

Services (Onshore) to Support Onshore Drilling and Completion

Operations” Published on Tuesday, February 5th, 201 3.

 

2.       Kindly note that the advert close out date is 4.00pm, February 26th 2013 and not 4.00pm, February 26th, 2012 as published.

 

3.       The parties agree that wherever there is any conflict between this Addendum and the published advert, the provisions of this Addendum will prevail.

 

4.       All other explicit contract information remains valid.

 

 

Management:

Chevron Nigeria Limited,

2 Chevron Drive, Lekki Peninsula,

P.M.8.12825, Lagos.