Invitation for Pre-Qualification for the Construction of Township Roads at Jigawa State Government Ministry of Land and Housing

Jigawa State Government

Ministry of Land and Housing

Block 54-59, Old Secretariat, P.M.B. 7018, DUTSE

Ref: MLH/OFF/114/V.1/1

 

Invitation for Pre-Qualification for the Construction of Township Roads

 

The Jigawa State Government intends to undertake the construction of township roads across the state, and is hereby inviting for pre-qualification of reputable Civil Engineering Companies for undertaking of the following Projects.

 

1. Construction of township roads at:

  • Ringim 6 Km
  • Gurnel 5Km
  • Babura 4Km
  • Auyo 3Km
  • Gagarawa 3Km
  • Miga3Km

2. Scope of work

The scope of work for the project shall include but not restricted to the following: –

  1. Site Clearance
  2. Road Works and Pavement Culverts,   Drainages   and  crossing  slabs where applicable

iii.  Any other works related to the project as shall be directed.

 

 

Submission   of Pre-Qualification Documents

Interested Companies are requested to submit pre- qualification documents including copies of the under listed to the office of the Director Planning, Research &Statistics, Ministry of Land &Housing , Dutse Jigawa State not later than 17th May, 2011

 

 

  1. Certificate   of Incorporation with Corporate, Affairs Commission Evidence of Registration with Jigawa State Works Registration Board.
  2. Tax Clearance for the last three (3) years.

iii.  Evidence of financial capability and Banking support.

iv.  Company’s profile including names of key professional staff and their resume.

  1. Evidence of availability of updated construction equipment.

vi.  Evidence  of relevant  experience  and good performance in similar projects,

  1. Annual Turnover.
  2. VAT Registration certificate and evidence of remittance.

 

Jigawa State Government

Ministry of Land & Housing

Block 54-59, Old Secretariat, P.M.B. 7018, DUTSE

Ref: MLH/OFF/114/V.1/1

Signed

Permanent Secretary

Ministry of Land & Housing

Dutse

Request for Expression of Interest for Consultancy on Water Supply and Sanitation States at Federal Ministry of Water Resources

Federal Ministry of Water Resources

National Urban Water Sector Reform Project

 

Request for Expression of Interest for Consultancy on Water Supply and Sanitation States” Status Overview

This request for Expression of Interest (EOI) follows the General Procurement Notice (GPN) for the above Project that appeared in the dgMarket of June 2, 2004 and the United Nations Development Business issue no. 633 of June 30, 2004.

 

The Federal Government of Nigeria (FGN) has received a credit from the International Development Association (IDA) for the implementation of National Urban Water Sector Reform Project (NUWSRP).

 

Part of the proceeds of the credit will be applied to finance consultancy service on water supply and sanitation status overview in all the 36 States and FCT.

 

Objectives of the Service

The objective of the assignment is to establish the status of water supply and sanitation delivery in each of the 36 States and FCT and examine structural bottlenecks in the pathway of the delivery in the context of meeting State, National and MDG targets.

 

The Scope of the Service

 

The scope of the service shall include but not necessarily limited to:

i.            Preparation of background on each State WASH Sector;
ii.            Development of the WASH status in each State using a prescribed scorecard;
iii.            Propose approach to facilitating State policy dialogue; and
iv.            Propose policy actions that will lead to improvement of the sector;

 

The Consultant shall be an individual and must satisfy the following criteria to qualify for a short list:

 

a)     MSc  or  equivalent  in   engineering,   economics,   public  finance,  public administration or any other relevant discipline;

b)    A minimum of 10 years’ relevant experience in the water supply and sanitation sector or equivalent combination of education and experience;

c)     Demonstrated experience of carrying out national sector assessments of water supply and sanitation in any State or FCT, including the data collection, background desk studies and preparation of reports  based on complex quantitative and qualitative analysis of sector finance and performance;

d)    An excellent network of federal and state contacts including high –level sector and finance ministry staff in the relevant institutions to initiate and facilitate policy dialogue in the State concerned;

e)     Excellent verbal and written communication, editing and presentations skills in English

 

Submission of Expression of Interest (EOI)

 

The Federal Ministry of Water Resources now invites eligible individual consultant, to indicate their interest in providing the above-mentioned service.

 

Interested consultants must provide the following information indicating that they are qualified to perform the services:

i.            Contact addresses (phone + e-mail);
ii.            Description of similar assignments carried out in the last five years;
iii.            Availability of appropriate resources (vehicle, computer etc.);
iv.            Indicate the preferred States for the assignment.

One original and two copies of the Expression of Interest must be delivered to the address below not later than 26th May, 2011 by 12,00hrs in a sealed envelope clearly marked “Expression of Interest for WASH States Status Overview”

 

The assignment will be awarded to the successful consultants on Consultant, Qualification (CQ) basis, in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers, published in January 1997 (revised September 1997, January 1999, May, 2002 & May, 2004).

 

All submissions should be addressed to:

The Project Coordinator

Project Management Office

National Urban Water Sector Reform Reject

Federal Ministry of Water Resources

No 20 Lingu Crescent, Off Aminu Kano Crescent,

Wuse II, Abuja.

 

 

For further information or enquiries, please contact the project Coordinator using

Phone: +234 (0) 80337 37149

E-mail:  bajisegiri@yahoo.com

 

NOTE: The Ministry is not bound to shortlist any consultant.

 

Signed:

Ambassador (Dr.) Godknows Igali, OON

Permanent Secretary

Federal Ministry of Water Resources

Area 1Secretariat, Garki- Abuja

 

 

Supply of Vehicles and Generators at Federal Ministry of Water Resources

Federal Ministry of Water Resources

2nd National Urban Water Sector Reform Project

(Credit No Cr 4086 UNI)

 

 

  1. This invitation for Bids follows the General Procurement Notice (GPN) for the above project that appeared in the dgMarket of February 28, 2006 and the United Nations development Business issue no. 673 of February 28, 2006.

 

2.  The Federal Government of Nigeria has received a credit from the International Development Association towards the cost of 2nd National Urban Water Sector Reform project and intends to apply part of the proceeds to payments for the Supply of Vehicles and Generators as described on the table below:

 

 

S/N Description Qty Delivery Period Bid Security Location
1 4WD D ouble Cabin Pickup Full Option 6  

 

 

 

 

45 Days

 

 

 

 

 

 

3% of the4 bid price.

 

 

 

Project Management office, No 20 Lingu Crescent, Off Aminu Crescent, Wuse II Abuja, FCT

2 9-Sitter Van, petrol 1
3 Supply of 20 KVA Soundproof generating set. 6

 

3. The Federal Ministry of Water Resources now invites sealed bids from eligible and qualified bidders for the supply of the vehicles and generators as listed on the table above.

 

4.  Bidding will be conducted through National Competitive Bidding (NCB) procedures as 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 further information from and inspect the Bidding Documents at the Project Management Office at No 20, Lingu Crescent, Off Aminu Kano Crescent, Wuse 11, Abuja.

 

6. Qualifications requirements include (i) Documentary evidence of at least two (2) previous supply and delivery of similar contracts for the past 5 year, (ii) Audited financial statements for the last three years, (iii) Evidence of registration with appropriate relevant Government Agency. Additional details are provided in the Bidding Documents.

7. A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application to the above and upon payment of a non-refundable fee of Fifty Thousand Naira (N50,000.00) only.

8. Bids must be delivered to the address below on or before 12.00 noon of 19th May, 2011. Electronic bidding shall not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives that choose to attend at the address below at 3.00 pm of the same day.

9. All bids must be accompanied by a Bid Security as stated in the bidding document.

 

10. The address referred to above is

Project Management Office

National Urban Water Sector Reform Project Office,

Federal Ministry of Water Resources, No 20, Lingu Crescent, Off Aminu Kano Crescent, Wuse 11, Abuja

 

Attention: National Project Coordinator

 

Signed

Ambassador (Dr.) GodKnows B. Igali, OOn

Permanent Secretary

Expression of Interest for the Collection of Compulsory Pilotage Royalty Dues at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No: 3775

Expressional of Interest for the Collection of Compulsory Pilotage Royalty Dues at Offshore Oil Terminals for NPA.

1.0       Introduction

The Nigerian Ports Authority (NPA) hereby invites reputable and competent contractors to apply for expression of interest for the collection of compulsory pilotage royalty dues at the under listed offshore terminals grouped as

 

LOTS 1, 2 and 3 representing the pilotage districts as follows:

 

1: Port Harcourt /Bonny Pilotage district comprising of: Bonny, Brass, Okwori, Okono, Akpo, Okoro and Ima.

 

 

LOT .2; Warri  Pilotage district comprising  of: Escravos,  Forcardos Pennington, Ukpokiti, Abo , Oyo, Bonga, E.A Offshore, Erha, Obe and Agbami.

 

 

LOT 3; Calabar Pilotage district comprising of: Qua Iboe, Antan, Odudu and Yoho.

 

 

2.0     Scope of Work

The scope of work includes but not limited to

  • The establishment of pilotage registration programme covering offshore crude oil operations and Tankers.
  • Determine pilotage royalty and operational charges to be levied on offshore operation craft for the approval of NPA Management.
  • Create a good working environment between the present marine pilotage services contractors, oil companies and Nigerian Ports Authority
  • Visit Tanker Agents and marine services contractors to explain the pilotage registration programme and ensure their understanding and co­operation.
  • Issue pilotage chits to the offshore and marine services contractors to be used on the tankers.
  • Liaise with oil terminal operators, offshore marine services contractors and shipping agents to ensure that all revenue accruing from the) transactions are recorded and paid to the Authority in accordance with the terms of contact.
  • Supervise the collection of completed pilotage chits from the marine pilotage services contractors and cross-reference information declared.
  • Ensure that payments are made in respect of any movement of vessel as gainst visit of the vessel to Nigerian waters.
  • Bear the cost of all infrastructure outlay and expenses that would arise from the due execution of the contract.

 

 

3 .0    Expression Of Interest Requirements.

Interested companies must submit three (3) copies of their Bids with the specific chapters, paginated and separated by dividers, in the same order as set out here under:

 

  1. Evidence of registration with corporate affairs commission (CAC). Copies of certificate of incorporation and Memorandum of Association should be submitted.
  2. Evidence of compliance with pension Act 2004.
  3. Duly signed Company’s audited accounts and tax clearance certificate for the past three (3) years (2010, 2009 and 2008).
  4. Evidence of VAT registration and past VAT remittances.
  5. Company’s profile
  6. Evidence of technical ability to undertake the job as required and must include verifiable evidence of similar work successfully completed in this field. Companies without relevant previous experience need not apply.
  7. Proof of available office – All relevant information concerning Company’s physical addresses, Telephone, fax, e-mail and its Contact person for this proposal.
  8. Technical expertise/resume of key personnel to be involved in the project execution.

 

 

4.0 Submission of Expression of Interest Tenders

Three copies of completed tender documents must be submitted in a sealed envelope clearly marked on top right corner with “Expression of Interest for the Collection of Compulsory Pilotage Royalty Dues At Offshore Oil Terminals For NPA, LOT 1, 2 or 3”  The sealed envelope should be addressed  to the Secretary Tenders Board, Nigerian Ports Authority and dropped in the designated Tender box on the 6th floor of the Nigerian ports Authority headquarters building , 26/28 Marina Lagos not later 13th May.

All Tenders will be opened at 11.00am the next working day in the conference room, Nigerian Ports Authority Annex Building No. l Joseph street, off Marina Lagos in the presence of all bidders or their representative and other stakeholders.

 

Please Note that:

  1. Late submission will not be accepted
  2. The Management is not bound to accept any tender.
  3. Only short-listed companies will be contacted

 

For further enquires please contact the Executive Director, Marine and Operation at NPA HQ Marina Lagos or send email: info@ngerianports.org

 

Signed:

Management,

Nigerian ports Authority.

Pre-Qualification for ETF 2010 Special Intervention Projects at Adeyemi College of Education, Ondo

Adeyemi College of Education Ondo

13th April, 2011

Invitation for Prequalification of Contractors for year 2010

Education Trust Fund (ETF) Special Intervention Projects

 

 

1.0     Introduction

 

Adeyemi College of Education, Ondo intends to undertake pre-qualification exercise for the underlisted Year 2010 Education Trust Fund (ETF) Special Intervention Projects. Interested and reputable contractors are hereby invited to forward their documents for the purpose of PRE-QUALIFICATION for the underlisted Projects:

 

i.            Construction of School of Vocational and Technical Education Lecture Halls and Offices.
ii.            Construction of Centre for Educational Technology (CET)
iii.            Construction of Early Childhood Care and Education (ECCE) Complex.
iv.            Construction of Counseling Laboratory.
v.            Rehabilitation of Chemistry and Biology Block.

 

 

2.0     Pre-Qualification Requirements

Prospective Contractors shall be required to submit the following pre-qualification documents:

i.            Evidence of Registration with Corporate Affairs Commission (CAC).
ii.            Evidence of Registration with Federal Ministry of Works.
iii.            Evidence of Tax Clearance Certificate for the last three (3) years.
iv.            Evidence of VAT Registration and Remittances
v.            Evidence of Company’s audited accounts for three (3) years and its annual turnover,
vi.            Evidence of similar projects successfully executed with their location (copies of letters of award to be attached),
Technical qualifications and experience of key personnel.
Evidence of Financial Capability and Bank Support,
ix.            Equipment and technical Capacity.

 

3.0       Verification of Claims

Note that Adeyemi College of Education, Ondo reserves the right to verify claims made in the pre-qualification documents submitted by interested Contractors.

 

 

 

4.0     Submission of Pre-Qualification Documents

Contractors are allowed to apply for the projects on payment of non-refundable professing fee of N20, 000.00 (Twenty Thousand Naira) only per project made payable to Adeyemi College of Education, Ondo Skye Bank Investment Account No 2121770005379.

 

Pre-qualification documents should be neatly packaged in a sealed envelope marked Pre-Qualification for ETF 2010 Special Intervention Project” (Indicate specific project) at the top left hand corner of the envelope to:

 

The Registrar,

Adeyemi College of Education,

Ondo.

and submitted to the office of the Registrar not later than 24th May, 2011 at 12.00 noon prompt.

 

ii.       Pre-qualification documents received will be opened at 1.00p.m. on the closing date at the College Council Chambers.

Interested Companies are by this notice invited to attend the opening exercise.

 

 

Please Note That:

i.            Adeyemi College of Education, Ondo is not bound to pre-qualify any Contractor.
ii.            Only successful Pre-qualified Contractors would be required to proceed with the main tenders.
iii.            This invitation for Pre-qualification is NOT an invitation to tender for the Projects.

 

F.E Aderinboye

Registrar