Invitation for Pre-Qualification and Tender at National Commission for Nomadic Education, Kaduna

National Commission for Nomadic Education

No. 14, Yakubu Avenue PMB 2343, Kaduna

 

Invitation for Pre-Qualification and Tender

 

Introduction:

The National Commission for Nomadic Education, Kaduna, wishes to pre-qualify competent and reputable contractors/consultants for the job specified in its 2012 Capital/MDGs projects as follows:

 

Civil Works MDGs

Lot 1:       Construction of a Block of 3 Classrooms, Office, Store, Foot ball Field, Assembly Ground and 3 VIP toilets in Dogon Awo Nomadic Settlement, Toro, Bauchi State.

Lot 2:       Construction of a Block of 2-one Bedroom semi detached Staff Quarters, Human Clinic, Veterinary Clinic and Haybarn in Dogon Awo Nomadic Settlement, Toro, Bauchi State.

Lot 3:       Construction of a Block of 3 Classrooms, Office, Store, Foot ball Field, Assembly Ground and 3 VIP toilets in Ogowu Farm Settlement, Otukpo, Benue State.

Lot 4:       Construction of a Block of 2-one Bedroom semi-detached Staff Quarters, Human Clinic and Storage facilities in Ogowu Farm Settlement, Otukpo, Benue State.

Lot 5:       Construction of a 3 Classroom, Office, Store, Football Field, Assembly Ground, Assembly Hall and 4 VIP toilets in Ofitebe Migrant Fishermen Children School, Ovia North-East, Edo State.

Lot 6:       Construction of a Block of 2-one Bedroom semi-detached Staff Quarters and Human Clinic in Ofitebe Migrant Fishermen Children Schools, Ovia North-East, Edo State.

Lot 7:       Drilling of Motorized Borehole in Ofitebe Migrant Fishermen Children School, Ovia North-East, Edo State.

Lot 8:       Drilling of motorized Borehole in Dogon Awo Nomadic Settlement, Toro, Bauchi State.

Lot 9:       Drilling of motorized Borehole in Ogowu Farm Settlement, Otukpo Benue State.

Lot 10:     Construction, Equipping and Management of Fish Ponds in Ofitebe Migrant Fishermen Children School, Edo State.

Lot 11:     Construction and furnishing of six (6) 2-span Collapsible Classrooms structures.

 

Civil Works Capital

Lot 12:     Construction of a Block of 2-Two Classrooms, Office, Store and provision of School Furniture in Taraba State.

Lot 13:     Construction of a Block of 2-Two Classrooms, Office, Store and provision of School Furniture in Ekpeinbene Migrant Fishermen Children School, Kaduna, Bayelsa State.

Lot 14:     Construction of a Block of 2-Two Classrooms, Office, Store and provision of School Furniture in Yagalamo NPS, Kaltungo, Gombe State.

Lot 15:     Drilling of Motorized Borehole in Igwebuike Ndiokolo Migrant Farmers School, Orumba North, Anambra State.

Lot 16:     Drilling of Motorized Borehole in Ijiwogbo Nomadic Primary School,

Iseyin, Oyo State.

 

Procurement of Goods MDGS

Lot 17:        School Monitoring Vehicle, 4 Wheel Drive.

Lot 18:        3 Classrooms each and Offices in Dogon Awo Nomadic Settlement, Toro, Bauchi, Ogowu Farm Settlement, Otukpo, Benue State and Ofitebe Migrant Fishermen Children School, Ovia North-East, Edo State. Staff Quarters, Human Clinics in Dogon Awo Nomadic Settlement, Toro, Bauchi, Ogowu Farm Settlement, Otukpo, Benue State and Ofitebe Migrant Fishermen Children School, Ovia North-East, Edo State. Veterinary Clinic in Dogon Awo Nomadic Settlement, Toro, Bauchi State.

Lot 19:        Procurement of Sporting Equipment and Human Clinic Equipment in Dogon Awo Nomadic Settlement, Toro, Bauchi State, Ogowu Farm Settlement, Otukpo, Benue State, Ofitebe Migrant Fishermen Children School, Ovia North-East, Edo State and procurement of Veterinary Clinic Equipment in Dogon Awo Nomadic Settlement, Toro  Bauchi State.

 

Consultancy MDGs:

Lot 20:        Training of Teachers on Interactive Radio Instruction (IRI).

Lot 21:        Training of Mentors and Monitors for interactive Radio Instruction (IRI).

Lot 22:        Capacity Development of Nomadic Schools Teachers on “Strategies for Facilitating Activity Oriented Lessons in Basic Science and Technology and Mathematics.

Lot 23:        Capacity Development of Nomadic Pastoralists Women on Habbanaye income generating activities.

Lot 24:        Capacity Development of Migrant Fishing Women on income generating activities.

Lot 25:        Capacity Development of Migrant Farming Women on income

generating activities.

Lot 26:        Developing of IRI programmes for level 2. Scopes and Sequence, Master Plans and Script. Instructional Materials (Teachers’ Guides, Pupils Workbook and Activity Materials)

 

Printing:

Lot 27:        Printing of Curriculum Guides.

 

Please note:

All pre-qualification and tender documents are to be collected at the Procurement Unit of the Commission.

 

Pre-qualification and tender requirements:

Application for pre-qualification and tender should be accompanied with:

a)       Evidence of valid certificate of registration with Corporate Affairs  Commission (for registered companies).

b)      Valid/verifiable Tax Clearance Certificate for the last three years; i.e. 2009, 2010 and 2011.

c)       Evidence of registration for Value Added Tax (VAT).

d)      Company profile; verifiable documentary evidence of adequate human and       materials resources to execute contract applied for.

e)       Evidence of verifiable past experience in handling similar project.

f)       Reference/guarantee from a reputable Bank – giving verifiable evidence of

financial capacity to execute project applied for.

g)       Evidence of Registration with Financial Reporting Council (FRC) of Nigeria.

h)      Evidence of payment of N20,000.()0 non-refundable fee for (for tenders only).

i)       Evidence(s) of compliance with the provisions of Pension Reform Act 2004.

 

Submission of Pre-qualification and Tender Documents

All pre-qualification and tender documents (i.e. technical and financial bids) are to be neatly bound and placed in two separate sealed envelopes, clearly marked at the top with the lot and title of the project(s); specifying the content of each envelop (whether technical or financial bid). Please ensure that the Company’s functional telephone numbers are written on the top left side of the envelopes. Companies interested in more than one project are, therefore, required to apply separately for each project. The envelopes should be addressed to:

 

The Executive Secretary,

National Commission for Nomadic Education,

No. 14, Yakubu Avenue, P.M.B. 2343,

Kaduna.

 

And should be dropped into a box located at the Procurement Unit of the Commission. Both Tender and pre-qualification documents shall also be collected from the same office. Please ensure that you collect acknowledgment for envelopes deposited at the Procurement Unit.

 

All Pre-qualification and tender documents should be received on or before 20th August, 2012 by 4.00p.m. prompt.

 

Please note:

a)       Late submission will be rejected;

b)      The technical bids (pre-qualification documents) shall be opened on 22nd

August, 2012 by 10 a.m. All interested public and contractors are hereby          invited to attend.

c)       The advertisement for “Pro-qualification and Tender” shall not be construed to be a commitment on the part of the Commission nor shall it entitle the tenderer to make any claim whatsoever and seek any indemnity from the Commission by virtue of such tenderer having responded to the advertisement;

d)      Pre-qualification bid must be very clear about the area of proven competence

and interest;

e)       After the Pre-qualification exercise only the successful contractors shall be

invited accordingly for opening of tenders (financial bids) which shall take

place on 29th August, 2012 by 10.00a.m.

 

Signed:

Secretary

Tender’s Board

Invitation for Expression of Interest to Develop a Robust and Compelling Industrial Revolution Blueprint for Nigeria at Industrial Training Funds (ITF) Federal Ministry of Trade and Investment

Industrial Training Funds (ITF)

Federal Ministry of Trade and Investment

 

Invitation for Expression of Interest to Develop a Robust and Compelling Industrial Revolution Blueprint for Nigeria

 

The Industrial Training Funds (ITF) hereby requests for an expression of interest (EOI) from interested and qualified consultancy firms (International and Local) in partnering with the Ministry to develop a robust and compelling industrial revolution blueprint for Nigeria. This is geared towards a holistic and robust industrial fabric for Nigeria and which is very relevant to the transformation Agenda of the Federal Government of Nigeria.

 

2.0      Terms of Reference (TOR)

The terms of reference for the consultancy work include the followings:-

i.          To work with the staff of the Ministry and ITF in order to carry out a targeted top-down diagnostic of the Nigeria’s industrial sector as currently set and fashion out a workable, achievable and beneficial industrial sector as obtains in other climes such as Brazil, India, South Africa, Malaysia and Thailand.

ii.         To fashion/formulate additional mandate towards the realization of Federal Government Transformation Agenda.

 

iii.        Provide financial implication for the exercise using the BPP Standard request for Proposals for small assignment time based and the revised Federal Government scale of fees using man-hours.

 

iv.        The top-down diagnostic of Nigeria’s Industrial sector which will include an assessment of the Country’s current position and evolution over time outlining its strengths and weaknesses, and benchmarking a few key indicators to a group of peer and aspiration countries such as Brazil, India, South Africa, Malaysia and Thailand. The data gathered and findings observed will then be used to put forward the overall aspiration for the country’s industrial sector which can be used to galvanize the alignment of key stakeholders on this aspiration.

 

v.         The Industrial Revolution blue print should include 3 priority sectors,   namely Agribusiness and Agro-Industries, Petrochemicals and Solid Minerals Derivative Industries. This phase of the work requires a more detailed analysis of the performance and potential of these 3 sectors and a development of a blueprint plan for accelerating the development of the sector in Nigeria. This blueprint will also include the identification of 3 key flagship projects to be pursued.

 

vi         Preparation of a 5 page template describing the analyses done and the required end products to develop a sector blueprint plan which will enable the Ministry develop such blueprint plans for other identified sectors not in the scope of this work.

 

3.0       Requirement for Submission of the EOI

All interested consultancy firms who wish to participate in the exercise as stated above are required to make payment of the sum of Thirty Thousand Naira (N30, 000.00) only to the ITFs Account’s Department and collect a receipt for the payment. The evidence of this payment should be submitted along with the Technical document of the EOI and your firm’s profile which must include but not limited to the following documents:-

i)          Evidence of Incorporation of the company with the Corporate Affairs Commission (CAC),

ii)         Evidence of Current Tax Clearance Certificate,

iii)        Evidence of current Audited Accounts for last three (3) years

iv)        VAT Certificates and evidence of remittances to FIRS,

v)         Evidence   of Pension   Remittance   and   Social   Security Contributions,

vi)        Details of staff strength including the Curriculum Vitae and profile of key staff with copies of credentials for verification,

vii)       Details of previous consultants undertaken including scope and copies of Award Letters,

viii)      Clear indication of head office address,

ix)        Sworn affidavit that the Firm is not bankrupt

x)         Sworn affidavit that none of the Directors of the company is an ex-convict or bankrupt,

xi)        Evidence of Financial Capability i.e. Recent Bank Statement of

Account,

xii)       Evidence that the Company is not in receivership etc,

xiii)      That at any time, the ITF discovers that the information submitted in this EOI is false, the Agency reserves the right to disqualify the company,

xiv)      Evidence of corporate Registration with appropriate professional body.

 

4.0       Method of Application

All EOI should include both Technical and Financial Bids. After reparation of the technical as well as the financial documents, both should be returned in a bigger envelope, sealed and addressed to the Director General, Industrial Training Fund and clearly marked “EOI partner with the Ministry/ITF to develop a robust and compelling industrial revolution blueprint for Nigeria”.

 

5.0       Deadline for the Submission/Opening

The EOI documents (Technical of Financial) should be submitted in two (2) hard and one (1) soft copy to the Office of the Head of Procurement, Industrial Training Fund (ITF) Miango Road, Jos on or before 6th August, 2012.

 

Only the Technical proposals will be opened on the closing day at 1.00pm in the presence of the consultants or their representatives at the Director General Office.

 

6.0       Enquiries

All enquiries should be directed to:

 

Head of Procurement

ITF Headquarters

Maigo Road Jos, Plateau State.

 

NB

Response to this invitation shall not oblige the ITF to consider any firm for pre-qualification. All costs incurred as a result of response to this invitation and any subsequent requests for information or clarifications shall be borne by the responding firm. The Fund is not bound to take the least bidder as the assignment is one that is designed to aid industrialization of Nigeria towards job creation, a feature of the Federal Government transformation Agenda.

 

Management

Invitation for Technical and Financial Bids for Various Procurement at Federal Polytechnic, Bauchi

The Federal Polytechnic, Bauchi

P.M.B. 0231, Bauchi

 

Invitation for Technical and Financial Bids for Various Procurement.

The Federal Polytechnic, Bauchi is desirous of engaging the services of competent Companies to undertake the following Projects:

 

S/No Project Description Tender Documents Fees
1. 2012 Capital Projects

Lot A: Procurement of Vehicles (Pick –up van and Toyota Saloon)

 

N15,000.00

Lot B: Furnishing of Central Admin, Block (Partitioning) N15,000.00
 

Lot C Furnishing of Central Admin Block (Furniture)

 

N15,000.00

Lot D Construction of School of Environmental Technology (Phase 2)  

N75,000.00

Lot E:  Construction of Roads and Drainage N100,000.00
Lot F: Procurement of Equipment for Academic Department

 

N10,000.00
2. Tertiary Education Trust Fund (TETFUND) Projects

i) 2008 Board of Trustees (BOT) Special Intervention

Lot G: Procurement of 80KVA Generating Set (Re-advertised Project)

 

10,000.00

ii) 2009/2010 Library Intervention

Lot H: Supply of Equipment

Lot J: Supply of Books

 

N15,000.00

N15,000.00

 

3.

 

2012 Internally Generated Revenue (IGR) Project

Lot K: Procurement of Ambulance

 

 

N15,000.00

 

A.        General Technical Bid (Pre-qualification) Requirement

1.         Evidence of Incorporation by the Corporate Affairs Commission (CAC)

2.         Company Audited Account for the last Three (3) years (2009, 2010 & 2011)

3.         Tax Clearance Certificate for the last Three (3) years (2009, 2010 & 2011)

4.         Evidence of VAT Registration and VAT remittances

5.         Verifiable evidence of previous experience in a relevant job with copies of Awards and Practical Completion Certificates.

6.         Financial Capability/Banking Support Statement.

7.         Evidence of compliance / fulfillment of statutory obligations of Employees of the Company with respect to Pension.

8.         Evidence of Community and Social Responsibility.

9.         Evidence of Registration and Remittance of Industrial Training Fund (ITF) contributions by the Company

10.       Sworn Affidavit that none of the Partners of the Company has been “convicted in any Country for any Criminal offences relating to fraud or financial impropriety”.

11.       Sworn Affidavit indicating whether any Officer of Federal Polytechnic, Bauchi is a former or present Director, shareholder or has any pecuniary interest in the Company.

 

B.        Additional Technical Bid (Pre-Qualification) Requirements for Constructions

1.         Experience/Technical Qualifications of key personnel with copies of their Certificates.

2.         Equipment and Technology Capacity.

 

C.        Financial (Tender) Bid Requirements

1.         Payment of the prescribed non-refundable Tender Documents Fee as indicated above.

2.         Financial bids must be submitted in separate envelopes and marked as outlined in ‘D’ below.

 

D.       Submission of Documents

The documents are to be submitted to the undersigned in sealed and signed envelopes marked either “Lot A, B, C, D, E, F, G, H, J or Lot K”, followed by the title of the project” at the top right corner of the envelope and to reach him on or before Wednesday 1st August 2012 by 12:00 noon.

 

The submissions are to be opened at 12:30pm of the same date at the Council Chamber of the Polytechnic and all applicants are invited to attend. Please note that the FINANCIAL BIDS of Companies that do not satisfy the TECHNICAL BIDS REQUIREMENTS would be returned to the affected Companies un-opened.

 

Signed

L. Ibrahim

Registrar

 

CC: ES TETFUND Rector DPPU

Invitation for Expression of Interest to Develop a robust and Compelling Industrial Revolution Blueprint for Nigeria at Federal Ministry of Trade and Investment

Federal Ministry of Trade and Investment

Old Federal Secretariat Complex, Garki Abuja

 

Invitation for Expression of Interest to Develop a robust and Compelling Industrial Revolution Blueprint for Nigeria

 

The Federal Ministry of Trade and Investment hereby requests for an expression of interest (EOI) from interested and qualified consultancy firms (International and Local) in partnering with the Ministry to develop a robust and compelling industrial revolution blueprint for Nigeria. This is geared towards a holistic and robust industrial fabric for Nigeria and which is very relevant to the Transformation Agenda of the Federal Government of Nigeria.

 

2.0       Terms of Reference (TOR)

The terms of reference for the consultancy work include the followings:-

i)          To work with the staff of the Ministry in order to carry out a targeted top-down diagnostic of the Nigeria’s industrial sector as currently set and fashion out a workable, achievable and beneficial industrial sector as obtains in other climes such as Brazil, India, South Africa, Malaysia and Thailand.

 

ii)         To fashion/ formulate additional mandate towards the realization of Federal Government Transformation Agenda,

 

iii)        Provide financial implication for the exercise using the BPP Standard request for Proposals for small assignment time based and the revised Federal Government scale of fees using man-hours.

 

iv)        The top-down diagnostic of Nigeria’s Industrial sector which will include an assessment of the Country’s current position and evolution over time outlining its strengths and Weaknesses, and benchmarking a few key indicators to a group of peer and aspiration countries such as Brazil, India, South Africa, Malaysia and Thailand. The data gathered and findings observed will then be used to put forward the overall aspiration for the country’s industrial sector which can be used to galvanize the alignment of key stakeholders on this aspiration.

 

v.         The Industrial Revolution blue print should include 3 priority sectors, namely Agribusiness and Agro-Industries, Petrochemicals and Solid Minerals Derivative Industries. This phase of the work requires a more detailed analysis of the performance and potential of these 3 sectors and a development of a blue print plan for accelerating the development of the sector in Nigeria. This blue print will also include the identification of 3 key flagship projects to be pursued.

 

vi.        Preparation of a 5 – page template describing the analyses done and the required end products to develop a sector blue print plan which will enable the Ministry develop such blue print plans for other identified sectors not in the scope of this work.

 

3.0       Requirement for submission of the EOI

All interested consultancy firms who wish to participate in the exercise as stated above are required to make payment of the sum of Thirty thousand naira (N30,000.00) only to the Ministry’s Account’s Department and collect a receipt for the payment.

 

The evidence of this payment should be submitted along with the Technical document of the EOI and our firm’s profile which must include but not limited to the following documents:-

i)          Evidence of Incorporation of the company with the Corporate Affairs Commission (CAC)

ii)         Evidence of Current Tax Clearance Certificate,

iii)        Evidence of Current Audited Accounts for last three (3) years,

iv)        VAT Certificates and evidence of remittances to FIRS

v)         Evidence of Pension remittance and Social Security Contributions

vi)        Details of staff strength including the Curriculum Vitae and profile of key staff with copies of credentials for verification.

vii)       Details of previous consultants undertaken including scope and copies of Award Letters,

viii)      Clear indication of head office address.

ix)        Sworn affidavit that the Firm is not bankrupt

x)         Sworn affidavit that none of the Directors of the company is an ex-convict or bankrupt,

xi)        Evidence of Financial Capability i.e. Recent Bank Statement of Account,

xii)       Evidence that the Company is not in receivership etc,

xiii)      That at any time, the Ministry discovers that the information submitted in this EOI is false; the Ministry reserves the right to disqualify the company,

xiv)      Evidence of corporate Registration with appropriate professional body.

 

4.0       Method of Application

All EOI should include both Technical and Financial Bids. After preparation of the technical as well as the financial documents, both should be returned in a bigger envelope, sealed and addressed to the Permanent Secretary, Federal Ministry of Trade and Investment and clearly marked “EOI to partner with the Ministry to develop a robust and compelling industrial revolution blueprint for Nigeria”.

 

5.0       Deadline for the Submission/Opening

The EOI documents (Technical of Financial) should be submitted in two (2) hard and one (1) soft copy to the Office of the Deputy Director, Procurement, Rm. 111, Block G, Federal Ministry of Trade and Investment on or before 6th August, 2012.

 

Only the Technical proposals will be opened on the closing day at 1.00pm in the presence of the consultants or their representatives at the Perm. Sec’s Conference Room, Block H of the Ministry.

 

6.0       Enquiries: All enquiries should be directed to:

Deputy Director Procurement, Rm 111, Block G,

Federal Ministry of Trade and Investment,

Old Federal Secretariat, Garki, Abuja.

 

NB

Response to this invitation shall not oblige the Ministry to consider any firm for pre-qualification. All costs incurred as a result of response to this invitation and any subsequent requests for information or clarifications shall be borne by the responding firm. The Ministry is not bound to take the least bidder as the assignment is one that is designed to aid industrialization of Nigeria towards job creation, a feature of the Federal Government Transformation Agenda.

 

This advert supersedes the earlier adverts published in Daily Trust of June 29th 2012 and Federal Tender’s Journal of June 25 – July 8th, 2012 respectively

 

D. S. Kigbu, mni

Permanent Secretary

 

Invitation for Pre-qualification to Tender for 2012 Capital Projects at Federal College of Agriculture Ishiagu, Ebonyi State

 

Federal College of Agriculture Ishiagu Ebonyi State Nigeria

Invitation for Pre-qualification to Tender for 2012 Capital Projects

 

Introduction

The Federal College of Agriculture Ishiagu hereby invites interested and credible  companies  with verifiable  track record of performance to apply for pre-qualification for various  capital projects of the college for the 2012 fiscal year.

 

Scope: The scope of work includes:-

Lot 1.  Construction of 2 NOs, classroom blocks

Lot 2.  Perimeter fencing of College, Phase 3

Lot 3.  Procurement of 2 NOs Tractors with implements and 1 No. Truck for Cassava Project.

Lot 4.  Construction of water supply for production and processing of Pineapple.

 

Pre-Qualification Criteria

Interested companies should submit their detailed pre-qualification documents for assessment. Under listed documents should be submitted:

1.         Evidence of incorporation with Corporate Affairs Commission (CAC)

2.         Evidence of recent annual returns of CAC

3.         Evidence of current Tax clearance for three years.

4.         Evidence of VAT Certificate and VAT remittances to Federal Government Internal Revenue Services (FIRS)

5.         Company profile with list of key staff, their curriculum vitae, competence educational qualifications, experience, registration with relevant professional bodies etc.

6.         Evidence of previous similar projects undertaken in the past including scope of project, location, contract sum, evidence of successful completion of the project, interim or final valuation and certificates.

7.         Evidence of possession of relevant equipment for work.

8.         Evidence of Current Audited Accounts of the Company for three years.

9.         Evidence of financial capability and banking support.

10.       Sworn Affidavit that (a) The Company is not Bankrupt (b) None of the Directors is an Ex-convict or Bankrupt.

11.       Evidence of employees’ Retirement Savings Account (RSA) with a pension Fund administrator.

12.       Evidence of remitting Employer and Employees Pension Contributions to the appropriate Pension Fund Administrator.

13.       Please State clearly your company’s full contact address, GSM phone number, e-mail address for ease of communication.

 

Members of the public are by this notice, informed of the following Addendum.

1.       Bidders should show evidence of compliance with the provision of Industrial Training Fund (I.T.F) amended Act of 2011 relating to the training contribution by liable organization.

 

2.       Bidders for Lots 1 and 3 are to collect tender document upon payment of N20, 000.00, while those for Lots 2 and 4 are to pay N30,000.00 and N10,000.00 respectively at the College Bursary and obtain receipt.

 

Submission:

Pre-qualification documents must be in a sealed envelop marked “CONFIDENTIAL PRE-QUALIFICATION FOR FCAI 2012 CAPITAL PROJECTS” and the lot of interest clearly printed at the top left corner of the envelope to be submitted on or before 2pm on 6th September, 2012. The documents will be opened by 2.10pm on the 6th September 2012 at the College Conference Room, Ishiagu. All companies submitting their pre-qualification documents are invited to attend to opening of the documents on the date, time and venue stated. Sealed and clearly marked envelopes as specified above should be addressed to:

 

The Provost

Federal College of Agriculture

P M B 7008, Ishiagu.

 

Note:

The submission of pre-qualification document is not a guarantee for the award of contract. Only pre-qualified companies  shall be  invited to pick the Bid  document.

 

Signed

Provost

Federal College of Agriculture

Ishiagu.