Pre-Qualification of Contractors Year 2011 Tertiary Education Trust Fund (TETFUND) Normal Intervention Hassan Usman Katsina Polytechnic

 

Hassan Usman Katsina Polytechnic

P.H.B. 2052 Katsina-Nigeria

(Office of the Registrar)

 

Pre-Qualification of Contractors Year 2011 Tertiary Education Trust Fund (TETFUND) Normal Intervention

 

Hassan Usman Katsina Polytechnic is seeking for reputable contractors to pre-qualify for the execution of the following projects:-

(a)     Projects:

 

(i)      Lot 1

Construction and furnishing of 1 No Block of six (6) Offices for the Department of Technical Education, College of Science and Technology (CST); (ETF Project No POLY/KATSINA/TETF/ETF/11/01):

(ii)     Lot 2

Construction and furnishing of 1 No Block of six (6) Offices for the Department of

Education, College of Science and Technology (CST); (ETF Project No POLY/KATSINA/TETF/ETF/11/02):

(iii)    Lot 3

Construction and furnishing of 1 No Block of six (6) Offices for the Department of Computer Science, College of Science and Technology (CST); (ETF Project No PLOY/KATSINA/TETF/ETF/11/03):

(iv)    Lot 4

Construction and furnishing of 1 No Block of six (6) Offices for the Department of Mass Communication, College of Science and Technology (CST); (ETF Project No POLY/KATSINA/TETF/ETF/11/04):

(v)     Lot 5

Construction and furnishing of 1 No Block of six (6) Offices for the Department of Library and Information Sciences. College of Science and Technology (CST); (ETF Project No POLY/KATSINA/TETF/ETF/11/05):

(vi)    Lot 6

Construction and furnishing of 1No Block of six (6) Offices for the Department of Secretarial Studies, College of Administration and Management Studies (CAMS): (ETF Project No POLY/KATSINA/TETF/ETF/11/06);

(vii)   Lot 7

Repairs and Renovation of Entrepreneurship Centre: (ETF Project No POLY/KATSINA/TETF/ETF/11/07);

(viii)  Lot 8

Procurement and Installation of Generator Set 350KVA: (ETF Project No POLY/KATSINA/TETF/ETF/11/08);

(ix)    Lot 9

Procurement and of HND SLT (Chemistry and Biochemistry options) equipments: (ETF Project No POLY/KATSINA/TETF/ETF/11/09);

(viii)  Lot 10

Procurement and of Entrepreneurship Items: (ETF Project No POLY/KATSINA/TETF/ETF/11/10);

(b)     Pre-Qualification Evaluation Criteria:

(i)      Name and Address of Company/Firm

(ii)     Brief History stating the nature of work previously undertaken,

(iii)    Evidence of Registration with the Corporate Affairs Commission.

(iv)    Evidence of Registration with the Federal or State Tenders Board or the Polytechnic.

(v)     Evidence of similar jobs hands handled in the last three (3) years, Letters of Award, Completion Certificate will be required (Photographs will be added advantage)

(vi)    List of Administrative and Technical Staff (for construction work).

(vii)   Tax clearance Certificate for the last three (3) years.

(viii)  Evidence of financial capacity- bank reference and audit account;

(ix)    Evidence of VAT Registration;

(x)     Sworn Affidavit indicating the authenticity of information provided to be true in every respect that the company is not in receivership and none of its Directors were ever convicted of fraudulent activity;

(xi)    Any other information that will assist the Polytechnic in assessing your organization.

(C)    Pre-Qualification Fee:

Interested contractor(s) are to pay a non-refundable pre-qualification fee of N50,000.00 for Lot I -6, N5,000.00 for Lot 7, N100,000.00 for Lot 8-9 and N50,000.00 for Lot 10. Payment should be made at the Bursary Department of the Polytechnic by certified Bank Draft made payable to the Rector, Hassan Usman Katsina Polytechnic.

 

(D)Return of Documents:

Pre-qualification documents listed (b) above should be returned along with the original copy of the receipt for the payment of the appropriate non-refundable pre-qualification few in a sealed envelope marked “Pre-qualification documents (state the No LOT/REF. NO)” and addressed to:

The Registrar,

Hassan Usman Katsina Polytechnic,

P.M.B 2052,

Katsina.

To reach him on or before 4th April 2012.

 

(E) Important Notice:

(i)      ONLY shortlisted companies shall be invited to progress with the main tender.

(ii)     This advertisement of invitation to pre-qualify” shall not be constrained to be an invitation to tender nor a commitment on the part of Hassan Usman Katsina Polytechnic, Katsina to award any form of contact to your Company. No shall it entitle any Company submitting documents to claim indemnity from the Polytechnic. The Polytechnic reserves the right to take final decision on any of the documents received in your pre-qualification package.

Signed: Alhajl Salisu Danjuma Jibia, Registrar

Invitation to Tender at Gwagwalada Area Council, FCT-Abuja

 

Gwagwalada Area Council

FCT-Abuja

 

Invitation to Tender

 

A.      This is to inform the general public that Gwagwalada Area Council wishes to invite credible and reputable companies to participate in a competitive tendering process for the following jobs.

 

i.        Rehabilitation of Phase II WEAC-Secretariat Sharia Court Secretariat road. ii.           Construction of Dobi Township road Phase II.

iii.      Construction of ECWA Church Demonstration Primary School road.

iv.      Construction of Gwako II Gwako 1 road.

v.       Construction of Police Outpost and proto-type Health Clinic at Phase III Gwagwalada.

vi.      Facility management of Zuba Modem Market.

vii.     Competent and qualified Auctioneer for the purpose of auctioning  unserviceable equipment.

 

B.  Qualification for Bidding:

Interested companies must meet the following conditions:-

i.        Must be a registered with Corporate Affairs Commission (CAC) Attach copy.

ii.       Must be registered with Gwagwalada Area Council.

iii.      Submit a detailed, Company profile including:-

a.       Paid up share capital.

b.       List of Directors and key Management Staff.

c.       List of requisite equipment for operation of job its tendering.

iv.      Submission of executed jobs in the past three (3) years.

v.       Evidence of VAT and TAX certificates.

 

C.      Collection of Tender Documents:

The tender documents can be collected from works department of the Council as from 15th March, 2012.

 

D.  Submission of Tender:

Completed tenders must be submitted in a SEALED envelope marked Confidential and address to the Secretary Tender Board deposited in the tender box on or before 4th April, 2012 by 3.45pm.

i.        The Tender Board reserves the right to reject any tender in part or in full

ii.       The Tender Board is not bound to accept the lowest tender.

 

Signed:

ALH. ISAM N. DANGARA

For: Chairman Tender Board.

Invitation for Tender at Abaji Area Council, Abuja

Abaji Area Council

Abuja (FCT)

Office of the Head of Administration

 

Invitation for Tender

 

The Abaji Area Council, Federal Capital Territory Abuja, hereby invites Tenders from competent and interested Companies/Contractors for the purchase of the following Vehicles.

A.      1No. TOYOTA Prado Land Cruiser Jeep (TX.L)  4 Cylinder  Engine  2010 Series with Air condition, Automatic Gear, Leather Seat and Alloy Wheels.

B.      Peugeot 406 Saloon prestige (full options)

C.      Qualification Criteria:

To qualify for consideration, interested companies contractors are required to submit the followings:-

  • Evidence of incorporation with the Corporate Affairs Commission (CAC).
  • Evidence of Registration with the Abaji Area Council, in relevant category,
  • Company VAT registration certificate
  • Current Tax clearance 2009-2011.
  • Evidence of similar job executed within the zone
  • Company profile
  • Any other relevant information

 

D. Submission of Documents:

All documents should reach the Secretary Tender’s Board on or before 22nd March, 2012. The bid will be publicly opened on the closing date by 12:30 p.m. at the Council Secretariat.

Signed:

Secretary Tender’s Board

Abaji Area Council.

Consultancy Services for a Socio-Economic Baseline Survey of Transportation from Mile 12 to Ikorodu town BRT corridor at Lagos Metropolitan Area Transport Authority (Lamata)

Lagos State Government

Lagos Metropolitan Area Transport Authority (Lamata)

Lagos Urban Transport Project (LUTP II)

Consultancy Services for a Socio-Economic Baseline Survey of Transportation from Mile 12 to Ikorodu town BRT corridor

IDA Credit No. 4767-UNI

Date: March 14, 2012

Request for Expressions of Interest

This request for expressions of interest follows the general procurement notice for this project titled NG Nigeria-LUTP-Il (FY10) that appeared in dg market publication of July 16, 2010.

The Lagos State Government through the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) for the Lagos Urban Transport Project and intends to apply part of the proceeds of this project to cover eligible payments under the contract for the following consultancy services:

Consultancy Services for a Socio-Economic Baseline Survey of Transportation from Mile 12 to Ikorodu town BRT corridor

The main objectives of this consultancy Service are as follows:

 

  • Undertake a baseline survey that will involve the update of existing transport demand of a sample of residents along Mile 12 to Ikorodu road, taking due cognizance   of  their      socio-economic   status,   the   latter   including willingness/ability to pay for transport services.

 

  • To develop a survey tool that can be adapted to monitor changes in transport patterns and transport user satisfaction along the corridor using predefined sampling areas for different types of transport consumers and settlement patterns.

 

  • To plan a framework for a Management Information System that is flexible, expandable and focused on the core data for planners and decision-makers in the State.

 

LAMATA now invites eligible consulting firms to express interest in providing the above services. Interested consultants must provide information indicating that they are qualified to perform the services. The submission of the interested consultants will include the firm’s brochures, information on firm’s qualifications in the field of the assignment such as core business and years in business, experience of the firm in similar assignment experience in similar condition, technical and managerial capabilities of the firm, availability of appropriate skills among staff etc. For each project performed the consultant shall provide the name and address of the client, date(s) of execution, name(s) of lead and associate firms and financing sources. Consultant may associate to enhance their qualifications

After evaluation of the Expressions of Interest, specific short lists will be prepared and only those short-listed firms will be invited to submit proposals based on the specific terms of reference for the assignment. Consultants will be selected in accordance with the World Bank Guidelines:

Selection an Employment of Consultants by the World Bank Borrowers, January 1997, (Revised September 1997, January 1999, May 2002, May 2004, October 2006 and May 2010

Interested consultants may obtain further information at the address below from 8:00am to 5:00pm. Monday to Friday. Please visit www@lamata-ng.com for more information about the project

Expression of interest must be delivered to the address below on or before Wednesday March 28, 2012 at 5:00pm.

The Managing Director

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd floor. Motorways Centre, 1, Motorways Avenue

Alausa, Ikeja, Lagos State, Nigeria

Telephone: 01-2702778-82

E-mail: advert@lamata-ng.com

Request for Expressions of Interest at National Agency for the Control of Aids (NACA)

Request for Expressions of Interest

National Agency for the Control of Aids (NACA)

HIV/AIDS Programme Development Project 2 (HPDP 2)

(World Bank- Assisted)

 

IDA Credit No. 45960

Advertisement For Service Support Organizations (SSO) to Provide Services Issuance

 

Date: 1st March 2012 A.

 

Background

The Nigeria National Agency for the Control of AIDS (NACA) and State Agencies for the Control of AIDS (SACAs} have received financing from World Bank toward the cost of the Second HIV/AIDS Programme Development Project (HPDP2). The HPDP2 will build on the substantial success of the HPDP1 and utilize the existing institutional structures in the national AIDS response. The Project Development Objective is “to reduce the risk of HIV infections by scaling up prevention interventions and to increase access to and utilization of HIV counselling, testing, care and support services”.

 

The HPDP2 has 3 components which are:

Expanding Public Sector Response

Expanding Civil & Private Sector Engagement and Response Through the HIV/AIDS Fund (HAF)

Strengthening Mechanisms for Project Coordination and Management

 

A.        Assignment Description & Services Requested (Scope of Work)

For the second component (HAF), NACA intends to apply part of the proceeds for consultant services to support NACA, SACA, private sector organizations (PSO) and civil society organizations (CSOs) in project implementation. Three specific service categories requested in this Expression of Interest (EOI) include;

(i)         Due Process (DP004) – Service Support Organizations are required to support NACA to ensure that agreed HIV/AIDS Fund (HAF) processes and procedures for CSOs as set out in the operational manual have been followed transparently and effectively. These processes includes: determining, thematic priority setting for project implementation, pre-qualification of CSOs, calls for proposals, review and selection of proposals, drafting award of contracts, and disbursement of grants to CSOs, contract terminations, extensions or renewals for project scale-up.

 

(ii)        Performance Monitoring (PM004) – Service Support Organizations are required to support NACA and SACAs gather independent evidence that CSOs contracted under the HAF are fulfilling the terms of their contracts (performance audit), i .e. are contracted CSOs delivering expected results?

 

(iii)       Technical Facilitation (TF004)- Service Support Organizations are required to provide or arrange for provision of services to address core technical and managerial capacities of contracted CSOs under the HAF that may otherwise limit their ability to effectively implement grant-supported projects.

 

The assignment is for a period of two years,

B.        Guiding Criteria for Selection

C.        Selection of firm/organisation will be in accordance with the procedures set out in Guidelines published by the World Bank (January 2011 edition).

 

D.        Eligibility Criteria

NACA invites eligible organizations to express their interest in providing any of these services. Interested firms must provide information indicating they are qualified to perform the services. They should include:-

 

(1)       Detailed company profile containing area of expertise, experience of similar projects, logistics and infrastructure capacity to deliver the intended results with minimum of five (5) years experience. This information should include Background with brochure and area of expertise, Description of similar assignments with verifiable letters of contract award and certificate of job completion, spelt out professional capacity of staff as well as adequate and appropriate resources to carry out the assignment.

 

(2)       The Service Support Organizations shall administer services in the States within each of the six geographical zones of Nigeria and therefore required to have links within the assigned zone. For Technical Facilitation Service Support Organizations however, consideration will also be given to those that do not have any links to the areas where they are expected to work provided they have the required technical experience and are able to easily deploy start to the requested area.

 

E.        Evaluation and Selection of Service Support Organization

The selection of Service Support Organization wit! be guided by the above listed criteria.

 

F.        General Terms and conditions

Expressions of Interest must be in English language only and submitted in the Tender Box provided in two (2) copies (one original and one copy), CD-Rom in a sealed envelope with acknowledgement to NACA office at the address below on or before 3rd April, 2012 . The sealed envelope must be clearly marked “NACA – Expressions of Interest for (Specify Assignment title, code and Zone)” at the top of the envelope.

 

The Agency reserves the right to reject any or all of the Expressions of Interest

Interested Consultants (firms) may obtain further information in the same address from 9.00am to 5:30pm local time Mondays to Fridays (except public holidays). EOI must be delivered to the same address on or before on 3rd April, 2012 by 5.00pm.

The Assignment has been grouped into six (6) zones representing the geo-political zones and three lots per zone (totalling 18 Lots). No firm shall be awarded more than one (1) lot on this Assignment. Only Consultants (firm) shortlisted for the next stage would be contacted and required to send a detailed proposal based on the Request for Proposal (RFP) that would be issued to them.

 

Expression of Interest through email or Fax will not be accommodated.

 

G.        Contact Information

Procurement Unit/ Partnership Coordination & Support Department

National Agency for the Control of AIDS,

Plot 823, Ralph Sodeinde Street, Central Business District,

Abuja, Nigeria.

Tel: +234-9-4613724-29; Fax: +234 (9)4613700

Email: nacanationalhaf@gmail.com

Website: www.naca.gov.ng