Request for Expression of Interest for the Management of Federal Highways Road Reserve at Federal Ministry of Works

Federal Ministry of Works

Headquarters, Mabushi-Abuja


Request for Expression of Interest for the

Management of Federal Highways Road Reserve

Including Signage, Outdoor Advertisement, Street

Lights, Telecommunications Infrastructure and

Other Facilities

 

1. Introduction

 

The Federal Ministry of Works has over 35,000km of highway roads and bridges in the 36 States of the Federation and the Federal Capital Territory, Abuja. The Ministry is concerned about the poor management of the road reserves for signage, outdoor advertisement street lights, telecommunications infrastructure etc. In furtherance to her Statutory Mandate, the Ministry intends to ensure proper management of these road reserves through regulatory control and administration that will involve Private Sector participation.

 

2. Scope of Works

Interested reputable firms with experience in the development, operation and management of road reserves including sign ages, outdoor advertisements, telecommunication facilities, street light infrastructure on highways are invited to submit Expression of Interests (EOIs) that will lead to the short-listing of eligible firms for the road network in the six zones listed in the table below:

 

ZONE STATES KM OF ROADS
Lot 1: North West Kaduna

Kano

Katsina

Sokoto

Kebbi

Zamfara

Jigawa

1730

2098

842

584

862

1040

757

Lot 2: North East Adamawa

Bauchi

Borno

Gombe

Taraba

Yola

1379

1335

2207

434

1634

877

 

Lot 3: North Central Benue

Kogi

Kwara

Nassarawa

Niger

Plateau

FCT

1632

1173

1044

900

2165

936

200

Lot 4: South West Ekiti

Lagos

Ogun

Ondo

Osun

Oyo

376

625

1185

900

672

1157

 

Lot 5: South East Abia

Anambra

Ebonyi

Enugu

Imo

638

746

609

959

680

Lot 6: South South Akwa Ibom

Bayelsa

Cross River

Delta

Edo

Rivers

608

168

1245

1068

898

708

 

3.       Eligibility

The Expression of Interests (EOIs) from prospective consulting firms shall be accompanied by the following documents:

i)       Certificate of Incorporation with Corporate Affairs Commission (CAC) and evidence of Annual Returns filings to CAC (for Nigerian firms only)

ii)      Company’s Audited Accounts for the past three years;

iii)     Current Tax Clearance Certificate for the past 3 years: 2008, 2009, 2010    with TIN No, and VAT Registration with proof of Remittance (for Nigerian firms only);

iv)     Proof of registration with the National Pension Commission (PENCOM) and evidence of remittance of employees pension Contribution/deductions;

v)      Curriculum Vitae of individual consultants/staff who will be assigned to the requested service(s), including qualifications, individual experience in  handling assignments and attestation of availability;

vi)     Summary of similar projects/assignments executed or under execution by the firm. This should include brief descriptions of the role played in the execution of the assignment;

vii)    An undertaking that the Company is not in receivership/bankruptcy and that non of the Directors has been convicted for any criminal offence relating to fraud, financial impropriety’ misrepresentation or falsification of facts.

viii)   applicants are also required to provide the following information:

  • Experience in managing infrastructure within the road reserve, excluding the roadway itself, but including signage’s; outdoor advertisements; street lights and telecommunications infrastructure
  • An outline of how funds can be generated from the project for the Federal Government through the establishment of Public Private Partnership.
  • Outline the proposed procedure for managing existing signage, new signage, outdoor advertisement and other telecommunications infrastructure, and how to monitor and control illegal infrastructure within the road reserves.

 

Submission of Expression of Interests (EOIs)

The Expression of Interests (EOIs) must be submitted in three (3) including one (1) original in a sealed envelope clearly marked ‘Expression of Interest for The Management of Federal Highways Road Reserve’ addressed and submitted on or before 20th June 2011 by 3:00 pm to:

 

The Secretary, Ministerial Tenders Board, Public Procurement Department, Federal Ministry of Works, Headquarters, Mabushi,

Abuja- Nigeria

 

Important Information

Only short-listed firms will be invited to collect the Request for Proposal (RFP) for the Project. Interested firms may obtain further information on the project from: The Director of Highways Planning and Design), Federal Ministry of Works, Mabushi – Abuja.

 

Signed:

Permanent Secretary

Procurement of Goods and Services at Federal Ministry of Power

 

Federal Ministry of Power

General Procurement Notice (GPN)

 

The Federal Ministry of Power wishes to bring to the notice of interested, competent and reputable Contractors /Suppliers that the Ministry would carry out procurement of the under-listed goods and services to be funded from the 2011 Financial Year Budget:

 

a.       Office Equipment and Materials.

b.       Maintenance and Repairs of field Test Equipment

c.       Procurement of Press and Public Relations Equipment.

d.       Procurement of IGT Equipment and Materials.

e.       Supply of Library Books and Periodicals.

f.       Maintenance and Renovation of Office Building

g.       Supply and installation of Security and Safety Equipment.

h.       Printing of Office Documents and Materials.

i.        Supply of Motor Spare Parts.

j.        Supply of Electrical Materials and Parts.

k.       Consultancy Services for Preparation of RFP/Bid Evaluation.

 

2.       Requirements

i.     Certificate of incorporation/Business Registration,

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

iii.   Value Added Tax Registration Certificate.

iv.   Verifiable evidence of previous experience in area of interest.

v.    Company profile.

 

3.    Submission of Documents

All Contractors/Suppliers are expected to submit relevant documents in a sealed envelope, on or before 4th July 2011 clearly indicating area of interest and addressed to;

 

A.g Director (Procurement)

Federal Ministry of Power,

Federal Secretariat Complex,

Phase 1, Annex 3, 3rd Floor,

Central Area, Abuja.

 

4.       NOTE

 

i.     This Notice is not an invitation to bid.

ii.   Only the Contractors/Suppliers adjudged technically responsive will be   considered for competitive tender.

iii.   The adjudged technically responsive Contractors/Suppliers shall be invited to purchase Bid Document at a stipulated amount.

iv.   The Ministry will not enter into any correspondence with any unsuccessful bidder.

v.    Interested Suppliers/Contractors are advised to visit the Ministry’s Notice Board for Specific Procurement Notices for minor value procurement white Specific Procurement Notices will be placed in the media for major procurement.

 

Signed:

I. B. SALI, OON

Permanent Secretary.

31st May, 2011

 

 

Supply of General Items at National Pension Commission (PenCom)

National Pension Commission

Email: infor@pencom.gov.ng

Website: www.pencom.gov.ng

Tel: +234-9-4610466-8

Invitation to Pre-Qualification

The National Pension Commission (PenCom) established by the Pension Reform Act 2004 hereby invites submissions from competent and reputable companies to indicate interest to pre-qualify for the following jobs for the 2011 fiscal year.

 

1.       Supply of General Items

a.       Office Furniture

b.       Office Equipment

c.       Motor Vehicles

d.       Printing

2.       Supply of Computer Items

a.       Computer Hardware

b.       Computer Accessories

 

Pre-Qualification Requirements

Interested reputable contracts/consultants wishing to carry out the jobs are required to submit the following:

  • Evidence of Company registration with Corporate Affairs Commission,
  • Evidence of compliance with the provisions of the PRA 2004.
  • Copy of Tax Clearance for the last three years.
  • VAT Certificate of Registration
  • Evidence of company registration as a contractor with National Pension Commission in the appropriate category
  • Company profile including details of key personnel: staff strength etc.
  • Verifiable documentary evidence of similar jobs successfully executed within the last three years with evidences of completion
  • Reference letter from a reputable bank in Nigeria that would provide performance bond to cover project execution when awarded.

Submission of Pre-qualification Documents

All pre-qualification applications must be submitted in properly sealed envelopes and marked “Pre-Qualification 2011” on the upper right corner of the envelope on or before 20th June 2011” and addressed to:

 

The Director General

National Pension Commission

No. 174, Adetokunbo Ademola Crescent,

Wuse II, Abuja

Nigeria.

 

Any application submitted after the deadline shall be disqualified

 

NOTE:

Applicants are required to note the following:

1.       All claims must be adequately substantiated with documents and must be verifiable.

2. The Commission shall deal directly with only authorized officers of the interested companies and not with agents.

3.       This pre-qualification exercise shall not be construed as a commitment on the part of the Commission to award contract to any one or even award any contract at all.

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

5.       Request for pre-qualification should specify the area of proven competence and area of interest

6.       Only pre-qualified contractors would be invited to Tender for contracts and jobs; the Commission shall not enter into any correspondence with unsuccessful applications.

Signed

Management

National Pension Commission

Invitation for Pre-qualification to Tender at Neuropsychiatric Hospital, Aro, Abeokuta

Neuropsychiatric Hospital, Aro, Abeokuta

(W.H.O Collaborating Centre for Research and Training in Mental Health)

P.M.B 2002, Aro, Abeokuta

 

Invitation for Pre-qualification to Tender

 

Preamble

Applications are hereby invited for Prequalification to Tender for the following Project at the Neuropsychiatric Hospital, Aro, Abeokuta.

 

Projects:

B1:    Reconstruction of 2nd Gate with Gate House at the Lantoro Annex of the Hospital

B2:    Re-Roofing and Rehabilitation of EEG/ECT Building including Rehabilitation of the

Drainage System at Aro.

B3:    Major Rehabilitation of the 90-Room, 2 –Storey Student Nurses Hotel

B4:    Construction of Child and Adolescent Ward Building at Aro Complex

S1     Purchase of Water Tanker

S2:    Provision of Wireless Internet Connectivity in the Hospital

S3:    Installation of 33KVA Line at Aro

S4:    Equipping of the New Multipurpose Lecture/Conference Hall at Lantoro Annex

 

Eligibility

Prospective bidders are expected to pay a non-refundable fee of N40,000.00(Forty  Thousand Naira) each in respect of Projects B1, B2, B3, B4, S3 while others will attract a non-refundable fee of N25,000.00  (Twenty-Five Thousand) each in  Bank Draft in the name of Neuropsyxhiatric Hospital, Aro, Abeokuta.

 

All bidders are required to submit their applications and the following documents.

i)       Evidence of Registration with the Corporate Affairs Commission (CAC)

ii)      Evidence of Registration with the Hospital in the appropriate category

iii)     Company Tax Clearance Certificates for the last three (3) years

iv)     Current VAT Registration Certificate

v)      Evidence of Execution of similar Project in the past

vi)     Evidence of financial capability to execute the project (current Bank Statement and last Audited Company Account).

 

Procedure

  • Documents are to be submitted separately for each project in sealed envelope with the name and address of the Bidders at the top left corner of the envelop with the Bidder’s GSM number/Reachable  number.
  • All tenders must be titled: Pre-qualification to Tender for B1, B2, B3. B4, S1, S2, S3, S4 as appropriate.
  • All documents should be submitted on or before 23rd June, 2011 and should be address to the:

 

Provost and Chief Medical Director

Neutopsychiatric Hospital

P.M.B 2002

Aro, Abeokuta.

 

Attention: Parastal’s Tenders Board

 

Signed:

B.O. Adebari

Head of Administration

For: Provost and Chief Medical Director

 

 

Invitation for Bids (IFB) at Taraba State Health Systems Development Project II

Invitation for Bids (IFB)

Taraba State Ministry of Health

Health Systems Development Project II

CREDIT No: 4522-NG

IFB No. TR/HSDP II/NCB/CW/02/2010

Bid Issuance Date: 3rd June 2011

 

1.   This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Daily Trust Newspaper of 2nd April 2009 as published by Federal Ministry of Health, Nigeria.

 

2.   The Federal Government of Nigeria has received a credit from the International Development Association toward the cost of Taraba State Health Systems Development Project II, and it intends to apply part of the proceeds of this credit to payments under the Contract for construction works and drilling of boreholes as per table below.

 

3.       The Taraba State Health Systems Development Project II now invites sealed bids from eligible and qualified bidders for the under listed contract:

 

 

Lot

No

Contract Description Bid Security Location

 

Duration
1 Block wall fencing, Gate and Gate House N340,000.00 Gidan Idi Primary Health Care Centre, Wukari LGA 12 Weeks
2 Generator House N42,000.00 Taraba State Specialist Hospital, Jalingo 12 Weeks
3 Conversion of motorized borehole to Solar and Servicing N160,000.00 Baissa, Donga and Gidan Idi Health Centres in Kunni, Donga Wukari LGAs 12 Weeks
4 Conversion of motorized borehole to Solar and Servicing N137,000.00 Sunkai, Lau and Monkin Health Centres in Ardo-Kola, Lau and Zing LGAs 12 Weeks
5 Lead lining of the walls, provision of lead doors, windows and X-ray cubicles. N207,000.00 Baissa, Donga and Lau Health Centres in Kunni, Donga and Lau LGAs 12 Weeks

 

 

4.   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.

 

5.   Interested eligible bidders may obtain farther information from Taraba State Health Systems Development Project II, at Essential Drugs Premises, Behind Taraba State Broadcasting Service (TSBS) Office Jalisigo, Taraba State – Nigeria and inspect the Bidding address given below from 9:00am- 4:00pm Mondays- Friday

 

6.   Qualifications requirements include: Verifiable evidence of similar jobs done in the last 5 years, audited financial report for the last 3 years, proof of liquid (assets/credit facility. Additional details are provided in the Bidding Documents.

 

7.   A complete set of Bidding Documents in English 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 Ten Thousand Naira (N 10, 000) only, for the first set and Five Thousand Naira (N5,000) only for additional set, or its equivalent in a freely convertible currency. The method of payment will be by cash or bank draft to Taraba State Health Systems Development Project II. The Bidding Documents will be sent by courier service on request or to be collected by representative of the bidder.

 

8.   Bids must be delivered to the address below at or before 10:00am, Tuesday 5th July 2011 Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at General Sani Abacha State Secretariat Conference Hall Jalingo -Taraba state at 10:30am, Tuesday 5th July 2011.

 

9.   Bids shall be valid for a period of 90 days after Bid opening and must be accompanied by bid security as per Table above or an equivalent amount in a freely convertible currency. The bid security shall be in the form of a bank draft or bank guarantee as in the form provided in the bidding document from a reputable commercial bank in Nigeria.

 

10.     The address referred to above is:

 

The Project Manager,

Taraba State Health Systems Development Project II, at Essential Drugs Programme Premises,

Behind Taraba State Broadcasting Service (TSBS) Office Complex,

Jalingo, Taraba State – Nigeria,

Telephone: +23480343530816, +2348036156915

Electronic mail address: bjpaninga@yahoo.com , drdgarba@yahoo.com