Invitation to Tender for the Executive of Capital Projects under Year 2013 Appropriation at Federal Government College Kano

Federal Ministry of Education

Federal Government College, P.M.B 3164 Kano

Invitation to Tender for the Executive of Capital Projects under Year 2013 Appropriation

In partial compliance with laws and policies of the Federal Government of Nigeria on Public Procurement Act 2007 on procurement of goods and services by the Federal Government Ministries, Department and Agencies, the Federal Government College Kano, intends to carry out execution of its approved 2013 Capital Projects The college is therefore inviting competent and interested contractors to submit both Technical and Financial bids in line with defined scope and technical specification for the projects.

Description of Works

The approved capital projects for college are as follows:-

Lot A          Rehabilitation of 5 Nos Flats staff quarter

Lot B          Reactivation of street lights

Lot C          Renovation of 2 Nos of students common room

Eligibility Criteria

Interested, qualified and competent contractors wishing to carry out the advertised jobs mast submit the following documents for verification:-

1)           Certificate of Registration with Corporate Affairs Commission (CAC)

2)           Evidence of registration with relevant processional bodies ARCON, CARBON, COREN, NIQS, e.t.c.

3)           Companies’ comprehensive profile including three years audited account,

4)           Evidence of due registration and remitted VAT.WHT and PAYE

5)           Evidence of remittance of Industrial Training Fund (ITF) contributions

6)           Company Tax Clearance Certificate for the last three years, the last one been valid till 31st December, 2012.

7)           Evidence of registration with PENCOM and remittance of employee pensions. For firms having more than five employee list of three or similar projects (verifiable) completed or on-going with letters of award payment and completion certificate (where applicable).

8)           Letter of financial capability and banking support.

9)           A sworn affidavit by a director of company.

NB

Contractors that have cases of contract abandonment non-completion and poor projects execution with the college or sister colleges need to tender any of these projects;

A.     Collection of Tender Documents

Tender documents are to be collected from the Secretary Tenders Board of Federal Government College, Kano. All contractors mast pay a non-refundable fee of Fifteen Thousand Naira (N 15,000) into (School acct. name and no.) before collection. (Bidders must be issued with official receipt.)

B.      Submission of tender Documents

The technical and financial tender board documents shall be in two separate envelopes with the name of the projects and the company clearly stated, which should be enclosed in a sealed envelope marked “YEAR 2013 TENDER DOCUMENT” at the top left hand corner addressed to The Secretary, Tenders Board, Federal Government College Kano, PMB 6034 Zaria Road, Kano. The documents must be submitted not less than 26th September, 2013, otherwise, the applicant shall stand disqualified.

C.      Public Opening of Bids

Bids shall be opened in the presence of the bidders, or their representatives and interested members of the public after expiration of the deadline fixed for submission of tenders. As such, all prospective contractors are invited to witness the public opening of the bids at the college Lecture Theatre on 26th September, 2013, by 12.00 noon prompt.

Signed:

Secretary TBC for Principal F.G.C. Kano

Invitation for Contractors to Tender for 2012 MDGs-CGS at Obanliku Local Government Area

Invitation for Contractors to Tender for 2012 MDGs-CGS to Obanliku Local

Government Area

 

Nature of the Projects

Obanliku:

Education: School Structures Construction

 

Lots Project Description Projects Locations
Lot 1: Construction of 6 classroom block, including Head teacher office, store, 6 compartment gender separated VIP toilets/staff room and library Government primary School Ugbakoko 2
Lot 2: Construction of 4 classroom block, including Head teacher office, store, 6 compartment gender separated VIP toilets/staff room and library Government secondary Sch. Besenghe 2
Lot 3: Reconstruction of 6 classroom block including Head Teacher Office, Store, 6 compartment gender separated VIP toilets/staff room and library Government primary school Bebuen Kayanggg
Lot 4: Reconstruction of 6 classroom block including Head Teacher Office, Store, 6 compartment gender separated VIP toilets/staff room and library St. Justin Primary School Bisu
Lot 5: Reconstruction of 6 classroom block with re-roofing, rescreening of floor and veranda and provision of metal windows and doors New black boards/white board Government Primary School Kakwe
  SANITATION/WATER  
Lot 6 Construction of 6 compartment gender separated VIP toilets with terrazzo floor and hand washing facility  Kakwe Ablasang
Lot 7 Construction of 6 compartment gender separated VIP toilets with terrazzo floor and hand washing facility  Belinge
Lot 8 Construction of 6 compartment gender separated VIP toilets with terrazzo floor and hand washing facility  Shikpeche
Lot 9 Drilling of 3,000 gallon solar powered boreholes with over head tanks within 300m reticulation Government Primary Kakwe Ablasang
Lot 10 Drilling of 3,000 gallon solar powered boreholes with over head tanks within 300m reticulation Government Primary School Belinge
Lot 11 Drilling of 3,000 gallon solar powered boreholes with over head tanks within 300m reticulation Buyaga
Lot 12 Purchase and distribution of 5,000 2 seater desk/benches to all 78 primary schools in LGA  
HEALTH PROJECTS (WATER)  
Lot 13 Drilling of 3,000 gallon solar powered boreholes with over head tanks within 300m reticulation Lishikwel Health Post
Lot 14 Drilling of 3,000 gallon solar powered boreholes with over head tanks within 300m reticulation Omale Health Post
CONSTRUCTION  
Lot 15 Construction of health facilities Omale Health Post
Lot 16 Construction of staff quarters PHC Sankwala
Lot 17 Construction of staff Quarters Obudu Ranch – resort
SANITATION  
Lot 18 Construction of 4 compartment gender separated WC toilets and hand washing facility Kundeve Health Post
Lot 19 Construction of 4-Compartment gender separated WC toilets and hand washing facility Ablesang Health Post

Submission

Completed documents/Financial bids (Forms) must be signed and submitted or delivered to the address below on or before 27th August, 2013 in a sealed envelope not later than 12.00 noon. Bids shall be opened immediately after the closing time. The submission should be clearly marked TENDER FOR MDGS-CGS TO OBANLIKU LGA 2012 PROJECTS” THE project area of interest should be indicated at the top right hand corner of the envelope.

 

SECTION B: COLLECTION OF TENDER DOCMUENTS/SUBMISSION OF TENDERS

  1. The advert is an invitation to the pre-qualified contractors listed above to pay the sum of  N20,000.00 to Cross River State revenue Account No. 039009013437801, code No. 402228, ECOBANK Plc, calabar for the collection of requisite tender documents/submission of tenders to MDGs Project Support Unit, New secretariat Complex, Calabar within working days.
  2. Persons/Organizations tendering shall at their expense visit the site of works and obtain for themselves necessary information to facilitate their tender. Tenderers are to note that the Cross River State Project Support Unit (PSU) is not bound to accept the lowest or any tender and the decision to award the contract to any contractor is final.
  3. Tenders must comply strictly with the provisions of the tender documents. The Cross River State MDGs office reserves the right to verify any claim(s) by tenderers.
  4. Tenders must be accompanies with evidence of bank lodgement slipof N20, 000.00 and receipt of registration with due process of LGA for which you are tendering.
  5. This advertisement should not be misconstrued as a commitment on the part of cross River State MDGs PSU Office nor shall it entitle companies to make any claim whatsoever and/or seek any indemnity from the MDGs Office or the State Government.
  6. Tenders must be enclosed in a wax sealed envelope with project tendered for and LGA

Clearly marked at the top and addressed to, and delivered by hand or mail to

The Head of Project Support Unit

Department of International Development Cooperation

State Planning Commission Building

New Secretariat Complex

Calabar – Cross River State

Cross River State in Partnership with the Federal Government

Invitation for Bids at The National Assembly, Abuja

The National Assembly, Abuja

Invitation for Bids

The National Assembly in accordance with the requirement of the Public Procurement Act, 2007 hereby invites competent and reputable companies to tender for the following contracts being contemplated under the 2013 Capital Projects as described hereunder:

2. Description of Projects

LOT 1S:      Renovation of official Guest House.

LOT 2S:      Furnishing of Newly acquired Guest House.

LOT 3S:      Supply of Laws of the Federation and Law Dictionary

LOT 4M:    Supply and Installation of Solar Lightening System at Annex I & II, Senate and House of Representatives Wings, National Assembly.

LOT 5M:    Construction of Bus Stops at NASS Complex.

LOT 6M:    Rehabilitation of NASS Water Scheme.

LOT 7M:    Supply   and   Installation   of Automatic   Fire   Defence System at NASS Annex technical Rooms

LOT 8H:     Supply and Installation of Generating Sets.

LOT 9H:     Supply of Utility Vehicles for NASS Liaison office Lagos

LOT10M:   Supply of Laptops and Accessories

3. Tender Requirements:

Interested Companies/Contractors should indicate interest in writing, attaching the following documents:

  1. Evidence of Company Registration (Certificate of Incorporation);
  2. Evidence of Tax Clearance for the last 3years (2010, 2011, 2012);
  3. Evidence of VAT Registration and Evidence of Remittance;
  4. Copies of Auditors Report and Financial Statement (2010,2011,2012);
  5. Evidence of Financial Capability & Bank Support;
  6. Verifiable Evidence of execution of similar projects;
  7. Evidence of PENCOM Registration and Remittance and.
  8. Sworn Affidavit in line with the provision of Part IV, Section 16, Subsection 6(e-f) of the Public Procurement Act, 2007.

4. Tender Instructions

i.        Interested Companies are to collect Bid Documents from the National Assembly Tenders Board Secretariat (Room 1.279, Annex  1,   NASS Complex)  upon   evidence  of  payment  of  a  non-refundable  fee  of N20.000.00 (in Bank Draft in favour of the National Assembly);

ii.       All contracts will attract 2% Bid Security (in Bank Guarantee) of the Bid Sum.

iii.      Tendering will   be conducted   through the National Competitive Bidding (NCB) procedures as specified in the Public Procurement Act, 2007

iv.      Existing Tender Fee Rates will apply:

v.       All Bids shall be assessed in full compliance with the instructions in the Tender Documents, which shall form the   basis   of   Eligibility   of Contractors /Suppliers for final consideration and:

vi.      Tender Document submitted late shall be rejected.

5.       Submission of Bids

i.        15 copies of both Financial and Technical Bids shall be submitted (in addition to the Original Hard and Soft copies). The documents must be paginated, initialed on each page and sealed in separate 15 x 9.5 envelopes, marked appropriately at the left hand corner “Technical Bid” and “Financial Bid”. Both (Envelopes) will be enclosed in a bigger envelope (properly sealed) and addressed to The Secretary, National Assembly Tenders Board, Three Armed Zone, Abuja.

ii.       To be dropped in the Tender Box in the office of the Secretary Tenders Board not later than 1pm Monday, 2nd September, 2013.

6.       Bids Opening

i.        Bids will be opened at 1:30pmon Monday, 2nd September, 2013 at the Department of Procurement & Supplies Conference Room (Room 1.271) Annex I, NASS Complex; and.

ii.       All prospective Contractors or their accredited representatives should endeavour to be present, please.

 

Note:

i.            National Assembly reserves the right to reject any or all bid documents;

ii.            This invitation should not be construed as a commitment on the part of the National Assembly to enter any form of contract with any company, enter into any communication with any company not found suitable nor shall it entitle any company to make any claim whatsoever from the National Assembly;

iii.            National Assembly is not bound to accept the lowest Bid or any Tender;

iv.            The National Assembly also reserves the right to annul the bidding process) at any time without incurring any liabilities and assigning reason thereof; and.

v.            Technical bids submitted by interested companies will be assessed and only

vi.            Tenders of those technically competent that their financial bids will be opened for evaluation.

 

Signed:

Management

12th August, 2013

 

Call for Project Concepts and Strategic Proposals at Global Environment Facility Small Grants Programme (GEF-SGP) Nigeria

Global Environmental Facility

Small Grants Programme in Nigeria

 

Call for Project Concepts and Strategic Proposals

 

The United Nations Development Programme (UNDP) Nigeria on behalf of Global Environment Facility Small Grants Programme (GEF-SGP) Nigeria is now calling for Project Concepts and Strategic Project Proposals that may be supported during the current Operational Phase 5 (OP5) of the GEF-SGP.

 

The Global Environment Facility (GEF) Small Grants Programme (SGP) provides grants to civil society organizations (including national NGOs, community-based organizations, and indigenous peoples organisations) in the following GEF focal areas: mitigation of climate change (CC), conservation of biodiversity (BD), protection of international waters (IW), reduced impact of chemicals and Persistent Organic Pollutants (POPs), prevention of land degradation (LD), and promotion sustainable forest management (SFM). SGP also seeks to generate sustainable livelihoods, reduce poverty, and create community empowerment.

 

The Project Concept is requested under the regular grant process and funding may be provided from GEF not exceeding USD50,000 while funding for the Strategic Project may be provided from the GEF not exceeding US$150,000. There must be evidence of secured commensurate co-financing for both regular and strategic projects. All OP5 Regular and Strategic Project for SGP Nigeria must be planned to take place during the 5th Operational Phase of SGP and ending by December 2014.

 

All interested and eligible NGOs/CBOs and local community organizations that wish to submit project concept and or Strategic Projects proposals for SGP Nigeria should please send an email to the address: sgpnigeria@gmail.com  requesting for or visit http://www.ng.undp.org/gefsgp/  to download the Project Concept Guidelines and or Full Proposal Guidelines and Template. Project Concept under the regular grant process are collected and reviewed on a rolling basis and there is no deadline for submission. The deadline for submission of Strategic Proposal is 30th August 2013 Please note that only Project Concepts and Full Proposals that adhere strictly to the Guidelines would be reviewed. For further inquiry contact the National Coordinator, GEF-Small Grants Programme Office on the email address above or call telephone number +234 9876 7221. Please visit http://sgp.undp.org . for more information on GEF-Small Grants Programme.

 

This Request for Proposal does not amount to a commitment on the part of either GEF, SGP or UNDP either financially or otherwise. GEF-SGP UNDP reserves the right to accept or reject any or all the Proposals without any obligation to inform the affected applicants of the ground for the acceptance or rejection.

 

 

Expression of Interest at FORTE Oil Plc

Expression of Interest for Fuel Dispensing Pumps and Diesel Generators Maintenance Service Contract

 

FORTE Oil Plc wishes to engage the services of experienced vendors who are vast in the repair and maintenance of either fuel dispensing pumps and/or diesel Generators under its outsourcing

 

Requirements

Requirements as defined hereunder, with documented evidence where specified is an integral part of the scope of services to be provided by bidder.

  • Experience in repairs and maintenance of dispensing pumps.
  • Experience in repairs and maintenance of diesel generators.
  • Knowledge of various pumps models such as Tokheim, GVR, Wayne etc.
  • Knowledge of various diesel generators.
  • Robust information management systems.

 

Prerequisites

Bidder is expected to provide evidence of the following indicators of cognate experience and performance:

  • Evidence of clientele base.
  • Proven capacity for handling customer complaints.
  • Quality workshop/spare parts support.
  • Evidence of Financial Capability.
  • Evidence of Administrative Support.
  • Evidence of Strategic/Technical Partnerships.
  • Service network; regional coverage – this includes number, size, staff strength, location of facilities etc.

 

Method of Application

Interested bidder should forward its expression of interest only by email to: eoi@forteoilplc.com  not later than Tuesday 20th August 20 2013