Invitation to Express Interest in Private Sector Participation in Waste Management at Egbedore Local Government, Awo, State Of Osun

Egbedore Local Government,

Awo, State Of Osun

 

Invitation to Express Interest in Private Sector Participation in Waste Management

 

The authority of Egbedore Local Government invites private concerns with high reputation and proven integrity to express interest in private sector participation in waste management into area of jurisdiction

 

Requirement:

Interested companies/enterprises are to submit the following documents.

1        Evidence of company registration with the corporate Affairs commission.

2        Evidence of registration as contractor with the Government of the State of Osun,

3        Evidence of registration of business premises with the Ministry of commerce and cooperative in the State of Osun.

4        Evidence of payment of lax for the past three years.

5        Evidence of successful performance of similar job in the recent past.

6        Evidence of financial capacity and bank support.

 

2        Details of Activities Involved

Interest companies/enterprises should contact the office of Director of Water and Environmental Sanitation for details of activities involved in the programme.

 

3        Submission of Application

Application letters should be submitted to the office of Director of Administration and General Services, Egbedore Local Government, Awo. Addressed as Follow:

The Executive Secretary,

Egbedore Local Government, Awo.

State of Osun

 

4        Bid Document will be opened at the above address on or before 29th January, 2013.

 

SIGN:

Hon. Alhaji Ibrahim Adewale Akande

Executive Secretary,

Egbedore Local Government, Awo

 

Alhaja FOLAKE ADEBAYO

Head of Local Government Administration

Egbedore Local Government, Awo

 

Mr Raheem N.A

Director, Social Development, Department,

Egbedore Local Government, Awo

 

Consultancy Services on Computer and Information Technology for On-The-Job Training of Civil Servants at Ministry of Education Science and Technology (Department of Computer Services & Information Technology), Osogbo State Government of Osun

Ministry of Education Science and Technology (Department of Computer Services & Information Technology),

Osogbo State Government of Osun

 

Consultancy Services on Computer and Information Technology for On-The-Job Training of Civil Servants

 

Expression of Interest

 

Preamble:

The State Government of Osun is desirous of organizing series of on-the-job ICT training for all categories of staff in the Public for the purpose of equipping them with the skill to meet the challenges of ICT-driven Public Service for effective and efficient service delivery. Towards this end it has been considered necessary to organize appropriate training to meet specific needs of all employees in her public service. In this regard we seek to engage the services of reputable consultants with cognate experience in the field to train persons to understand and use various ICT application packages relevant to day-to-day office duties in general and specialized departments.

 

Objective of Assignment

To prepare relevant curriculum, training manuals and workflow and including and up to actual implementation and evaluation of ICT training scheme in State to promote sustainable skill set development required for schedule of duties of the various categories of staff.

 

Categorization of Assignment:

 

  1. Development of training curriculum and training manuals suitable for all categories of staff in various desktop publishing and special applications for short-term and day-release training of affected staff. Specifically, Consultants are required to choose and cover one of Microsoft Office Application package, SPSS, AutoCAD, Accounting Packages and Database Management,.
  2. Basic Computer Engineering, Networking (LAN and Wi-Fi) and Hardware Maintenance.
  3. System Administration, Microsoft SharePoint, Programming, Web applications, Oracle Financial and specialized applications.

 

Pre-Qualification and Requirements:

Prospective Consultants   shall   be   required to submit the following   pre-qualification documents:

  1. Evidence of registration with the Corporate Affairs Commission.
  2. Evidence of Tax-Clearance for the post three years 2009, 2010 and 2011
  3.  Evidence of registration with State Government of Osun
  4. List and verifiable documentary evidence of similar jobs successfully executed with locations. Submission of the following documents would be advantageous: Letters of Award, Project Completion Certificates of Final Payment.
  5. Evidence of financial capability and Banking support(s) to execute the project
  6. List and Resume of key professional staff to be involved and evidences of their registration with professional bodies (if any).
  7. Company’s financial details and Audited Accounts (where applicable for years 2009 – 2011
  8. Value Added Tax (VAT) registration and evidences of past remittances.
  9. Registration of Business Premises
  10. Evidence of Registration with ICT Business with State of Osun

 

General Information:

 

Prospective Consultants seeking any clarification should contact.

The Permanent Secretary,

Ministry of Education Science & Technology, Osogbo

 

Pre-Qualification Documents:

All Pre-qualification submissions should contain an envelope of size 110mm x 215mm and marked statement, “Prequalification Fee” with a Bank Draft or Certified Cheque for N10, 000. 00 (Ten Thousand Naira) only, as non-refundable administrative processing fees, payable to Osun State Government: Failure to submit this will disqualify the Application. A Pre-qualification Fee is payable only in respect of each item being applied for. All submissions must reach:

 

The Secretary,

State Tenders Board,

Office of the Governor, Osogbo

Not later than 12.00 noon, 9th January, 2013.

 

Opening of Pre-qualification Submissions:

The Pre-qualification Submission would be opened immediately after the close of submission in the Conference Hall of the State Tenders Board, Office of the Governor, Osogbo. Prospective Consultants and representatives of Civil Society Organizations are hereby invited to witness the opening of submissions

 

Collection of Proposal Documents:

Only pre-qualified Consultants would be eligible to collect bidding document on payment of non refundable Proposal fees.

 

 

Submission of Proposals:

All proposals MUST reach the Secretary, Consultant of State Tenders Board, c/o Governor’s Office, osogbo NOT later than 1 week from the date of collection of Bidding Document.

 

Proposal Opening:

Proposals shall be opened immediately after close of submission by 12.00 noon at the Conference Hall of the State Tenders Board Office, Office of the Governor, Osogbo. All Consultants are invited to witness the Opening.

 

Signed:

State Consultancy Board

 

Obudu Dam Rehabilitation Works (Engineering Supervision of Obudu Dam Rehabilitation Works) at Federal Ministry of Water Resources

The Federal Republic of Nigeria

Federal Ministry of Water Resources

2nd National Urban Water Sector Project

 

Publication of Award of Contract

 

Contract Description: Engineering Supervision of Obudu Dam Rehabilitation Works

 

RFP NO: FMWR/NUWSRP/ES/QCBS/010

 

Duration: Twelve Calendar Months

 

Credit NO: Cr4086 UN I

 

Date contract Signed: 17th October, 2012

 

 

Preamble:

The Federal Government of Nigeria (FGN) has received a credit of US$200million from the International Development Association (IDA)| for the implementation of the 2nd National Urban Water Sector Project (2nd NUWSRP). Part of the proceeds of the credit is being applied to finance all necessary rehabilitation works on Obudu dam.

 

The Federal Ministry of Water Resources on 2nd July, 2009 placed advertisement in the Daily Trust and the Guardian Newspapers and also in Federal Tenders Journal of Monday 13th July, 2009 inviting eligible bidder to express interest in the engineering supervision of the physical works to be carried out on the Obudu dam. Subsequently, twenty four firms submitted expression of interest out of which six were prequalified and issued Request for Proposals on 14th September, 2010.

 

 

As at the deadline of time and date for submission of both technical and financial proposals, i.e 12 noon on 12th October, 2010, four proposals were received. The technical proposals were subsequently evaluated and financial envelopes of three firms that met the pass mark requirements were publicly opened following which a consultant was selected based on World Bank’s Guideline for selection and Employment of Consultants by World Bank Borrowers, published in May 2004.

 

The table below presents the summary of evaluation of both the technical and financial proposals of the two qualified firms.

 

 

Debriefing

Any bidder that wish to ascertain the grounds on which its proposal was not selected should request an explanation in writing to the following address:

 

The Project Coordinating Office

Plot 20, Lingu Crescent,

off Aminu Kano Crescent,

Wuse II, Abuja.

 

Please note that the requesting bidder shall bear all the costs of attending to such request.

 

Summary of Combined Technical and Financial Scores

 

 

S/No.

 

Name of Firms

 

Technical Score

 

Weighted Technical Score

 

Final Evaluated Bid Prices Financial Score Weighted Financial Score  

 

 

 

Total

Ranking
F(S) F(S)
T(S) 0.8*T(S) Naira 100*fm/FM 0.2*F(S)
(a) (b) (c) (d) (e) (f) (g) (h) = (d) + (g) (i)
1 Gauff  Ingenuires/Nespak Nigeria Limited 89.16 71.33 78,691,691.00 100.00 20.00 91.33 1st
2 Aim Consultants limited 89.03 71.22 86,334,587.60 91.15 18.23 89.45 2nd

 

 

 

Signed

Amb (Dr.) Godknows  Igali, OON.

Permanent Secretary

Publication of Award of Contract (Obudu Dam Rehabilitation Works ) at Federal Ministry of Water Resources

Federal Ministry of Water Resources

2nd National Urban Water Sector Project

 

Publication of Award of Contract

 

Contract Description:  Obudu Dam Rehabilitation Works

RFP No:  FMWR/NUWSRPA/WKS/ICB/01/11

Duration:    Twelve Calendar Months

Credit No:     Cr4086 UNI

Date contract signed: 10th September, 2012

 

 

Preamble:

The Federal Government of Nigeria (FGN) has received a credit of US$200million from the International Development Association (IDA) for the implementation of the 2nd National Urban Water Sector Project (2nd NUWSRP). Part of the proceeds of the credit is being applied to finance all necessary rehabilitation works on Obudu dam.

 

 

The Federal Ministry of Water Resources on November 28, 2011 placed advertisement in the Daily Trust and The Guardian Newspapers, and on Federal Tenders Journal of 28 November – 11th  December, 2011 issue inviting eligible bidder to tender for the physical works to be carried out on Obudu dam. Subsequently, nineteen firms were issued the bidding document and as at the closing time and date of 12 noon 31st January, 2012 fourteen bids were submitted out of which thirteen bids were opened publicly “with one bid unopened due to late submission in accordance with” section ITB 22.1 of the biding document.

 

The table below gives the summary of evaluation of the thirteen bids that were publicly opened and evaluated.

 

Debriefing

Any bidder that wishes to ascertain the grounds on which its bid was not selected should request an explanation in writing to the following address:

 

The Project Coordinating Office

Plot 20, Lingu Crescent,

off Aminu Kano Crescent,

Wuse II, Abuja.

 

Please note that the requesting bidder shall bear all the costs of attending to such request.

 

Summary of Evaluated Bids

 

Rank Bidder  Corrected Evaluated Price Naira (N) Result of Evaluatoion
1 Rasio technical Services Limited  623,466,023.15  Experience in works of similar nature not adequate 
2 Hally Brown International Limited  985,946,616.30  Experience in works of similar nature not adequate 
3 Agrostructures International Limited  992,519,767.00  Experience in works of similar nature not adequate 
4 Cartlark International Limited  1,093,452,934.21  Experience in works of similar nature not adequate 
5 Consolidated Contractors Limited  1,165,944,304.65  Qualified and recommended 
6 Mecca Nigeria Limited  1,224,901,057.48  Experience in works of similar nature not adequate 
7 Land & Water Partnership Limited  1,235,201,972.80  Experience in works of similar nature not adequate 
8 C.C Akanonu & Sons Limited  1,391,394,031.00  Experience in works of similar nature not adequate 
9 Omarchwhite Nigeria Limited  1,391,658,741.40  Experience in works of similar nature not adequate 
10 Bindingari Construction Limited 1,448,225,295.10  Qualified and recommended as No. 2 
11 Doliz Brown Nigeria Limited 1,578,501,977.51  Experience in works of similar nature not adequate 
12 Asu Company Limited 1,523.859,929.73  Experience in works of similar nature not adequate 
13 C.G.C Nigeria Limited  1,614,924,925.64  Qualified and recommended as No. 3 

 

Signed

Amb (Dr.) Godknows  Igali, OON.

Permanent Secretary

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

 

The Niger Delta  Development Commission (NDDC)    in furtherance of Its mandate is planning to undertake a developmental project 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 project. 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 Project is:

S/N PROJECT CLASSIFICATION LOCATION/LGA STATE PROJECT DESCRIPTION
1 Jetty/shore protection Twon Braze/Brass Bayelsa Construction of shore protection

 

 

Every interested and suitably qualified contractor with real operating and relevant experience is invited to submit its solicitation for ore-qualification 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 VAT certificate with evidence of remittance;
  • A confirmable evidence of up-to-date Annual Returns;
  • A confirmable evidence of Tax Clearance Certificate tor the past 3 years duly certified by FIRS
  • Proof of contribution to ITF
  • Sworn affidavit that the company is not bankrupt
  • Sworn affidavit that the contractor/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 availability to undertake the job (within agreed time-frame)
  • An undertaking /Assurance for the delivery of the project in line with project brief

 

Technical

  1. Technical capability of the company / including CV / photocopies of certificates of relevant staff
  2. Evidence of track records in the execution of similar projects
  3. Evidence of payment for similar job done in the past with verifiable names and telephone numbers of contact persons from awarding institutions
  4. CASHES and quality Assurance policy of the company,
  5. Any other relevant information that will facilitate the evaluation of the company.

 

Evaluation Criteria

Contactors are expected to comply with the above requirements as failure may lead to the cancelation 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 contractors technical and corporate capabilities.

 

 

 

Other Relevant Information

  • The selection of contractors for this project will follow the provisions and procedures outlined in the Public Procurement Act 2007.
  • 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 the 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.
  • 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

 

Validity of the Solicitation for Pre-Qualification

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 Friday, February 8th 2013.

 

The Managing Director/CEO

Niger Delta Development Commission

167, Aba Road, Port Harcourt

Rivers State.

 

Signed

MANAGEMENT