Invitation for Pre-Qualification for the Construction of Township Roads at Jigawa State Government

Jigawa State Government

Ministry of Land, Housing, Urban Development and Regional Planning

No. 1 Justice Tijjani Abubakar Road, Takur Dutse

 

Invitation for Pre-Qualification for the Construction of Township Roads

 

The Jigawa State Government intends to undertake the construction of township roads across the state, and is hereby inviting for pre-qualification of reputable Civil Engineering Companies for undertaking the following projects.

 

1.       Construction of township roads at:

a.        Hadejia 12km

b.       Gumel 10 km

c.        Kazaure 15km (Including rehabilitation)

d.        Malam Madori 6 km

e.        Kafin Hausa 6km

f.        Maigatari 6km

g.        Kaugama 6km

h.       Guri 5 krn

i.        Roni 5 km

j-        Sule Tankarkar 5 km

 

2.       Scope of the Work:

The scope of the work for the projects shall include but not restricted to the following:

  1. Site clearance
  2. Road work and pavement Culverts, Drainages and crossing slabs where applicable
  3. Any other work related to the project as shall be directed.

 

3.       Submission of Pre-Qualification Documents

Interested companies are requested to submit prequalification documents including copies of the under listed to the office of the Director Planning, Research & Statistics, Ministry of Land, Housing, Urban Development and Regional Planning, Dutse Jigawa State not later than 15th August, 2013.

 

  1. Certificate of Incorporation with Corporate Affairs Commission
  2. Evidence of registration with Jigawa State works registration Board\
  3. Tax clearance for the last three years
  4. Evidence of financial capability and Banking support
  5. Company’s profile including names of key professional staff and their resume.
  6. Evidence  of availability of updated construction equipment
  7. Evidence of relevant experience and performance in similar project.
  8. Annual Turnover
  9. VAT Registration Certificate and evidence of remittance.

 

Signed

Permanent Secretary

Ministry of Land, Housing, Urban Development &

Regional planning Dutse

 

 

Invitation for Bids IFB at HIV/AIDS Programme Development Project II, Katsina State

Katsina State Government

HIV/AIDS Programme Development Project II

Invitation for Bids IFB: Procurement of Test Kits, Laboratory Consumables, Laboratory Reagents and CD4 Count Analyser

 

Issuance date: 30th July, 2013.      

CREDIT NO: CR45960-NG

IFB NO; KTS/HIV/GD/05/13

This invitation for Bids follows the General procurement Notice for this project that appeared in development business, issue No. CR4596-NG of 30th July, 2013.

1.       The Katsina State Government of Nigeria has received credit from the international Development association toward the cost of second HIV/AIDS Program Development project HPDP11, and it intends to apply part of the proceeds of this credit to payments under the contract for procurement of kits, laboratory consumable reagents and CD4 count analyzer.

2.       The Katsina state HIV/AIDS program Development project (KTS HPDP11). Now invites sealed bids from eligible and qualified bidders for;

PROCUREMENT OF TEST KITS, LABORATORY CONSUMABLES, LABORATORY REAGENTS AND CD4                                                                             COUNT ANALYSER.

Category

 

Description

 

Qty

 

Delivery period

 

Bid security

 

Delivery/location

 

LOT1

 

HIV Screening test 1st LINE

 

170,000

 

60 Days

 

At least 2.5%

 

Central Medical Stores GRA Katsina
LOT2

 

HIV Confirmatory Test 2nd LINE

 

17,000

 

60 Days

 

At least 2.5%

 

Central Medical Stores GRA Katsina

 

LOT3

 

HIV Screenig -Tie Breaker 3rd LINE

 

1,700

 

60 Days

 

At least 2.5%

 

Central Medical Stores GRA Katsina

 

LOT4

 

Laboratory Consumables

 

Assorted

 

60 Days

 

At least 2.5%

 

Central Medical Stores GRA Katsina
LOT5

 

Laboratory Reagents

 

Assorted

 

60 Days

 

At least

2.5%

 

Central Medical Stores GRA Katsina
LOT6

 

CD4 Count Analyzer

 

1 NO

 

60 Days

 

At least

2.5%

 

Central Medical Stores GRA Katsina

 

3.       Bidding will be conducted through the national competitive Bidding (NCB) Procedures specified in the World Bank’s Guidelines procurement under International Development Association credit, and is open to all bidders from source country as defined in the guideline.

4.       Interested eligible bidders may obtain further information from the Project Manager OR the Procurement officer, Katsina State HIV/AIDS program Development project II.

5.       Qualification requirements include; Evidence of registration with cooperate Affairs, manufacturer’s Authorization , power of Attorney, warranty period, Evidence of experience in similar project executed, Audited financial statement and Tax clearance. A margin of references for certain goods manufactured domestically “shall not” apply. Additional details are provided in bidding documents.

6.       A complete set of bidding documents in English may be purchased by interested bidder on the submission of written Application to the address below and upon payment of nonrefundable fee of N15, 000 only in form of Bank Draft payable to Katsina state Agency for the control of AIDS (KATSACA). The bidding documents will be delivered in the Bidding Box provided at the KATSACA secretariat.

7.       Bids must be delivered to the address below on or before 12. 00 NOON 27th  August, 2013 in the box. Electronic bidding will not be permitted. Late bids will be rejected. Bid will be opened in the presence of bidders or their representatives, who choose to attend in person at the address below at 12 Noon on 29th August, 2013.

8.       All bids must be accompanied by a bid “Bid Security of not less than 2.5% of Bid price.

9.       The address referred to above is:

The Project Manager,

Attn: Procurement Officer,

Katsina State Second HIV/AIDs Program Development Project

Katsina State Agency for Control of AIDS.

General Hospital Katsina Premises, Katsina State

GSM: 08033029995 or 08036141986

Email: Katsaca30@gmail.com

Signed:

The Project Manager

 

Invitation for the Pre-Qualification to Tender at Kaduna State Millennium Development Goals

Kaduna State Millennium Development Goals

Invitation for the Pre-Qualification to Tender for conditional Grant Scheme (CGS) Millennium Development Goals (MDGs) Projects 2012 State and Local Government CGS Track)

The Kaduna State Government represented by the MDGs office is in the process of getting Conditional Grants from the Federal Government under the Millennium Development Goals (MDGs) programme to execute some pro-poor projects across the State in 2013.

The projects are to cover Health, Water/Sanitation, and Education

The Health sector will cover construction of some Primary and basic Health Centers including supply and installation of Medical Equipment, Furniture and Ambulances and training of health personnel. The water/sanitation sector will cover construction and equipping of Hand Pumps and Solar Powered Boreholes and Construction of VIP toilets. The Education sector will include construction of New Primary School classrooms including Furnishing.

Interested Contactors and suppliers are hereby requested to submit pre-qualification bids in areas of their competence.

Intervention Areas proposed for CGS 2012.

A.    HEALTH SECTOR

Lot Al         Construction of Primary Basic Health Centers and Equipping (PHCs)

Lot A2        Procurement of Ambulances,

 

B     WATER/ SANITATION SECTOR

Lot B1        Construction and Equipping of Hand Pumps Boreholes

Lot B2        Construction of VIP toilets

C.      EDUCATION SECTOR

Lot C1        Construction of Primary School classroom Blocks

SCOPE OF WORK

A       HEALTH

Al      Construction and equipping of PHCs

This will involve the construction of Primary Health Centers

Including External work, electrical and Mechanical installations, Equipping and furnishing of PHCs etc

C     EDUCATION

C l     Construction of New classrooms

This will involve the construction of new classrooms and furnishing.

D       PRE-QUALIFICATION REQUIREMENTS   

Interested pre-qualification bidders must submit the following documents:-

  1. Evidence of incorporation with corporate affairs commission (CAC).
  2. Evidence of Registration of Business Premises with Kaduna State Ministry of Commerce and industries (for Contractor based in Kaduna State).
  3. Certificate of registration with Kaduna State Tenders Board (STB) (Current).
  4. Evidence of Tax clearance certification for the last three years.
  5. Evidence of financial capability/Banking Support
  6. Evidence of Experience/Technical qualification including key personnel.
  7. List of Vehicles and Equipment
  8. Evidence of VAT Registration (if any),
  9. Annual Turnover/ Audited Accounts.

Submission of Pre-Qualification Documents

The pre-qualification documents must be signed submitted in sealed envelope clearly marked “Pre-qualification to Tender” for MDGs-CGS Projects 2012 and shall be addressed and delivered to: The State Local Person, 2nd Floor, Olusegun Obasanjo House, Yakubu Gowon Way, Kaduna on or before August 15th 2013.

This document will he open on the closing date at 1.30 pm Conference hall MDGs Project Support Unit (PSU) 2nd floor, Olusegun Obasanjo House, Yakubu Gowon Way Kaduna.

Note;-

  1. The MDGs Office reserves the right to verify any claim by the bidders. This advertisement is not an invitation to tender and should not be treated as such.
  2. Full bidding procedure shall only be applied to contractors that have been pre-qualified and found capable of executing the project (s).
  3. This advertisement should not be considered as a commitment on the part of the MDGs office nor shall it entitle companies to make any claim whatsoever and /or seek any indemnity from the MDGs or the Kaduna State Tenders Board.
  4. All Kaduna State MDGs projects are covered by Bank bond to ensure the security of Public funds.

Signed:

The State Focal Person

Olusegun Obasanjo House

Yakubu Gowon Way Kaduna

Request for Expression of Interest (EOI) at Teachers Registration Council of Nigeria (TRCN)

Teachers Registration Council of Nigeria,

Abuja

Request for Expression of Interest (EOI)

The Teachers Registration Council of Nigeria (TRCN), an agency of the Federal Ministry of Education established to regulate and control teaching profession in all ramifications with Headquarters in Abuja, FCT, Nigeria wishes to invite proposals from reputable firms with proven experience to undertake the under mentioned consultancy service:-

 

S/N    CONSULTANCY DESCRIPTION:

  1. Professional Standards Capacity Building Workshop for Chairmen of Teachers Investigating Panel (TIP) and TRCN Desk Officers at all levels of the education system.

Eligibility Criteria

Interested firms are to submit the following documents: –

  1. Evidence of incorporation and registration with Corporate Affairs Commission (CAC).
  2. Current Tax Clearance Certificate
  3. VAT registration certificate
  4. Two copies of Audited Accounts for the past three years which must bear the stamp and seal of the audit firm.
  5. Evidence of compliance with PENCOM Act 2004 (or exemption).
  6. Evidence of compliance with Industrial Training Fund (ITF) amendment Act 2012.
  7. Detailed Company profile, including evidence of technical competence, curriculum Vitae of professional staff indicating their academic and professional certification.
  8. Evidence similar contracts executed backed with verifiable letter of award and or certificate of job completion.
  9. Evidence of financial capability supported with letter of reference from a reputable bank.

Submission of Documents

Firms-Consultants are to submit one original and two duplicate copies of EOI (Consultancy) documents puts in one sealed envelope clearly marked Expression of Interest for Capacity Building on top right hand corner of with the name of the company /firm written on the reverse side of the envelope and address to:

The Secretary, Management Tenders Committee

Teachers Registration Council of Nigeria

12, Oda Crescent, Off Aminu Kano Crescent,

Wuse II, Abuja.

The envelope should be dropped in the Bid Box located at the Council’s Headquarters, 12, Oda Crescent, Off Aminu Kano Crescent, Wuse II, Abuja not later than 12:00noon on Thursday, 12th September, 2013.

All submitted documents will be opened immediately on the same date (12th September, 2013) at the conference room. Registrar’s block, Teachers Registration Council of Nigeria, 12, Oda Crescent, Oda Crescent, Off Aminu Kano Crescent, Wuse II, Abuja in the presence of all bidders.

Please Note That:

  • Late submission shall be rejected
  • Only shortlisted companies will be contacted
  • This advertisement is published for information purpose only and should not be constructed as a commitment or obligation on the part of the Council to award a contract.
  • The Council will not be responsible for any costs incurred by any interested party in connection with any response to an inquiry nor shall it entitle any party submitting documents to claim any indemnity from the Council.
  • The Council is not bound to shortlist any bidder and reserves the right to annul the bidding process at anytime without incurring any liabilities and assigning any reason thereof.

All enquiries should be directed to:

The Director, Professional Operations

Teachers Registration Council of Nigeria

12, Oda Crescent, Off Aminu Kano Crescent,

Wuse II, Abuja.

 

Signed

Teachers Registration Council of Nigeria

Request for Expression of Interest at Nigerian Nuclear Regulatory Authority

Nigerian Nuclear Regulatory Authority

Request for Expression of Interest

  1. Introduction

In compliance with the Procurement Act regarding procurement and consultancy, the Nigerian Nuclear Regulatory Authority (NNRA) invites Expressions of Interest from experienced consultants for the execution of the projects described below:

 

2.       Project Description

a.       National Survey of Depleted Uranium

NNRA has established and maintains a State System of Accounting For and Control of Nuclear Material Subject to Safeguards under the Agreement, between the Federal Republic of Nigeria and the International Atomic Energy Agency (IAEA) for the Application of Safeguards in Connection with the Treaty on the Non-Proliferation of Nuclear Weapons and the Additional Protocol to the Agreement.

 

In further compliance with Nigeria’s safeguards obligation to provide accounting reports to the IAEA and fully comply with Nigeria’s obligations contained in Article 2 of the Additional Protocol to the agreement, the NNRA is seeking to expand its information regarding the quantities, uses and locations of Depleted Uranium contained as shielding and account for all nuclear material and radioactive sources in Nigeria.

 

b.      Architectural Drawings of Headquarters and Zonal Offices

The NNRA is establishing Zonal Offices and intends to construct office buildings at the headquarters and the geopolitical zones, In this regard, architectural drawings of the buildings are required.

 

Consequent on the above, NNRA requires expressions of interest for the production of architectural drawings for both the NNRA headquarters building and zonal offices.

3.     Legal Services

The Authority is also inviting Expression of Interest for External Legal Services

4.     Lots

 

1 National Survey of Depleted Uranium
2 Production of Architectural  Drawing for Headquarters and zonal Offices
3 Legal Service

5.     Eligibility

Persons wishing to express interest in the above shall provide:

  1. Evidence of Registration with Corporate Affairs Commission (CAC)
  2. Current Tax Clearance Certificate
  3. Value Added Tax (VAT) Registration Certificate
  4. Company’s Audited Financial Accounts and funding information over the past Three (3) years endorsed by a firm of Chartered Accountants
  5. Evidence of financial capability from reputable Batik(s)
  6. Evidence of compliance with Industrial Training Fund Regulations
  7. Evidence of compliance with the Pension Reform Act 2004 (as amended)
  8. Evidence of registration with Financial Reporting Council of Nigeria (where applicable)
  9. Verifiable evidence of similar projects previously executed including letters of awards and completion Certificates within the past Three (3) years
  10. Affidavit disclosing whether or not any officer of NNRA or BPP is a former or present director,, shareholder or has; any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particular
  11. Any additional information that will enhance the potential of the contractor/supplier
  12. List of ongoing projects, (if any)
  13. Photocopy of Tenders receipt.

Collection of Tender Documents:

Tender documents shall be collected from:

The Procurement Unit,

Nigerian Nuclear Regulatory Authority

Central Business District,

Abuja

7.     Submission

Completed Tender documents shall be submitted to:

The Acting Director General/CBO

Nigerian Nuclear Regulatory Authority

Plot 564/565 Airport Road

Central Business District

P.M.B. 559, Garki

Abuja

8.     Closing Date/Bid Opening

The closing date shall be 11th September, 2013, while the Bid Opening exercise shall be conducted on Friday 27th of September, 2013.