Invitation for Pre-Qualification and Tender for the Execution of Year 2012 UBE Intervention Projects at State Universal Basic Education Board, Kano

State Universal Basic Education Board, Kano

P.M.B. 3469, BUK Road, Kano

 

Invitation for Pre-Qualification and Tender for the Execution of Year 2012 UBE Intervention Projects

 

The State Universal Basic Education Board (SUBEB) Kano, in collaboration with Universal Basic Education Commission (UBEC) is undertaking year 2012 Intervention Projects as part of the UBE Programme across the Country. Consequent upon this, the Board hereby invites interested, experienced and reputable companies and suppliers to submit pre-qualification documents and collect tender forms for projects of their choice to be executed with UBE 2012 Intervention funds.

 

Projects to Be Executed:

 

UBE YEAR 2012 Intervention in ECCDE, Primary and Junior Secondary Schools Projects

 

  1. Construction of 90 No. 4-classroom storey blocks with offices across the 44 LGEAs

 

  1. Construction of 90 No.2-compartment VIP Dry Toilet with Urinals across the 44 LGEAs

 

  1. Provision of 7560 No. pupils’ 3-seater desk furniture across the 44 LGEAs

 

  1. Provision of 1260 No. Teachers’ Tables across the 44 LGEAs.

 

  1. Provision of 1260 No. Teachers’ Chairs across the 44 LGEAs.

 

Submission of Pre-Qualification Documents:

Interested Companies/Suppliers should submit the following pre-qualification documents to the Office of the lender Secretary, SUBEB Headquarters, BUK Road, Kano on or before 17th December, 2012 by 2:30pm

 

  1. Comprehensive company profile.
  2. Evidence of registration with Corporate Affairs Commission
  3. Evidence of registration with SUBEB or any other similar organisation in the State or Country.
  4. Evidence of previous projects with SUBEB or any other similar organisation in the State or Country.
  5. Evidence of Technical/ Managerial capability.
  6. Equipment, Plant and Technology capabilities.
  7. Annual Turnover of company for at least 3 years.
  8. Payee.
  9. VAT.
  10. Tax Clearance.
  11. Local Resources Utilization Communities responsibilities.

 

b.  Late submission of pre-qualification documents will not be entertained please

c.  Submitted pre-qualification documents will be opened by 2:30pm on the closing date at the SUBEB Conference hall SUBEB Headquarters BUK Road, Kano.

 

 

Collection and Return of Tender Documents:

  1. Pre-qualified Companies/Suppliers will be required to collect Tender documents between 18th to 19th December 2012 from the Tender Secretary of the Board upon payment of non-refundable fee of N5, 000.00 only.
  2. Completed bids are to be returned to the same officer not later 21st December 2012 by 2:30pm.
  3. Submitted bids will be opened on the closing date i.e. 21st December 2012 by 2:30pm.

 

 

Note:

  1. That late submission of bids will not be entertained, please.
  2. That collection and submission of Tender does not guarantee award of contract.
  3. That the Board is not bound to accept the lowest tender.

 

Signed:

Management

SUBEB, Kano.

General Procurement Notice at Nigeria-Polychlorinated Biphenyl (PCB) Management (Federal Ministry of Environment)

Nigeria-Polychlorinated Biphenyl (PCB) Management (Federal Ministry of Environment)

 

General Procurement Notice

Project ID: P113173

Grant No.: Tf099856

 

The Federal Government of Nigeria has received financing in the amount of US$6.30 Million equivalent from the Global Environment Facility (GEF) towards the cost of the Polychlorinated Biphenyls (PCB) Management Project, and it intends to apply part of the proceeds to payments for goods, works, related services and consulting services to be procured under this project. This project will be jointly financed by Federal Government of Nigeria.

 

The Project Development Objective (PDO) is to strengthen national capacity for management of Persistent Organic Pollutants (POPs) and in particular Polychlorinated Biphenyls (PCBs) as required under the Stockholm Convention

 

The Project will be implemented in four years and has the following Components: (1) Capacity-Building for POPs and PCB Management (2) Environmentally Sound Management of On-line and Off-line Electrical Equipment.(3) Baseline National Inventory of PCBs and PCB-containing Equipment and Development of a National PCB Management Plan and (4) Project Management and Monitoring and Evaluation

 

Procurement of contracts financed by the World Bank will be conducted through the procedures as specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits “January 2011” and is open to all eligible bidders as defined in the guidelines. Consulting services will be selected in accordance with the World Bank’s Guidelines: Section and Employment of Consultants by World Bank Borrowers “January 2011”

 

Specific procurement notices for contracts to be bid under the World Bank’s international competitive bidding (ICB) procedures and for contracts for consultancy services will be announced, as they become available, in UN Development Business, dgMarket and two Nigeria National Dailies

 

 

Invitation for Bid (IFB) at Federal Ministry of Environment (Green Building),

Invitation for Bid (IFB)

 

IFB No.: PCB/GD/NCB/01/12

Grant No: TF 099856

Project ID: P113173

 

1.       This invitation for Bid follows the General Procurement Notice (GPN) for the Nigeria Polychlorinated Biphenyls Management Project (PCB) which appeared in The Punch and The Guardian of 23rd November, 2012

 

2.       The Government of the Federal Republic of Nigeria has received a grant in the amount of USD 6.3 Million from Global Environment Facility Trust Fund towards the cost of the Nigeria Polychlorinated Biphenyls Management Project and intends to apply part of the proceeds to payments for Procurement of Office Furniture and Equipment to be procured under this project.

 

3.       The Nigeria Polychlorinated Biphenyls Management Project (PCB) now invites sealed bids from eligible and qualified bidders for the supply of the Goods described below:

 

Package No.

Lot No.

 

Description of items

 

Delivery Period

 

Delivery location

 

PCB/GD/NCB/01/12

 

Lot/GD/01 & Lot/GD/02

 

Procurement of Office Furniture and Equipment

 

30 Days

 

Abuja

 

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Banks Guidelines: Procurement under IBRD Loans and IDA Credits.

 

5.       Interested eligible bidders may obtain further information from and inspect the bidding document between the hours of 9.00a.m. to 4.00p.m. Monday to Friday, except on public holidays at The Nigeria Polychlorinated Biphenyls Management Project (PCB) Room 225, First Floor, Federal Ministry of Environment (Green Building), Plot No 14Aguiyi Ironsi Street, Maitama, Abuja. 08059649475.

 

6.       Qualifications requirement: Company must be registered in Nigeria and have Valid Tax Certificates for the last three years, Audited Financial Statement for the three years and up to date with its fulfillment of PENCOM and ITF obligations. Additional details are provided in the Bidding Document.

 

7.       A complete set of Standard Bidding Document in English Language may be purchased by interested bidders upon payment of a non-refundable fee of Ten Thousand Naira (N10, 000.00). The Method of payment will be Bank Draft in favour of Nigeria Polychlorinated Biphenyls Management Project (PCB) The Bidding Document will be collected by the bidder or by courier services on request which shall be at the bidder’s cost.

 

8.       Bid security of 2.5% contract value

 

9.       Bids must be delivered to the below office on or before Friday 4th January 2013  by 12 noon and must be accompanied by a bid security as specified above Electronic bidding not allowed. Late bids will be rejected.

 

10.     Bids will be opened in the presence of bidders’ representatives who choose to attend on Friday, 4th January, 2013 by 12.00 Noon, at the Auditorium, Ground Floor, Federal Ministry of Environment (Green Building), Plot No 14 Aguiyi Ironsi Street, Maitama, Abuja. E-Mail, nigeriapcb@yahoo.com .

 

Signed:

The Project Coordinator,

Nigeria Polychlorinated Biphenyls Management Project (PCB)

Room 225, First Floor,

Federal Ministry of Environment (Green Building),

Plot No 14 Aguiyi Ironsi Street, Maitama, Abuja

 

Request for Expressions of Interest (EOIS) From Interested Consultancy at Federal Ministry of Power

Federal Republic of Nigeria

Federal Ministry of Power

 

Request for Expressions of Interest (EOIS) From Interested Consultancy

Firms for Consultancy Services   for the Feasibility Studies & Engineering Design and Environmental Impact Assessment (EIA) for small and Medium Hydropower projects in Different locations Nationwide

 

Background

The Federal Government of Nigeria through the Federal Ministry of Power is desirous of improving power supply in the country through the diversification of sources of electricity supply. Accordingly, the Federal Ministry of Power requests for Expressions of Interest (EOIs) that will lead to short-listing of Eligible Consulting Firms for the development of Small and Medium Hydropower Plants for Power generation in different locations nationwide.

 

Scope of Works

2.       The Consultancy Services will cover the following areas:

Lot A-         Feasibility Studies & Engineering Designs and Preparation of Contract Documents in different locations

Lot B-         Environment Impact Assessment in different locations

 

3.       The various work streams entailed in these consultancies will be elaborated in the various Requests for Proposal (RFP) that will contain the Terms of Reference for the assignments.

 

Pre-Qualification Requirements for Submission of Expressions of Interest 

4.       The requirements for pre-qualification for the Expression of Interest (EOIs) from prospective consulting firms are as follows:

 

i.        Company Profile with copy of Article of Association and CAC Form C07.

ii.       Company Registration with professional bodies particularly COREN or its equivalent for Lot A.

iii.      Evidence of Firms accreditation with the FME/NESREA for Lot B only.

iv.      Evidence of ownership or access to Laboratory accredited by FME/NESREA for Lot B only.

v.       Curriculum Vitae of individual staff who will be assigned to the required services including qualification, individual experience in handling assignments and attestation available.

vi.      Financial Capacity Profile of the firm and Evidence of Tax Clearance Certificate for 2009, 2010, and 2011.

vii.     Evidence of experience in at least three (3) Hydropower Projects executed within the last five (5) years with verifiable letters of contract award.

viii.    Evidence of Hydro Consultancy services with a contractual value of over N50 Million for Lot A and over N10 Million for Lot B in each of the last 3 years.

ix.      Submission of three (3) years Audited Accounts for 2009, 2010, and 2011.

x.       Evidence of Employees Open Retirement Savings Account (RSA) with a Pension Fund Administrator (PFA) of choice.

xi.      Evidence of Remittance of both Employer and Employee Pension Contribution to the appropriate Pension Fund Custodian.

 

5.       Firms will be selected in accordance with the procedures set out in the BPP Standard Request for Proposal (RFP) for the selection of Consultancy Firms (Complex Lump Sum) January 2008.

 

Submission of Proposal

6.       The Expressions of Interest (EOIs) must be submitted in six (6) copies including one original in a sealed envelope clearly marked “Expression of Interest for any of the Lots” at the top right hand corner and addressed to:

 

The Secretary

Ministerial Tenders Board (MTB)

Federal Ministry of Power

Federal Secretariat Complex

Room 347, Phase t, Annex III,

Abuja, FCT

 

to be delivered by hand on or before 12th December 2012 , by 12:00noon. Delivery through Courier will not be accepted. The bid opening will be the same day at l:00pm in the Honourable Minister’s Conference, Room, Federal Secretariat Complex, Phase I, Annex III, Maitama, Abuja.

 

Further Information

7.       Only pre-qualified consultancy firms will be invited to collect the respective Request for Proposal (RFP) for each project lot.

Interested firms may obtain further information from the address below:

 

Director (EIS)

Federal Minister of Power

Federal Secretariat Complex

Room 330, Phase 1, Annex III,

Abuja, FCT

 

Signed:

Dr. (Mrs.) Dere Awosika MFR, mni

Permanent Secretary

Invitation for Pre-Qualification of Contractors for Tertiary Education Trust Fund (TETF) 2012 BOT-Special Intervention on Science Equipment Projects at Akanu Ibiam Federal Polytechnic Unwana

Akanu Ibiam Federal Polytechnic Unwana

P.M.B. 1007, Afikpo, Ebonyi State, Nigeria

 

Invitation for Pre-Qualification of Contractors for Tertiary Education Trust Fund (TETF) 2012 BOT-Special Intervention on Science Equipment Projects

 

Introduction:

In a conscientious effort to improve the standard of education in tertiary institutions, TETFund has approved special intervention projects for Akanu Ibiam Federal Polytechnic Unwana.

 

We therefore invite interested competent and reputable contractors to apply for pre-qualification for the procurement of science equipment in architectural and mechanical engineering departments.

 

Method of Application:

Interested contractors should enclose the following for assessment:

a.       Evidence of Certificate of Incorporation as a company in Nigeria issued by Corporate Affairs Commission (CAC)

 

b.       Evidence of audited account of the company for the last three (3) years.

 

c.       Evidence of TAX clearance for three (3) years

 

d.       Evidence of VAT and past remittance.

 

e.       Evidence of financial capability which includes bank reference and most recent bank statement.

 

f.       Evidence of similar projects successfully executed in the recent past.

 

g.       Company profile including curriculum vitae/certificate of technical personnel and relevant equipment

 

h.       Affidavit of disclosures of the Directors.

 

i.        Annual turnover of the company

 

j.        Evidence of annual contribution of industrial training fund (ITF)

 

k.       Evidence of Pension contribution of employee

 

Submission of Pre-Qualification Documents

a.       The submission of the above document shall be completed on or before 18th December 2012.

 

b.       The pre-qualification bids shall be submitted in a sealed waxed envelope and the name of the project clearly marked on the top left side of the envelope

 

c.       The pre-qualification should be addressed to: The Registrar, Akanu Ibiam Federal Polytechnic Unwana, Ebonyi State.

 

d.       The pre-qualification bids shall be opened on 11th December, 2012 at 12.noon in the council chambers

Note:

Only competent bidders shall be issue invitation to tender.

 

Signed:

A.D OKONO (MRS)

Registrar