Invitation to Bid for the Construction of Ultra Modern Secretariat Complex at Office of the Executive Governor of Kebbi State

Office of the Executive Governor of Kebbi State

(Office of the Head of the Civil Service of Kebbi State)

Invitation to Bid for the Construction of Ultra Modern Secretariat Complex at Birnin Kebbi

The Government of Kebbi State intends to undertake the development of infrastructure for the State Secretariat along Sani Abacha Byepass, Birnin Kebbi for the purpose of providing befitting offices for civil servants. The Government of Kebbi State intends to build a new ultra­modern secretariat complex and ancillary buildings on 15 Ha.

 

Bid/Tender Reference no KBSTB/201 2

The Government of Kebbi State is inviting bids for engagement of contractors with valid and current Registration with the Kebbi State Tenders Board (KSTB) Category “A” registration for the proposed construction of the ultra-modern State Secretariat Complex along Sani Abacha Byepass, Birnin Kebbi in any or all of the following Lots:

 

Lot A2-(SSG & Head of Service Office blocks)

Lot B1-(Block B .Typical Office Building)

Lot B2-(Block C …Typical Office Building)

Lot B3-(Block D …Typical Office Building)

Lot C – (Conference Hall, Mosque and Restaurant)

 

Completion of the Works is required within twenty four (24) calendar months after receipt of the Notification of Contract to be issued by the Kebbi State Tenders Board.

 

Prospective Bidders should have completed, within the last five (5) years from the date of submission and receipt of bids, at least one (1) single contract similar to the Project both in terms of value and complexity.

 

For purposes of this project, similar contract shall refer to construction of buildings, multi-level houses and similar structures.

 

Open competitive bidding will be conducted using non-discretionary criterion as specified in the Procurement of Construction, Goods and Services (Guidelines) Law No. 5 of 2008.

 

All particulars relative to this bidding including  Eligibility, Checking, Bid Security, Evaluation post Qualification procedures and Award of Contract shall be governed by Procurement of constructor, Goods and Services (Guidelines) Law No. 5 of 2008. The successful bidder must also:

 

  • Show knowledge and understanding of the geographical terrain and other geo­physical features of Kebbi State and the specific area where the project will be implemented;
  • Show clear evidence of execution of similar architectural and building engineering project(s), in the last 5 years, in Kebbi State for the Federal Government, State Government or Local Government Councils;
  • Show clear records of payment of Corporate Taxes, PAYE for personnel/employees, VAT etc;
  • Present  clear evidence of having in its employment the requisite building engineering, artisans and other core competencies required for execution of a project of this magnitude; and
  • Present such other information and competencies as may be requested or indicated by the Director, Architect & Building Department, Ministry of Works & Transport, Birnin Kebbi, Kebbi State.

 

Bidding is restricted to sole proprietorships, partnerships, or corporate organizations who have skilled and competent staff duly affiliated, registered or members of Nigerian regulatory authorities/bodies of architects, engineers, builders, quantity surveyors, etc.

 

The Invitation to Bid, design, drawings, Bills of Quantities and Checklist of Requirements may be inspected at the office of the Director of Architecture and Building of the Ministry of Works and Transport, Birnin Kebbi from Wednesday 11 April 2012, The complete set of bidding documents may be purchased by interested bidders upon payment of a non-refundable fee of N50, 000:00.

 

Bids shall be submitted in a sealed envelope to the Director, Architect & Building, Ministry of Works and Transport HQ, Birnin Kebbi, Kebbi State on or before 9th May 2012.

 

The sealed envelope shall be clearly marked “Construction of New Ultra-Modern Secretariat Complex (Lot…. /All Lots)” (in the tower left hand corner). Late bids will not be accepted.

 

The bids will be publicly opened and read aloud at 2:30 p.m. on May 7, 2012, at the Conference Room of the Ministry of Works and Transport HQ, Birnin Kebbi.

 

The Government of Kebbi State reserves the right to accept or reject any bid proposals, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.

 

(Signed)

ALHAJI HALIDU JEGA

Head of the Civil Service of Kebbi State

Office of the Executive Governor of Kebbi State

Birnin Kebbi

Tuesday, 10 April 2012.

 

Invitation for Pre-Qualification at Kura Local Government Council, Kano State

Kura Local Government Council

Kano State

Invitation for Pre-Qualification

 

Kura local government in its effort to complement the state government efforts in seeing to the realization of the Information Institution wished to invite interested and reputable contractors to bid for the compensation analysis, compensation survey, layout sire plan and layout demarcation of the INFORMATICS INSTITUTE situated at Kura, Kura local government Kano state.

1.       Scope of work

I        Compensation analysis

ii.       Compensation survey

iii.      Layout site plan

iv.      Layout demarcation

v.       Construction of feeder roads within the layout

 

2.       Pre-Qualification

In compliance with public procurement act, suitably qualified and  interested contractors are hereby invited to apply for pre-qualification documents:

 

i.        Evidence of company’s incorporation with the Corporate Affairs Commission (CAC)

ii.       Memorandum and articles of association

iii.      Company’s profile and curriculum vitae of principal officers of the company

iv.      Three (3) years tax clearance certificate (2010-2012)

v.       Evidence of variable experience or similar projects executed in the last three (3) years.

vi       Company’s address/office location with G.S.M numbers

vii.     Names and addresses of bankers

viii.    VAT registration certificate and evidence of VAT remittances

ix.      List of some similar projects previously executed. locations, client’s completion certificates

x.       Certificate audited account of the company for the last three (3) years.

xi.      Evidence of financial capabilities to handle the project,

 

The above listed documents should be bound and submitted in sealed envelope clearly stating project and addressed to:

The Director,

Personnel Management,

Kura Local Government, Kano State,

To reach him not later than 24th May, 2012.

The pre-qualification documents will be opened at 2: 30pm same day. The venue of the opening exercise is the Local Government Council Chamber. Kura local Government, Secretariat, Kano state.

Signed

Director Personnel management

General Invitation for Prequalification/Expression of Interest (EOI) for the Year 2012 Capital Projects/TETFUND at National Commission for Colleges of Education, Abuja

National Commission for Colleges of Education,

Abuja

General Invitation for Prequalification/Expression of Interest (EOI) for the Year 2012 Capital Projects/TETFUND of the NCCE, Abuja

1.0.    Introduction

The National Commission for Colleges of Education Abuja, through its departments intends to carry out procurement for the various projects under its 2012 capital projects plans.

 

1.2     The Commission therefore wishes to invite prequalification /expression of interest documents from interested and competent bidders for the capital project proposed to be executed under the 2012 appropriations with the various scopes of the works categorized as follows:

 

Lot 1:          General Works: Rehabilitation/Repairs of office buildings

Lot 2:          General goods: Purchase of Furniture and Equipment, etc.

Lot 3:          General Services: Workshops and Capacity building, Printing/Publications, etc

Lot4: Consultancy Services; Training Workshops, Physical Facilities development/Condition surveys etc.

 

2.0.    Eligibility Criteria

Bidders are to provide the following as minimum prequalification requirements for the project of their choice.

 

2.1.    For General Services/Consultancy Services

a)       Evidence of registration with CAC by inclusion of certificate of incorporation and Articles of Association

b)      Last 3years tax clearance certificates (2009, 2010,  & 2011)

c)       Evidence of compliance with Pensions Act 2004

d)      VAT registration and evidence of its remittance

e)       Detailed Company Profile

f)       Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last five years with verifiable letters of award, evidence of payment (if any) and certificates of job completion (if any)

g)       Evidence of Financial Capability / Reference letter from a reputable bank

h)      Evidence of registration with relevant professional bodies, such as ARCON, COREN, ICCON or IPAN etc.

i)       Full account details including Sort Code

j)       Annual Audited Accounts for the last 3 years (2009, 2010 and 2011)

 

2.2.    For General Goods

a)       Evidence of registration with CAC by inclusion of Certificate of incorporation and Articles of Association

b)      Last 3years tax clearance certificates 2009, 2010, & 2011

c)       Evidence of compliance with Pensions Act 2004

d)      VAT registration and evidence of its remittance

c)       Detailed Company Profile

f)       Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last five years with verifiable letters of award, evidence of payment (if any) and certificates of job completion (if any)

g)       Evidence of Financial capability / Reference letter from a reputable bank

h)      Full account details including Sort Code

i)       Annual Audited Accounts for the last 3 years (2009, 2010 and bank)

 

2.3.   For General Works

a)       Evidence of registration with CAC by inclusion of Certificate of incorporation and Articles of Association

b)      Last 3 years Tax clearance certificates 2009, 2010, & 2011

c)       Evidence of compliance with Pensions Act 2004

d)      VAT registration and evidence of its remittance

e)       Detailed Company Profile

f)       Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last five years with verifiable letters of award, evidence of payment (if any) and certificates of job completion (if any)

g)       Evidence of Financial capability / Reference letter from a reputable bank

h)      Evidence of registration with relent professional bodies, such as ARCON, COREN, ICCON or IPAN etc

i)       Full account details including Sort Code

j)       Annual Audited Accounts for the last 3 years (2009, 2010 and 2011)

k)      Bidders shall provide verifiable evidence of ownership / lease of relevant equipments to undertake the works.

 

3.0.    Submission of Documents

3.1.    Completed prequalification / expression of interest documents as outlined above shall he submitted in sealed envelopes and labeled “prequalification/EOI” for marked with “Project Name” at the top right hand corner of the envelope and addressed to:

 

The Executive Secretary

National Commission for Colleges of Education

Plot 829, Ralph Shodeinde Street

Central Area, Garki

Abuja, FCT

 

3.2.    The closing date for the submissions in respect of all projects shall be on or before Tuesday 24th April 2012 by 12.00 noon.

 

3.3.    Prequalification /EOI submission will be opened same day by 1:00pm at the Commission’s conference room on the 1st Floor of the NCCE, Secretariat, Plot 829, Ralph Shodeinde Street Central Area, Garki Abuja, FCT

 

3.4.    Only firms whose Prequalification/EOI document fulfill the minimum      requirements will be considered for the next stage

 

3.5.    All inquires should be directed to the above address

 

4.0.    Disclaimer and Conclusion

4.1.    This announcement is published for information purposes only and does not constitute an offer to transact with any party for any of the projects, nor does it constitute a commitment or obligation on the part of the NCCE to procure concession services

 

4.2.    The NCCE will not be responsible for any cost or expenses incurred by any interested party(ies) in connection with any response to this invitation and or the preparation or submission in response to any

 

Signed:

Management.

 

Invitation for Bids (IFB) at Science and Technology Education Post-Basic (Step –B) National Research Institute for Chemical Technology (NARICT), Zaria

Invitation for Bids (IFB)

Federal Government of Nigeria

Science and Technology Education Post-Basic (Step –B) National Research Institute for Chemical Technology (NARICT), Zaria

Credit No. 4304-UNI

IFB No. (IFB No: NARICT/STEP-B/G/NCB/2/12)

Date of Issuance: April 10, 2012

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007 and 4 National Dailies of the same date.

 

2.       The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post-Basic Project (STEP-B Project), and it intends to apply part of the proceeds of this credit to payments under the contract for the Procurement and Installation of Biodiesel Plant and Biodiesel Quality Control Laboratory Equipment

 

3.       The National Research Institute for Chemical Technology (N ARICT), Zaria, now invites sealed bids from eligible and qualified bidders for the execution of the following:

 

Lot No. Item Description Quantity Bid Security Delivery Period Location
1. Procurement and Installation of Biodiesel Plant 9 At least 2.5% of Bid Price 90 days Maximum NARICT, Zaria Kaduna State
2. Procurement and Installation of Biodiesel Quality Control Laboratory Equipment 15 At least 2.5% of Bid Price 90 days Maximum NARICT, Zaria Kaduna State

 

4.       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.

 

5.       Interested eligible bidders may obtain further information from National Research Institute for Chemical Technology (NARICT), Zaria at the address below and inspect the bidding document, between the hours of 9.00 am to 4.00pm Mondays to Fridays, except on public holidays.

 

6.       Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • A Manufacturer’s Authorization for equipment not produced by the company.

 

A margin of preference for eligible national contractors shall not be applied; Additional details are provided in the Bidding Documents.

 

7.       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 N10,000.00 (Ten Thousand Naira) only or USD75.00. The method of payment will be cash or bank draft in favour of National Research Institute for Chemical Technology (NARICT), Zaria. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request which shall be at the bidder’s cost.

 

8.       Bids must be delivered to the address below on or before 9th May 2012 by 2:00pm local time. Late bids will be rejected. Electronic bidding will not be permitted. Bids will be opened in the presence of the bidders or bidders representatives, who choose to attend in person at the address below on or before 9th May 2012 by 2:00pm. All bids must be accompanied by a Bid Security of at least 2.5% of bid price in local currency or an equivalent amount in a freely convertible currency.

 

9.       The address referred to above is:

Project Manager

Science & Technology Education Post-Basic (Step-B) Project

National Research Institute for Chemical Technology (NARICT)

Kilometer 4, Old Kano Road, Basawa

P.M.B, 1052

Zaria.

Kaduna State

Tel: +234-08054553615, +234 -07033488338

Email: narictstepb09@gmail.com

Signed:

Dr. A.A. Ihuoma

Project Manager

Request for Expression of Interest for the Conduct of Annual Statutory Audit at Council for the Regulation of Engineering in Nigeria (COREN),

 

Council for the Regulation of Engineering in Nigeria

No. 22. Addis Ababa Crescent, Wuse Zone 4, Abuja

Request for Expression of Interest for the Conduct of Annual Statutory Audit

 

The Council for the Regulation of Engineering in Nigeria, COREN was established by Decree 55 of 1970, amended by Decree 27 of 1992 and now an Act of Parliament Act CAP 11/2004. It is a Parastatal of the Federal Government charged with the responsibility of regulating and controlling the practice of Engineering in all its aspects and ramifications.

 

The said Act requires the COREN to engage external auditors to audit its accounts yearly. Pursuant to the Act, COREN hereby invites expressions of interest from firms of Chartered Accountants to audit its annual accounts. Prospective auditors must be experienced in public sector accounting and familiar with Daceasy Accounting Software, knowledge of International Financial Reporting Standards (IFRS) is also essential. The firms must be registered with the Office of the Auditor-General of the Federation.

 

Interested Auditors, with presence in Abuja, are required to submit their application, enclosing the following;

1.       Firm’s profile;

2.       Track record of auditing for the past 10 years;

3.       Qualifications and experience of its partners and key associates;

4.       Evidence of registration with Office of Auditor-General of the Federation;

5.       Any other relevant information.

 

Applications in six (6) copies are expected to reach the undersigned on or before Wednesday 18th April 2012. The EOIs should be submitted at the address indicated below, not later than 05.00pm on the closing date:

 

Attention:

The Registrar,

Council for the Regulation of Engineering in Nigeria (COREN),

No, 22 Addis Ababa Crescent

Wuse Zone 4, Abuja.

09-2904584, 08037001258

 

Interested firms may obtain further information from the Head. Accounts Department at the address shown above from 8:00a m, to 4.00pm Monday to Friday (except public holidays).

 

Signed:

Registrar

COREN.