Construction/Renovation/Completion of Works at Langtang North Local Government Council

Langtang North Local Government Council

 

1.       Langtang North Local Government Council invites contractors that are registered with the Council to tender for the erection of contracts in the following categories

LOT1.

i.        Expansion/Renovation of finance and supply and Budget and planning block.

ii.       Block of lock-up shops at Langtang Saturday Market

iii.      Renovation and Expansion of PHC Clinic, langteng,

iv.      Construction of Legislative /Chambers, Langtang LGC Secretariat

v.       Construction of Warehouse at Saturday Market.

LOT2

i.        Completion of PHC Clinic Zangzat

ii.       Completion of PHC Clinic Gwandamung

iii.      Completion of PHC Clinic Filap

iv.      Completion of PHC Clinic Nyer

v.       Stone pitching of Nguru-Wallop Road Box Culvert

vi.      Renovation of PHC Dibar

vii.   Renovation of PHC Ndinjor

 

 

2.       Conditions for Eligibility for Tendering

Interested contractors must: –

i.        Provide evidence of registration as contractors with Langtang North Local

Government Council.

ii.       Provide evidence of registration with Cooperate Affairs Commission.

iii.      Have previous experience in the execution of projects of this nature.

iv.      Provide evidence of current tax Clearance.

3.       Method of Application

The unpriced bills of quantities and other tender documents can be obtained from the office of the Director of works, Land and Survey upon the payment of a tender processing fee as follows

LOT 1         N50, 000

LOT 2         N20, 000

 

All completed tenders should be submitted in a sealed envelop clearly marked “Tender for Construction/Renovation/Completion of Works” with the LOT number clearly indicated.

 

The sealed envelopes are to be dropped in the tender box in the office of the Director of Works, Lands and Survey Lantang North Local Government Council not later than 16th August, 2011.

Signed

Director of Works, Lands and Survey

Lantang North LGC

For: Executive Chairman

Purchase, Installation and Construction of Projects at Nigerian Law School

Council of Legal Education

Nigerian Law School, Yola Campus

Public Notice

Education Trust Fund (ETF) Special Intervention Projects

 

The Council of Legal Education, Nigerian Law School, and Yola Campus intend to engage in the following projects:

 

LOT I:       Construction of Academic Hall

LOT II:      Construction of Judges and Benchers Halland

LOT III:      Purchase & Installation of Biometric Access    Control System

 

 

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

 

1.       Profile of Company

2.       List of key personnel and their respective resume

3.       Copy of Certificate of Incorporation /Evidence of Registration with Corporate Affairs Commission

4.       Evidence of Financial Capacity- reference from a reputable bank including credit worthiness and readiness to obtain financial cover /liability.

5.       Evidence of fulfillment of all obligations to pay taxes, pension and social security contributions.

6.       Verifiable experience in works of similar nature and scope with evidence of award and actual completion of projects.

7.       Tax Clearance Certificate for the immediate past years.

8.       VAT Certificate

9.       A Sworn Affidavit disclosing (1) Whether or not any officer of the relevant Committees of the Bureau of Public Procurement or of the Council of Legal Education or the Nigerian Law School is a former or present director, shareholder of the Company, or has any pecuniary interest in the bidder or bid. (2) No director of the Company had been convicted for criminal offence (3) All information in the bid is correct in all respects to the best knowledge of the bidder.

10      Any other documents/information to support application.

11.     Original documents should be available for sighting on demand during or after the opening of prequalification Documents.

 

 

A copy of the Tender Documents can be obtained from the office of the Secretary, Procurement Planning Committee, upon payment of N10, 000.00 only for Tender Fee, by draft, drawn on Zenith Bank Plc to the Accounts Department of the Nigerian Law School, Bwari. Each Tender should be sealed and forwarded under Confidential Cover, marked “Confidential” at the Top Left Corner of the envelope and addressed to: ,

The Secretary,

Procurement Planning Committee,

Nigerian Law School Headquarters,

Bwari, PM.B. 170, Garki, Abuja.

 

To reach him not later than 13th September, 2011.

All bids will be opened immediately after the closure of bidding in the Conference Room of the Nigerian Law School,

I Headquarters, Bwari, Abuja

 

 

Important Notice

This public notice shall not be construed as a commitment on the part of the Council of Legal Education (the Council) or Nigerian Law School (the School), nor shall it entitle the submitting company to make any claims whatsoever and to seek any form of indemnity from the Council or School by virtue of such company having responded to this publication.

Secretary

Procurement Planning Committee

 

NB: Please Note That the Lot of Preference must be clearly marked on the

sealed envelope

Request for Expression of Interest at the International Finance Corporation (IFC)

Request for Expression of Interest

IFC BUSINESS EDGE Franchise

SME MANAGEMENT TRAINING SOLUTION.

The International Finance Corporation, through the IFC Advisory Services in Africa, is seeking applications from suitably qualified Management/Training Consultancy firms, educational institutions, Business Associations, Public Institutes and individual consultants to become franchises for the IFC Business Edge (BE) SME training solution.

 

Project Background and Description

BE is an IFC flagship suite of management training products and services, specially designed for owners and managers of Small & Medium Enterprises (SMEs). BE was developed and rolled out in Vietnam in 2001, where it was very successful and has been deployed in China, Middle East & Northern Africa, Latin America, and introduced in Nigeria since 2009.

Business Edge includes 51 management topics/modules covering the broad topics area of Marketing, Human Resources, Production & Operations, Finance & Accounting, Tourism and Personal Productivity Skills, IFC uses local consulting  and training firms, under a franchise arrangement, to roll out BE to the final SME beneficiaries. Benefits of t e franchise include access to:

  • First-rate international materials (trainer manuals, presentation slides and cases) that can be easily customized for clients;
  • Training skills and tools for needs assessment, workshop planning & facilitation, and  a robust monitoring & Evaluation framework to assess the output, outcomes and impact of training to objectively measure the Return on Training Investment (ROTI);
  • Opportunity to train and mentor SMEs allied to IFC clients;
  • Opportunity to learn from IFC’s global industry experience and network of practitioner

 

 

Criteria For Participation
To qualify, interested firms will nominate trainers/consultants for a 5-day Business Edge Training of Trainers (ToT) and post-training assessment workshop facilitated by accredited Master Trainers and planned for September 26th October 1, 2011 in Port Harcourt, Rivers State, Ideal trainers should possess a track record for SME consulting/training in any of the key functional specializations of:

  • Financial Management & capital raising
  • Marketing sales, customer service
  • Management & Operations (including quality processes)
  • Human resources management & soft skills

 

Firms, whose nominees excel-scoring at least 3.5 on a 5point scale- during the ToT will be considered as a possible IFC Business Edge Franchise. Preference will be given to trainers who possess at least 10years of industry and training experience. To participate in the ToT workshop, a participation fee of N65, 000 per individual applies, subsidized to cover workshop materials refreshments and certificates.

 

How to Apply

Interested firms/consultants should download a BE Business Plan Form the “join our network” page of the Business Edge website- www.businessedge-africa.com Completed forms should be forwarded to IFC through the following email addresses: RNworka@ifc.org or Fiyawa@ifc.org on or before August 14th, 2011. All inquiries should be directed to Chijioke (+234 1 2799 408), Florence (+234 1 279 9400).

ABOUT IFC

IFC, a member of the World Bank Group, is the largest global development institution focused on the private sector in developing countries. We create opportunity for people to escape poverty and improve their lives. We do so by providing financing to help businesses employ more people and supply essential services by mobilizing capital from others, and by delivering and advisory services to ensure sustainable development. In a time of global economic uncertainty, our new investment climbed to a record $18billion in fiscal 2010. For more information, visit www.ifc.org

 

 

 

Construction of Projects at Gombe State Government through the Ministry of Water Resource Environment and Urban Planning

 

Gombe State Government

Ministry of Water Resources, Environment and Urban Planning

 

Invitation for Pre-Qualification For

Reticulation/Rehabilitation and Expansion of Gombe

Regional Water Supply, the Design/Feasibility Studies For

Construction of Second Gombe Regional Water

Treatment Plant, Small Hydropower Components At

Balanga Dam, Distribution Network and Erosion

Control Projects.

The Gombe State Government through the Ministry of water Resource Environment and Urban Planning intends to embark on the construction of second Gombe Regional Water Treatment Plant, small Hydro power component at Balanga Dam and distribution network of water supply scheme to the following tows: Tallasses, Tula, Laltungo, Boh, Billiri Kumo and Gelengu.

 

The Ministry of water Resources, Environment and Urban Planning therefore, invite suitably qualified Civil Engineering Consultants/Contractors to prequalify so that they can be invited to tender for the design, construction of the projects.

 

Pre-Qualification Requirements:

All interested contractors must provide the following

i)     Evidence of Registration with Gombe State Government as a contractor (Consultant)

ii)    Evidence of Registration with Cooperate Affairs Commission

iii)   Value added Tax Registration

iv)   Evidence of Registration with relevant professional bodies

v)    Company Tax Clearance Certificate for the last 3 years

vi)   List of major plants and equipments possessed by the company

vii) List of similar verifiable and completed project with locations, letter of award and completion period

viii)   Reference letters from Bankers

ix)   Company’s profile including key officers

 

Submission

The document must be accompanied with a non refundable draft of Twenty Thousand Naira (N20,000.00) only payable to Ministry of Water Resources and Environment Gombe State in a sealed addressed Envelop and clearly marked “Pre-qualification document for.

i)     Reticulation/Rehabilitation of water pipe

ii)    Expansion of the Gombe Regional water to Kwaini, Gadain and Bojude Town LOT “B”

iii)   Expansion of the scheme to Tumpure, Akko Village, Lawanti and Gombe

International Airport LOT “C”

iv)   Design and feasibility studies of 2nd Gombe Regional Water with small ydropower component at Balanga Dam to supply water to part of Balanga, Kaltungo, Billiri, Akko and Shongom Local Government Area LOT “D”

v)    Erosion control at Shongo housing estate to drain between Central Bank and Police Head quarters LOT “E”

vi)   Erosion Control at Shamaki Near Chief Imam House to drain at Kailway culvert Lot “F”

vii) Erosion Control Pantami Market to Pantami Doma Phase ILOT “G”

 

Addressed to Honourable Commissioner Ministry of Water Resources. Environment and Urban Planning Gombe State and submitted on or before Monday 13th August by 2:00pm, bids will be publicly opened in the conference Hall of the State Secretariat on the same day.

 

Please note that only pre-qualified contractors will be invited to tender.

 

Signed:

Honourable Commissioner

Ministry of Water Resources, Environment

And Urban Planning, Gombe State.

Invitation for Bids at Jigawa State Fadama Development Office

 

Invitation for Bids

Date: 1st August, 2011

Contract Identification No: JGSFDO/ADB/NCB/CW/002

ADB Loan Number: 2100150007169

ADB Loan Name: Fadama Development Project

 

1.    This invitation for bids follows the General Procurement Notice for this project that appeared in Development Business. Issues No. 637 of August 31, 2004.

 

2.    The Federal Government of Nigeria has received a loan from the African Development Bank towards the cost of Jigawa State Fadama Development Project and intends to apply part of the funds to cover eligible payments under the Contract for Civil Works JGSFDO/ADB/NCB/CW/002.

 

3.    The Jigawa State Fadama Development Office is responsible for coordinating the project at State level, now invites sealed bids for the following works:

 

JIGAWA STATE FADAMA DEVELOPMENT

PROJECT SCHEDULE OF REQUIREMENT FOR

CIVIL WORKS/COMMUNITY SUB-PROJECT

 

Contract No.: JGSFDO/ADB/NCB/CW/002

Description Item Qty Location Comp. period Bid Security (N)

Water Supply Drilling of Borehole with hand pump. No.100

16no at K/Samma LGA

16no at Maigatari LGA

16no at Kiyawa LGA

16no at Auyo LGA

6no at Kazaure LGA

6no at Ringim LGA

6no at K/Hausa LGA

6no at Gwaram LGA

6no at Yankwashi LGA and

6no in Jahun. 90 days N2, 000,000.00

 

4.    Bidding is opened to all eligible bidders as defined in the Rules and Procedure under the African Development Bank Group.

 

5.    Bidders are expected to bid for complete Contract. Any bid that did not cover a complete Contract will be rejected.

 

6.    Bidding documents may be obtained at Jigawa Fadama Development Office, JARDA Headquarters, Dutse, upon submission of written request and on payment of N 10,000.00 during office hours.

 

7.    Bids shall be valid for a period of 90 days after Bid opening and must be accompanied by bid security of an amount as per lot bided for in local currency or its equivalent in a convertible currency, and shall be delivered to Jigawa State Fadama Development Office JARDA Headquarters, Dutse on or before 31st August 2011 by 12:00 p.m., at which time they will be opened in the presence of the bidders who wish to attend.

 

STATE PROJECT COORDINATOR

JIGAWA STATE FADAMA DEVELOPMENT PROJECT

JIGAWA STATE FADAMA COORDINATION OFFICE

JARDA HEADQUARTERS, DUTSE, JIGAWA state