Invitation for Pre-Qualification of Contractors at College of Agriculture, Lafia

 

College of Agriculture, Lafia

P.M.B. 33, Lafia, Nasarawa.State-Nigeria

of the Registrar

Provost: Dr. Napoleon D. Saingbe (B.SC. M. SC. PHD)

Telegram, Provocoal

 

Ag. Registrar: David Simon Mushah (JPO (B.SC.M.SC.)

Date: 15th August,2011

Invitation for Pre-Qualification of Contractors

 

The College of Agriculture, Lafia is inviting reputable and interested Companies for the execution of the under listed Education Trust Fund (ETF) project for the years 2008, 2009 and 2010 respectively.

 

a.       List of assorted books on agriculture and other science disciplines and equipment

 

b.       Pre-qualification requirement:

 

–        ALL interested Contractors are requested to submit the following pre-qualification documents which shall be subjected to evaluation.

 

i.        Evidence of incorporation of company by corporate Affairs Commission

 

ii.       Evidence of registration with Nasarawa State Government and College of Agriculture, Lafia

 

iii.      Tax clearance Certificate for the last three (3) year’s and evidence of VAT Registration.

C.      Submission of Pre-Qualification Document

Pre-qualification Document MUST be submitted in sealed envelopes and clearly marked “Pre- qualification Tender” and shall be delivered to:

 

The Liberian, College of Agriculture, PMB 033, Lafia Nasarawa State to reach him on or before 23rd August 2011.

 

Opening of Pre-Qualification Documents

Pre-qualifications will be opened on Tuesday 23rd August 2011 by l0:00am at the College Conference Hall.

 

Signed:

David S. Mushah (JP)

Ag. Registrar.

Request for Submission of Expression of Interest for the Drafting of a National Infrastructure Finance Policy at Central Bank of Nigeria

 

 

Central Bank of Nigeria

Request for Submission of Expression of Interest for the Drafting of a National Infrastructure Finance Policy

 

The Management of the Central Bank of Nigeria (CBN) had approved the Development Finance Department in collaboration of stakeholders in the finance and infrastructure development sectors of the Country draft an Infrastructure Finance Policy for Nigeria.

 

The proposed Infrastructure Finance Policy is expected to, among others; specify the infrastructure financing options/ dispute  resolution  mechanisms,  roles  of stakeholders,  and incentives offered  by relevant government ministries and agencies to serve as a guide to  investors  and  other stakeholders   in   making infrastructure project investment/financing decisions.

 

Objectives of the Infrastructure Finance Policy

The major objectives of the proposed Infrastructure Finance Policy are to:

  • Leverage private finance for infrastructure development;
  • Diversify and develop the non bank sources of long term debt finance of Infrastructure:
  • Reduce the cost of projects;
  • Promote the involvement of specialized funds and/or multilateral agencies and international banks in financing a growing number of development projects; and
  • Determine and recommend incentives to spur local and international investors to invest n infrastructure projects in Nigeria.

Terms of Reference

1.       To review the past and current situations of infrastructure finance in Nigeria and determine the infrastructure finance gap;

2.       To explore infrastructure finance policies in other jurisdictions, especially in emerging economies to determine what can be leveraged from such experiences;

3.       To liaise with relevant MDAs on their current policies on infrastructure financing and/or incentives provided for Public-Private Partnerships (PPPs);

4.       To identify the funding options in the private sector;

5.       To make periodic reports on the progress of work to the Inter-Agency     Committee on the Drafting of the Infrastructure Finance Policy;

6.       To prepare a comprehensive Policy for driving Infrastructure Finance in Nigeria for the consideration of CBN Management;

7.       To coordinate the stakeholders’ workshop to consider the draft policy document

8.       To prepare the Final Policy Document for Launching.

 

Invitation of Consultants:
Interested consulting firms with local and international experiences are hereby invited to submit their bid to anchor the drafting of the National Policy on infrastructure Finance,

The bidding documents should include the following:

  • Brief of the Firm;
  • Past experiences so similar assignments;
  • Faculty;
  • The estimated time for the submission of the Final Draft Infrastructure Finance Policy for Nigeria;
  • An expression of the methodology to be adopted in executing the job;
  • Cost,

The bidding firm must be able to demonstrate deep knowledge of the Nigerian   infrastructure development/finance industry.

 

All bids must be received on or before 29th August 2011. Only pre-qualified firms would be contacted.

 

All proposals should be forwarded to the:

 

Director,

Development Finance Department,

Central Bank of Nigeria,

Corporate Headquarters,

Central Business District, Abuja.

Signed:

Management

Invitation for Pre-Qualification and Tender at National Commission for Nomadic Education, Kaduna

National Commission for Nomadic Education

No, 14 Yakubu Avenue, P.M.B 2343, Kaduna

Invitation for Pre-Qualification and Tender

Introduction:

The National Commission for Nomadic Education, Kaduna, wishes to pre-qualify competent and reputable contractors/consultants for the job specified in its 2011 Capital/MDGs projects as follows:

CIVIL WORKS

LOT1.                        CONSTRUCTION OF-

a)      A block of 3-classroom, office and store

b)      (i) 4VIP Toilet (ii) Assembly ground (iii) Football Field

c)      Earth Dam

d)     Spray race

e)      Borehole

f)       Human Clinic

g)      (i) Veterinary Clinic (ii) Hay Ban

h)      A block of two bedroom staff quarters.

 

PROCUREMENT OF:

(i)                 (i) Staff quarters furniture (ii) School furniture (iii) Sporting   equipment

(j)     (i)Veterinary equipment and essential drugs (ii) Human Clinic equipment and essential drugs.

At Kimba Grazing Reserve Biu Local

Government Areas, Borno State,

 

 

LOT2: CONSTRUCTION OF: a – h above and procurement of i – j above

At Kukar Mikiya Grazing Reserve, Kiyawa

Local Government Area, Jigawa State.

LOT3: CONSTRUCTION OF:

a)      A block of three classroom office and store.

b)      A block of two bedroom staff quarters.

c)      (i)Assembly Hall (ii) 4 VIP Toilets.

d)     (i) Fish pond (ii)Assembly ground (ii) Football field

e)      Borehole

f)       Human Clinic

And procurement of;

(g) (i) Staff quarters Furniture (ii) School Furniture (iii) Sporting equipment (iv) Human Clinic equipment and essential drugs

At Migrant Fishermen Primary School Ofitebe, Ovia North- East L.G.A, Edo State

LOT 4:           Construction of: a-h above and procurement of g above

At Emu Migrant Fishermen Primary School,

Ibeju Lekki, L.G.A Lagos State

Lot 5:  Construction Of:

a)      A block of 3 classroom, office and store.

b)      A block of 2 bedroom staff quarters.

c)      (i) Assembly ground (ii) Football field (iii) 4VIP Toilets

d)     Borehole

e)      Storage Facilities

f)       Human Clinic

And Procurement of:

g) (i) Staff quarters furniture (ii) School Furniture (iii) Porting equipment (iv) Human Clinic Equipment and essential drugs

At Okongwu Farm Settlement, Idumuje Ugboko Akaocha LGA, Delta State

Procurement of Goods

LOT 6:           Procurement of:

(a)    Generating set

(b)   Laptops

(c)    Collapsible Classrooms

(d)   Radio Studio Equipment and Installation

 

Consultancy:

LOT 7:

a)      Face-to-face Sensitization: Advocacy and Mobilization of Nomadic Communities.

b)      Professional capacity Development of Teachers and effective Curriculum utilization classroom management and school plant maintenance.

c)      Impact assessment on Curriculum utilization for nomadic schools.

d)     Impact assessment of Extension Education Programme for nomads, Capacity development of nomadic education extension agents and Migrant Fisherfolks youths on Skill acquisition.

e)      National Monitoring of Nomadic Schools.

f)       Production/Recording of 90 IRI lessons and formative evaluation.

g)      Development and production of IRI support materials: pupils’ workbooks (English and Mathematics, Freeze Packs, ABC Chart and phonic sliders

h)      Training of studio technicians for IRI programme.

i)        Training of teachers, mentors and monitors on IRI Methodology.

j)        Training of Extension Agents (Field advocates) on IRI Strategy.

k)      Critiquing and Development of pupils’ text and teachers’ guide in four (4) core subject areas.

l)        Monitoring and mentoring of IRI programme in nomadic primary schools in the six selected pilot state

m)    Community mobilization for IRI support and participation.

 

Printing:

 

LOT 8:

a)      Printing of pupils’ texts for migrant fisherfolk schools in four core subject areas:-Levels 4-6.

b)      Printing of teachers’ guides for migrant fisherfolk schools in core subject areas: – Level 4-6.

c)      Printing of Curriculum Guides.

d)     Printing of poster on maternal, newborn and child health care for nomadic groups.

 

Please Note:

All pre-qualification and tender documents are to be collected at the Procurement Unit of the Commission

 

Pre-Qualification and Tender Requirements:

Application for pre-qualification and tender should be accompanied with:

a)      Evidence of valid certificate of registration with Corporate Affairs Commission.

b)      Valid/verifiable Tax Clearance Certificate for the last three years; i.e. 2008. 2009 and 2010.

c)      Evidence of registration for VAT;

d)     Company profile; verifiable documentary evidence of adequate human and materials resources to execute contract applied for;

e)      Evidence of verifiable past experience in handling similar project.

f)       Reference/guarantee from a reputable bank giving verifiable evidence of financial capacity to execute project applied for;

g)      Technical and Financial Bids;

h)      Evidence of payment of N20.000.00 non-refundable fee (for tender only)

i)        Technical Consultancy Services:

 

 

Submission of Pre-Qualification and Tender Documents

All pre-qualification and tender documents (i.e. technical and financial bids) are to be neatly bound and placed in two separate sealed envelopes, clearly marked at the top with the lot and title of the project(s); specifying the content of each envelop (whether technical or financial bid), Please ensure that the Company’s functional telephone numbers are written on the top left side of the envelopes. Companies interested in more than one project are, therefore, required to apply separately for each project. The envelopes should be addressed to:

 

The Executive Secretary,

National Commission for Nomadic Education,

No. 14, Yakubu Avenue,

P.M.B. 2343, Kaduna.

 

And should be dropped into a box located at the Procurement Unit of the Commission, Both Tender and pre-qualification documents shall also be collected from the same office. Please ensure that you collect acknowledgment for envelopes deposited at the Procurement Unit.

All pre-qualification and tender documents should be received not later than 31st August, 2011 by 4.00p.m. Prompt.

PLEASE NOTE:

a)            Late submission will be rejected;

b)           The technical bids (pre-qualification documents) shall be opened on 5th September, 2011, by 10 a.m. All interested public and contractors are hereby invited to attend.

c)            The advertisement for “Pre-Qualification and Tender” shall not be construed to be a commitment on the part of the Commission nor shall it entitle the tenderer to make any claim whatsoever and seek any indemnity from the Commission by virtue of such tenderer having responded to the advertisement;

d)           Pre-Qualification bid must be very clear about the area of proven competence and interest;

e)            After the pre-Qualification exercise only the successful contractors shall be accordingly for opening of tenders (financial bids) which shall take place on 12th September 2011 by 10.00am.

 

SIGNED

SECRETARY

TENDER BOARDS

Invitation to Pre-Qualification and Tender for ETF Special Intervention Projects at Ahmadu Bello University, Zaria

Ahmadu Bello University, Zaria

Invitation to Pre-Qualification and Tender for ETF Special Intervention Projects in Ahmadu Bello University, Zaria.

 

The Management of Ahmadu Bello University, Zaria hereby invites reputable and competent Companies to apply for Pre-Qualification and Tender in respect of the following year 2009 ETF special intervention projects:

 

Lot B6:       Construction of New Lecture Theatre for Faculty of Engineering ETF Project No ABU/ZARIA/SIP/ETF/09/17.

Lot B7:       Construction and Furnishing of Classrooms for Faculty of Education, ETF Project No ABU/ZARIA/SIP/ETF/09/18,

Lot B8        Construction and Furnishing of Classrooms for Faculty of Social Sciences. ETF Project No ABU/ZARIA/SIP/ETF/09/19.

Lot B3:       Construction of Classrooms, Academic Staff Offices and laboratories for Geomatic Engineering (Phase I) ETF Project No.ABU/ZARIA/SIP/ETF/09/20.

 

2. Technical Bid.

The pre-qualification documents should include:-

(a)     Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC)

(b)     Company Current Tax Clearance Certificate for the last three (3) years (2008-2010),

(c)      Company Audited Account for the last three years (2008-2010) including annual turn-over.

(d)     VAT registration and evidence of remittances in the last three years (2008-2010) to be attached.

(e)      Evidence of Financial capability to execute the project. Bank reference and a letter of credit facility from a reputable Commercial Bank with a commitment to provide loan facility for the execution of the contract if eventually won,

(f)      List of similar, verifiable and successfully executed projects or ongoing by the Company with letters of award and completion certificates, in the last five years 2007-2011 only. Letters of award and interim certificates of payment should be attached for projects that are ongoing.

(g)     List of Managerial, key Technical and Administrative Staff of the Company which should include names., curriculum vitae and copies of certificates for each key staff.

(h)     List of Equipment owned or on lease hold by the company relevant for smooth execution of the project Evidence of ownership and pictures with company Logo is an added advantage.

(i)      Evidence of remittance of pension contribution fund for staff of the company from reputable pension funds Administrators (PFA) as provided in section 16, subsection 6(d) of the Public Procurement Act 2007.

(j)      A sworn affidavit indicating that affidavit documents submitted are genuine, verifiable and that no officer of Ahmadu Bello University Zaria is s former, present director or shareholder and has no interest in the company.

(k)     A sworn affidavit that none of the directors have been convicted in any country for any criminal offence including fraud or financial impropriety.

(l)      Evidence of community social responsibility (if any)

(m)    Scanned copies of (a), (b) and (d) above would be required not Photocopies. Original documents should be available for sighting on demand during or after the opening of prequalification documents

 

3.       The Pre-qualification Form and the tender documents which are available at the University’s Estate Department will be issued to each Contractor upon presentation of a payment receipt after making the required payment of the non-refundable processing fee to the Ahmadu Bello University, Main Campus Cash Office for this exercise as follows;

 

(i)      A non-refundable fee of N25.000.00 (Twenty five thousand naira only) for Pre qualification. Bidders to note that payment for pre-qualification is once and not for each Lot

(ii)     N 30, 000.00 (Thirty thousand Naira Only) as Tender processing fee for each Lot.

(iii)    Please note that contractors are allowed to pick a maximum of two Lots

 

 

 

4. Submission of Prequalification /Tender Documents

The pre-qualification and tender documents should be bounded separately.

Prequalification documents should .be bounded in wax-sealed envelope with “Prequalification as Contractor” written at the top left hand corner. Photocopy of the payment receipt should be enclosed.

 

 

Tender documents should also be bounded in wax-sealed envelope with Lot and title of project written at the top left corner, Photocopy of the payment receipt should be enclosed

 

All documents should be addressed to The Registrar Ahmadu Bello University Zaria and should be hand-delivered not later than 12 noon of Monday 12th September, 2011 to: The Registrar,

7th Floor, Senate Building

Ahmadu Bello University

Zaria

 

5. Opening of Pre-qualification/Tender Documents

Pre-qualification and tender documents will be opened on Monday 12th September, 2011by 1:30pm at the ABU Main Campus, Assembly Hall near the Convocation Square. Samaru Zaria.

All interested members of the public especially intending contractors are hereby invited.

 

6. Please Note

 

(a)        The evaluation of bids will be earned out in two stages:-

–        Technical evaluation of pre-qualification documents (stage 1).

–        Financial evaluation (stage – 2); this will be carried out at a later date to be communicated to all bidders. Companies that scaled through stage 1 will have their financial bids opened while those who were not pre-qualified will have their financial bids returned to them unopened.

 

(b)     Submissions of pre-qualification documents to ABU ZARIA are neither a commitment nor an obligation to award contract to any contractor or his agent.

 

(c)      Advertisement for invitation for expression of interest for Pre-qualification and Tender Bidding should not be construed as a commitment on the part of Ahmadu Bello University, Zaria nor shall it entitle any Contractor to make claims whatsoever or seek any indemnity from ABU Zaria.

 

Dr. Isah Mohammed Abbass

Registrar & Secretary to Council

Request for Expression of Interest (EOI) for Consultants at Central Bank of Nigeria

Central Bank of Nigeria

Request for Expression of Interest (EOI) for Consultants Interested in Collaborating with the  Central Bank of  Nigeria to Establish Entreprenuership Development Centres (EDCs) in North Central, North  West and South-South Zones

Introduction

As part of its overall objective of  supporting the Federal Government efforts in combating youth unemployment and  fostering economic development at the  grass-roots, the  Central Bank of Nigeria(CBN) intends  to expand and replicate  the highly successful Entrepreneurship Development Centre (EDC) pilot in the other three geo-political Zones, North-Central, North-East, and South-South. The scaled-up EDC model, the Skills-based Entrepreneurship Development Centre (EDC), focuses on skills-based entrepreneurship training for tertiary and secondary school graduates who are desirous of generating self-employment through start-up or expansion of business ventures.

 

The executing agency for this initiative would be CBN through the Director of Development Finance Department. The EDC would involve entrepreneurship training based on an established curriculum, short-term vocational skills, mentoring, industrial attachment, enhanced Business Development  Services (BDS), linkage to financing, an expansion strategy beyond the zonal hub, a clearly articulated sustainable  and phased-out strategy, a robust M & E framework, systems-driven financial management, and other innovative components that will groom trainees to represent Nigeria in the  global market place.

 

2.    The Objectives of The EDCs

The CBN-supported EDCs which would target those with at least secondary and tertiary education have the following specific objectives among others to:

Develop entrepreneurship  spirit in Nigerians and provide  insight into the tools, techniques and framework for  managing   business   enterprise,  including production,  marketing, personnel and finance.

Develop skills of would-be-entrepreneurs to successfully start, expand, diversify and manage business enterprises, as well as link them with financial institutions for accessing start-up capital, especially from the microfinance banks.

Generate  employment opportunities for Nigerians in pursuance of the provisions of Vision 2020.

 

 

3.       Terms of Reference (TOR) for Implementing Agencies Any intended Implementing Agencies (lAs) is expected to be guided by the following:

  • Provide the under listed facilities to support smooth and effective operations and delivery of the required services to trainees:
  • Physical Structure (accommodation, halls etc)
  • Training Materials (computers, lecture instruction materials etc)
  • Equipment for hands- on- training
  • Human Resources
  • Other Institutional support infrastructure that will be incidental to the smooth delivery of the Centre objectives;
  • To demonstrate a thorough understanding of entrepreneurship requirements and develop a clear procedure, work instructions and clearly state the model the  organization will adopt in delivering  both theoretical and practical training  for the trainees;
  • To provide a platform for    needs based    research and training to meet relevant requirements in entrepreneurship development;
  • Provide incubation Centres or evidence of collaboration with the centre for the purpose of   offering   on-site business facilities to aid trainees in session and enable the trainees have hands-on experiences on their chosen vocations;
  • To  provide  a  model for establishing linkage between trainees  and financial institutions to enable them access financial services for starting or expanding their business after graduating;
  • To   provide   an   appropriate   and   detailed   strategy for mentoring, coaching and monitoring the activities of trainees and graduates of the EDCs;
  • To demonstrate the capability of providing counter-part funding and Prepare exist strategy for continued operation after the 5-year CBN support;
  • Demonstrate that it can develop a wide reaching and comprehensive awareness programme aimed at providing information on the benefits of the EDC, particularly among the youths in the States in the geo-political zone
  • The proposal should cover the following:
  • Curriculum Vitae of principal partners
  • Profile/ Experience of Key Consultants
  • Summary of consulting experience in entrepreneurship in the past
  • Description of facilities already available or which the IA intends to procure
  • Management and Organizational Structure
  • Physical location of the Consultant
  • Eligibility Criteria
  • Any intending bidder must fulfill the under listed conditions: Have an adequate complement of staff and relevant entrepreneurship background from reputable institutions, an exposure of minimum of ten years consultation in micro, small and medium enterprise consultation and skill and entrepreneurship development;
  • Should be ready to establish the Centre in locations that will provide the most impact and accessibility to the beneficiaries in the zone;
  • Have a link with existing industrial cluster for the purpose or sharing common resources particularly infrastructure after training.

 

Interested organizations are hereby invited to submit their bids for the establishment of the Entrepreneurship  Development Centres to reach Central below Centres to reach Central Bank of Nigeria at the- address  below on or  before 25th September, 2011.   The proposal, address as below should not be more than 20 pages (A4, single-line spacing , 12 font  size in Times New Roman).

 

The Director,

Development  Finance Department

Central Bank of  Nigerian,

Corporate Headquarters

Central Business District

P.M.B 0187, Garki Abuja-Nigeria.

 

Signed

Management