Invitation to Tender at Ekiti State Unversal Basic Education Board

Ekiti State Unversal Basic Education Board,

Subeb Building, Stadium Road, Okesa, P.M. B. 5321, ADO-Ekiti, Ekiti State

 

Invitation to Tender

 

Following the approval of the Universal Basic Education Commission to go ahead with the implementation of 2011 work plan; the Ekiti State Universal Basic Education Board hereby invites reputable, registered and experienced contractors to render for the under-listed jobs under 2011 UBEC Interventions in line with the guidelines on UBEC/SUBEB projects.

 

Pre-Primary ECCDE

Lot I            Construction of 2 Mega ECCDE centres in Ikefe and Ikole LGEAs

 

Primary:

Lot II          Construction of 14 blocks of six classrooms storey buildings in nine LGEAs

 

Lot III         Construction of 25 blocks of three classrooms without office in nine LGEAs

 

Lot IV         Renovation of 76 blocks of classrooms in sixteen LGEAs (Primary school sector)

 

Lot V          Construction of 73 four holes squatting Ventilated Improved Pit (VIP) toilets in sixteen LGEAs

 

Lot VI         Fencing of 27 Public Primary School in sixteen LGEAs

 

Lot VII        Procurement of 4500 double seater steel legged pupils desks and Benches in sixteen LGEAs

 

Lot VIII      Procurement of 2000 units of Teachers’ Tables and Chairs in sixteen LGEAs

 

Junior Secondary School

Lot IX         Renovation of 78 blocks of classrooms, school halls, technical  workshops and laboratory blocks in sixteen LGEAs

 

2.       Requirements for Tendering:

Interested contractors must submit along with their tenders the following documents:

 

(i)      Evidence of registration of company with Corporate Affairs Commission

(ii)     Three Years Tax Clearance (2010, 201l and 2012)

(iii)    Evidence of Payment of three years Development Levies: 2010, 2011and 2012.

(iv)    Evidence of previous job satisfactorily executed.

(v)     Payment of a non-refundable tender fee as prescribed by the Bureau of Public Procurement (depending on the category of job to be tendered for)

(vi)    Details and specifications for the jobs arc obtainable at the Planning, Research & Statistics Department of the Board after showing evidence of Tender fee.

 

3.       Submission:

Tender documents are to be submitted in sealed envelope marked “Tender for 2011 UBEC/SUBEB Project” and addressed to:-

 

The Tender Secretary,

Ekiti State Universal Basic Education Board,

Okesa,

P.M.B. 5321

Ado-Ekiti.

 

Tender must be submitted on or before 30th November 2012  and bid opening at the same day at 12 noon.

 

Late submission will not be entertained. Please, note that violation of any of the above conditions may render a Tender invalid and the Board is not bound to accept the lowest bid or give reasons for rejecting any Tender.

 

Signed: Executive Chaiman, Ekiti SUBEB

 

www.ekitistate.gov.ng

 

Addendum To Invitation For Bid at SERVICOM OFFICE

SERVICOM OFFICE

2 Usman Danfodio Crescent, Zone A4. Opposite State Banquet Hall, Presidential Villa, Asokoro, P.M.B 622, Garki, Abuja FCT.

 

Addendum To Invitation For Bid

 

The SERVICOM Office under the Presidency wishes to draw the attention of the general public to the Procurement notice published in the Daily Trust Newspaper and This Day Newspaper of October 31st, 2012.

 

Please be informed that the procurement notice has been amended as follows:

LOT I.         Furnishing of 21 Office Space

LOT II.       Supply of Office Equipment

61 Computer sets

29 Printers

61 UPS

17 Photocopiers

65 Office

Cabinets

20 Water Dispensers

 

 

In addition to the Tendering requirement as stated in the Earlier advertisement, all interested companies are also required to note that;

 

  • Evidence of pension contribution for their employees is required for
  • prequalification.
  • Closing date for the submission of tender documents is now 12 noon of 12th  December 2012.  Opening of the bids would follow immediately at the conference room of the SERVICOM Office.
  • Bid documents containing full specifications on all lots can be obtained from the Administrative Department of the SERVICOM Office
  • Other prequalification requirements stated in the earlier advertisement still stand.

 

Please we regret any inconveniences caused by this addendum.

 

Signed

Management

 

Invitation to Tender at Border Communities Development Agency (BCDA)

The Presidency

 

Border Communities Development Agency (BCDA)

 

Invitation to Tender

 

Ref No ……………….

 

1.0     Preamble

In compliance with the requirement of the Public Procurement Act 2007 and extant regulations of Government on procurement of goods, works and services by Federal Government Ministries and Parastatals, BCDA wishes to invite Tenders from suitable and qualified companies with proven experience to undertake the under listed pilot Projects

 

2.0

 

Lot

 

Description

 

Quantity Bid Security Bid Validity Completion Period

 

Location
1 Construction of Health Care Center with perimeter fence

 

1 2.5% of Total Cost Bank Guarantee Within 60 days 90 days Chibun, Takum LGA. Taraba Stete.
2 Provision of Solar Powered Water Facility 1 2.5% of Total Cost Bank Guarantee Within 60 days 90 days Chibun, Takum LGA. Taraba Stete.

 

The projects must be delivered on or before the delivery date specified above.

 

3.0     Qualification/Tender Documents

(i)      Evidence of registration with Corporate Affairs Commission Form CO2 and

CO7.

(ii)     Copy of current tax clearance certificate for the (3) years expiring December

2011.

(iii)    Copy of VAT Registration Certificate.

(iv)    Verifiable evidence of similar jobs successfully executed in the last 3 years

(photographs/completion certificates and similar on-going jobs if any) should be enclosed.

(v)    Full details of the company’s profile indicating the list of key personnel/

technical officers to be attached, the company’s name, legal status, verifiable contact address, e-mail and telephone numbers are essential.

(vi)   Provide evidence of financial capability, (e.g. Statement of audited  company’s account)

(vii)   Tender /Bid security (25% of the contract cost) or bank guarantee.

(viii) Evidence of payment of non- refundable tender fee of N20, 000, 00 only in

favour of Border Communities Development Agency.

(ix)              Provide any other relevant information that may enhance the chances of the

Company.

 

4.0     Collection of Tender Documents

Completed Tender documents should be collected from the Procurement Unit at the Agency’s Headquarters at the address below for a fee of N20,000 (Twenty thousand naira only) in Bank draft made payable to the Agency. Evidence of payment of tender fee must be attached to the tender document at the time of submission.

 

5.0     Submission of Documents

The prospective bidders shall enclose the original and two copies of Technical and Financial bids in (2) separate envelopes clearly marked “Technical” and “Financial” and enclose the two (2) separate envelops in one sealed large outer envelope which shall bear the lot number and description, the name and address of the company and addressed to:

 

The Executive Secretary,

Border Communities Development Agency,

Plot 2449 Limpopo Street, Maitama,                    

Abuja, FCT.

 

The documents shall be submitted in the Bid Box at the reception of the Agency’s Headquarters on or before 22nd November 2012.

 

6.0     Closing Date

Submission of Tenders closes on 20th November, 2012, at 12 noon.

 

7.0     Opening

All bids will be opened on the same day in the Conference Room, Representatives of Bidding companies are invited to witness the opening.

 

Note

(i)      The eventual winner will be required to submit Performance Guarantee in the sum of 10% of the Contract sum.

(ii)     Only the lowest evaluated responsive bid shall be selected. The Tenders Board is NOT BOUND to accept the lowest bid.

 

8.0     Opening of Tenders

The Tenders will be opened at 12.00 noon on the closing date at the conference Room.

 

Please Note:

(a)     Late submission of Bids will be rejected.

(b)     False claims and failure to comply with the instruction above or to provide any of the listed documents may automatically lead to disqualification.

(c)      Nothing in this advertisement shall be construed to be a commitment on the part of the Agency for acceptance of the tender.

(d)     Any company not formally suitable or qualified, is not entitled to make any claims what so ever in respect of any expenses incurred in preparing a tender response.

 

Signed:

Head Procurement Unit

BCDA

 

 

 

Invitation to Tender at Min-Jibir Local Government Kano State

Min-Jibir Local Government Kano State

 

Invitation to Tender

 

Min- Jibir Local Government of Kano State wishes to bring to the notice of interested competent and reputable contractors as part of preliminaries projects, that it intends to carry out the following projects.

 

Projects:

1.       Electrification of Tsakuwa village.

2.       Electrification of kawo Village.

3.       Construction of Garke Village

4.       Construction of wall fencing of Minjibir Gabas Grave yard

5.       Construction of Minjibir District head palace.

6.       Construction of block of primary school at gasgainu villages

 

Pre Qualification Requirements

01.     Certificate of Incorporation

02.     Registration with State Works Reg. Board

03.     Company Audited Account for 3 years

04.     Evidence of Tax Clearance for 3 years

05.     Evidence of financial capability/Banking support

06.     Experience & technical qualification of key personnel

07.     Record of previous projects executed & evidence of knowledge of the industry

08.     Equipments, plants & Technology capacity

09.     Annual tune over

10.     Evidence of settlement of payee & other withholding tax

11.     Vat. Registration & evidence of past vat remittances

12.     Any other document that will enhance your competency and reliability

 

Submission of Document

The application of pre qualification must be submitted in sealed envelopes and boldly marked “Pre Qualification Documents” for………… Application should reach the office of the Director Personnel Management (DPM) minjibir Local Government, Kano State.

 

Closing Date

Submission of applications for Pre qualification will be on or before 22nd November 2012.

 

Signed:                                    

Management

 

Invitation to Tender for the Appointment of Coordinating Consultants for the Feasibility Studies & Engineering Design and Environmental Impact Assessment (EIA) of Small and Medium Hydropower Projects in Different Location Nationwide at Federal Ministry of Power

Federal Ministry of Power

 

Invitation to Tender for the Appointment of Coordinating Consultants for the Feasibility Studies & Engineering Design and Environmental Impact Assessment (EIA) of Small and Medium Hydropower Projects in Different Location Nationwide

 

Introduction

The Federal Ministry of Power intends to undertake Feasibility

Studies & Engineering Designs and Environmental Impact Assessment (EIA) of Small & Medium Hydropower Projects at selected dam sites in different location nationwide as part of its diversification of sources of electricity. Accordingly, the Ministry in line with the 2012 Budget Proposals invites interested, experienced and reputable Consultancy Firms or Joint Ventures to apply as Coordinating Consultant for the Feasibility Studies and Engineering Designs and Environmental Impact Assessment (EIA) of Small & Medium Hydropower Projects.

 

 

Scope of Works

The scope of works shall include:

  1. Preparation of Terms of reference and the detailed Technical/Financial   Proposals (RFP) for the Feasibility Studies and Environmental Impact Assessment (EIA) of the identified Small and Medium Hydropower Projects
  2. Evaluation of the Technical a Financial Bids of the Consultants participating in the Tender for Feasibility Studies and Environmental Impact Assessment (EIA).
  3. Coordination, Review and Analysis of Reports and Submissions of the successful Consultants
  4. Assist FMP in all processes relating to tendering and award of contract for the construction of the small and Medium HPP Projects

 

 

Conditions for Pre-Qualification

Interested Firms or Joint Ventures are expected to collect, fill and submit   Standard Request for Proposal (RFP) for Coordinal Consultancy Services for Feasibility Studies and Engineering Design for Small & Medium Hydropower Projects from the Office of Secretary, Ministerial Tenders Board along with the following:

 

  1. Company Profile with copy of Article of Association and CAC Form C07;
  2. Company Registration with Professional Bodies particularly COREN or its equivalent;
  3. Evidence of Firm’s accreditation with the Federal Ministry of Environment/NESREA;
  4. Evidence of ownership of Laboratory accredited by Federal Ministry of Environment (FME)/NESREA;
  5. Curriculum Vitae of individual experts/staff who will be assigned to the required services including qualification, individual experience in handling assignments and attestation available;
  6. Financial Capacity Profile of the firm and Evidence of Tax Clearance Certificate for 2009, 2010, 2011;
  7. Evidence of experience in at least three (3) Hydropower Projects executed within the last five (5) years;
  8. Evidence of Hydro Consultancy services with a contractual value of over N100million;
  9. Submission of three (3) years Audited Account;
  10. Evidence of Employees Open Retirement Savings Account (RSA) with a Pension Fund Administrator (PFA) of choice;
  11. Evidence of Remittance of both Employer and Employee Pension Contribution to the appropriate Pension Fund Custodian.

 

The Consultant shall 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

Completed Technical and Financial Proposals should be submitted in two (2) separate envelopes enclosed inside a third (3rd) sealed envelope (one electronic copy in Microsoft Office Original and six (6) copies of each Technical & Financial Proposals respectively and marked “Coordinating Consultancy Services for Feasibility Studies & Engineering Designs and Environmental Impact Assessment (EIA) for Small fit Medium Hydropower Projects nationwide” 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 1, Annex III,

Abuja, FCT

 

To be delivered by HAND on or before 12:00 noon on 11th December, 2012. The prequalification documents should be enclosed inside the Technical Proposals. The Technical proposals shall be opened same day at 1:00pm in the Conference Room of the Honourable Minister, 4th floor, Annex III, PHASE 1, Federal Secretariat Complex.

 

 

Important Information

  • This notice is an Invitation to Tender and not Pre-qualification.
  • Only the Financial bids of the Technically qualified Consultants would be opened. The Financial bids of the others would be returned unopened.
  • Only Consultancy Firms with proven experience in Hydropower Project Designs are eligible to submit proposals.
  • No representative or agent should bid for or on behalf of any Consultant as the client shall not discuss or deal with any third party.
  • Federal Ministry of Power reserves the right to verify and authenticate any claim by Firms. Prospective Consultants should therefore include in their submissions necessary authority for verification.
  • Firms should abide by the bidding instructions and requirements to avoid rejection of their bids.
  • The Federal Ministry of Power shall not enter into any debate or discussion with any party with respect to the rejection of not conforming to directives and accompanying documents.

 

 

Enquiries on the Invitation

All enquiries on the proposals are to be directed to:

 

Director (EIS)

Federal Minister of Power

Federal Secretariat Complex

Room 330, Phase 1, Annex III,

Abuja, FCT

 

Signed:

Dr. (Mrs) Dare Awosika, MFR, mni

Permanent Secretary