Design, Production, and Processing of 3 Million Optical Mark Recognition (OMR) Answer Sheets at Lagos Eko Secondary Education Project

Invitation for Bids (IFB)

Lagos State Government

Lagos Eko Secondary Education Project

Credit No: CR 45910-NG

Design, Production, and Processing of Optical Mark Recognition

(OMR) Answer Sheets for Two Separate Assessments

Contract No: LEP/ICB/G-11-001

Date of Issuance: Wednesday 27 April, 2011

 

 

The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) toward the cost of Lagos EKO Secondary Education Project and intends to apply part of the proceeds of this credit to cover eligible payments under the contract for the Design, Production,  and Processing of 3 Million Optical Mark Recognition (OMR) Answer Sheets for 2 separate students’ Assessments as itemised below for the project.

 

Lagos EKO Secondary Education Project now invites sealed bids from eligible and qualified bidders for the Design, production and processing of 3 Million. Optical Mark Recognition   (OMR) Answer Sheets for two students’ Assessments. Details are as follows;

 

Lot Item Description Quantity Delivery Period Bid Security
1 Design, Production and Processing of Optical Mark Recognition (OMR) sheets for English Language 1.000.00 90 Days At least 2%of bid price
2 Design, Production and Processing of Optical Mark Recognition (OMR) sheets for Mathematics 1.000.00 90 Days At least 2%of bid price
3 Design, Production and Processing of Optical Mark Recognition (OMR) sheets for Basic Science 525,000 90 Days At least 2%of bid price
4 Design, Production and Processing of Optical Mark Recognition (OMR) sheets for Biology 475.000 90 Days At least 2%of bid price

 

 

 

Bidding will be conducted through the International Competitive Bidding (ICB) 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.

 

Interested eligible bidders may obtain further information from Lagos EKO Secondary Education Project and inspect the bidding documents at the address given below. The documents can be inspected during official hours-9am to 4pm on Mondays to Fridays with the exception of Public Holidays.

 

 

 

Qualifications Requirement Include:

  • Documentary evidence of printing and processing of similar type and quantity of security documents carried out in the last 3 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 margin of preference for eligible national contractors shall be applied,
  • Additional details are provided in the Bidding Documents.
  • Capacity of eligible supplier to meet with tight delivery schedule.

 

 

4.       A complete set of bidding documents in English Language may be purchased by interested suppliers on the submission of a written application to the address below arid upon payment of a non-refundable fee of N 15,000.00 (Fifteen Thousand Naira only) or US$100.00 (i.e one Hundred Dollars equivalent). The method of payment, will only be by Bank Draft made payable to Lagos EKO Secondary Education Project. The bid document may be collected by Supplier’s

5.       Bids must be delivered to the address below at or before 10.00am on Thursday, June 9th, 2011. All bids must be accompanied by a bid security equivalent to, at least, 2% (two percent) of Bid Price in form of a Bank Guarantee, or Bank Manager’s cheque issued by a reputable Bank. Late bids will be rejected. Bids will be opened in the presence of the bidder’s representative who choose to attend at  the Conference Room of the Project Office at 10.00am on Thursday, June 9th, 20011

 

 

Signed

The Project Coordinator

Lagos EKO Secondary Education Project

4, Emina Crescent, Ikeja, Lagos State, Nigeria.

Tel: 01-8707704

E-Mail: lagosekoproject@yahoo.com

 

Pre-Qualification /Tender for Construction /Procurement of Normal Intervention Projects at Federal College of Education, Abeokuta

The Federal College of Education, Abeokuta

P.M.B 2096, Abeokuta.

Invitation of Contractors for Tender on 2009-2010 (Normal) ETF Sponsored Facilities at Federa1 College of Education, Abeokuta.

Introduction:

The Federal College of Education. Abeokuta, the most peaceful tertiary institution in the south-west zone of Nigeria desires to further consolidate its physical development through acquisition of more infrastructural facilities to meet institutional aspirations of the College.

 

In order to achieve the above goal, the College is inviting interested and competent contractors to Tender for the following Education Trust Fund projects:

 

 

  1. A. Normal Intervention Projects: Works:

LOT 1- Construction of ETF Sponsored School of Languages Extension Building. Projects No: FCE/OSIELE/ETF/09-10/01.

 

The ETF Sponsored School of Languages Extension Building is designed in load bearing walls with reinforced concrete pad and strip footings to receive the super structure in reinforced concrete columns and sandcrete block piers and cladding. The roof trusses are in Wood with long-span Aluminium covering. The finishing is in cement-sand backed vitrified ceramic floor tiles whereas painting and decoration will be in gloss and emulsion paints to suit

 

 

 

LOT 2- Construction of ETF Sponsored Twin Lecture Hall. Projects No: FCE/OSIELE/ETF/09-10/02.

 

The ETF Sponsored Twin Lecture Hail is designed in load bearing walls with reinforced concrete pad and strip footings to receive the super structure in reinforced concrete columns and sandcrete block piers and cladding. The roof trusses are in Wood with long-span aluminium covering. The finishing is in cement-sand backed vitrified ceramic floor tiles whereas painting and decoration will be in gloss and emulsion paints to suit.

 

 

Rehabilitation Project (Works):

Lot 1- Rehabilitation of College Main Hall and adjoining Academic Staff Offices.

Projects No: FCE/OSIELE/ETF/09-10/04 GOODS (EQUIPMENT):

 

LOT 1- Procurement of 20no. Laptops for Schools, Projects No; FCE/OSELE/ETF/Q9-10/05.

 

LOT 2- Supply of Equipment to ICT Complex and other Academic Offices.

Projects No: FCE/OSIELE/ETF/09-10/06

 

LOT 3- Procurement of Laboratory Equipment (Physics Laboratory).  Projects No: FCE/OSIELE/ETF/09-10/07,

 

 

LOT 4- Procurement of Laboratory Equipment (Chemistry Laboratory).  Projects No: FCE/OSIELE/ETF/09-10/08.

 

 

LOT 5- Procurement of Teaching, Learning and Office Equipment, Projects No: FCE/OSIELE/ETF/09-10/09.

 

 

LOT 6- Supply and Installation of 1no. 10kva Inverter to ICT Complex Projects No: FCE/OSIELE/ETF/09-10/10.

 

LOT 7- Procurement of 1no. Borehole with accessories for Schools and Laboratories. Projects No: FCE/OSIELE/ETF/09-10/11.

 

 

Procurement Projects (Furniture):

 

LOT 1- Procurement of Biology Laboratory Furniture and Fittings. Projects No: FCE/OSIELE/ETF/09-10/12.

 

LOT 2- Procurement of Agric. Laboratory Furniture and Fittings. Projects No: FCE/OSIELE/ETF/09-10/13.

 

LOT 3- Furnishing of Old Lecture Theatre Hall (School of Arts and Social Science). Projects No: FCE/OSIELE/ETF/09-10/14.

 

LOT 4- Furnishing of Home Economics Laboratory (School of Voc. Education),

Projects No: FCE/OSIELE/ETF/09-10/15.

 

LOT 5- Procurement of integrated Science Laboratory Furniture and Fittings.

Projects No: FCE/OSIELE/ETF/09-10/16

 

 

LOT 6- Procurement of Office Furniture to New ETF Academic Staff Office Building, Projects No; FCE/OSIELE/ETF/09-10/17.

 

LOT 7- Procurement of Classroom Furniture to New ETF Twin Lecture Hall.

Projects No: FCE/OSIELE/ETF/Q9-10/18.

 

 

LOT 8- Procurement of Classroom Furniture to Proposed ETF Twin Lecture Hall.

Projects No: FCE/OS1ELE/ETF/09-10/19.

 

LOT 9- Furnishing of Music Recital Hall.

Projects No: FCE/OSIELE/ETF/09-10/20.

 

 

LOT 10- Supply of Office Furniture to Academic Staff Offices (School of Education). Projects No: FCE/OSIELE/ETF/09-10/21.

 

 

A.       Pre-Qualification Requirement:

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

  1. Verifiable evidence of incorporation/ Registration with Corporate Affairs Commission,
  2. Tax Clearance Certificate for the last three (3) years,
  3. VAT Registration,
  4. An Audited Account of the firm for the proceeding year,
  5. Verifiable Office and Workshop Address (es).
  6. Verifiable list of similar executed jobs,
  7. Evidence from the Companies’ Bankers as to their financial capability to undertake the project,
  8. A comprehensive company profile to include key professional staff with evidence of their registration with relevant professional bodies (ARCON,COREN,CORBON,QSRBON etc), equipment, workshop machines, tools, etc.
  9. Evidence of Registration with Federal Ministry of Works (For Construction related projects).

 

 

 

B.    Eligibility of Pre-Qualification and Tender Documents:

 

The complete ore-Qualification and tender documents must be forwarded separately in sealed envelopes and marked on the top left hand corner CONFIDENTIAL and boldly written Pre-Qualification /Tender for Construction /Procurement of Normal Intervention Projects and addressed to; Secretary,

Tenders Board,

Federal College of Education,

P.M.B.2096, Abeokuta.

 

Tender Exercise Period:

The schedule of the Tender exercise is as follows:

Tender Opening Date: 2nd May, 2011

Tender Closing Date: 20th May, 2011

NOTE:

  • In-correct address or labelled submissions and those received after the specified date shall be rejected,
  • This advertisement of invitation for tender shall not be construed a commitment on the part of FCE Abeokuta nor shall it entitle any Company to make any claim whatsoever and / or seek any indemnity from FCE Abeokuta by virtue of such Company(ies) having responded to this advertisement.

 

  • All expenses incurred in preparing pre-qualification/tender responses and all expenses otherwise associated with this pre-qualification/tender response shall be borne solely by the prospective company that has been successfully pre-qualified, screened and found suitable to provide the services,

 

 

  • Only successful qualified Companies will be communicated accordingly,

 

 

Interested Company (ies)/Contractors are expected to:

i.            Pay a non-refundable tender fee of Twenty-Thousand Naira (N20. 000.00) only to the College Bursary,
ii.            Collect tender document from Works and Services Department of the College with photocopy of the receipt collected in (a)  above,
iii.            Accompany their bids with affidavit of disclosure, if any Officer of FCE, Abeokuta or Public Procurement Bureau is a former or present Director, Shareholder or has any pecuniary interest in the bid.
iv.            Know that this is an invitation to bid for a non variable lump sum contract,
v.            Know that successful bidders will provide 10% Performance Bond,
vi.            Ensure that completed tender is submitted into the tender box  on or before 12.00 noon on 20th May, 2011

 

 

Pre-qualification and Tender documents received will be opened at 12.00 noon on the closing date at the FCE New Conference Room.

 

 

Mr. R .A. Akinola MNIM

Registrar

Consultancy Services for Supervision of the Proposed Lamata Head Office Construction at Lagos Metropolitan Area Transport Authority (Lamata)

Lagos State Government

Lagos Metropolitan Area Transport Authority (Lamata)

Lagos Urban Transport Project (LUTP)

 

Consultancy Services for Supervision of the Proposed Lamata Head Office Construction

IDA Credit No. 4767-UNI

Date: April 18, 2011

 

Request for Expressions of Interest

 

This Request for Expressions of Interest follows the General Procurement Notice for This Project Titled NG Nigeria- LUTP-II (FY10) that appeared in dg Market Publication of July 16, 2010.

 

 

The Lagos State Government through the Federal Republic of Nigeria Has Received A Credit from the International Development Association (IDA) For the Lagos Urban Transport Project and Intends to apply part of the proceeds of this project to cover eligible payments under the contract for the following consultancy services:

 

Consultancy Services for the Construction Supervision of the Proposed LAMATA Corporate Headquarter Building.

 

The main objectives of this study are as follows:

The specific purpose of the Consultancy Services for Supervision of the Proposed LAMATA Building Head Office Construction is to ensure that high quality construction is achieved and to ensure that all work is carried out in full compliance with the architectural and engineering design, technical specification and other contract documents and to demonstrate the efficacy of contract supervision by independent external agencies experienced in this field of work

 

 

LAMATA now invites eligible consulting firms to express interest in providing the above services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). For each project performed me consultant shall provide the name and contact address of the client (office & e-mail address, and telephone number), date(s) of execution, name(s) of lead and associate firms, contract amount and financing sources. Consultants may associate to enhance their qualifications.  Where firms are   associating,   the submission must include verifiable evidence of association from all the parties involved.

 

 

A consultant will be selected in accordance with the World Bank Guidelines: Selection and Employment of Consultant  by the World Bunk Borrowers, January 1997, (Revised September 1997,  January 1999, May 2002, May 2004, October 2006 and May 2010.

 

 

 

Interested consultants may obtain further information at the address below from 8:00am to 5:00pm, Monday to Friday.

 

Please visit www@lamata-ng.com for more information about the project.

 

 

Expression of interest must be delivered to the address below not later than Monday 2nd May, 2011 at 5:00pm.

 

 

The Managing Director

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd floor, Motorways Centre. 1, Motorways Avenue

Alausa, Ikeja, Lagos State, Nigeria

Telephone: 01-2702783

 

Fax: 01-2702783

 

E-mail: dmobereola@lamata-ng.com

 

 

Consultancy Services for the Supervision of Rehabilitation Works at Lagos Metropolitan Area Transport Authority (Lamata)

Lagos State Government

Lagos Metropolitan Area Transport Authority (Lamata)

Lagos Urban Transport Project (LUTP)

 

Consultancy Services for the Supervision of Rehabilitation Works

CONTRACTS – LOT II & III, Aboru Pipe Line Road

IDA Credit No. 4767-UNI

Date: April 18, 2011

 

Request for Expressions of Interest

 

This request for expressions of interest follows the general procurement notice for this project titled NG Nigeria-LUTP-II (FY10) that appeared in dg market publication of July 16, 2010.

 

The Lagos State Government through the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) for the Lagos Urban Transport Project and intends to apply part of the proceeds of this project to cover eligible payments under the contract for the following consultancy services:

 

Consultancy Services for the Supervision of Rehabilitation Works Contracts Lot II & III, Aboru Pipeline Road

The specific purpose of the Consultancy Services for Supervision of the Proposed Aboru Road Rehabilitation is to ensure that high quality construction is achieved within the provision in the contract and to ensure that all work is carried out in full compliance with the engineering design, technical specification and other contract documents and to demonstrate the efficacy of contract supervision by independent external agencies experienced in this field of work.

 

 

LAMATA now invites eligible consulting firms to express interest in providing the above services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). For each project performed the consultant shall provide the name and contact address of the client (office & e-mail address, and telephone number), date(s) of execution, name(s) of lead and associate firms, contract amount and financing sources. Consultants may associate to enhance their qualifications. Where firms are associating, the submission must include verifiable evidence of association from all the parties involved

 

A consultant will be selected in accordance with the World Bank Guidelines Selection and Employment of Consultants by the World Bank Borrowers, January 1997, (Revised September 1997, January 1999, May 2002, May 2004 and October 2006 and May 2010.

 

 

 

Interested consultants may obtain further information at the address below from 8:00am to 5:00pm, Monday to Friday.

 

Please visit www@lamata-ng.com for more information about the project.

 

 

Expression of interest must be delivered to the address below not later than Monday 2nd May, 2011 at 5:00pm.

 

 

The Managing Director

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd floor, Motorways Centre. 1, Motorways Avenue

Alausa, Ikeja. Lagos State, Nigeria

Telephone: 01-2702783

 

Fax: 01-2702783

 

E-mail: dmobereola@lamata-ng.com

 

Construction of Various Projects at University of Calabar Teaching Hospital

University of Calabar Teaching Hospital

P.M.B 1278, Calabar

Cross Rw1r State

 

Invitation for Pre-Qualification

The University of Calabar Teaching Hospital (UCTH), Calabar requires urgent response from competent Contractors for the following Projects:

 

i.            Construction  of Laboratory Work Top

ii.            Construction of Electric Power Transmission Lines

iii.            Water Supply

iv.            Construction of Access Road and Parking Lots

v.            Construction Reinforced Concrete Ramps

vi.            Completion of Laundry Block Phase II

 

 

 

2.       Scope of works

 

2.1     Construction of Laboratory Work Top

a)     Reinforced Concrete Slab/Sandcrete Block Work

b)    Tilling

c)     Hardwood Timber Joinery

d)    Trespa Work Top/Steel Frame Cabinet

2.2 Construction of Electric Power Transmission Lines

a)     Planting of high tension reinforced concrete poles

b)    Stringing of aluminum Bore Conductors

c)     Construction of Sub-station

d)    Installation of Step-down transformer’s

2.3 Water Supply

a)     Construction of motorize borehole

b)    Fabrication and creation of elevated reservoir

c)     Construction of trunk mains

2.4 Construction of Access Road and Parking Lots

a)     Site Clearing

b)    Earth works

c)     Reinforced concrete side drains

d)    Reinforced concrete walk way

e)     Laying of asphaltic concrete wearing course

 

 

Construction of Reinforced Concrete Ramps

a)     Reinforced concrete isolated footings, columns, beams and slabs

b)    Sandcrete Block work guard rails

c)     Mass Concrete coping

d)    Electrical installation

e)     Drainage work

f)      Painting and decoration

 

 

2.6 Completion of Laundry Block Phase II

 

a)     Fabrication and Installation of aluminum windows/doors

b)    Floor/wall and ceiling finishing

c)     Electrical/Mechanical Installation works

d)    Painting and Decoration

 

3. Requirements for Pre-Qualification

All interested and eligible Contractors who wish to participate in the projects described above are required to submit their firm’s profile which must include but not limited to the documents and which must also be in strict compliance with the Instruction in the prequalification documents that will be issued by the Hospital,

 

a)     Evidence of Company incorporation with Corporate Affairs Commission (CAC)

b)    Current 3-years tax clearance certificate – (2008 – 2010)

c)     Current 3 years consecutive company audited account – (2008 – 2010)

d)    Financial conditions – 2 years bank statement of account with letter of introduction

e)     Technical Qualifications (equipments, technical personnel including cvs and certificates).

f)      Experience (previous similar Jobs with award letters and certificates of completion)

g)     Annual turnover for the past three consecutive years which must not be less than N100m- (2008 -2010)

h)    Clear indication of Head Office Address of the Company/Firm

i)       Sworn affidavit that none of the Directors of the company/Firm is an ex-convict or bankrupt

The Hospital reserves the right to verify the authenticity of any claims made in the pre-qualification bids submitted.

 

 

 

4.       Method of Application

The pre-qualification documents must be returned in a sealed envelope clearly marked PRE-QUALIFICATION DOCUMENTS FOR CONSTRUCTION OF LABORATORY WORK TOP (or as appropriate) on the left hand corner of the envelop.

Deadline for Submission:

Pre-qualification documents in Four (4) copies should be submitted to the Director of Administration University of Calabar Teaching Hospital, Calabar.  Submission should be made not later than 10th May, 2011 by 12.00 noon on the last day.

The pre-qualification documents will be opened on the same day in the Board Room by 1.00 p.m. in the presence of all bidders or their representatives who choose to attend.

 

 

Processing Fees:

Interested Contractors are to pay a non-refundable processing fee of N100,000.00 (One Hundred Thousand Naira) payment should be made to the Hospital’s Account 0461401000215 in Spring Bank, Murtala Mohammed High way Branch, Calabar.

 

 

6.       Enquiries

 

All enquires on Technical Issues should be directed to:

The Assistant Director

Works and Engineering

University of Calabar Teaching Hospital

Calabar

N.B

Response to this invitation shall not oblige the Hospital to consider any responding Company/Firm for qualification. All costs Incurred as a result of response to this invitation and any subsequent requests for information shall be borne by the responding Company/Firm

Elder (Dr.) Archibong Edem Archibong

for: Ag. Chief Medical Director.