Construction of ETF Entrepreneurship Centre Including Furnishing at Federal College of Agriculture, Akure

Federal College of Agriculture, Akure

 

Invitation for Pre-Qualification

 

  1. Applications for Pre-qualification are hereby invited from Federal College of Agriculture, Akure registered contractors for the following 2009/2010 Tertiary Education Trust Fund Normal Intervention:

 

LOT1: Construction of ETF Entrepreneurship Centre Including Furnishing

  1. B.       Pre-Qualification Criteria for Technical Competence

 

(a)    Evidence of incorporation or Business Name Registration

(b)     Registration with Federal Ministry of Works in relevant Category

(c)      Company Audited Accountants for three years

(d)     Evidence of Tax Clearance Certificate for three years

(e)      Evidence of Financial Capability and Banking support

(f)      Experience/Technical Qualification and experience of key Personnel as applicable

(g)     Similar Projects Executed and Evidence of knowledge of the industry

(h)     Equipment and technology capacity as applicable

(i)      Annual turnover as applicable

(j)      VAT Registration and evidence of past VAT remittance

(k)     Evidence of registration of employees contributions to employees Retirement Savings Account (RSA)

 

 

Submission of Pre-Qualification Documents

Pre-qualification documents should e in sealed envelope and are to be returned on or before 27th August, 2012. Application submitted after 12.00noon on the closing date will not be considered. All submissions should be addressed to:

The Registrar,

Federal College of Agriculture, Akure

Ondo State.

 

Please Note:

(a)     This is not an invitation to tender, full tendering will be applied to only tenders that have been pre-qualified and found capable of executing the projects.

(b)     This notice shall not be construed to be a commitment on the part of the College to award any form of contracts to any respondents nor shall it entitle any organization submitting documents to claim any indemnity from the College.

 

Signed

DR PIUS ADE ADEBISI,

For College Registrar.

 

Invitation for Expression of Interest for the Control of Flood and Erosion in Some Parts of Ado-Ekiti at Ministry of Housing and Environment

Ministry of Housing and Environment

 

Invitation for Expression of Interest for the Control of Flood and Erosion in Some Parts of Ado-Ekiti

 

Notice is hereby given by the Government of Ekiti State, Nigeria to suitable Contractors to submit tenders for the control of flood and erosion in Jimoh Aliu/Orire/Nova/Adehun/Pathfinder and Olorunsogo, Ado-Ekiti.

 

 

1.       Scope of Works: The Project involves bush clearing, site preparation, excavation of fossil materials/dredging and construction of reinforced concrete lined-drains covering a distance of 3,895m.

 

2.       Tender Documents: The tender documents including unpriced Bill of Engineering Measurement and Evaluation (BEME) are obtainable from the State Environmental Protection Agency located in the former Ministry of Environment, Premises, along secretariat road, Ado-Ekiti on the payment of non-refundable tender fees of One Hundred and Twenty-five Thousand Naira (N125, 000.00) payable to Head 402, Sub Head 16 of the State Environmental Protection Agency (SERA).

 

3.    Pre-requisites for Tender

(a)     Evidence of registration with Bureau of Public Procurement (BPP);

(b)     A copy of the receipt in respect of the non-refundable tender fee of One Hundred and Twenty-five Thousand Naira (N125,000.00) paid by the Contractor.

(c)      The Company’s Ekiti State Development Levy receipt for three consecutive years (year of tender inclusive).

(d)     Evidence of company’s (functioning) office in Ekiti State

(e)      Current tax clearance certificate of the company.

(f)      Evidence of registration of business premises in Ekiti State.

(g)     The certificate of incorporation of the company

(h)     Evidence of Audited accounts of the company for the past three (3) years.

(i)      The profile of the company indicating the partner’s equipment, working experience and any other relevant information that may enhance the favourable consideration of the tenders.

 

 

4.    Site Inspection: All Tenderers are advised to visit and inspect the site for the purposes of reconnaissance and reasonable pricing of the Bill of Engineering Measurement and Evaluation (BEM).

 

5.    Submission of Tenders

(a)     All Tenders should be submitted to the State Tenders Board Secretariat not later than 23rd August, 2012.

(b)     All tenders must be submitted in sealed envelopes marked “Flood and Erosion Control in Some Parts Of Ado-Ekiti”, clearly indicated in the top left corner of the envelope and addressed to:

 

(c)      The Secretary,

State Tenders Board,

% Cabinet & Special Services Department,

Office of the Governor, Ado-Ekiti.

 

(d)     Tenderers should not indicate the name of their company at the back of the envelope in any manner whatsoever.

 

The Permanent Secretary,

Ministry of Housing & Environment,

Secretariat Complex, Phase V,

Ado-Ekiti, Ekiti State,

Nigeria

 

Signed: The Permanent Secretary, Ministry of Housing & Environment

www.ekitistate.gov.ng

 

Invitation for Prequalification and Financial Bids at Teachers Registration Council of Nigeria (TRCN)

Teachers Registration Council of Nigeria

Invitation for Prequalification and Financial Bids

1.0  Introduction

The Teachers Registration Council of Nigeria (TRCN), an agency of the Federal Ministry of Education established to regulate and control the teaching profession in all ramifications with headquarters in Abuja, FCT, Nigeria wishes to invite reputable and competent contractors to prequalify and bid for the execution of the following projects under the 2012 Financial Year Capital budget.

 

 

2.0 Scope of Work

The scope of work therefore includes:

LOT 1:        Printing of revised Teachers Professional Standard’s Manual (Full

Version)

LOT 2:        Printing of Teachers Professional Standard’s Manual (Advocacy

Version)

LOT3:         Supply of equipment for proper implementation, monitoring and evaluation of Teachers Professional Standards

 

3.0 Technical and Financial Bid Submission Requirement

  • Evidence  of Registration  with  Corporate Affairs  Commission  including photocopies of Form CO2 and Co7
  • Current Tax Clearance for the Past three (3) years (2009,2010 and 2011)
  • VAT Registration Certificate and remittance
  • Evidence of PENCOM registration and remittance
  • Evidence of compliance with Industrial Training Fund Act
  • Audited Account for the Past three (3) years (2009, 2010 and 2011)
  • Evidence of financial capability from the Bank. This should include certified Bank statement. (Bank reference letter only is not acceptable)
  • Company profile including names, qualification, technical experiences of company’s key personnel
  • Evidence of technical, operational and managerial capabilities
  • Verifiable evidence of previous experience i.e. having successfully carried out similar job in the last five (5) years with their costs, locations, name and telephone number of the client and copies of award letter and completion certificates
  • A sworn affidavit affirming that none of the Directors of the Company was ever convicted in a Court of Law
  • Any other relevant document that will place the company on comparative advantage.

 

4.0     Collection of Bid Documents

Interested companies are to collect tender documents from the office of.

Director, Planning, Research and Statistics

Teachers Registration Council of Nigeria

12, Oda Crescent, Off Aminu Kano Crescent,

Wuse II, Abuja.

 

Upon the presentation of evidence of payment of N30.000.00 (Thirty Thousand Naira) only, being a non-refundable tender fee into TRCN Account No 1001807708 with United Bank for Africa Ltd.

 

5.0     Submission of Tender/Proposal

The completed technical and financial bids should be submitted in two separate sealed envelopes and marked at the left corner “Confidential” and boldly written (1)  “Prequalification for….., (2) “Financial bid for …..” indicating the LOT number.

 

All documents should be enclosed in a sealed envelope and returned to the address below not later than 12.00noon on Friday September 21st, 2012. Late submission will be rejected.

 

The Registrar/Chief Executive

Teachers Registration Council of Nigeria

12, Oda Crescent, Off Aminu Kano Crescent,

 Wuse II, Abuja.

 

 

Attention: Director, Planning, Research and Statistics

 

6.0 Bid Opening and Venue

Technical Bids will be opened on the closing date of submission Friday September 21, 2012 in the Conference Room, Registrar’s block of Teachers Registration Council of Nigeria by 1.00pm all bidders, NGOs and General Public are invited to the opening of the Technical Bids.

 

 

7.0 Note

  • The prequalification documents must be arranged in the order listed above. Submission could be disregarded for failure to comply with this instruction.
  • Any Company that submits fake documents shall be disqualified outright and may be reported to the appropriate authority
  • Bidders should accompany every bid with a disclosure whether any officer of Teachers Registration Council of Nigeria (TRCN) is a former or present Director. Shareholder or has any pecuniary interest in the Company.
  • This advertisement shall not be construed as a commitment on the part of the Teachers Registration Council of Nigeria nor shall it entitle any bidder submitting documents to claim any indemnity from the Council.

 

Signed

Management

 

Consultancy Service for Malaria House Hold and Health Facility Surveys Using the Lot Quality Assurance Sampling (LQAS) Methodology at Federal Ministry of Health

Federal Ministry of Health

Nigeria Malaria Control Booster Project

(World Bank-Assisted)

Credit No: 4250-UNI

 

Consultancy Service for Malaria House Hold and Health Facility Surveys Using the Lot Quality Assurance Sampling (LQAS) Methodology

 

Request for Expression of Interest

 

This Request for Expression of Interest follows the General Procurement Notice for this project that appeared in the Development Business No. GNP/002/07 of 9th  September, 2006, & 12th  February, 2007, and in the ThisDay and Daily Trust Newspapers of 12th February, 2007.

 

 

2.       The  Federal  Government  has  received  a  credit from  the International Development Association (IDA), and intends to apply part of the proceeds of this credit to payments under the contract for consulting services for Malaria Household and Health Facility Surveys using the Lot Quality Assurance Sampling (LQAS) methodology.

 

3.       The services, which will be conducted in the seven project states namely: (Akwa Ibom, Anambra, Bauchi, Gombe, Jigawa, Kano and Rivers) and two control states namely: (Delta and Kaduna) shall include:

  • Development and finalization of the survey proposals;
  • Development of survey training tools and training of survey teams;
  • Development of data entry frames/screens;
  • Supervision of data collection, entry, cleaning and analysis;
  • Writing and production of the Household and Health Facility Assessment report; and
  • Perform any other duty as may be assigned by the National Coordinator.

 

More details on the services are provided in the Terms of Reference that will be made available to interested prospective bidders at the address below.

4.       The services will be for a period of six (6) months, in the first instance, but may be extended subject to satisfactory performance.

 

 

 

5.       The Nigeria Malaria Control Booster Project (NMCBP) – Federal Ministry of Health, now invites you to indicate your interest in providing the above services by submitting Firm Profile/Curriculum Vitae containing relevant information on prospective consultant’s experience and competence relevant to the assignment. Interested Consultants (Firms) must provide information indicating that they are qualified to perform the services (brochures, description of similar engagements, experience in similar conditions, availability of appropriate skills among staff, etc).

 

6.       A Consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection of Consultants by World Bank Borrowers January (Revised September 1997, January 1999, May 2004, October 2006, May 2010 and January 2011).

 

7.       Interested candidates may obtain further information at the address below between 10.00a.m. and 4.00p.m. Monday to Friday, except on public holidays.

 

8.       Expressions of Interest (EOI) must be delivered to the address below by Wednesday, 22nd August, 2012.

National Project Coordinator,

Nigeria Malaria Control Booster Project,

Federal Ministry of Health,

1st Floor, Abia House, 1 Avenue,

Off Shehu Shagari Way, Central Area, Abuja.

Invitation for Pre-Qualification at Federal Polytechnic, Ekowe

Federal Polytechnic, Ekowe

Bayelsa State

 

Invitation for Pre-Qualification

 

1.0     Introduction

As part of its capacity building programme, the Federal Polytechnic. Ckowe (FPC) intends to embark on the Construction of Buildings at the Federal Polytechnic, Ekowe, Bayelsa state.

 

In this regard, interested reputable companies are invited to submit pre-qualification documents for consideration.

 

2.0     Scope of Work

The scope involves the following lots.

Lot 1 Design and Construction of Polytechnic Clinic and procurement of Medical Equipments

Lot 2 Design and Construction of Polytechnic shopping Complex

Lot 3 Consultancy Services

Lot 4 Security Services

 

3.0     The Pre-Qualification

All Companies wishing to express their interest to bid for any of the aforementioned Lots shall submit relevant documents for pre-qualification as stipulated in 4.0 below.

Only companies that are adjudged successful in the pre-qualification exercise shall be invited to collect lender documents upon payment of non-refundable fee.

 

4.0     Pre-Qualification Requirements

Interested companies should submit pre-qualification documents detailing their company’s legal status, capabilities, relevant experience and financial status as follow:

i.        Evidence of incorporation or business name Registration

ii        Company audited account for the last three years

iii.      Evidence of tax clearance for the last three years

iv.      Annual turnover of not less than N50M for the last three years

v.       Evidence of financial capability and bank support

vi.      Technical competence: Qualification and experience of key personnel, professional affiliation and equipment & technology Capacity

vii.     Evidence of similar projects executed

viii.    VAT registration and evidence of past VAT remittance.

In addition to the above, companies should show verifiable evidence of contact with the manufacturers and annual turnover of not less than N300M for the last three years.

 

5.0    Submission of Document

The completed pre-qualification documents shall be properly sealed in an envelope, Clearly Indicating the Selected Lot on the Left Hand Corner and addressed to:

 

The Chairman

Expanded Management Committee

Federal Polytechnic, Ekowe

P.M.B110, Yenagoa.

Bayelsa State.

 

To reach him on or before 20th August 2012.

 

The pre-qualification exercise is open to firms and voluntary formed ventures duly registered to operate in Nigeria. Only firms and joint ventures whose pre-qualification documents fulfill the minimum requirements will be invited to collect tender documents and participate in tendering exercise.

 

All enquiries are to be directed to

The Chairman, Expanded Management

Committee Federal Polytechnic, EKOWE,

Bayelsa State.

 

6.0     Note

This pre-qualification request is not an invitation to tender.

FPE is neither committed nor obligated to undertake the work described or to issue any call for tender to include any respondent to this invitation or other Company on any tender list to award any form(s) of contract.

 

The invitation to tender and full tendering information will be issued only to qualified companies that have been pre-qualified. FPE will not make any form of payment whatsoever for submission presented in response to this notice.

 

Please note that ONLY companies that respond to this particular advertisement shall participate in the pre-qualification process for this tender.

 

Signed:

The Rector

Federal Polytechnic, Ekowe