Invitation to Pre-Qualify for the Execution of 2011 Capital Projects at Independent National Electoral Commission (INEC)

Independent National Electoral Commission (INEC)

Plot 436 Zambezi Crescent, Maitama District, Abuja

Invitation to Pre-Qualify for the Execution of 2011 Capital Projects:

Introduction:

The Independent National Electoral Commission invites interested and reputable Contractors with relevant experience and good track records to pre-qualify for the under-listed works.

 

1 Construction of Hon. Chairman’s Residence in Abuja
2 Construction of Four (4) National Construction of Resident in Abuja
3 Construction of Resident Electoral Commissioners’ Residences in Eleven (11) States

Pre-Qualification Requirements Are:

(i)      Evidence of registration with Corporate Affairs Commission (CAC)

(ii)     Evidence of technical capability

(iii)    Last three (3) years Company’s Audited Account (2008, 2009 and 2010).

(iv)    Detailed information on technical personnel and key staff of the Company.

(v)     Financial Capability and Banking Support.

(vi)    Experience/Technical Qualification of Key personnel.

(vii)   Three (3) years Tax Clearance certificate (2008, 2009 and 2010).

(viii) Evidence of Experience with similar jobs in the last three (3) years (letters of completion certificates)

General Information:

(i)      The list of the eleven (11) States where REC’s Residences will be constructed be obtained from the office of the “Director Estate and Works Department” INEC

(ii)     The closing date for submission of Pre-qualification documents shall be Friday 7th October, 2011 at 4.00p.m.

(iii)    Opening of pre-qualification documents shall take place at the Conference Hall of the Commission on Monday, 10th October, 2011 by 12.00 noon.

(iv)    Only successful firms from the pre-qualification exercise will be invited for financial bids.

(v)     For further enquiries, please contact the “Director Estate and Works, INEC

Headquarters Abuja” between the hours of 10.00a.m Monday to Friday during the period of the Advert.

 

 

Submissions of Pre-Qualification Documents:

All submissions must be delivered in two (2) neatly bounded hard copies in sealed envelopes clearly marked “Pre-Qualification Documents For the (Indicate the item al the Top right Hand Corner of the envelope and addressed to):

 

The Secretary of the Commission,

Independent National Electoral Commission,

Plot 436, Zambezi Crescent,

Maitama District, Abuja.

P.M.B 0184 Garki, Abuja.

Signed:

Abdullahi A. Kaugama

Secretary to the Commission

 

Expression of Interest at Ekiti State Tourism Development

Ekiti State Tourism Development

Expression of Interest

Preamble

 

Ikogosi Warm Springs according to international tourism experts is one of the few of such warm springs discovered in the world. Warm and Cold springs originate from close proximity and flows with each maintaining its thermal identity and quality. The serene hilltop holidaying climate, adventurous rolling hills, breathtaking valleys, unique wildlife and vast track of unspoiled nature at this location are a unique attraction to tourists.

 

To create comfort for all categories of tourists, visitors and adventurous fun seekers, a resort business is being developed comprising; accommodations, conferences, conventions, restaurants, bars, banquet, adventure sport activities and amenities in readiness for a re-launch of Ikogosi Warm Springs and Resort to national and international limelight.

 

Ekiti State Tourism Development (EKSTD), the promoter, desires to engage the services of a Manager and Operator of the resort business who has the skills, expertise and resources required in order to sustainably and profitably manage and operate the re-developed Ikogosi warm springs and resort, Ikogosi-Ekiti and ancillary facilities.

 

Consequently, EKSTB hereby invites interested suitably quality and reputable managers and operator firms who are interested in providing such services to forward their Expression of interested to the undersigned.

 

Submission:

 

The documents demonstrating expertise and success in planning, decorating, furnishing, equipping, promoting, managing and operating business of leisure  resorts, hotels and lodges in Africa must be delivered in a sealed envelope clearly marked as “Expression of Interest – The Manager / Operator” and delivered to the address below on or before 10th October 2011.

 

For any further clarification, please contact

The Special Adviser to the Governor,

Tourism Development, EST Building, New Secretariat, Ekiti State, Nigeria

Tel: + 2347034058786 / Email: sologunleko@ekitistate.gov.ng

Expression of Interest at The National Agency for the Control of AIDS (NACA)

The National Agency for the Control of AIDS (NACA)

Expression of Interest

 

A.      Preamble:

The National Agency for the Control of AIDS (NACA) recently signed Round Nine (9) Global Fund Grant on behalf of the Federal Government of Nigeria covers HIV/AIDS Treatment, Care and Support in particular and strengthen the health system in Nigeria generally.

 

As part of this grant, NACA as the principal Recipient (PR), intends to engage the services of consultants who have highly specialized knowledge and extensive experience on the following Assignments

 

  • Project management for the refurbishment/construction /renovation of warehouses and development of related services in 30 State Medical Stores (SMS) across the Federation.
  • Independent External Audit consultancy service.

 

B.      Assignment Description

Specifically, the objectives of the engagement are, among others:

 

Project Management

  • To conduct a survey of the State Medical Stores allocated to respective Consultants;
  • To prepare detail list of their respective requirements for the refurbishment/construction/renovation of the warehouses and other related services;
  • To prepare and submit the Detailed Project Report (DPR), detailed drawings along with design as well as the Bill of Quantities (BOQ) for the proposed work;
  • To prepare the Bid document and conduct open and competitive selection of contractor for the proposed work;
  • To provide project management consultancy for the project as well as supervise the refurbishment/construction/renovation by the contractor selected on the basis of the transparent bidding process.
  • To be responsible for the Quality Control of the proposed work.

External Audit

  • Establish that proper books/records of accounts have been maintained and are in agreement with the supporting documents, information and explanations obtained from the implementing agencies, i. e. Principal and Sub-Recipients.
  • Establish that the expenditure had been incurred in accordance with the grant agreement signed by the implementing agency and in accordance with approved work plans and budgets.
  • Verify that the reported activities were actually implemented and properly represented in the required financial reports/statements by the agencies
  • Verify that all related procurement procedures that enhance transparency including proper records keeping were adhered to accordingly.
  • Verify that proper records/books have consistently been prepared in accordance with the accountability guidelines issued by the Financial Management Agency (FMA) and that the reports are in accordance to International Financial Reporting Standards.

 

C.      Guiding Criteria for Selection:

The selection of the Consultants will be in accordance with the procedures set out In Guidelines published by the Donor and Bureau of Public Procurement.

 

D.      Eligibility Criteria and Expected Contents of Expression of Interest Prospective Applicants are requested to submit their Expressions of Interest that demonstrate capacity and capability to undertake this assignment detailing the following information as basis for short-listing for further evaluation in a subsequent process in which technical and financial proposals will be requested and reviewed accordingly. The prospective bidder may be a single entity or consortium but not individual consultants:

  • Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of Incorporation and Article of Association
  • Detailed company profile containing experience with minimum five (5) years on the Assignment. These information should include Background with brochures and area of expertise, Description of similar assignments with verifiable letters of contract award and certificates of job completion, spell out professional capacity of staff as well as adequate and appropriate resources to carry out the assignment
  • Evidence of registration as a corporate entity with professional bodies such as ARCON, COREN, SURCON, ICAN, etc;
  • Evidence of Tax payment for the past 3 consecutive years;
  • Evidence of VAT registration and proof of past remittances;
  • Annual Turnover and Audited Statements of Accounts for the past three (3) consecutive years;
  • Evidence of Compliance with the provision of the Pension Reform Act 2004 as contained in Section 16 (6d) of the Public Procurement Act 2007.
  • For Joint Ventures (JVs) include Memorandum of Understanding (indicting the responsibilities and duties of the individual firms constituting the JV)
  • Evidence of recommendation from prospective Consultant’s Bankers indicating the financial capacity and capability to undertake the Assignment, if awarded.

 

E.      General Terms and Conditions:

Expressions of interest must be in English language only submitted in the Tender Box provided in four (4) copies (one original and three copies) in a sealed envelope clearly marked “NACA –Expressions of Interest for (Specify Assignment)” with acknowledgement to NACA office at the address below. The Agency reserves the right to reject any or all of the Expressions of Interest.

 

Interested Consultants may obtain further information at the same address from 9:00am to 3:30pm local time Monday to Fridays (except public holidays). EoI must be delivered to the same address on or before 10th October 2011 by 12:00 noon. The EoI proposal shall be opened on the same day by 2:00pm at the Conference Room of NACA.

 

Only one (1) Consultant is required for the External Audit assignment while the Project Management has been grouped into six (6) lots representing the geo-political zones. No firm shall be allocated more than one (1) lot. Only Consultants 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.

 

F.      Contact Information:

Procurement Unit,

National Agency for the Control of AIDS (NACA), Plot 823 Ralph Shodeinde Street,

Central Business District, Abuja, Nigeria

Tel: + 234 (9)461-3724-29: Fax: +234 (9) 461-3700

Email: info@naca.gov.ng

 

Rehabilitation, Procurement and Installation of Projects at Ibadan Electricity Distribution Company

Power Holding Company of Nigeria

Ibadan Electricity Distribution Company

2011 SUPPLEMENTARY PROCUREMENT

 

Invitation to Tender

 

1.0     INTRODUCTION

The Management of PHCN Ibadan Electricity Distribution Company in its desire to further enhance electricity supply to its esteemed customers has approved the procurement of goods works and services for reinforcement and maintenance of electricity supply infrastructure within its network.

 

Consequently, the Company hereby invites tenders for the following lots which will be funded by Internally Generated Revenue and Multi Year Tariff Order (MYTO)

 

2.0   SCOPE OF WORKS LOT No

Lot No Description Tender Fee N
1 General Rehabilitation of Injection Substations and PHCN office buildings. including security fencing in various locations within Ibadan Electricity Distribution Company 25,000 

 

2 Supply of single phase and three phase prepayment meters 25,000
3 Installation of single phase and three phase prepayment meters 25,000 

 

4 Procurement and Installation of Maximum Demand (MD)Meters 25,000 

 

5 Procurement and Installation of Vending Station/server 25,000
6 Procurement and Installation of Communication Equipment in various Business Units 25,000 

 

 

3.0     Specifications

 

3.1     Meters

The meters MUST be compatible with the existing PHCN metering and billing system.

3.2     Vending Station/Server

  • The Vending Station/Server is a computer system for sale of electricity units i.e. to recharge smart cards used by consumers for self-service of prepayment meters.
  • The tenderer shall give 24 months guarantee in writing for the procurement and installation of the Vending Station/Server and MUST have capacity and necessary support for the repairs and maintenance of the system for the guarantee period.

3.3 Detailed Specifications for the equipment and materials will be made available to tenderers on presentation of bank draft issued in favour of “PHCN, Ibadan Electricity Distribution Company.

 

4.0     Requirements for Tender

 

i.        National Requirements

  • A copy of Certificate of Incorporation of the company in Nigeria.
  • Evidence of payment into FGN Staff Pension Scheme.
  • Evidence of payment into National Health Insurance Scheme (MHIS) for the company’s employees

 

ii.       Technical Requirements

  • Company Profile/Brochure including among others organizational structure, key professional staff; evidence of competence; company products, equipment and services should be submitted.
  • Evidence of having successfully executed similar works and or supplies in the last five (5) years showing names of beneficiaries, locations and contract value e.g. copies of official Works Order, job completion certificate.
  • Test certificate issued by well known International Standard Test Laboratory for Manufacturers of Meters.

 

iii.      Financial Requirements

  • Current Company Tax Clearance for the last three (3) years.
  • Up-to-date VAT Payment Certificate and evidence of VAT remittances for each work or supply executed.
  • Photocopy of official payment receipt offender Fee.
  • Evidence of financial capability from a reputable Bank acceptable to the Company.
  • Bank statement showing six (6) months transactions.

Any other information or document(s) that will place the company on a comparative advantage over others.

 

5.0     Mode of Payment of Tender Fee

i.        Obtain bank draft issued in favour of  “PHCN. Ibadan Electricity Distribution Company in the sum stated against your choice(s) of lot number(s).

ii.       Exchange your bank draft(s) with official payment receipt at the Revenue Section of Finance and Accounts Department, PHCN, Ibadan Electricity Distribution Company, 5th Floor, Capital Building, 115 Ring-Road, Ibadan, Oyo State.

6.0     Submission of Documents

Interested Tenderers should submit their Technical and Financial bids in two (2) separate sealed envelopes indicating the Lot Number and marked ‘Tender for….(indicate as described against the Lot Number”. The Name, mailing address. Land Phone number and GSM number of the Tender company shall be clearly marked on the envelopes. The documents must be delivered by hand/registered courier to reach the following address:

 

Power Holding Company of Nigeria

Ibadan Electricity Distribution Company

Capital Building, 115, Ring-Road, P. M. B. 5388

Ibadan, Oyo State.

Notes:

i.        PHCN, Ibadan Electricity Distribution Company will verify the genuiness of all documents submitted.

ii.       The Tender Fee is non-refundable.

iii.      Obtain separate bank draft for each lot.

iv.      Each lot must be bided for separately.

v.       No bidder will be considered for more than two (2) lots.

vi.      The Technical bid (enveloped separately and well labeled as such) should contain requirements for tender as stated in 4.0 (i-iii) above. On no account should any tenderer include price quotations in the technical bid.

vii.     The Financial bid (enveloped separately and well labeled as such) should contain ONLY the price quotation. All price quotations should be in Nigerian Naira.

viii.    Two sets (Original and Copy) of each bid (Technical and Financial) plus soft copy are to be submitted.

ix.      Each tender document should be duly signed by a Director of the company.  documents will be treated as in valid.

x.       Any tender that does not meet the above requirements will not be processed.

xi.      All information and communications in respect of this lender shall be in English Language.

 

Submission of Tenders shall close on Monday 24th October, 2011 by 12.00noon.

The official opening of the tenders shall take place on Monday, 24th October, 2011 by 12.00 noon  at:

 

PHCN Staff Development Centre,

Opposite Magara Police Post,

lyaganku Quarters, Off Ring-Road,

Ibadan.

 

This advertisement shall not be construed as a commitment on the part of the Management of PHCN, Ibadan Electricity Distribution Company nor shall it entitle responding Contractors/tenderers to seek any indemnity from PHCN, Ibadan Electricity Distribution Company by virtue of such contractors/tenderers having responded to this advertisement.

Signed

Management.

Execution of Projects at Kwara State Universal Basic Education Board

Kwara State Universal Basic Education Board

Tel: 031-225865, 224544, 08071070898

Lajorin Street, P.M.B. 1404, Ilorin, Kwara State, Nigeria.

 

Kwara State Universal Basic Education Board

Invitation for Tender for 3rd and 4th Quarters 2010

And 1st and 2nd 2011 UBE Projects

The Kwara State Universal Basic Education Board has received both the state and FGN-UBEC grant for the 3rd and 4th Quarters 2010 and 1st and 2nd Quarters 2011.

 

The Board intends to utilize the fund for infrastructural development at the ECCDE Primary and junior secondary schools in the State, and supply of Basic Science Instructional.

 

Invitation is therefore extended to interested but reputable contracting firms and suppliers to tender for the below listed projects:

 

Lot I            Construction of a Block of two (2) Classrooms with office and store for ECCDE centres, Primary and JSS in local Government Areas of: Baruten, Edu, Kaiama and Patigi

 

Lot II          Construction of a block of two (2) classrooms with office and store for ECCDE centres, Primary and JSS in other 12 local Government Areas of the State.

 

Lot III         Supply of ECCDE Pupils Furniture

 

Lot IV         Supply of Primary School Pupils and Teachers’ Furniture

 

Lot V          Supply of joint Desk/Benches for JSS students Furniture

 

Lot VI         Procurement of Basic Science Equipment for both Primary and junior Secondary Schools in the State

 

Requirements:

Tenderers are to submit along with their bids, the followings:

(i)      Certificate of incorporation in appropriate category.

(ii)     Evidence of registration with the Kwara State Ministry of Works.

(iii)    Evidence of payment of income tax for three (3) Years

(iv)    Evidence of registration with the KWSUBEB

(v)     Evidence of previous works/Projects executed by the company.

(vi)    Payment of non-refundable fee often thousand/five thousand (N10,000) /(N5,000) only as the case may be.

 

Submission

Tenders are to be submitted in sealed envelopes marked: “Tender for 3rd and 4th Quarters 2010 UBE Project OR 1st and 2nd Quarters 2011 UBE Projects” to the Office of the Tender secretary, KWSUBEB, Ilorin on or before 11th October 2011.

 

Signed:

The Tender Secretary

Kwara State Universal Basic Education Board,

P.M.B. 1404,

Ilorin.