Expression of interest (EOI) for the Provision of Consultancy at Central Bank of Nigeria

Central Bank of Nigeria

Expression of interest (EOI) for the Provision of Consultancy Services for the proposed international conference centre Abuja under its 2011 capital projects.

 

The Central Bank of Nigeria proposes to undertake, its 2011 Capital Projects, the development of an International Conference Centre at Central Business District, Abuja (Former NITEL Building) Ref: CBN/CDP/2011/010.

 

The project involves the conversion of the old NITEL building to an international conference centre with multi-purpose (Conference Halls, Auditoria, Communication Center Syndicate rooms), business centers, Hotel (five star), Complex, Restaurant, Banks and a Sport Centre.

 

Consultancy Services for Pre & Post contract services will be required in the under listed areas in order to successfully execute the project:

 

Project Management Services

Structural Engineering Services

Quantity Surveying Services

Electrical Engineering Services

Mechanical Engineering Services

 

Consequently, reputable firms interested in rendering services to the Bank in the categories as listed above, are requested to send in their Expression of Interest (Eol) for that purpose.

 

Requirements

Any interested firm is expected to submit, along with the EoI, the following requirements which shall be used as criteria for selection.

 

MANDATORY (without which the firm will be disqualified)

(i)      Evidence of registration with Corporate Affairs  Commission.

(ii)     Certified true copy of memorandum Association.

(iii)    Evidence of payment of tax for the last three (3) years

(iv)    Evidence of employees’ Retirement Savings Account(RSA) with Pension Fund Administrators.

(v)     Evidence of remitting employer and employees’ pension contribution to appropriate pension fund custodian.

(vi)    Evidence of Transferring all pension Funds and Assets prior to the commencement of the Pension Reform Act to licensed pension operators.

 

Others

(vii)     Evidence of participation in similar projects in magnitude and complexity (of value

not less than N5 Billion).

(viii)            Corporate profile of the firm including CV of key personnel supported by

Professional licenses, registered address, functional contact e-mail address, GSM phone number(s), facsimile number(s).

(ix)    Audited accounts in the last three (3) years dully stamped by licensed Auditors.

(x)     Verifiable reference of related services rendered in the last three (3) years (attach letters of engagement).

(xi)    Reference of satisfactory performance on similar projects from three (3) previous clients.

(xii)   For Electrical Engineering Services, Evidence of competences on:

  • Power and Distribution
  • Information and Communication Technology infrastructure
  • Security and Safety installations

(xiii) Mechanical Engineering Services, Evidence of Competences on

  • Hot and Cold water Supply and storage systems
  • Waste and storm water drainage systems
  • Heating, Ventilation and Air-Conditioning (HVAC)
  • Fire Fighting and Suppression systems
  • Transportation (Lifts)

 

Submission

Applications for Eol accompanied by relevant documents should be forwarded in sealed envelop marked at the top left corner and boldly written:

 

“Eol for Consultancy Services in respect of the Proposed International Conference Centre at Central Business District, Abuja (Former NITEL Building)( Ref: CBN/CDP/2011/010”, and addressed to

 

The Secretary Major Contracts Tenders

 

The Secretary

Major Contracts Tenders Committee

2nd Floor, Wing C, CBN Head Office Complex

Central Business District

Abuja, FCT Nigeria

 

Closing Date

All submissions must be received at the above office on or before 25th May 2011.

 

Important Notice

Only selected firms will be contacted

 

Signed

Management

Procurement of Scientific Equipment at University of Calabar

Federal Government of Nigeria

Invitation for Bids (IFB)

Science and Technology Education Post-Basic (Step-B) Project

University of Calabar – University of Port Harcourt Centre of Excellence for Infectious Diseases and Zoonoses

Credit No. 4304-UNI

Procurement of Scientific Equipment

IFB No. Step-B/Unical-Uniport/ICB Goods/001

Date of Issuance: 13th May, 2011

 

1.         This invitation for Bids follows the General Procurement Notice  for this  Project that appeared in Development Business, Issue No. 591 of 2nd July, 2007.

2.         The Government of the Federal Republic of Nigeria has  received a credit from the international Development Association toward the cost of Science and Technology Education Post Basic Project and it intends to apply part of the proceeds of this credit to payments under the contracts for the procurement of Scientific Equipment

3.         The University of Calabar-University of Port Harcourt Centre of Excellence for infectious Diseases and Zoonoses, participating in the  implementation of  the  Science and Technology Education Post Basic Project, now invite  sealed  bids from eligible and  qualified  bidders for the:

 

Lots Description of Items/Services

Quantity

Locations

Bid Security

Delivery period
1 General Laboratory Equipment Various University of Calarbar and University of Port Harcourt, Port Harcourt At least 2.5% of Bids Price

 

120 days
2. General Laboratory Equipment Various  

University of Calarbar and University of Port Harcourt, Port Harcourt

 

At least 2.5% of Bids Price

 

120 days

3. Centrifuges Various University of Calarbar and University of Port Harcourt, Port Harcourt At least 2.5% of Bids Price 120 days
4. Spectroscopy and Extraction Equipment Various University of Calarbar and University of Port Harcourt, Port Harcourt,  

At least 2.5% of Bids Price

 

120 days

5 Chromatography and Specialized Analytical Equipment  

Various

University of Calarbar and University of Port Harcourt, Port Harcourt  

At least 2.5% of Bids Price

 

120 days

 

4.         Bidding will be conducted through the International Competitive Bidding (ICB), a procedure specified in the  World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders Eligible source Countries as defined in the Guidelines.

 

5.         Interested eligible biders may obtain further  information from STEP-B- Project –University of Calabar- University of Port Harcourt Centre of Excellence for infectious Diseases and Zoonoses at the address bwlow and inspect the Bidding Documents from 9.00am to 4:00pm Mondays to Fridays, except on public holidays.

 

6.         Qualifications requirements include:

  • Documentary evidence of two contracts of similar nature and magnitude during the fast five (5) years
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital
  • A Manufacturer’s Authorization for equipment not produced by the company.

 

A margin of preference for eligible national contractors shall not be applied. Additional detailed 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  N15,000.00 (Fifteen Thousand  Naira) or USD100.00 (One hundred United States Dollars) only. The method of payment will be cash or bank draft in favor of STEP-B Project – University of Calabar- UnlvsrsKyof Port Harcourt Centre of Excellence for Infectious Diseases and Zoonoses. The Bidding Documents will be collected by the representative of the Bidder.

 

8.        Bids must be delivered to the address below at or before 12 noon on Monday,

27th June,  2011.  Electronic bidding shall not be permitted   Late bids shall be rejected. Bids will be opened in the presence of the bidders or bidders representatives,  who choose to attend in person at the address below at 12 noon on Monday,27th June 2011. All bid must be accompanied by at least 2.5% of the bid price as Bid Security or an equivalent amount in a freely convertible currency.

 

9.         The address referred to above is

The Project Manager

Science  and Technology Education Post-Basic (Step-B) Project

University of Calabar-University of Port Harcourt Centre of Excellence for  Infectious Diseases and Zoonoses

Etta Agbo

P.M.B 1115

Calabar

Cross Rivers State

 

Tel: +234(0)7083871685, 08037239772

Email: dor.stepbcalabar@unical.edu.ng

 

Signed

Prof. E. Ezedinachi

Project Manager

 

Request for Expression of Interest (EOI) at Oyo State Community and Social Development Agency (OYCSDA)

Oyo State Community and Social Development Agency (OYCSDA)

(World Bank Assisted) Engagement of Consultancy Services

Request for Expression of Interest (EOI)

 

The Oyo State Government of Nigeria has received a credit from the International Development Association (IDA) through the Federal Government of Nigeria towards implementation of the Community land Social Development Project (CSDP) and intends to apply part of the proceeds of the credit to I payments under the Consultancy Services for the following:

a. Media Consultancy

b. Maintenance of Computer Systems

c. Development of Geo-spatial baseline database and Mapping of Communities.

 

2. Objectives of the Assignment:

a. Media Consultancy:- The objectives of the assignment are:

(i)      To create public awareness on the project concepts and activities through production of jingles.

(iii)    To sensitize and mobilize people towards the project Implementation and sustainability through Articles in Print Media and Drama sketches in both Radio and Television.

(iii)    To produce and air programmes in Magazine format on weekly basis, the activities of the project on Radio and Television.

b. Maintenance of project computer systems; the objectives Include

(i)      To maintain and administer computer networks and related computing environments including computer hardware systems software, applications software, and all configurations,

(ii)     To perform data backups and disaster recovery operations.

(iii)    To diagnose, troubleshoot, and resolve hardware, software, or other   network and system problems, and replace defective components when necessary.

 

c.  Development of Geo-spatial baseline database and Mapping of Communities

The objectives are:-

(i)      Linking the attributes data obtained in previous study to a spatial locations (ii)           Creation of a consistent CSDAgeo-database Management System

 

3.       Scope of the Assignment:

(a)     Media Consultancy:

(i)      To create public awareness on the project concept and activities through production of jingles

(ii)     To conduct interview with the policy makers, State Agency Board (SAB), the Agency Staff, Local Government officials and the communities beneficiaries on the progress and prospect of the project on Radio and Television across the State.

(iii)    To promote participatory procedures among the communities through the media programmes in both print and broadcast (radio and television).

(iv)    To sensitize and mobilize people towards the project implementation and sustainability through Articles in Print Media and Drama sketches in both Radio and Television.

(v)     To produce and air programmes in Magazine format, on weekly basis, the activities of the project on Radio and Television.

 

(b)      Maintenance of project computer systems:

(i)      Physical status of the server indicating the adequacy or otherwise of the system

(ii)     Physical status of all the workstations indicating the adequacy, capacity and vulnerability of the system

(iii)    Interconnectivity of all workstations to the server.

 

(c)      Development of Geo-spatial baseline database and Mapping of Communities.

i.        Examine the existing baseline report and available GIS system presently operating in the Agency to assist in carrying out the assignment

ii.       Visit selected communities to collect point location data on existing social infrastructure services using the Geographical Position System (GPS)

iii.      Design and create geo- spatial relational database system to generate organized web-compatible maps and data aggregated by Local Government, community and sectors

 

4.   Duration:- The assignments are expected to last for

(a)   Media Consultancy                                                                        -6months

(b)     Maintenance of Computer Systems                                            -12months

(c)      Development of Geo-spatial baseline database and Mapping of Communities -2 months

 

(b)   Media Consultancy

The assignment is expected to be carried out by a firm The lead consultant should not have less than ten (10) years experience in media broadcast. Addition experience in media promotion of related World Bank assisted project is an advantage.

Specifically, the firm should have among its personnel B.A or HND in Mass Communication/Communication Art degree holders with minimum of 5 years work experience in media broadcast.

 

(c)   Maintenance of Computer Systems:

The consulting firm must be a recognized firm with at least 10 years work experience with staff skills in the area of Computers and Electronics: Knowledge of circuit boards, processors, chips, electronic equipment, and computer hardware and software, including applications and programming. The firm must have at least 2 resident Engineers, B.Sc or HND in Computer or Electronics Engineering, with MCSE, MCP, and at least 4 technicians with adequate skill and experiences above

 

(d)     Development of Geo-spatial baseline database and Mapping of Communities:

The consulting firm must be a recognized firm with at least 5 years experience in the areas of Geographic Management System and design of relational database management System, versatility should also include use of Arc GIS server and its extension Lead Consultant: At least PhD Geographic Information System (GIS) Other  Staff. At least 4 staff skilled in the above with M.Sc or minimum of B.Sc in GIS

 

6.       Oyo State CSDA hereby invites qualified firms to submit Expression of Interest (EOI) for only ONE of the above assignment Interested firms must provide detailed company profile showing experience and Competence.

 

7.       Please note that a firm will be selected under Consultant Qualification Selection Method and procedures in accordance with the policies of IDA detailed in the guideline on selection and employment of consultant by World Bank which can be found at website www.WorldBank.org/procure .

 

8.       The Expression of Interest one (i) original and two (ii) copies in a properly sealed envelope Must be delivered to the address below on or before 4th June  2011. Clearly marked Expression of Interest (EOI) for any one of a,b, or c above

The General Manager,

Oyo State Community and Social

Development Agency,

Number 18 Osuntokun Avenue,

Bodija, Ibadan.

Invitation for Pre-Qualification and Tender Exercises for ETF 2010 Special Intervention Projects at Kwara State Polytechnic, Ilorin

Kwara State Polytechnic, Ilorin

(Office of the Registrar)

Invitation for Pre-Qualification and Tender Exercises for ETF 2010 Special Intervention Projects

1.0     Introduction

The Polytechnic wish to execute the following protects under 2010 ETF  Special Intervention Projects

  1. Construction of Mass Communication Centre –LOT: A
  2. Construction of Chief Lecturers’ offices Building – LOT: B
  3. Construction of Leisure and Tourism Village/Fencing and Gate – LOT: C
  4. Procurement of various Hems of shipment – LOT: D

2.0     Pre Qualification Requirements

  1. The Company’s Names, Address and Location should be clearly stated
  2. Certificate of Company’s incorporation with Corporate Affairs Commission
  3. Evidence of Registration with the Polytechnic for the year 2011.
  4. Evidence of Registration as Contractors (Certificate of Corporation with relevant Government Ministries),
  5. Evidence of Current Tax Clearance certificate for the last three years
  6. Evidence of company’s financial standing (Bank Reference and Banking Statement of Account).
  7. Evidence of execution and completion of similar job with evidence of names of clients, location of projects, letter of contract award, certificate of practical   completion  and cost of project in the last three years.
  8. Company’s organization structure, including names and resumes of key Technical/Experience personnel to be involved in the Construction.
  9. Evidence of availability of verifiable Plant/Equipment for use in the construction.
  10. Payment of Pre-qualification and Tender Fee.
  11. VAT Registration and Evidence of Past VAT remittance.
  12. Company auditing account for three years.
  13. Letter of Consent from the professional to be engaged on the project.

3.0     General Information

All enquiries regarding this advertisement should be directed to the Direct of Works, Kwara State Polytechnic, Ilorin, between 10.00am and 4.00pm, Monday to Friday.

1.0 Pre-qualification and Tender Fees

The payment of the stipulated non-refundable fee indicated against each LOT below should be made through a Bank Draft payable to Kwara State Polytechnic, llorin,

LOT A        –        N50, 000.00

LOT B        –        N40, 000.00

LOT C        –        N50, 000.00

LOT C        –        N30, 000.00

Each LOT should attract non-refundable fees as specified

5.0     Submission of Document

All submission for each LOT should be in duplicate copies, in a wax sealed envelope and identified with the project reference and LOT  number at the top left hand corner and marked “Pre –qualification for Tenderer and Tender Documents”  (SEPARATELY) and delivered either by hand or courier service to reach the address stated below not later than 27th May, 2011

All submissions, in sealed envelope, should be delivered to the address below not later than 12noon

The Registrar & Secretary to Council,

Kwara State Polytechnic,

P.M.B. 1375, Ilorin.

Pre-qualification and Tender Documents will be opened immediately thereafter at Conference Room, Dr. Abubakar Olusola Saraki, Central Administration Building Complex, Main Campus, Kwara State Polytechnic, llorin, 12.30pm on the same day. Failure of a bidder to follow the order of any of the instructions above or to provide any of the listed documents may automatically result to disqualification.

NB:

  1. Only  pre-qualified bidders Tender Documents will be opened during opening  of Tender Document Exercise
  2. Notwithstanding the submission made by the bidders, Kwara State Polytechnic, llorin, is neither committed nor under obligation to include any contractors/suppliers on the Tender list
  3. Interested contractors can make submission for more than one LOT. Each LOT shall attract non-refundable fees as specified above

M.O. Salami

Registrar and Secretary to council.

Invitation for Tender for Year 2010 (BOT) Special Interventions Projects at Yobe State Universal Basic Education Board

Yobe State Universal Basic Education Board,

P.M.8 1090 Commissioner’s Quarters Damaturu

 

Invitation for Tender for Year 2010 (BOT) Special Interventions Projects to Be Carried out at Katuzu and Dumburi Primary Schools:-

 

 

Yobe State Universal Basic Education Board, in conjunction with the Education Trust Fund (ETF) hereby invite (all) interested, experienced and reputable contractors (registered) with Yobe State Works Registration Board (Yobe State- Tenders Board) to bid for categorized constructions, Renovations, procurement and supplies in Katuzu Primary School, Bade LGEA, and Dumburi, Bursari LGEA

 

 

Interested contractors are to collect the Tenders Bids Documents from the Directorate of Engineering Services, Yobe State Universal Basic Education Board Headquarters.

 

 

Submission of Documents

The documents should be neatly packed in a sealed envelope marked “Confidential Tender for 2010 ETF Normal intervention”, construction, Renovation and procurement, should be delivered not later than 20th may, 2011 to;-

The Executive Chairman

Yobe State Universal Basic Education Board

Commissioner’s Quarters

(Off Maiduguri Road,)

Damaturu, Yobe State.

Notwithstanding, the submission of Tender Bids documents, to the Board (SUBEB) is not-

i.            Committed or obliged to include any company  in  the  exercise  or  award contract to any contractor of agents or association,
ii.            Will only recognize and correspond with duly authorized officers of the companies through individuals.

 

Kindly contact the Director Engineering Services of the Yobe SUBEB for more information, please.

 

 

Signed

Ba’aba Abubakar Abba

Director Engineering Services

For Executive Chairman