Invitation for the Expression of Interest as Transaction Advisors for the Improvement of Apakun – Murtala Muhammed Airport (MMA) at Federal Ministry of Works Mabushi, Abuja.

Federal Ministry of Works

Public Private Partnership (PPP) Department Headquarters, Abuja.

Invitation for the Expression of Interest as Transaction Advisors for the Improvement of Apakun – Murtala Muhammed Airport (MMA) Road Route No. F269 in Lagos-State under Public Private Partnership Scheme

 

The Federal Government of Nigeria is desirous of Reconstructing and Expanding the Apakun – Murtala Muhammed Airport (MMA) road to address the challenges posed to the road users and therefore, intends to enter into business relationship with qualified Concessionaires, both Local and International to undertake Design, Build, Operate and Transfer (DBOT) of the road under a Public Private Partnership (PPP) Scheme.

 

 

2.       The 2.8Km dual carriageway connecting Apakun to the Murtala Muhammed International Airport is in a deplorable condition. The Federal Government intends to upgrade the presently 4-lane dual carriageway to a modern 8-lane facility with 2.75m shoulders on either side including construction of vehicular bridges and pedestrian bridges at appropriate locations.

 

3.       The Design, Construction, Rehabilitation and Expansion of the road is to be done in accordance with Specifications of Federal Ministry of Works, (the Ministry) and International Standards in such a manner as to provide smooth movement of goods and services along the routes. Also the preferred Concessionaire shall maintain and operate the facilities to high standards on a financially sound basis over an agreed concession period.

 

4.       In this regard therefore, the Ministry intends to procure the services of experienced Consultants with full complement of relevant skills as Transaction Advisors to assist through the regulated phases of the PPP life cycle. More specifically, the Transaction Advisors will undertake Feasibility/Viability Studies, review the submissions of would-be Concessionaire and make strategic management recommendations to the Ministry. Interested Firms are hereby invited to submit Expression of Interest (EOI) for the improvement of this Federal road.

 

 

5.       The prospective Consultants are expected to demonstrate financial, legal and technical competence to undertake the task The EOI submission should include but not limited to the following:

 

i.        Full name of Consultant, Firm, Advisors or Consortium and contact person(s), postal contact and e-mail addresses, telephone/facsimile/mobile numbers;

ii.        Firm Profile;

iii.      Evidence of extensive knowledge and experience in the role of Advisor on similar high profile, local and international projects; experience in the Highway Sector/Transportation Public Private Partnership (PPP) will be an added advantage;

 

iv.      Details of experience in the preparation of feasibility studies in the Highway sector/Transportation;

v.       Evidence of civic and statutory compliances including three years abridged audited accounts, tax certificates, incorporated certificates. (Consortium may include documents of each corporate entity); and

vi.      Registration in the appropriate categories with the Federal Government or country of origin if not resident in Nigeria.

 

6.       Upon receipt of EOI from interested Firms, the Ministry shall evaluate and pre-qualify applicants. Thereafter, pre-qualified applicants shall be issued with Terms of Reference (TOR) for the Technical and Financial Proposals.

 

7.       Interested and qualified Firms desiring to offer their services to Government in this capacity should submit EOI, describing in details their proposed services, and level of experience of the Firm.

 

8.       Completed EOIs in six (6) copies should be signed, sealed and delivered in separate envelopes clearly marked “CONFIDENTIAL” and boldly written EXPRESSION OF INTEREST FOR CONSULTANT FOR “IMPROVEMENT OF APAKUN – MURTALA MUHAMMED AIRPORT(MMA)ROAD” and submitted to:-

Office of the Secretary

Ministerial Tenders Board

Federal Ministry of Works Mabushi, Abuja.

 

9.       All submissions must be made on or before 26th December, 2011

 

Signed:

Bukar Goni Aji, DON,

Permanent Secretary

Invitation for Pre-Qualification and Tendering of Year 2010 Ube Intervention at Universal Basic Education Board, Osogbo

The State Government of Osun

Universal Basic Education Board, Osogbo

Invitation for Pre-Qualification and Tendering of Year 2010 Ube Intervention

A.      The State Government of Osun Universal Basic Education Board on behalf of the Osun state universal Basic education BOARD and universal basic education commission Abuja and in compliance with the Due Process requirements on award of contracts hereby invites companies and allied corporates Agency to forward their documents for purpose of pre qualification and subsquent bidding  (By Qualified Contractors only)  for construction of storey buildings, squatting toilets, procurement of ECCDE Play Materials, Pupils/Students and Teachers Furniture.

 

B.      SCOPE OF WORK are highlighted below lot by lot

ECCDE/PRIMARY NORMAL PROJECTS (YEAR 2010 UBE INTERVENTION)

i.        Construction of five 900-pupil capacity Model Storey Buildings with 29 equipped classrooms, Library/Laboratory, headteachers’ Offices & Staff common room with mechanical and electrical fittings – (LOTS 1-5)

 

ii.       Construction of 30 blocks of squatting toilets with 6-holes each      –

(LOTS 1-10)

 

iii.      Procurement of 1280 units of standardized steel based 2-seater pupils      furniture With 64 units of Teachers’ Furniture (LOTS 1-8)

 

iv.      Procurement of 176 units of standardized steel based 2-seater pupils        furniture With 8 sets of Teachers furniture  (LOT 1)

 

v.       Procurement of 750 units of standardized steel based 2-seater pupils furniture with 40 sets of Teachers furniture (LOTS 1-5)

 

vi.      Procurement of 225 units of standardized steel based 2-seater pupils furniture with 8 sets of Teachers’ furniture (LOT 1)

 

vii.     Procurement of various Play/Recreational Materials for selected ECCDE Centres in primary schools (LOTS 1-6)

 

 

Junior Secondary Normal Projects (Year 2010 Use Intervention)

i.        Construction of one 660-students capacity Model Storey Buildings with 22 equipped classrooms, Library/Laboratory, Principals Vice Principals’ offices & Staff common rooms with hall and mechanical/electrical fittings”    (LOTS 1-3)

ii.       Construction of 15 blocks of squatting toilets with 6-holes each –

(LOTS 1-5)

iii.      Procurement of 420 units of standardized steel based 2-seater

Students’ furniture with 12 sets of Teachers’ Furniture –    (LOTS 1-3)

iv.      Procurement of 280 units of standardized steel based 2-seater

Students’ furniture with 16 sets of Teachers’ Furniture –    (LOTS 1-2)

v.       Procurement of 125 units of standardized steel based 2-seater

Students’ furniture with 8 sets of Teachers’ Furniture –         (LOT 1)

vi.      Procurement of 120 units of standardized steel based 2-seater

Students’ furniture with 8 sets of Teachers’ Furniture –         (LOT 1)

vii.     Procurement of 92 units of standardized steel based 2-seater

Students’ furniture with 6 sets of Teachers’ Furniture –         (LOT 1)

 

Supply and Installations

i.        Drilling and Installation of eight (8) bore-holes for selected public schools –        (LOT 1)

ii.       Supply and Installation of eight (8) 100KVA Transformer for selected public schools  –  (LOT 2)

 

 

C.      Pre-Qualification Requirements

i.        Evidence of Registration with Corporation Affairs Commission.

ii.       Evidence of Registration with the State Ministry of Works & Transportation and Ministry of Commerce. Industry and Co-operations.

iii.      Evidence of Registration with SUBEB, Osun State.

iv.      Tax Clearance Certificate for the last three (3) years.

v.       Evidence of VAT Registration.

vi.      Articles and Memorandum of Association.

Evidence of previous job completion with certificates of performances

vii.     Evidence of financial capability.

viii.    An audited Account of bidder for the last three (3) years.

ix.      List of technical personnel and their qualification.

 

D.      Tender Fee

Each would be shortlisted bidder will be contacted to collect tender documents at a non-refundable graduate tender fee dependent on contract value to be paid to any of the designated banks.

 

 

E.      Submission

Completed tender document must be returned in sealed envelope, stating the contract and specific lot identification/number on the left hand side and addressed to:

The Executive Secretary,

State Universal Basic Education Board, P.M.B., 4469

Gbongan Road, Osogbo, Osun State.

 

Pre-qualification is valid from now till 2nd January, 2012

 

The submission will be opened immediately after the closing date which is on the 2nd January, 2012 at the Osun State Universal basic Education Board (SUBEB) in the presence of all bidders who choose to attend.

 

Note:

i.        Only the bids of those who fulfill the pre-qualification and tender criteria would be considered. Osun State Universal Basic Education Board is not duty bound to accept the lowest or any bid;

ii.       Osun State Universal Basic Education Board reserves the right to reject any or all pre-qualification packages;

iii.      Full Tendering procedures will be applied to tenders that are found prima facie qualified and capable of executing the listed projects.

 

Signed:

Alhaji Fatai Kolawole

The Executive Secretary, SUBBEB

 

Invitation to Tender for Phase One of the Renovation/Upgrade of Lavatory Facilities at Nigeria Deposit Insurance Corporation at Nigeria Deposit Insurance Corporation, Abuja

Nigeria Deposit Insurance Corporation

Plot 447/448 Constitution Avenue, Central Business District, Abuja

E-mail: info@ndic.org.ng Website: www.ndic.org.ng

 

 

Invitation to Tender for Phase One of the Renovation/Upgrade of Lavatory Facilities at the Corporation’s Head Office Building, Abuja

 

 

The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite competent engineering companies with good track record of performance and experience in intelligent building to bid for phase one of the renovation/upgrade of lavatory facilities  at its Corporate Head Office building, Abuja.

 

Scope of Work

  • Removal of existing wooden doors and install scratch proof doors,
  • Removal of existing wall finishes and replace with Italian tiles grouted with colored cement and send mortal
  • Removal of existing ceiling finishes and replace with laminated ceiling boards with all accessories,
  • Removal of existing mechanical installations and install diffuser ceiling light fittings, mirror light features and accessories.
  • Commissioning.

 

 

Tender Documents

  • Interested companies should obtain the tender documents from the Administration Unit, 2nd Floor, NDIC Headquarterss, Plot 447/448 Constitution Avenue, Central Business District, Abuja on payment of a non refundable fee of N10,000.00 (Ten Thousand Naira Only) in bank draft and made payable to Nigeria Deposit Insurance Corporation, Abuja.

Conditions Eligibility

All bids must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria
  • The Current 3 years Tax Clearance Certificate of the Company (2008-2010)
  • The Company’s audited accounts for the last three years (2008-2010)
  • Evidence of Financial Capability or bank support to undertake the project.
  • Evidence of having successfully carried out similar works within the past three years.
  • Company profile indicating qualification and experience of key staff for the project.
  • Evidence of VAT registration and remittance.
  • Evidence of compliance with Pension Act; including proof of remittance to PFAs.
  • Project understanding/Implementation Plan.
  • Sworn affidavit to indicate that the company is not in receivership and non of its directors  were ever convicted of fraudulent activity.
  • Evidence of post installation maintenance services.

Submission of Tender Documents

Five (5) bound copies of the “Financial”  “Technical” tender documents must be submitted in separate sealed envelopes clearly marked “Technical bid” and Financial Tender for Phase One of the Renovation/Upgrade of Lavatory facilities (3rd to 6th Floor) Head office Building, Abuja,” and addressed to:

Director of Administration,

Nigeria Deposit Insurance Corporation {NDIC},

Plot 447/446 Constitution Avenue,

Central Business District,

Abuja, Nigeria.

 

The tender is to be dropped in the tender box on the ground floor reception area at the Head Office, Abuja, Companies are expected to sign the tender register on the 2nd floor, Admin Unit, before dropping their tenders. Submission of tender by post or courier will not be accepted, and any tender received at the designated location after the required date and time shall be considered late and stands disqualified. The closing date for submission is 2nd January, 2012. by 12:00 noon prompt

 

 

Opening of the Tenders

Opening of tenders shall be at 1.00pm on the date of closure of bid submission. Only the technical bids will be opened and all successful company shall be informed in writing. Financial bids of unsuccessful companies shall be returned unopened.

 

 

Additional Information

i)       Failure to satisfactorily fulfill the conditions as requested above will result to Invalidation of such tender.

ii)      NDIC shall reserve the fight to verify the authenticity of claim(s) made by the tendering parties,

iii)     NDIC shall reserve the right to reject any submission based on unverifiable information.

iv)     NDIC shall not be liable for any expenses incurred by prospective bidders in preparing their tender documents or for the inspection of the installation area.

v)      All financial bids should be quoted in Naira (N).

 

Signed

Management

Expression of Interest in Storage of Laboratory Reagents Requiring 2°-8°C Temperature at John Snow Inc.

Invitation for an Expression of Interest (EOI)

Storage of Laboratory Reagents Requiring 2°-8°C Temperature

Issuance Date: 6 December 2011

 

The Partnership for Supply Chain Management (PFSCM) is a non-profit organization established in 2005 by two of the leading international health consultancy organizations in the USJSI Research and Training Institute, Inc. (JSI) and Management Sciences for Health (MSH). PFSCM manages the Supply Chain Management System (SCMS) project, established in 2005 as part of the President’s Emergency Plan for AIDS Relief (PEPFAR) and administered by USAID. SCMS provides a reliable, cost-effective and secure supply of high-quality medicines and health products for HIV and AIDS prevention, care and treatment in PEPFAR-supported countries through the procurement and distribution of HIV/AIDS commodities and supplies, technical assistance to transform existing supply chains, and collaboration with in-country and global partners to coordinate efforts.

 

SCMS invites providers of cold rooms (2o-8oC temperature) to express their interest in storage of laboratory reagents that require cold chain conditions across hospitals and primary health care centres in Nigeria for the SCMS project.

 

The aim of this invitation is to establish a short list of cold room providers who may be asked specifically to respond to a request for proposal/request for quotation (RFP/RFQ) that we expect to be issued in the next 6-12 months.

 

Eligible vendors must satisfy the following minimum conditions:

1.       Capacity of the cold room with 2°-8°C temperature cold chain should be a minimum of 16 cubic meter (16 m3)

2.       Cold room should be located in Abuja or environs

3.       Cold room temperature monitors and records should be available at any time on request

4.       Availability of a regular updated stock records/inventory management system

5.       Availability of 24 hours security

6.       Documented example of a quality assurance check with high degree of assurance that a specific process (e.g. temperature monitoring during the past 2 years) met its pre-determined criteria (2°-8°C)

 

All EOI should be sent to submissions@ng.pfscm.org on or before 20th December 2011 while all requests for clarification on the EOI should be directed to enquiries@ng.pfscm.org . Vendors may be contacted by SCMS for clarification on EOI submitted.

 

Please note that visits may be made to confirm space and supportive equipment/conditions of providers. Telephone enquiries will not be accepted.

Execution of Project at Karaye Local Government, Kano State

Karaye Local Government

Kano State

Invitation for Pre-Qualification

Karaye Local Government intends to carry out the under listed projects for the development of the Area. Reputable contractors are hereby invited to bid.

 

1.       The projects are as follow;

LOT. A –     Re-construction of 3.6 kilometer feeder road from Yola town to Maa town.

LOT. B-      Re-construction of 2.4 kilometer feeder road from

Unguwar Dagaci to Zango Gate Karaye town.

 

2.       To qualify for the bidding the following documents are required:

–        Certificate of incorporation of company with Corporate Affairs Commission (CAC).

–        Evidence of registration as a contractor with Kano State Government.

–        Tax clearance certificate for last three years.

–        Evidence of financial capabilities.

–        Professional qualification of key personal of the company.

–        Availability of equipments to execute the work,

 

3.       Pre-qualification documents should be sealed and marked “PROJECT” and address to interim management officer, Karaye Local Government Kano State.

 

NOTE:

This is only an invitation for pre-qualification but not for tenders, and it is valid only from now till 26th December, 2011.

 

Only successful contractors will be contacted for tender after screening.

 

Signed

Management