Pre-qualification for the various projects Board for the 2012 Fiscal Year at the National Board for Technology Incubation

National Board for Technology Incubation

Invitation for Pre-qualification

 

1)      Introduction

The National Board for Technology Incubation (NBTI) invites interested and credible Companies to apply for pre-qualification for the various projects Board for the 2012 Fiscal Year.

 

2)      Scope

The scope of work includes:

Lot 1:                   Provision of Library Facilities

Lot 2:                   Provision of Quality Control Laboratories in Centres

Lot 3:                   Provision of Standby Generator in 21 Centres

Lot 4:                   Fire Fighting Equipment for Centres

Lot 5:                   Acquisition of Demonstration Equipment for incubates

Lot 6:                   Development of Permanent Site

Lot 7:                   Provision of Fabrication Laboratory/Engineering workshop

Lot 8:                   Prototype Development

Lot 9:                   Establishment/Rehabilitation and upgrading of New Centres.

Lot 10:        Establishment of New Centres.

 

3)      The following requirement for pre-qualification must be submitted:

 

(i)      Evidence of Company incorporation in Nigeria.

(ii)     Evidence of Tax Clearance and VAT Certificates

(iii)    Evidence of registration with National Board for Technology Incubation

(iv)    Company profile with list of Technical/Management Staff with evidence of       previous work experience, detailed clients, nature of work, etc.

(v)     Articulated work plan and methodology

(vi)    Evidence of Financial Capability.

 

4)      Submission

Pre-qualification documents must be in sealed envelope marked:

Confidential Pre-qualification for NBTI 2012 Fiscal Year Capital Projects and the Lot of interest clearly printed at the top left coffer of the envelope and submitted on or before 26th April 2012 to:

 

The Direct General/CEO

National Board for Technology Incubation

No. 10, Zambezi Crescent

Maitama-Abuja

Note: Submission for the pre-qualification documents is not a guarantee for the award of contract. Only pre-qualified Companies shall be invite in writing or through publication

 

Director General/CEO

National Board for Technology Incubation, Abuja

 

Invitation for Submission of Technical and Financial Bids for Consultancy Services at Office of the Senior Special Assistant to the President on the Millennium Development Goals

Federal Government of Nigeria

The Presidency

 

Office of the Senior Special Assistant to the President on the Millennium Development Goals

 

Invitation for Submission of Technical and Financial Bids for Consultancy Services

 

1.       Introduction

The Federal Government of Nigeria, through the Office of the Senior Special Assistant to the President on MDGs (OSSAP-MDGs) is desirous of executing the 2012 Projects in various constituencies/locations in the 36 States of the Federation and the CT. Therefore the services of Consultants are required for the supervision of the Projects, Request for Technical and Financial bids are  hereby sought from interested Consulting Firms as follows:

 

1.1     Lot 1-State Consultants

Interested Consultants are requested to submit Technical and Financial bids for the supervision of Building construction Projects in the Education, Health, and Community based sectors and other services that may be assigned by the Client. The successful Consultant will be expected to supervise projects within a State.

 

1.2     Lot 2- National Consultant

Interested Consultants are requested to submit Technical and Financial bids for the Coordination of State Consultants in Lot 1 above. Responsibility will include regular production of progress report and other services that may be assigned by the Client. The Successful National Consultant will be expected to coordinate all the State Consultants.

 

2.0 Eligibility Criteria

a)       Evidence of registration with Corporate Affairs Commission (CAC) namely Certificate of Incorporation and Article of Association;

b)      Tax Clearance Certificates for the Last 3 Years (2009, 2010 and 2011);

c)       Evidence of Pension Contribution and Remittances of employee pension for Firms having more than Five (5) employees;

d)      Evidence of VAT Registration and Remittance;

e)       Detailed Company Profile including Curriculum Vitae of Professional   Staff for the Project, academic and professional certificates, documents  detailing experience and attestation of availability;

f)       Evidence of experience in at least (5) jobs of similar nature and complexity executed within the last three years with verifiable letters of contract award, evidence of payment and certificate of job completion;

g)       Evidence of financial capability /reference letter from a reputable Bank;

h)      For Joint Venture, include Memorandum of Understanding;

i)       Evidence of registration with relevant professional bodies such as ARCON, COREN, COREON, NIQS etc.;

j)       Full account details including SORT code;

k)      Possession of satisfactory Quality assurances/Quality control manuals;

l)       Annual Auditors’ Report for the last 3 Years (2009, 2011, and 2011);

m)    Proposed methodology and work plan i.e. Technical approach, Work plan and Organization;

 

3.0     Collection of Bidding Documents

3.1     Qualified Consultants shall on written application collect- Standard Bidding Documents from:

The Office of the Senior Special Assistant to the

President on MDGs,

Suite 201,2nd Floor, Block A, Bullet Building,

Federal Secretariat,

Shehu Shagari Way,

Central Business District,

Abuja.

 

3.2     Submission of Bids

Technical and Financial bids (2 hard copies and 1 soft copy) shall be submitted in two different sealed envelopes and labelled “Technical Bid” and “Financial bid” respectively with the Firm’s name indicated at the back of each envelope. Both envelopes should be sealed and placed in a third envelope marked with the Lot No and Name at the Top right hand corner and addressed to:

 

The Senior Special Assistant to the President on MDGs,

Suite 201, 2nd Floor, Block A, Bullet Building,

Federal Secretariat,

Shehu Shagari Way,

Central Business District,

Abuja.

 

3.2.1  The closing date for the submission for all Lots is on or before Monday 7th May, 2012 by 12,00 noon.

 

3.2.2 Only Firms whose Technical bids fulfil the minimum requirements will have their Financial bids considered.

 

3.2.3 All inquiries should be directed to the Office of the Senior Special Assistant to the President on MDGs at the above address.

 

3.2.4 Bids will be opened on Monday 7th May, 2012 at the Atiku Abubakar Conference Hall, 2nd Floor, Block A, Federal Secretariat at 1.00pm in the presence of all bidders who wish to witness It, representatives of relevant professional bodies, representatives of Non Governmental Organizations for transparency,

 

4.0 Note:

 

4.1     Consultants should specify State (1 State) of Interest;

4.2     Originals of Evidence in 2(a) to 2(m) above will be sighted during Bid opening.

4.3     Documents submitted will be verified from relevant Government Agencies.

4.4     No advance payment will be paid.

4.5     Payment will be made only in two tranches, Fifty Percent Payment on completion of Sixty Percent work and hundred Percent Payment on delivery.

 

5.0     Disclaimer and Conclusion

5.1     This announcement is published for information purposes only and does not constitute an offer to transact with any party for the Project, nor does it constitute a commitment or obligation on the part, of OSSAP-MDGs.

 

5.2     OSSAP-MDGs 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 an enquiry.

 

5.3     OSSAP-MDGs is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning any reason thereof.

 

Signed

Mr, I.O. Babalola

Director (MDGs)

For: Dr (Mrs) Precious K. Gbeneol

B. Med. Sci. (Pharmacology), MBBS, MPH, FWACP, FMCFM

Senior Special Assistant to the President on MDGs

Invitation for Submission of Technical and Financial Bids for MDGS Projects (Works) Under the 2012 Appropriation

Federal Government of Nigeria

The Presidency

Office of the Senior Special Assistant to the President on the Millennium Development Goals

 

Invitation for Submission of Technical and Financial Bids for MDGS Projects (Works) Under the 2012 Appropriation

1.       Introduction

The Federal Government of Nigeria through the Office of Senior Special Assistant to the President on MDGs (OSSAP-MDGs) is desirous of executing the 2012 MDGs Projects in various constituencies/locations in the 36 States of the Federation and the FCT. Therefore, the services of Competent Contractors are required for the Construction of Building Projects in the Education, Health, and Community based sectors.

 

Scope of Work:

A. Lot 1 Construction of 3 Classroom Block with VIP toilets and Handpump Borehole where applicable

  • Constructs of 3 Classroom Block with VIP Toilets without Borehole:
  • Construction of 2 Classroom Block with VIP toilets, Staff Room, Dining and Hand-pump Borehole where applicable.

 

B. Lot 2Construction of Computer Centre;

Construction of Community Library.

C. Lot 3Construction of Vocational Centre + ICT Training Centre.

 

D. Lot 4Community Hall (Type A).

 

E. Lot 5      Community Hall (Type B);

Community Hall (Type C).

F. Lot 6Community Hall (Type D);

-Skill Acquisition Centre (Type A)

G. Lot 7      -Skill Acquisition Centre (Type B);

-Skill Acquisition Centre (Type C)

H. Lot 8      -Skill Acquisition Centre (Type D)

i. Lot 9        -Construction of Primary Health Centre without Borehole.

j. Lot 10      -Construction of Emergency Obstetric Care Unit.

k. Lot 11     -Construction of Cottage Hospital.

L. Lot 12     – Construction of motorized Borehole;

– Construction of Solar-powered Borehole;

– Construction of Hand-pump Borehole.

M. Lot 13   – Construction of Community-based water supply plus reticulation.

N. Lot 14    -Conventional Street Light:

– Supply of 500 KVA Transformer and connection to National Grid:

– Supply of 300 KVA Transformer and connection to National Grid;

-Solar Street Light.

O. Lot 15    -Construction of Rural access road,

R. Lot 16    -Expansion of water ways

 

Interested Bidders are requested to submit Technical and Financial bids for the above listed Projects, Bidders should bid for projects within the geopolitical zone of their operation and must be prepared to engage the services of local skilled and unskilled workforce within the zone where available.

 

2.0     Eligibility Criteria

a)       Evidence of registration with Corporate Affairs Commission (CAC) namely Certificate of Incorporation and Article of Association;

b)      Tax Clearance Certificate for the last 3 years: 2009, 2010 and 2011;

c)       Evidence of Pension Contribution and Remittances of employee pension for     Firms having more than five (5) employees:

d)      Evidence of VAT Registration and Remittance;

e)       Defaced Company Profile including Curriculum Vitae of Professional Staff for the Project, academic and professional certificate, documents detailing experience and attestation of availability;

f)       Evidence of experience in at least (5) jobs of similar nature and complexity executed within the last three years with verifiable letters of contract award, evidence of payment and certificate of job completion;

g)       Evidence of financial capability /reference letter from a reputable Bank indicating firm’s minimum financial balance of N20 million;

h)      For Joint Venture, include Memorandum of Understanding;

i)       Full account details including SORT code;

j)       Annual Auditors Report for the last 3 Years (2009, 2010, and 2011), Each Year should have a minimum of N100 million Turnover Auditors Report must be stamped and sealed by a Chartered Accounting/Audit Firm;

 

3.0     Collection of Bidding Documents

3.1     Upon presentation of evidence of payment at non-refundable tender fee of N30, 000 into State House MDGs Account, Contractors shall on written application collect Standard Bidding Documents from;

 

The Office of the Senior Special Assistant to the President on MDGs,

Suite 201, 2nd Floor Block A, Bullet House,

Federal Secretariat,

Shehu Shagari Way,

Central Business District,

Abuja.

 

3.2     Submission of Bids:

Technical and Financial bids (2 hard copies and 1 soft copy) shall be submitted in two different sealed envelopes and labelled “Technical Bid” and “Financial bid” respectively with the Company’s name indicated at the back of each envelope. Both envelopes should be sealed and placed in a third envelope marked with the Lot No and Name at the Top right hand corner and addressed to:

 

The Senior Special Assistant to the President on MDGs,

Suite 201, 2nd Floor, Block A, Bullet House,

Federal Secretariat,

Shehu Shagari Way,

Central Business District,

Abuja.

 

3.2.1 The closing date for the submission for all Lots is on or before Thursday 17th May 2012 by 12.00 noon.

 

3.2.2 Only Bidders whose Technical bids fulfil the minimum requirements will have their Financial bids considered.

 

3.2.3 All inquiries should be directed to the Office of the Senior Special Assistant to the President on MDGs at the above address.

 

3,2,4  Bids will be opened on Thursday 17th May, 2012 at the Atiku Abubakar Conference Hall, 2nd Floor, Block A, Federal Secretariat at 1.00pm in the presence of all Bidders who wish to witness it, representatives of relevant professional bodies, representatives of Non Governmental Organizations for transparency.

 

4.0     Note:

4.1     Contractors should specify State of interest;

4.2     Originals of Evidence in 2(a) to 2(j) above will be sighted during Bid opening.

4.3     Documents submitted will be verified from relevant Government Agencies.

4.4     No advance payment will be paid.

4.5     Payment will be made only in two tranches, Fifty Percent Payment on completion of Sixty Percent work and One hundred Percent Payment on delivery.

 

5.0     Disclaimer and Conclusion

5.1     This announcement is published for information purpose only and does not constitute an offer to transact with any party for the Project, nor does it constitute a commitment or obligation on the part of OSSAP-MDGs.

 

5.2     OSSAP-MDGs 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 an enquiry.

 

5.3     OSSAP-MDGs is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without Incurring any liabilities and assigning any reason thereof,

 

Signed

Mr. I. O. Babalola

Director (MDGs)

For: Dr (Mrs) Precious K. Gbeneol

B. Med. Sci. (Pharmacology), MBBS, MPH, FWACP, FMCFM

Senior Special Assistant to the President on MDGs

Invitation for Pre-qualification of Contractors for Construction of Libraries for Selected Junior Secondary Schools in Six Geo-Political Zones of the Federation at Universal Basic Education Commission

Universal Basic Education Commission

UBEC Building, 7 Gwani Street, Off IBB Way, Wuse Zone 4, Abuja

Advert No: UBEC/PU/REH/REN-C/R/228

 

Invitation for Pre-qualification of Contractors for Construction of Libraries for Selected Junior Secondary Schools in Six Geo-Political Zones of the Federation.

 

In compliance with the Federal Government guidelines on public procurement and award of contracts, the Universal Basic Education Commission invites applications from competent building contractors for prequalification for Construction of Libraries for selected junior secondary schools in the six geo-political zones of the Federation.

 

Pre-Qualification Process:

Pre-qualification shall be conducted through National Competitive Bidding in accordance with bidding process as specified in the 2007 Public Procurement  Act.

 

Eligibility Requirements.

The Prospective Bidders should provide as part of their submission or application the following key requirements:

(i)         Photocopies of Certificate of Incorporation with Corporate Affairs Commission.

(ii)        Photocopies of Tax Clearance Certificates for 2009, 2010 and 2011.

(iii)       Company’s profile with details of key staff including CVs and copies of certificates and list of equipment to be deployed for the proposed work.

(iv)       Evidence of previous similar assignments executed with evidence of award and job completion certification,

(v)        Audited Accounts for the last three years (2009, 2010 and 2011) from a reputable audit firm.

(vi)       Evidence of Financial capability and banking support,

(vii)     Evidence  of payment of Pensions  and  Social  Security contributions

 

Submission of Pre-Qualification Documents

All interested companies are requested to submit two BOUNDED copies each of THE ORIGINAL” AND “DUPLICATE copies of their Pre-Qualification documents which must be sealed and marked with the words “CONSTRUCTION OF LIBRARIES”. The two envelopes must be put in a well sealed bigger envelope and addressed to:

 

The Executive Secretary

Universal Basic Education Commission,

UBEC Building,

7, Gwani Street, off IBB Way

Wuse Zone 4, Abuja.

 

Attention: Ag. Head of Procurement.

 

Closing Date for Submission of Documents.

All submissions must be made on or before Thursday May 3rd, 2012 by  11.00am. The bids will be opened at 12.00 noon the same day in the presence of representative of the companies.

 

Further clarifications can be obtained from the Procurement Unit between the hours of 11.00 am and 2.00pm (Monday to Friday).

 

Note: Please note that this is not an invitation to Tender. Only successful pre-qualified bidders will be requested to pick the bidding documents.

 

Ag. Head, Procurement Unit

For: Executive Secretary

Invitation for Expression of Interest (EOI) for the Construction and Management of Student Halls Residence on Build Operate and Transfer (BOT) Basis for Northwest at Bayero University, Kano

Kano State Ministry for Higher Education

 

Invitation for Expression of Interest (EOI) for the Construction and Management of  Student Halls Residence on Build Operate and Transfer (BOT) Basis for Northwest University, Kano

 

In its efforts to establish another state University, the Kano State Government is desirous of entering into agreement with reputable companies   or corporate   bodies   for   the   construction   and management of student’s halls of residence in the new University on build, operate and transfer basis.

 

All interested parties are to submit their expression of interest to the Honourable Commissioner for Higher Education, Kano, which should include well articulated business plans and their current corporate profiles on or before 3rd May, 2012 .

 

For further enquiries please contact the Permanent Secretary, Ministry for Higher Education, Kano, Situated along Bayero University, Road, Kano.

 

Signed

Hon. Commissioner

Ministry for Higher Education, Kano