Advertisement for Pre-Qualification of Contractors for the Construction of Administrative Block at Federal University Lafia

Federal University Lafia

P.M.B. 146, Lafia, Nasarawa State

 

Advertisement for Pre-Qualification of Contractors for the Construction of Administrative Block

 

1.       The Federal University, Lafia has received some fund from the Federal Government as part of its year 2012 Capital Allocation for the execution of some projects in the University. In its effort to execute these presets, interested and reputable contractors are hereby invited to submit pre-qualification bid for the construction of an administrative block at the take-off site of the University at Maraba Akunza, Lafia, Nasarawa State.

 

2.       Pre-Qualification Criteria

Interested contractors should submit the following documents:

i.        Evidence of incorporation of company with Corporate Affairs Commission (CAC) and Article of Memorandum of Association.

ii.       Evidence of registration with the Industrial Training Fund (ITF).

iii.      Company’s Audited Account for the last three (3) years.

iv.      Tax Clearance Certificates for the last three (3) years expiring in December 2011 with Tax Identification Number (TIN).

v.       Evidence of Compliance with Pension Reform Act, and up to date remittance of Employees’ Pension Fund Contribution in line with section 6d of the Public Procurement Act 2007.

vi.      Evidence of Financial capability and banking support.

vii.     Evidence of similar and verifiable projects executed (copies of Letters of Contract Award and Completion Certificates) within the last three (3) years and knowledge of the Industry.

viii.    Company’s Annual Turnover.

ix.      Evidence of VAT registration and remittance.

x.       Comprehensive Company profile and organizational structure.

xi.      Evidence of Equipment and Technology capacity.

xii.     Evidence of Experience/Technical Qualification and experience of key personnel to be deployed on the project.

xiii.    Sworn Affidavit indicating the authenticity of information provided to be true in every respect that the company is not in receivership and none of its Directors were ever convicted of fraudulent activity.

 

3.       Verification of Claims

Please note that Federal University Lafia reserves the right to verify claims made in the Pre-qualification documents submitted by interested contractors.

 

4.       Contractors interested in more than one project must apply separately for each LOT of the projects.

 

5.       Submission of Pre-Qualification Tender

All Tenders should be in sealed envelopes and marked at the top-right hand corner of the envelope “Pre-Qualification for (Project Name)” and addressed to: The Registrar, Federal University Lafia, P.M.B. 146, Lafia, Nasarawa State.

 

6.       Tenders should be dropped in the Tender box at the Reception of the University at the University’s Take-off site, Mararaba Akunza, Obi Road, Lafia.

 

All tenders must be received on or before 24th September 2012, by 12.00pm and shall be opened on the same day at 2.00pm in the Canteen at the Take-off site. Representatives of all bidding companies and the general public are invited to attend the opening exercise.

 

7.       Successful bidders shall be notified to collect the appropriate Tender documents for the Financial bidding.

 

Signed:

Registrar.

 

 

 

Invitation for Bids (IFB) at Federal Government of Nigeria Science and Technology Education Post Basic Project (Step-B Project)

Invitation for Bids (IFB)

Federal Government of Nigeria Science and Technology Education Post Basic Project (Step-B Project)

 

Credit No. 4304-Uni

Procurement and Installation of ICT Equipment, Upgrading of ICT Infrastructure and Deployment of Fibre Optic Network at the University of Uyo, Uyo, AkwaIbom State, Nigeria

 

1.       The Federal Government of Nigeria through Ministry of Education has received credit from the International Development Association(IDA) toward the cost of the STEP-B project and it intends to apply part of the proceeds of this credit to payments under the agreement(s) resulting from this IFB for the Procurement and Installation of ICT Equipment, Upgrading of ICT Infrastructure and Deployment of Fibre Optic Network-STEP-B/UNU/NCB/GDS/01/2012.

 

2.       The University of Uyo, Nigeria, participating in project implementation now invites sealed bids from eligible and qualified bidders for the Procurement and Installation of the following:

 

Lot Description Quantity Delivery Period Bid Security

 

Delivery Location

 

1 Fibre Network Deployment

 

Various

 

60 days

 

At least 2.5% of the bid price

 

University of Uyo

 

2 Deployment of Servers and Power Back-up Various

 

60 days

 

At least 2.5% of the bid price

 

University of Uyo

 

3 Supply and Installation of Wireless Internet infrastructure

 

Various

 

60 days

 

At least 2.5% of the bid price

 

University of Uyo

 

4 Procurement and Installation of Video Conferencing Equipment

 

Various

 

60 days

 

At least 2.5% of the bid price

 

University of Uyo

 

 

Bidders may bid for any one or more lots and discounts offered for the award of combined lots will be considered in bid evaluation.

 

3.       Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans

and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

4.       Interested eligible bidders may obtain further information from The Project Manager, STEP-B, University of Uyo, and inspect the Bidding Documents from10:00am to 4:00pm Mondays to Fridays except public holidays.

 

5.       Qualifications requirements include:

  • Evidence of previous supply (sale) of similar equipment proposed for the last (five) 5 years.
  • Audited financial statements for the last three (3) years to demonstrate the financial capability of the bidder in terms of profitability and adequate working capital; and
  • A manufacturer’s authorization for equipment not produced by the bidder.

 

6.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of N15,000.00 (Fifteen Thousand Naira) only. The method of payment will be by Bank Draft in favor of STEP-B Project, University of Uyo. The Bidding Documents will be collected by the representative of the Bidder or by courier services upon a formal request and at the bidder’s cost.

 

7.       Bids must be delivered to the address below on or before 25th September, 2012 by 11.00am. Electronic bidding will not be permitted and late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below on 25th September, 2012 by at 11.00am. All bids must be accompanied by a Bid Security of at least 2.5% of bid price.

 

8.       The attention of prospective Bidders is drawn to (i) the fact that they will be required to certify in their bids that all software is either covered by a valid license or was produced by the Bidder and (ii) that violations are considered fraud, which can result in ineligibility to be awarded World Bank-financed contracts.

 

9.       The address referred to above is:

The Project Manager,

STEP-B, University of Uyo,

Uyo,

Akwa Ibom State

 

Signed

Project Manager

Telephone: +2348028846994; +2348025433984

E-mail: draoette@yahoo.com & apudoh@yahoo.com

 

 

Request for Applications Round 2 from Civil Society Organizations at USAID Lead Nigeria

USAID Lead Nigeria

From The American People

 

Request for Applications Round 2 from Civil Society Organizations   

 

The Leadership, Empowerment, Advocacy, and Development (LEAD) project works to improve local governance in Nigeria. LEAD, initiated and funded by the United States Agency for International Development (USAID), is implemented by RTI International and its partners. Currently, the project implementation is in Bauchi and Sokoto States.

 

The overriding goal is to create a sustained momentum towards improved local governance to improve service delivery in health, education, water and sanitation. To achieve this goal, the LEAD Project works to achieve the following objectives:

 

  • Objective 1: Strengthened capacity of Local Governments by focusing on practices that build better relations with local communities, promote council effectiveness, and strengthen the management capacity of local government service departments. In addition, LEAD builds dialogue with State-level actors on legislative improvement to enhance citizens’ access to information and decision-making.

 

  • Objective 2: Increased transparency of local government operations through assistance to a more participatory budget process based on sound analysis of services and revenue potential. LEAD works on facilitating policy dialogue with State actors on the allocation process and innovative options to strengthen capacity in budget monitoring and legislative reforms.

 

  • Objective 3:   Increased capacity of local organizations by strengthening the organizational and service capacity of a broad range of organizations at the community and State levels. Particular focus is on capacity strengthening aimed at engagement with local governments on service planning, budgeting, and monitoring.

 

  • Objective 4:  Improved service delivery on specific service improvements in health, education, and other local government core services such as; water and sanitation as well as solid waste management.

 

RTI International seeks local implementing partners with capability to provide rapid and strategic technical assistance to state, local governments, and civil society organizations (CSOs). Through this announcement, sub-awards are intended to be issued for the illustrative types of activities enumerated below. In applying, interested organizations should provide a technical response to one or more of the illustrative activities in accordance with the applicant’s area(s) of experience and expertise. Interested applicants are at liberty to respond to single or multiple illustrative activities as they deem capable to implement. Supporting budget proposals must include unit costs relevant to activity proposed. Should an organization elect to submit more than one technical application, budget templates should be completed for each corresponding illustrative activity.

 

Types of Illustrative activities to be funded include:

1.       Assessments of local government performance and citizens’ satisfaction (citizens score card).

2.       Community mobilization, community priority setting, and participatory planning

3.       Training and technical assistance to local governments: community relations; budget planning and management (participatory processes, systems monitoring); local revenue mobilization; service improvement (analysis, delivery, performance analysis, cost and funding); public-private partnerships (PPPs); and capital investment planning.

4.       Training  and technical assistance to Committees Based Organizations (CBOs) and Ward Development Committees (WDCs): organizational  management,  advocacy budget monitoring; Internal governance; strategic planning; monitoring and evaluation systems; financial management; fund raising; programming; human resource management; public-private  partnerships; internal controls; conflict of interest; coalition building;  networking; and constituency building.

5.       Organizing and hosting conferences and meetings at the local government levels.

6.       Developing and disseminating best practices through newsletters, websites, etc.

7.       Developing and carrying out media campaigns.

8.       Advocacy  Campaigns on; community relations; strategic planning; budget planning and management (participatory-processes, systems, monitoring, reforms);policy reforms; local revenue mobilization; service improvement (analysis, delivery, performance analysis, cost and funding); public-private partnerships (PPPs); and capital investment planning.

9.       Community Dialogue and Interface with LGA Officials on Budget process, participatory planning, inclusive decision making process and project implementation.

 

Local Government ‘Champions’

While all Local Government Authorities (LGAs), in targeted States, will benefit from LEAD’S assistance in the long run, however, as part of roll-out of activities, the under-listed LGA ‘Champions’ are the target for project implementation.

 

Bauchi State

1.       Gamawa

2.       Jama’are

3.       Kirfi

4.       Misau

5.       Bauchi

6.       Dass

7.       Ningi

8.       Katagum

 

Sokoto State

1.       Goronyo

2.       Gudu

3.       Kebbe

4.       Rabah

5.       Sokoto South

6.       Tambuwal

7.       Bodinga

8.       Dange/Shuni

9.       Wamakko

10.     Silame

11.     Illela

12.     Isa

 

Eligibility Criteria

LEAD seeks applications from CSOs with capacity to work in the aforementioned ‘Champion’ LGAs. To be eligible, applying CSO must:

  • Applicants should be civil society organizations registered with the state or legally registered in Nigeria.
  • Be non-partisan and committed to carrying out work in a non-partisan manner.
  • Demonstrate experience and capacity to implement the proposed activity.
  • Have presence in Bauchi and Sokoto States to work in one or more of the above listed Local Government Areas.

 

Please request for RFA Round 2 via cso@lead.rti.org  or contact the LEAD’S offices for a copy, additional information, detailed application, and procedures.

 

Deadline for the submission of applications:    Tuesday, 25th September, 2012.

Invitation to Tender at Economic & Financial Crimes Commission

 

Federal Government of Nigeria

 

Economic & Financial Crimes Commission

Bidding Document for the Procurement of Goods and ICT Network Backbone

 

Invitation to Tender

 

  1. This invitation for Tenders follows the approval of 2012 Budget.
  2. The Federal Government of Nigeria has an appropriation for capital and recurrent items in the 2012 Budget of the Economic and Financial Crimes Commission, and it intends to apply part of the money for the procurement of Goods and equipment.
  3. The Economic and Financial Crimes Commission now invites sealed Bids from eligible Bidders for the supply of Goods and Equipment listed below.

 

Lot Description Quantity Delivery Period Location
1 Saloon Car (2.0) 1 30 Days EFCC

No 5 Fomella Street, Wuse 2, Abuja

2 Saloon Car (1.8)     5

 

30 Days

 

EFCC

No 5 Fomella Street, Wuse 2, Abuja

3 Provision of Terrestrial Fibre Wide Area Network Lump Sum 30 Days

 

EFCC

No 5 Fomella Street, Wuse 2, Abuja

 

 

Tender Requirements and Procedures

  • Certificate of Incorporation or Registration of Company
  • Company Profile, including management structure and ownership
  • Names and C V’s of team leader and professional staff
  • Evidence of Technical Competence, covering the range of services
  • Audited Accounts for the last three years
  • Tax Certificates for the last three years
  • Copies of form CO2 & CO7
  • Evidence of registration and remittance of Value Added Tax (VAT)
  • Experience Track record of the firm
  • Evidence of Payment of Training contribution to Industrial Training Fund “ITF”
  • Evidence of Similar projects executed over the last three years Evidence of compliance with the relevant provisions of the Pension Reform Act 2004
  • Evidence of Financial Capability from Bank.

 

4.  Bidding will be conducted through National Competitive Bidding Procedures and is open to all Bidders within Nigeria

 

  1. Interested eligible Bidders may obtain further information from the Economic and Financial Crimes Commission, No 5 Fomella Street, Wuse 2, Abuja, and inspect the bidding documents at the address given below from 8:00 am – 3:00 pm Local time (Mondays-Fridays).

 

  1. A complete set of bidding documents in English Language may be purchased by interested Bidders on the submission of a written application to the above and upon payment of a non-refundable fee of Ten Thousand Naira (N10, 000.00) in form of Bank Draft payable to the Economic and Financial Crimes Commission.

 

  1. Bids must be delivered to the address below on or before 11.00am on Monday  1st October, 2012. Late Bids will be rejected. Tenders will be opened in the presence of Bidders’ representatives who choose to attend at 11.00am on Monday 1st October, 2012 at the Conference Room of the Secretary to the Commission on the Second Floor.

 

Signed:

The Director, Organizational Support

Economic and Financial Crimes Commission

5, Fomella Street, Wuse 2, Abuja

Invitation for Pre-Qualification and Tendering for Projects in the Campuses of the Nigerian Law School at Nigerian Law School

Council of Legal Education

Nigerian Law School

Bwari-Abuja

Public Notice

 

Invitation for Pre-Qualification and Tendering for Projects in the Campuses of the Nigerian Law School

 

The Council of Legal Education, Nigerian Law School intends to engage in the following Projects:

 

Lot i:                    Water Treatment and Reticulation in the Enugu

Campus;

Lot ii:          Drilling   Of   Borehole and   Reticulation, and

Rehabilitation of Plumbing Fixtures in the Kano

Campus;

Lot iii:         Construction of Entrance Gates at the Abuja

Headquarters

Lot iv:         Supply Of Law Books And Journals To The Yenagoa

Campus; And

Lot v:          Supply Of Law Books and Journals to the Yola

Campus

 

 

Interested reputable   Companies/Firms   are   hereby   invited   to   submit   Pre-qualification  and  Commercial   Bid  Documents.   The   Pre-qualification   Bid Documents should include the following;

  1. Profile of Company;
  2. List of key personnel and their respective resume;
  3. Copy of Certificate of Incorporation/Evidence of Registration with Corporate Affairs Commission;
  4. Evidence of Financial Capacity- reference from a reputable Bank;
  5. Evidence of fulfillment of all obligations to pay taxes, pension, ITF and social security contributions;
  6. Verifiable experience in Works/Supplies of similar nature and scope;
  7. List of Equipment;
  8. Tax Clearance Certificate for the immediate past 3 years;
  9. VAT Certificate where applicable;
  10. A Sworn Affidavit disclosing:

(a)     whether or not any officer of the relevant Committees of the Bureau of Public Procurement or of the Council of Legal Education or the Nigerian Law School is a former or present director, shareholder of the Company, or has any pecuniary interest in the bidder or bid,

(b)     That no Director of the Company had been convicted for criminal offence, and

(c)      That all information in the bid is correct in all respects to the best knowledge of the bidder; and

 

 

  1. Any other documents/information to support application. A copy of the Tender Documents can be obtained from the office of the Secretary, Procurement Planning Committee, upon payment of N20,000.00 only for each of LOTS I and II, N50,000.00 for LOT III and N10,000.00 only for each of LOTS IV and V for Tender Fee, by draft, drawn on Zenith Bank Plc to the Accounts Department of the Nigerian Law School, Bwari. Each Tender should be sealed and forwarded under Confidential Cover, marked “Confidential” at the Top Left Corner of the envelope, indicating boldly the LOT of interest at the top of the envelope and addressed to:

 

The Secretary,

Procurement Planning Committee,

Nigerian Law School Headquarters,

Bwari, PM.B. 170, Garki, Abuja.

 

To reach him not later than 2nd October, 2012. All bids will be opened at 12.30pm immediately after the closure of bidding on 2nd October, 2012 in the Conference Room of the Nigerian Law School.

 

Important Notice

As this advert is for multiple bids, any bid envelope that does not carry the Lot of Interest on the cover as indicated above, shall not be accepted.

This public notice shall not be construed as a commitment on the part of the Council of Legal Education (the Council) or Nigerian Law School (the School), nor shall it entitle the submitting Company to make any claims whatsoever and to seek any form of indemnity from the Council or School by virtue of such Company having responded to this publication.

 

Secretary

Procurement Planning Committee