Invitation to Tender Kosofe Local Government, Area Lagos State

Kosofe Local Government

Ikosi-Isheri Local Council

Development Area Lagos State

 

Invitation to Tender

 

Lot 1:         Construction of road and drainage at the end of Aladelola road

 

Lot 2:         Road rehabilitation at the following locations

i.        Rehabilitation of Olowora road

ii.       Rehabilitation of Oladele street

iii.      Rehabilitation of Ekiti street

 

Lot 3:         Rehabilitation of street light at Ikosi Road

 

Lot 4:         Construction of office complex at Ikosi-lsheri Local Council Development Area Secretariat

 

Lot 5:         Construction of additional Primary Health Centre

 

Lot 6:         Provision of porta cabin at Ajegunle

 

Lot 7:         Development and construction of market within Ikosi-lsheri

i.        Construction of blocks of classroom in primary schools within Ikosi-Isheri

ii.       Supply of Transformers

iii.      Energization of Transformers

 

Tender documents including Bills of quantities and specifications are available at the office of the Head of Department (Works and Housing) at the Council Secretariat, 20 Ikosi Road, Ketu on payment of non-refundable Tender fees of fifty thousand naira(=N=50,000) only.

 

The tender documents should be wax-sealed, land-marked in capital at the left hand corner “Tender” and should be addressed to:

The Council Manager

Ikosi-Isheri Local Council Development Area

20, Ikosi Road, Ketu.

 

The completed tender documents should be deposited in the tender box at the Council manager’s office between 8.00am-4.00pm. Monday through Friday on or before 13th September 2012.

 

Interested contractors/tenders are expected to attach the under listed requirements alongside their tender documents.

A.      Certificate of incorporation and registration

B.      Company’s profile

C.      Evidence of registration with Lagos state Government and Ikosi-Isheri Local Council Development Area

D.      Evidence of three (3)years tax clearance

E.      Evidence of payment of tender fee

F.      Evidence of previous jobs( capital projects) done for government or any other reputable organization.

G.      Evidence of performance with reputable financial institutions

 

The Local Council Development Area is not bound to accept the lowest of the highest tender nor give reason for rejecting any tender.

 

Please, note that non-adherence to any of the instruction contained in this notice may render the tender invalid.

 

Signed:

Mrs. K.A FASUYI

Council Manager

Ikosi-Isheri L.C.D.A

Invitation for Pre-qualification of Contractors and Tender Bidding at Division of Agricultural Colleges Ahmadu Bello University

Division of Agricultural Colleges Ahmadu Bello University Zaria

(Office of the Secretary)

Ref: DAC/SEC-72

 

Invitation for Pre-qualification of Contractors and Tender Bidding

 

1.       The Division of Agricultural Colleges, Ahmadu Bello University Zaria invites experienced and reputable contractors to bid for a project under the year 2010 Tertiary Education Trust Fund intervention. The advertisement covers Pre-qualification and Tender bidding in respect of this project.

 

Lot 1:         Construction of Agricultural Products Processing and Skill Acquisition Centre at the Kabba College of Agriculture.

 

2.       Technical Bid:

The pre-qualification documents should include:

a.       Evidence of Incorporation/Registration with Cooperate Affairs Commission (CAC)

b.       Company Current Tax Clearance Certificate for the last three (3) years (2009-2011)

c.       Company Audited Account for the last three years (2009-2011) including annual turn-over.

d.       VAT registration and evidence of remittances in the last three years (2009-2011) to be attached.

e.       Evidence of Financial capability to execute the project i.e. Bank reference          and a letter of credit facility from a reputable Commercial Bank with a    commitment to provide loan facility for the execution of the contract.

f.       List of similar, verifiable and successfully executed projects or ongoing by the Company with letters of award and completion certificates, in the last five years 2007-2011. Only letters of award and interim certificate of payment should be attached for projects that are ongoing.

g.       List of Managerial, key Technical and Administrative Staff of the Company which should include names, curriculum vitae and copies of certificate for each key staff.

h.       List of Equipment owned for on lease hold by the company relevant for smooth execution of the project. Evidence of ownership and pictures with company logo will be an added advantage.

i.        Evidence of remittance of pension contribution fund for staff of the company from reputable pension Administrators as provided in section16, subsection 6 (d) of the public procurement Act, 2007.

j.        Evidence of compliance with the provisions of the industrial training fund amendment act as stipulated in section 6 (1)-(3).

k.       Evidence of community social responsibility (if any).

l.        Original documents should be available for sighting on demand during or after the opening of prequalification documents.

 

3.       Tender documents This will be available at the University Estate Department and will be issued to each contractor upon presentation of a payment receipt after making the required payment of the non-refundable fee of N20,000.00 (Twenty Thousand Naira) to the Finance Officer, Division of Agricultural Colleges, Zaria, for this exercise.

 

Pre-Qualification Documents Attracts No Fee.

 

4.       Submission of Pre-Qualification/Tender Documents

The pre-qualification and tender documents should be bounded separately. Pre-qualification documents should be bounded in wax-sealed envelope with “Pre-Qualification as Contractor” written at the top left hand with the title of the project.

 

Tender documents should also be bounded in wax-sealed envelope with title of project written at the top left corner. Photocopy of the payment receipt should be attached.

 

All documents should be addressed to “The Secretary, Division of Agricultural Colleges Ahmadu Bello University, Zaria” and should be hand-delivered on or before 26th September, 2012, by 1:00 p.m. being the closing date for submission.

 

Please note that the Pre-qualification and Tender documents are to be deposited in different boxes as provided in the office of the Secretary.

 

Opening Of Prequalification/Tender Documents

Pre-qualification documents will be opened on 26th September, 2012 at 1:30 p.m. in the Board Room of the Division of Agricultural Colleges, A.B.U., Zaria.

 

Only prequalified contractors would have their tender announced at the tender opening which will take place on Thursday 18th October, 2012, at 1:30 p.m. at the Board Room of the Division of Agricultural Colleges, Ahmadu Bello University, Zaria. All bidders or their representatives are invited.

 

6.       Please Note

a.       Submission of prequalification documents to DAC/ABU Zaria is neither a commitment nor an obligation to award any contract to any contractor or agent.

b.       Advertisement for invitation for expression of interest for pre-qualification and Tender bidding should not be construed as a commitment on the part of DAC/ABU, Zaria or shall it entitled any contractor to make any claims whatsoever or seek and indemnity from DAC/ABU, Zaria.

c.       Due diligence would be followed as all documents submitted would be verified, past executed works and contractors offices, location of Plants and Equipment may be visited for verification. Any discrepancies found would summarily disqualify the contractor.

 

Management

Request for Proposal at Association for Reproductive and Family Health (ARFH),

Request for Proposal

 

Tuberculosis Research in Nigeria

 

RFP: Knowledge, Attitude and practice of people towards Tuberculosis in Nigeria

 

Issue date: 24th August, 2012

 

Closing date: 4th September, 2012

 

Association for Reproductive and Family Health (ARFH), a principal recipient to the Global Fund round 9 Tuberculosis grant in collaboration with National TB and Leprosy Control Programme (NTBLCP) is hereby seeking for qualified research consultants or organizations to conduct both quantitative and qualitative research to determine the level of knowledge, attitude and practices (KAP) of people towards Tuberculosis in Nigeria.

 

Interested candidate who wishes to respond to this solicitation should please visit: www.arfh-ng.org//TBKAP_ survey2012 to download the RFP. Further clarifications and questions should be directed to Abiodun Hassan at evaluations@arfh-ng.org. Please include subject line in your e-mail as “Tuberculosis Research in Nigeria”.

Expression of Interest at Nigeria Northern Education Initiative (NEI)

Expression of Interest

Nigeria Northern Education Initiative (NEI) is a USAID-funded project aimed at strengthening state and local government capacity to deliver basic education services by addressing key issues in the management, sustain-ability, and oversight of basic education. The project is also increasing access of orphans and vulnerable children to basic education and services such as health information and counseling in Bauchi and Sokoto State.

 

NEI seeks the services of a reputable software development company to develop and deploy a human resource management, teacher-focused data-base-driven software in the education sector.

 

Each interested bidder is to submit a letter of interest and company profile listing database projects implemented for clients, clients’ contact details for verification of such claims, and expected duration and cost of completing the software project for NEI. Additionally, each bidder should provide:

 

  • Evidence of registration with CAC
  • Three consecutive years tax clearance certificate to date
  • Evidence of Membership of Computer Professionals Registration Council of Nigeria
  • C Vs of key personnel that would work on the project

 

Bids should be addressed to the Procurement Officer, NEI, and submitted by email to neitmis@gmail.com on or before Friday, September 7th, 2012.

 

Only shortlisted companies will be contacted and may be required to make a technical presentation to support their bids. The concept paper and scope of work will be forwarded to shortlisted companies.

 

This advertisement shall not be construed to be a commitment on the part of NEI nor shall it entitle interested companies to make any claim whatso­ever or seek any indemnity from NEI by virtue of having responded to this advertisement.

Request for Expressions of Interest at Lagos Metropolitan Area Transport Authority (Lamata)

Lagos State Government

 

Lagos Metropolitan Area Transport Authority (Lamata)

Lagos Urban Transport Project (LUTP)

 

Conceptual Design for the Upgrading of Bus Rapid Transit (BRT – LITE) Scheme

(MILE 12 – CMS)

IDA Credit No. 4767-UNI

 

Request for Expressions of Interest

 

This request for expressions of interest follows the general procurement notice for this project titled NG Nigeria-LUTP-II (FY10) that appeared in dg market publication of July, 16th 2010.

 

The Lagos State Government through the federal Republic of Nigeria has applied for a credit from the International Development Association (IDA) for the Lagos Urban Transport Project and intends to apply part of the proceeds of this project to cover eligible payments under the contract for the following consultancy services:

 

Consultancy Services for Conceptual Design for the Upgrading Of Bus Rapid Transit (BRT-Lire) Scheme (Mile 12 – CMS)

 

The main objectives of this study are as follows:

 

To prepare a concept design for the upgrade of existing BRT Lite Scheme (Mile 12-CMS) so as to allow for the increased fleet capacity especially at the station areas allowing for the provision of passing lanes. This will also allow for more routes to be added thereby expanding the BRT network. The upgrade will enable us to achieve an efficient level of service along the corridor It will also enable us minimise bus bunching and accommodate increased fleet which the planned

BRT will generate. The consultant, amongst other things, will:

(1) Prepare conceptual drawings illustrating improved layouts of bus stations and lay-byes to enable overtaking of buses at stations,

(2) Review and amend (if necessary) the new Mile 12 Terminal design drawings (from the designs of the Mile 12- Ikorodu BRT Extension Project) to ascertain its functionality with the planned upgrade.

(3) Review and redesign using Traffic management techniques, the egress and entry points on Ikorodu Road, between the service lanes, the BRT dedicated lanes and main carriageway lanes from Odo-Iya Alaro bridge to Ketu Bus Stop Area (both directions) with a view to improve traffic flow during the peak periods and reduce bottlenecks at existing points.

(4) Prepare conceptual drawings of the buses in stop positioning relative to kerb face at the bus stations, in order to allow easy boarding and reduced boarding time. This should take into consideration the present arid planned bus types along the corridor “(Mile 12- Ikorodu & Mile 12- CMS)”.

(5) To enable LAMATA procure and engage a Civil Engineering & Project Management Consulting firm to undertake the detailed engineering designs & bidding documents for all infrastructure works to support this upgrade.

 

LAMATA now invites eligible consulting firms to express interest in providing the above services.

Interested consultants must provide information indicating that they are qualified to perform the services.

The submission of the interested consultants will include the firm’s brochures, information on firm’s qualifications in the field of the assignment such as core business area and years in business, certificate of registration with relevant Government institutions, experience of the firm in similar assignment, experience in similar condition, technical and managerial capabilities of the firm, availability of appropriate skills among staff etc.

For each project performed the consultant shall provide the name and contact address of the client (office & e-mail address, and telephone number), date( s) of execution, name(s) of lead and associate firms, contract amount and financing sources.

Consultants may associate to enhance their qualifications. Where firms are associating, the submission must include verifiable evidence of association from all the parties involved.

A consultant will be selected in accordance with the World Bank Guidelines: Selection and Employment of Consultants by the World Bank Borrowers, January 1997, (Revised September 1997, January 1999, May 2002, May 2004, October 2006 and May 2010)

Interested consultants may obtain further information at the address below from 8:00am to 5:00pm Monday to Friday. Please visit www@lamata-ng.com for more information about the project

 

Expression of interest must be delivered to the address below by September 12th, 2012 at 5.00PM

 

The Managing Director

Lagos Metropolitan Area Transport Authority (LAMATA)