Invitation for Pre-Qualification/Tender for the Construction/Rehabilitation of Selected Road Projects in Niger State at Government of Niger State Ministry of Works, Infrastructure Development

Government of Niger State Ministry of Works, Infrastructure Development

Abdulkarim Lafene Secretariat Complex,

Block “C” P.M.B. 60, Minna, Niger State.

 

Invitation for Pre-Qualification/Tender for the Construction/Rehabilitation of Selected

Road Projects in Niger State.

 

The Government of Niger state through the Ministry of Works, Infrastructure Development, is desirous of undertaking the Rehabilitation/Construction of the following road projects in the state:

i)       Construction of Eastern by pass-Maikunkele road in Minna (14.4Km),

ii)      Construction of Lapai-Gwari – FUT Permanent site road (l0.2Km), Dualiation of Idi burial ground-Bahago round about road (3.4KM),

iv)     Rehabilitation of Kwakuti-Kafin-koro Gwada road (66.6Km),

v)      Construction of Rijau-Dukku Road (48Km),

vi)     Construction of bridge across River Shiroro.

(1)     Scope of Work

The scope of work essentially involves but not limited to the following-:

(i)      Site clearance and scarification,

(ii)     Earthworks and Road works,

(iii)    Drainage works/Concrete works,

(iv)    Pavement surfacing with asphaltic concrete,

(v)     Others.

(2)     Collection of Bid Documents

All interested Civil Engineering contractors should collect the relevant Tender documents within a period of on or before 13th October 2011.

The Office of the Director,

Civil Engineering Services,

Ministry of Works, Infrastructure Development.

A payment of a non-refundable Tender fee of N1, 000,000.00 (One million Naira only), should be made to the Accounts Department of the (Ministry of Works, Infrastructure Development Minna).

 

3.       Pre-Qualification Requirements

All completed Tender documents shall be signed, sealed in an envelope clearly marked “CONFIDENTIAL” and the name of the project being bidded for boldly written, completed documents are to be returned to,

 

 

Permanent Secretary (Works)

(Ministry of Works, Infrastructure Development)

To reach the office not on or before 20th October 2011. Each Tender must be submitted with the Prequalification documents containing the following information:

(i)      Evidence of incorporation or business name registration with C.A.C,

(ii)     Current evidence of registration with Niger State Public Procurement

Board/Ministry of Works, Infrastructure Development Minna,

(iii)    Evidence of Tax Clearance Certificate for the last three (3) years

(iv)    Value Added Tax (VAT) registration certificate and evidence of remittance

(v)     Company Audited Account for three years with turnover above N5.0 billion

(vi)    A bid security in an amount not less than 2% of bid price in a form of Bank Guarantee issued by a reputable bank,

(vii)   Present Technical qualification and experience of key personnel  (Enclose photocopies of  professional qualification/curriculum vitae), (viii) Evidence of availability/possession of Plants and

(viii)  Equipments requisite for the Project, (ix) Evidence of performance in a similar construction successfully executed

(x)     Other relevant documents.

All submitted documents are subject to verification by the Ministry.

 

(4)     Sufficiency of Tenders

All tenderers will submit their tenders in compliance with clause 12 (1) of standard conditions of contract (Road works) Vol.1 Revised Edition 2007 which spells out the need for sufficiency offenders. In addition, all tenderers are requested to:-

(i)      Inspect the road and the work required to be accomplished and assure themselves of the scope,

(ii)     Ensure that their tender price will adequately cover the execution of the work without further demand on Government.

Please note however that, the Ministry is not bound to accept the lowest or any particular lender,

 

The Tenders received shall be publicly opened a day after closing date of the Tenders. Tenderers or their representatives are invited to witness the opening.

Signed:

Permanent Secretary (Works),

Ministry of Works, Infrastructure Development.

 

Supply and Installation of Rural Energy Equipments, Distribution of Transformers, Lines and other Accessories at Kaduna State Commercial Agriculture Development Association of Kaduna State Commercial Agriculture Development Project (KSCADP)

Invitation for Bids

Commercial Agriculture Development Association (CADA)

Of

Kaduna State Commercial Agriculture Development Project

Kaduna State Ministry of Agriculture

Credit No. 4539 – UNI

 

Supply and Installation of Rural Energy Equipments, Distribution of Transformers’, Lines and Other Accessories/ Capacity Expansion of Transmission Substation and Creation of 33KV

HT Feeders

IFB No, CADP/KDCADP/CADA/REC/NCB/01/2010

 

1.       This invitation for Bid follows the General Procurement Notice (GPN) for the Commercial Agriculture Development Project which appeared in “Development Business issue no. WB 3108-756/09 and “ThisDay” Newspaper of 22nd July 2009.

 

2.       The Kaduna State Government through the Federal Government of Nigeria has received a credit from the international Development Association (herein referred to as IDA) towards the cost of Commercial Agriculture Development Project (CADP), and it intends to apply part of the proceeds of this credit to eligible payments for implementation of Subproject Proposals under the Energy Contracts “Supply and Installation of Rural Energy Equipments, Distribution of Transformers, Lines and other Accessories as well as Capacity Expansion of Transmission Substation and Creation of 33 KVHT Feeders”.

 

3.       The Kaduna State Commercial Agriculture Development Association of Kaduna State Commercial Agriculture Development Project (KSCADP) now invites sealed bids from eligible and qualified bidders for the Rural Energy Contract as described below:

Lots Name of Site Location Component Description Bid Security Amount Completion Period
1 Gayam Grazing

Reserve

Gayam Grazing

Reserve Areas of Birnin-Gwari LGA

Installation of New HT Lines and Transformer Station with new LT Network 352,330.01 90 days
2 Damau Grazing Reserve Damau Village Area of Kubau LGA Installation of New HT Lines and Transformer Station with new LT Network 828,612.24 90 days
3 Kachia Grazing Reserve Ladduga Village Area of Kachia LGA Installation of New HT Lines and Transformer Station with rehabilitation of existing LT Network 2,181,981.10 90 days

Bidders can bid for more than one lot

Bidding will be conducted through the National Competitive Bidding (NCB) procedures 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.

 

4.       Interested eligible bidders may obtain further information from and inspect the bidding document at the Kaduna State Commercial Agriculture Development Project (KSCADP), at the address given below from 10.00 am to 4.00 pm, Monday to Friday.

 

5.       Qualifications requirement include:

i)       Average annual financial amount of supply and installation over the last 3 years for each lot as follows:

 

Lots 1 2 3
Average Annual Turnover ( N) N93,954,136.00 N223,683,264.00 N 581,861,624.00

 

ii)      Bidders shall have been in the power distribution business for at least five (5) years with extensive experience in the construction of high tension overhead lines up to 33kV and distribution substations.

 

iii)     Liquid assets net requirement for each of the lot is as listed below:

 

Lots 1 2 3
Liquid Asset ( N) N2,936,066.75 N6,990,102.00 N 181,183,175.75

 

 

6.       A complete set of Bidding Document in English Language 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 Fifteen Thousand Naira (N15, 000.00) or its equivalent in any freely convertible currency. The method of payment will be by cash or bank draft in favour of Kaduna State Commercial Agriculture Development Project (KSCADP). The document will be collected by bidder’s representative or sent by courier services on request.

 

7.       Bids must be delivered to the above office on or before Thursday 27th October 2011 by 12 Noon and must be accompanied by a bid security in the amount stated in the table in paragraph 3 above. Electronic bidding will not be permitted. Late bids will be rejected.

 

8.       Bids will be opened in the presence of bidders’ representatives who choose to attend on or before Thursday 27th October 2011 by 12 Noon, at the address below

 

Kaduna State Commercial Agriculture Development Project Office,

Conference Room of the Kaduna State Agriculture

Development Project, Kaduna State Agriculture Development Project (KADP) Hqts, No 11 Race Course Road, Opposite Murtala Mohd Square

E-mail: kdscado@yahoo.com

08036032882, 08060939962

Invitation for Bids at Federal Ministry of Environment

Federal Ministry of Environment

Integrated Management of Invasive Aquatic Weeds Project

(African Development Bank Assisted Project)

Plot 393/394 Utako District Near Chida Int’l Hotel,

Off Solomon Lar Way, Abuja

 

Invitation for Bids

Date: 27th September, 2011

Loan: No: 2100150008645

IFB No: AfDB-IMIAWP/NCB/2011/03X6

 

The Federal Republic of Nigeria has received a loan from the African Development Banak in various currencies to finance the Integrated Management of Invasive Aquatic Weeds Project (AfDB-IMIAWP). It is intended that part of the proceeds

 

The AfDB-IMIAWP Project Implementation Unit (PIU) now invites sealed bids from eligible bidders for the supplies under The Following contracts:

 

Contracts Description Quantities Bid Security Delivery Date Delivery Location
1 First Aid Boxes and Accessories 55 N70,000 Within 30 days AfDB-Integrated Management of Invasive Aquatic Weeds Project, Federal Ministry of Environment, Department of Forestry, Plot 393/394 Augustus Aikhomu Way, Utako District, Abuja, Nigeria
2 3” (75cm) Water Pumps for irrigation

And water House for irrigation

75 N100,000
3 Water Analysis Field Kits 55 N100,000
4 4×4 Double Cabin pick –up 3 N350,000
5 Poster A3 Size 30,000 30,000
6a Desktop

Computer and

Accessories

10
6b Giant Printer 1
6c Giant Copier 1
6d Laser Jet Printer 10 N70,000

 

3.       Interested eligible bidders may obtain further information from and inspect the Bidding documents at the AfDB-lntegrated Management of Invasive Aquatic weeds Project, Federal Ministry of Environment, Department of Forestry, Plot 393/394 Augustus Aikhomu way, Utako District, Abuja Nigeria from 12.00 p.m. to 2.00 p.m Mondays to Fridays.

 

4.       A complete set of Bidding Documents for each contract may be purchased by interested bidders on the submission of a written application to the above and upon payment of a non-refundable fee of Five Thousand Naira (N5, 000.00) only.

 

5.       Bids must be delivered to the above office on or before 17th October, 2011 by 12:00 Noon, and must be accompanied by a bid security of amount stated in #2 for each contract. Bidders are required to submit separate bid security for each contract. Combined bid security for more than one contract will render the bids non-responsive.

 

6.       Bids will be opened in the presence of bidders’ representatives who choose to attend on 17th October, 2011 by 12:30 pm at the conference hall, Federal Department Of forestry, Plot 393/394 Augustus Aikhomu Way, Utako District, Abuja. -Nigeria. Late bids will be rejected.

 

Signed:

Ighodaro S.I

Project Coordinator

Tel: + 234-7060944061

e-mail: invasive_weeds@yahoo.co.uk , simosahonigho@yahoo.com

 

Invitation for Pre-Qualification for the Construction of the Bauchi State Specialist Hospital at Bauchi State Government of Nigeria

Bauchi State Government of Nigeria

Invitation for Pre-Qualification for the Construction of the Bauchi State Specialist Hospital

Preamble

The Bauchi State Government intends to construct a new Specialists Hospital within the State Capital. The Site has already been identified, mapped and surveyed. To this end, the Bauchi State Special Project Tender Committee invites reputable Contractors to indicate interest to pre-qualify for this project.

 

Construction of the Bauchi Specialist Hospital

2.       Pre-Qualification Requirement

Prospective Contractors are required to submit the following documents:-

i.        Evidence of Registration with Corporate Affairs Commission (CAC);

ii.       Tax Clearance for the last three (3) years (2008-2010);

iii.      VAT Registration;

iv.      Evidence of Current Registration as Contractor with the Bauchi State Government;

v.       Evidence of Financial capability to execute the Project and banking Support.

vi.      Evidence of Annual Turnover i.e. Audited Accounts for the last three (3) years with a turnover of not less than N5 Billion Naira;

vii.     Evidence of similar and verifiable Projects (ongoing/completed) by the Contractor indicating location, Letter of Award and Completion Certificates in the last five (5) years;

viii.    Equipment and Technical capability;

ix.      A detailed Company Profile showing list of Managerial, Technical and Administrative Staff.

3.       General Information

a)       This “Notice of Intent” is not an invitation to bid. Full bidding procedure as contained in the bid documents shall be provided only to successful pre-qualified applicants deemed suitable by the Committee at a prescribed fee.

b)     The closing date for the submission of the pre-qualification documents shall be on Friday, 7th October 2011 by 4pm, while the opening of the pre-qualification will be on Tuesday, 11th October, 2011 by 12:30pm.

c)       Only successful Contractors from the pre-qualification exercise will be invited for bidding.

Submissions

All submissions should be delivered in a neatly sealed envelope clearly marked “Pre-Qualification for the Bauchi State Specialist Hospital Project” and the

company name and address at the top left side and delivered to the Secretary, Bauchi State Special Projects Tender Committee, VIP 4, Opposite Government House, Bauchi.

 

Signed:

Garba A. Yayale

Secretary of the Committee.

 

Request for Expressions of Interested at Infrastructure Concession Regulatory Commission (ICRC)

Infrastructure Concession Regulatory Commission (ICRC)

The Public Private Partnership (PPP) Project

Internal Auditor

Request for Expressions of Interested

 

The Federal Government of Nigeria (FGN) has applied for a credit from the International Development Association (IDA). The credit will be used primarily for infrastructure up-scaling in the different sectors of the country through PPPs by providing technical assistance, capacity building and long-term financing and intends to apply part of the proceeds of this credit to payments for the services of highly qualified Internal Auditor who will assist ICRC in ensuring the orderly and efficient conduct of operations including, among others, the adherence to Project management policies, rules and regulations, safeguarding of project assets, prevention and detection of errors and irregularities, and promote the accuracy and reliability of the accounting records.

 

The Internal Auditor is to provide independent and objective assurance on the management of risk and compliance throughout the project life. The Auditor will work within a well-defined framework of programs and reporting requirements. Importantly, the internal auditing function will be closely linked to and complement the project’s monitoring and evaluation system. The Auditor will assist the PPP project meet its objectives and promote effective control at reasonable cost. The Project activities would be periodically reviewed by the Internal Audit Team which will be in place as part of the PAS.

 

The scope of the internal auditor will be to evaluate the adequacy and effectiveness of the project’s system of internal control and the quality of performance in carrying out assigned responsibilities. The Internal auditor will among other things carry out the following tasks:

 

(i)      Review the reliability and integrity of financial and operating information        and the means used to identify, measure, classify and report the information

(ii)     Review established systems to ensure compliance policies, procedures, laws, and regulations which impact on operations and reports; and

(iii)    Review the means of safeguarding assets and, as appropriate, verify their existence

 

In addition to the above, the Internal Auditor will also be required to perform the following as part of his/her responsibilities:

a)       Develop an annual audit plan using inputs from the team and stakeholders to identify priorities and resource requirements for

b)      Schedule and assign audits to the internal audit team, ensuring effective and efficient use of resources.

c)       Report to the Director General and Head of PIU at required intervals on Internal Audit assignments including planned reviews, investigations, risk advisory work and any activity as required.

d)      Oversee and provide quality control for the project’s audits, to ensure that professional standards are maintained at all times.

e)       Build relationships across the PIU and MDAs to understand issues and identify areas for improvement for the project as a whole.

f)       Develop new methodologies to improve the audit process, making it “easier” for the project to request audits and implement recommendations.

g)       Provide assistance to the PIU in meeting regulatory and mandatory requirements of the project.

h)      Keep abreast of developments in Bank’s best practices and Corporate Governance practices and advise the project accordingly.

i)       Perform any other duties as are within the scope and purpose of the job.

Qualification of the Consultant:

The Internal Auditor required for this appointment which shall be an individual must possess a minimum of B.Sc./HND or B.A in Accounting, Banking and Finance, Business Administration or Economics. The applicant must have at least 8 years post qualification cognate experience in the relevant field out of which at least three (3) must have been acquired after obtaining the professional qualification. The Auditor must have any of the following professional qualifications viz; ICAN, ICMA, ACCA or any other equivalent professional qualification. A postgraduate degree in relevant disciplines with previous experience in World Bank funded projects will be an added advantage.

 

Submission of Expressions of Interest (EOIs):

Prospective consultants should submit an Expression of Interest detailing the following information as basis for pre-qualification:

  • Experience working with public sector employees
  • Evidence of work experience with multilateral and bilateral financial and development agencies particularly on infrastructure and PPP activities
  • Familiarity with the National and World Bank fiscal assessment procedures
  • Ability to prepare economic and financial assessment policy briefs and analytical reports.
  • Strong motivation, team player and result oriented
  • Strategic thinking and planning and Sound knowledge of PPPs

 

The Consultant will be selected in accordance with the procedures set out in the World Bank Guidelines: Selection and Employment of Consultants by World Bank Borrowers, January 1997 (Revised September 1997, January 1999, May 2002, May 2004, October 2006 and May 2010)

 

Expressions of Interest must be submitted in three (3) copies (one original and two copies) in a sealed envelope clearly marked “Expressions of Interest for Internal Auditor”. A CD-ROM version should also be included.

 

The expressions of interests should be addressed and delivered on or before 8th October 2011 by 5:00pm at the address below:

 

Mr. Nelson Hundumofore

Project Procurement

Infrastructure Concession Regulatory Commission

(Annex Office)

No. 1, Ali Akilu Crescent

Aso Villa, Asokoro Abuja

E-mail: n.hundumofore@icrc.gov.ng

 

Interested applicants may obtain further information at the address above from 8.00 am to 5.00 pm, Monday through Friday (except public holidays)

 

Only short listed Consultants will be contacted.

 

Expression of interest through email or fax will not be entertained.