Expression of Interest to Manage Conference Centre Complex on a Lease at National Water Resources Institute

 

National Water Resources Institute

Mando Road, P.M.B. 2309, Kaduna, Nigeria

Expression of Interest to Manage Conference Centre Complex on a Lease

This is to invite experienced and Professional corporate hotel managers interested in taking out a lease on a new Conference Centre facilities located on the premises of the National Water Resources Institute, along Airport Road in Kaduna.

 

Interested hotel managers can inspect the facilities between 10:00am and 2:00pm Mondays to Thursdays from today up to 2nd September, 2011.

 

Facilities of the Complex

The Complex comprises:

1. Conference Hostel and

2. Conference Hall

The Hostel:

1.       A newly-constructed 64-room hotel, with good finishing and each room furnished with a bed, reading table and chair, toilet and wardrobes etc.

2.       A furnished restaurant and a well-equipped kitchen

3.       Office rooms within the hotel building

 

The Hall:

1.       A circular Conference Hall, detached from the Hostel, comprising of a Main Hall (350-seat capacity), two Committee Rooms (20-man capacity each), a Utility Room (50-seat capacity), One VIP waiting room and a spacious reception/ exhibition area on entrance.

 

2.       All rooms in the Conference Hall are furnished with chairs, overhead    projectors for conferences and Air conditioners.

The Location:

The two buildings (Hostel and Hall) are located on the Premises of the Institute. The surrounding is well-planned with large parking areas and beautiful green scenery. Being in an environment dedicated mainly to training and research, the Conference Centre enjoys solemn and peaceful atmosphere excellent for national and international conferences, meetings, retreats, and generally for guests’ rest. It is strategically located along Kaduna Airport/Nigerian Defence Academy Road.

 

Initial Requirement

Prospective respondents should forward a full Expression of Interest Document in which they should, among others, forward the following information:

1.    Company Registration with Corporate Affairs Commission (CAC)

2.    Corporate registration with appropriate Professional body/bodies

3.    Head Office address and address of all branch offices and their GSM contact       numbers

4.    Evidence of possession of both technical and managerial competence

5.    All other company profile detailing, among others,

1.       Experience in the industry

2.       Hotels/property managed or are currently being managed and for how long

3.       Staff profile of company personnel

 

The Institute is not obliged to respond to companies that do not fulfil the requirement above. All Expression of Interest (EOI) should be submitted in sealed envelopes on or before 2nd September 2011 to:

 

The Secretary to the Institute,

National Water Resources Institute,

P.M.B 2309, Mando Road, Kaduna.

Signed:

Alhaji Sule Dauda

Secretary to the Institute/Director (Admin and Finance)

For: Executive Director

Invitation for Pre-Qualification for the Execution of 2011 Capital and Recurrent Projects at Inependent National Electoral Commission (INEC)

 

Independent National Electoral Commission

Plot 436 Zambezi Crescent, Maitama District, Abuja

 

Invitation for Pre-Qualification for the Execution of 2011 Capital and Recurrent Projects

1. PREAMBLE

The Inependent National Electoral Commission (INEC) in pursuance of its constitutional role, intends to procure some Electoral Materials; Election Equipment, Utility Vehicles; Tyres and Vehicle maintenance Parts: and Repair of Vehicles To this end the Commission invites reputable Nigerian Companies to indicate interest to pre-qualify for the following projects: covered under the 2011 Financial Year.

(A)    GOODS AND SERVICES

 

  Delivery Points                            Description of Supply
S/N INEC State Offices within the following Zonal Stores Printing and Supply of Electoral form and Printed Materials Supply of Other Electoral Stationery and Materials Supply of Utility Vehicles Supply of Election Equipment
1 Gombe Zonal Store Lot 1 Lot 8 Lot 15 Lot 22
2 Minna Zonal Store Lot 2 Lot 9 Lot 16 Lot 23
3 Owerri Zonal Store Lot 3 Lot 10 Lot 17 Lot 24
4 Oshogbo Zonal Store Lot 4 Lot 11 Lot 18 Lot 25
5 Port Harcourt Zonal Store Lot 5 Lot 12 Lot 19 Lot 26
6 Sokoto Zonal Store Lot 6 Lot 13 Lot 20 Lot 27
7 INEC Headquarters   Lot 7 Lot 14 Lot 21 Lot 28

 

(B)     Lot: 29        – Supply of Tyres and Vehicle Maintenance parts for Toyota;  Mazda: Peugeot Vehicles; and Mercedes and IVECO Trucks.

(C)    Works and Services (Vehicle Maintenance)

LOT: 30      General Repair/Servicing of Mercedes Benz Trucks; TATA Trucks; IVECO Trucks; Toyota, Peugeot, Nissan and Mazda Brand of Vehicles.

Pre-Qualification Requirements

Prospective Contractors are required to submit the following documents:

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

ii.     Audited Accounts of the Company for the last three (3) years (2008 – 2010);

iii.    Tax Clearance for the last three (3) years (2008 – 2010);

iv.    Evidence of financial capability and banking support;

v.     A detailed Company Profile showing list of professional Staff and their experience;

vi.    Evidence of similar projects executed and knowledge of the Industry;

vii.   Equipment and Technical capability;

viii.  Evidence of Annual Turnover;

ix.    Evidence of VAT Reg. and past VAT Remittances;

x.     Evidence of compliance with Pension Reform Act 2004., and the NHIS

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 Commission at a prescribed fee.

(b)   The closing date for submissions of the pre-qualification documents shall be on Monday, 12th September 2011 by 4.00p.m. While opening of the prequalification documents will be on Thursday, 15th September, 2011 at 2.00p.m

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

4.       Submissions

All submissions should be delivered in one (1) no. neatly bound copy of sealed envelope clearly marked as applicable, “Pre-Qualification for Supply of Electoral Forms and Materials; Election Equipment; Utility Vehicles. Tyres and Vehicle Maintenance Parts; Repair Of Vehicles” and delivered to the Secretary, Independent National Electoral Commission, Plot 436 Zambezi Crescent, Maitama Abuja.

Signed:

Abdullahi A. Kaugama

Secretary of the Commission

Consulting Services: Development, Installation and Training of Monitoring and Evaluation Software at Bauchi State Malaria Control Booster Project

Request for Expression of Interest

 

(Consultancy services)

 

Country: Nigeria

 

Project: Malaria Control Booster Project Sector: Health.

 

Consulting Services: Development, Installation and Training of Monitoring and Evaluation Software

 

Credit Number:        4250-Uni

 

Project Id Number: P970921

 

 

Expression of Interest

 

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Malaria Control Booster Project and intends to apply part of the Credit to cover eligible payment for consulting services for development, installation and training of monitoring and evaluation soft ware.

 

The objective of the assignment is to develop, install monitoring & evaluation software and train the project M and E team on how to collect, collate and report quality data on Malaria in a timely manner and use data for decision making.

 

The Bauchi State Malaria Control Booster Project now invites eligible M&E soft ware development firms to indicate their interest providing services for development, installation and training monitoring and evaluation soft ware. The consulting services are to extend over a period of 2 months initially and are renew able as needed.

 

 

Required Qualifications:

·        The assignment is expected to be conducted by a reputable consultancy firm, with considerable experience in the development and installation of monitoring & evaluation software and personnel possessing requisite qualification and experience in conducting monitoring and Evaluation. Each member of the team should have at least, a minimum of Bachelor Degree with 5 years post-qualification experience. Team should include the following expertise (a) Monitoring and Evaluation Expert (b) IT specialist.

 

 

 

Method of application

Interested consulting firms must provide information indicating that they are qualified to perform the services (brochures, description of similar assignment, experience in similar condition, availability of requisite skills, etc).

Firm will be selected in accordance with the procedures set out in the World Bank Guidelines: Selections and employment of Consultants by World Bank Borrowers (current edition).

 

Interested Firms may obtain further information at the address below during office hours between 9.00an- 4:00pm daily, except on Fridays and public holidays.

Expression of Interest must be submitted in four hard copies to the address below on or before the, 26th August, 2011, with inscription on the envelopes SUBJECT Expression of interest for development, installation and training of monitoring and evaluation soft ware.

 

 

Bauchi State Malaria Control Booster Project

Project Implementation Unit,

No 4 Yandoka Road, Bauchi

 

Attention:

GSM No: 08058622243

Email: umar_babuga@yahoo.com

Invitation for Pre-Qualification to Tender and Full Tender for 2011 Appropriated Construction/Supply Projects at University of Maiduguri

UNIVERSITY OF MAIDUGURI

(OFFICE OF THE REGISTRAR)

2011 APPROPRIATE PROJECTS

INVITATION FOR PRE-QUALIFICATION TO TENDER AND FULLTENDER FOR 2011 APPROPRIATED CONSTRUCTION/SUPPLY PROJECTS

The University of Maiduguri is desirous of inviting interested contractors to bid in the pre-tender qualification and financial bidding exercise, for the following sundry projects under the 2011 Appropriation.

The projects, their scopes, and the corresponding financial bidding fees payable are all tabulated below

 

Lot No Project Scope Full Tender Fee Payable
Lot NO Extension/Provision of wards to university Construction of two wards including rehabilitation of existing buildings of the University Medical Center =N= 30,000
LOT 2 University Perimeter wall fence between Gates 11 & 111 Construction of 230mm thick sandcrete hollow block fence wall on concrete strip foundation, 2.5m high security fence and plastered both sides with University Logo at specific intervals finder. =N= 20,000
LOT 3 Construction of Department of Industrial Design Single decked building consisting of offices, conveniences and reception hall with 2No. staircases =N= 20,000.00
LOT 4 Road Expansion and resurfacing works for a distance of 2KM gate 1/VC roundabout Dualization/expansion of Gate 1 road and re-surfacing of existing concrete asphaltic road including single tube concrete =N= 30,000.00
LOT 5 Purchase of Utility vehicles Work entails direct purchase of vehicle with comprises:a) Ambulance with the following facilities: Alert Lam p and Siren, Ventilator, Hanging Bottle Rack, Indoor illumination lamp, side bench, extinguisher, stretcher, medicine cabinet, oxygen bottle, middle clap board and

b) Toyota Hilux 4WD, Double Cabin with A/C, including their delivery.

=N=15,000.00

 

 

2)         PRE-QUALIFICATION REQUIREMENTS

Interested contractors are invited to submit the following pre-qualification documents:

        i.            Evidence of registration with Corporate Affairs Commission

      ii.            Evidence of Registration with the University and the FMW in relevant categories

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

    iv.            Articles and Memorandum of Association.

      v.            Audited Account of the bidder for the last three years

    vi.            List of Plants and Equipment as may be applicable, with evidences of possess.

  vii.            Verifiable list of similar and other jobs successfully executed with their locations, including copies of letters of award and completion certificates

  1. List of names of key personnel officers to be involved in the project, staing their qualification and professional registration(s) where applicable (enclose photocopies of credentials)

    ix.            Evidence for the payment of the prescribed full tender fees

Original of documents i-iv above must be produced for sighting during the opening session.

 

3)         COLLECTION OF BIDS

Detailed specification and blank bill are to be collected from the Works Physical Planning and Development Department upon the payment of the non-refundable processing fee prescribed above

4)         SUBMISSION

The bidding documents (both technical and financial bids) are to be returned foe submission at the same time but in separate sealed envelopes clearly marked CONSTRUCTION/SUPPLY

OF …………….. (TECHNICAL BID) OR CONSTRUCTION/SUPPLY OF …………….. (FINANCIAL BID) stating project as may be applicable

The bid documents are to be submitted to the Office of the Registrar, P.M.B 1069, University of Maiduguri by 26th August 2011. All bids will be opened on the same day and venue by 2:00pm, in the University’s Council/Senate Chamber in the presence of the bidders or their representatives.

NOTE

Only pre-qualified bidders will have their financial bids opened. Disqualifies bidder shall have their financial bids returned to them.

The University is not bound to accept tenders sent by the courier or post

 

BABAGANA M. AJI

REGISTRAR

Pre-Qualification Exercise for Its 2011 Capital Projects at National Centre for Agricultural Mechanization (NCAM), Ilorin

Federal Ministry of Agriculture and Natural Resources

National Centre for Agricultural Mechanization (NCAM), Ilorin

 

The National Centre for Agricultural Mechanization (NCAM) is desirous to undertake a pre-qualification exercise for its 2011 capital projects Accordingly, NCAM is inviting competent and interested contractors to indicate interest to pre-qualify to tender for the following jobs:

1.       Projects

(a)     Completion of Engine Tractor and Farming Machine Building Complex (Phase Three)

(b)     Construction of Trainee Hostel/Conference Centre

(c)      Construction of Library Block

(d)     Procurement of Staff Bus

2.       Pre-Qualification Requirements

Interested reputable contractors with relevant cognate experience and good track record of performance are hereby invited to submit pre-qualification Bid Documents. The pre-qualification Bid Documents should include the following:

i.        Certificate of registration with Corporate Affairs Commission (CAC)

ii.       Evidence of compliance with Pension Reform Act, 2004 including evidence of remittances

iii.      Evidence of Technical Capability and List of equipment

iv.      Evidence of Tax Clearance for the last three years (2008, 2009, 2010)

v.       Company Audited Accounts for the last three years (2008,2009, 2010) showing annual turnover

vi       Evidence of VAT registration and remittances vii Evidence of Experience with similar jobs in the last five years including letters of award of contracts, contract sum (s) and completion certificates

viii.    Evidence of Financial Capability (a letter of support from a bank will be an advantage)

ix.      Company profile with CVs of key personnel and their professional qualifications

x.       Evidence of Registration with Federal Ministry of works

xi.      Verified Office Address and Phone Numbers

3.       Note:

Only pre-qualified companies would be contacted.

This advertisement is not an invitation to tender and should not be treated as such.

Full bidding procedure shall only be provided to companies that have been pre-qualified.

Pre-qualified contractors would be expected to pay N40,000,00 for (a), N 20,000.00 for (b) and (c) and N 10,000.00 for (d) in Bank Draft, to collect the relevant Tender Documents from the Head, procurement Department, NCAM.

4.       Submission Requirement

The pre-qualification documents (three (3) copies) must be in a sealed envelope and clearly marked appropriately, indicating relevant projects and addressed to

The Acting Executive Director National Centre for Agricultural Mechanization (NCAM), km. 20, llorin-Lokoja Highway P.M.B 1525, llorin Kwara state and delivered latest 12 noon on 5th September. 2011.

Opening f pre-qualification submission will take place at 1 p.m. on the same day, at NCAM Board Room. Interested contractors/suppliers should attend or send their representatives to attend.

 

Acting Executive Director

National Centre for Agricultural Mechanization (NCAM)

Tel: 08033649168