Invitation for Pre-Qualification for Provision of Consultancy Services at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No. 3773

Invitation for Pre-Qualification for Provision of Consultancy Services for the Dredging of Escravos – Warri – Aladja to Koko Channel in Warri Pilotage District

 

 

Introduction

The Nigerian Ports Authority hereby invites bids from competent and experienced party/ parties to provide Consultancy and Project Management Services for the capital dredging of Escravos – Warri – Aladja to Koko Channel in Warri Pilotage District.

 

 

Scope of Work

i.            Identify the various elements of the work, their inter-dependencies and draw up the action plan for execution of project.

ii.            Plan the entire channel dredging/survey activities and submit the approach methodology for smooth implementation of the project to ensure that these are satisfactory with particular reference to technical requirements, project implementation schedule, safety of works and personnel, environmental implications and the general public.

 

 

Pre-Qualification Requirements

For prequalification, interested companies must submit the following documents:

 

A.   Evidence of company’s registration with Corporate Affairs Commission and Memorandum of Association.

B.   The Consultants shall provide proofs of technical ability to undertake Consultancy services on Dredging/Reclamations works, with proven track record in Consultancy and Project Management in capital dredging works in the last 5-10 years and must sat­isfy a minimum experience requirement in Consultancy Services for execution of at least two major projects in the last 10 years in West Africa or beyond. This should com­prise tender preparation, evaluation and supervision of capital dredging/survey works and in each project having dredged quantities of at least 10 million cubic metres, Including soil disposal techniques and assessment of Impact on the environ­ment.

C.   Company’s profile, to include evidence of personnel capability, list of key professionals with their curriculum vitae, evidence of  registration of personnel with profes­sional bodies such as COREN.

D.   Evidence of Company’s Registration with COREN.

E.    Company’s financial details & audited accounts for the last three years (2008-20l0), an average turnover N80 million or $500,000.00 will be an added advantage.

F.    Evidence of VAT Registration/Remittance and tax certificate for past three years (2008-2010)

G.   Evidence of compliance with Pension Reform Act 2004.

H.   All relevant information concerning contacts, telephone, fax, valid correspondence and email addresses of the company.

 

 

 

Submission of Pre-Quaimcai1on Tenders

The completed pre-qualification submissions must be in triplicate copies, enveloped, sealed and addressed to the “Secretary to The Board, Nigerian Ports Authority” and clearly marked “Pre-Qualification Tender for Consultancy Services for The Dredging of Escravos – Warri – Aladja to Koko Channel In Warri Pilotage District” and dropped into the designated Tender Box located on the 6th floor, Nigerian Ports Authority Corporate Headquarters, 26/28 Marina, Lagos not later than 28th April, 2011. All tenders will be opened the next working day at the Board Room, Nigerian Ports Authority Headquarters Annex Building, No. l Joseph Street, Lagos by 11:00 am, in the presence of all bidders or their representatives.

 

For farther enquiries, please contact the “General Manger (Capital Projects)” on e-mail: projectinfo@nigerianports.org

 

 

Please Note

1.     Late submission will not be entertained

2.     Only short-listed companies will be contacted

3.     Management, is not bound to accept any tender

 

 

Signed

Management

Nigerian Ports Authority

Registration of Consultants at University of Ibadan,

University of Ibadan, Ibadan, Nigeria

Registration of Consultants:

Invitation for Expression of Interest for Year 2011/2012

 

Notice is hereby given that the University of Ibadan intends to compile a new list of professional consultants for the execution of construction projects (Building, civil and electro-mechanical engineering services). The nature of consultancy required includes architecture, quantity surveying, civil/structural engineering, mechanical engineering, electrical engineering and land surveying.

 

Interested consultants are required to provide the following:

 

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

b)    Company resume

c)     Record of past projects

d)    Copy of current Tax Clearance Certificate

e)     Copy of VAT Registration Certificate

f)      Evidence of Registration of Staff with the Pension ] Commission of Nigeria

 

 

 

The registration form can be collected from the Office of the Director, Department of Works and Maintenance, University of Ibadan, Ibadan, Nigeria. Duly completed application forms should be neatly packaged and addressed to;

 

The Bursar and Secretary

Procurement Planning Committee

University of Ibadan

Ibadan

 

The covering envelope should be marked at the top left-hand corner:

“Application for Registration as a Consultant”

Submission of duly completed application forms closes on 26th May, 2011. Please note that late entries will not be entertained for consideration.

 

 

Interested applicants are to note that:

  1. i.            The University of Ibadan is neither committed nor obliged to short-list any consultant.
  2. ii.            The University reserves the right to reject any and/or all bidding packages.
  3. iii.            The University will only recognize and correspond with only authorized officers of the applying consultants and NOT through individuals or agents acting on their behalf.
  4. iv.            The advertisement for invitation shall neither be construed as a commitment on the part of the University nor shall it entitle any consultant to make any claims whatsoever and/or seek any indemnity from the University of Ibadan

 

Mr. I.O. Aponmade

Bursar and Secretary

Procurement Planning Committee

Invitation for Prequalification /Tender for Contractors for Year 2010 ETF BOT-Special at Federal Polytechnic, Damaturu

 

The Federal Polytechnic, Damaturu

P.M.B. 1006 Damaturu Yobe State (Office of the Registrar)

Invitation for Prequalification /Tender for Contractors for Year 2010 ETF BOT-Special

Intervention Projects

The Federal Polytechnic, Damaturu plans to execute the year 2010 ETF BOT-Special Intervention Projects under listed below:

PROJECTS

Lot 1: Construction of 750 Capacity Lecture Theatre

Lot 2: Construction of 3 No. Drawing Studios and Staff Offices for School of Engineering

Lot 3: Supplies of Furniture to 750 Capacity Lecture Theatre and Academic Departments /Offices

 

Interested and competent contractors/suppliers with required experience are requested to submit prequalification documents arrange in the following order for consideration.

  • Evidence of Registration and Incorporation of Company by Corporate Affairs Commission (CAC)
  • Company Income Tax Certificate for the last three (3) years (CITC)
  • Evidence of Registration with Polytechnic and or the Federal. Ministry of Works in the relevance category ( FMW)
  • Company Audited Account for the last three (3) years (CAA)
  • List of key staff with evidence of proficiency and experience
  • Evidence of finance, capital and banking support
  • Verifiable list of similar works successfully completed in the last three (3 ) years with names of clients, evidence of award and completion certificates
  • Equipment and Technology Capacity
  • VAT Registration and evidence of VAT Remittance
  • Evidence of Community and Social Responsibility (CSR)

 

You are required to procure bid documents, and submit along with the Pre-Qualification documents. All documents should be submitted to the Office of the Registrar in an envelope marked with the appropriate Lot applied for and stating (Year 2010 ETF BOT-Special Intervention Projects) to reach him on or before 29th April 2011.

 

All submissions will be opened at 12:00pm on the closing date in the Council Chamber of the Polytechnic and all applicants and members of the public are invited to attend. Contractors are advised to be present or represented at the opening and should be able to produce original copies of documents, when requested.

 

NOTE: Please note that only successful prequalified contractors will have their bid documents opened. The Polytechnic shall not bear the cost of preparation of applications or any other related cost and does not into correspondence(s) on account of unsuccessful applications. The Polytechnic also reserves the right to reject any or all the prequalification documents submitted.

 

Signed:

Management

Construction of Roads/Drilling of Borehole with Hand Pump at Katsina State Fadama Development Office

Invitation for Bids

Date: 13th April, 2011

Contract Identification No.:  KTSFDO/ADB/NCB/CW/002

ABD Loan Number:  21001500007169

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 Katsina State Fadama Development Project and intends to apply part of the funds to cover eligible payments under the Contract for Civil Works KTSFDO/ADB/NCB/CW/002.

 

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

 

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

 

Lot Item Qty Location Comp.

Period

Bid

Security (N)

Lot 1: Road construction and  Rehabilitation Construction of Fadama Access Roads with culverts and drift 35.8km Kankara,

Dutsinma,

Baure, Bindawa, Mani, kafur and Faskari

90 days

 

20,000,000.00
 

Lot II: Water Supply

 

Drilling  of  Borehole with hand pump

 

35 No.

 

4 No Katsina, 3 No Kaita,

5 No Kankara

4 No Dutsinma

3 No Baure

4 No Bindwa

5 No Kafur

4 No Faskari

3 No Kankia

90 days N750,000.00

 

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 lot. Any bid that did not cover a complete Lot will be rejected.

 

6.       Bidding documents may be obtained at Katsina State Fadama Development Office, KfARDA Headquarters, KM 4 Katsina – Kano Road, Katsina, upon submission of written request and on payment of N5,000.00 for a copy of document Sales starts by 9,00am – 4.00 pm cm Mondays to Thursdays and 9.00am-12.30 p.m. on Fridays.

 

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 Katsina State Fadama Development Office, KTARDA Headquarters, K.M 4 Kano Road, Katsina on or before 13th May 2011 by 11.00am. Bids will be opened by 12.00 noon in the presence of the bidders who wish to attend. Interested bidders may obtain further information at the same office as indicated below.

 

The State Project Coordinator,

Katsina State Fadama Development Office,

KTARDA Headquarters,

K.M 4 Along Kano Road,

Katsina.

GSM No. 08039704574,08162167990.

 

Procurement of Goods at Usmanu Danfodiyo University, Sokoto

Usmanu Danfodiyo University, Sokoto

(Office of the Registrar and Secretary to Council)

1.0     Introduction

The Usmanu Danfodlyo University, Sokoto  intends to execute the underlisted Special Grant approved by the Board of Trustees of the Education Trust fund (ETF) as special intervention Grant for the Department  of Biochemistry the University. The University

hereby Invites Interested and competent contractors to submit their pre-qualification documents for assessment.

 

2.0  Scope of the Work

The projects to be executed are as follows:

 

S/No Lot Project Numbers Description of Projects
1. Lot I UDU/SOKOTO/BOT-SP/ETF/10/01 Procurement of Laboratory equipment for Teaching and Research
2. Lot II UDU/SOKOTO/BOT-SP/ETF/10/02 Procurements of a Toyota Hiace Bus, High Roof (2.7WII) including delivery charges.

 

3.0  Prequalification Requirements

Prospective contractors who wish to participate in the execution of the projects are required to submit their pre-qualification bids containing the under listed documents:

a.       Certified true copy of certificate of registration/incorporation with the Corporate Affairs Commission;

b.       Certified true copy of company’s Tax Clearance Certificates for the last three years and VAT registration

c.       Evidence of current registration with the  University

d.       Evidence of financial capability to execute the project(s), e.g audited accounts for the last three (3) years and a letter of reference from their bankers;

e.       Evidence of similar and verifiable projects successfully executed by the contractor indicating locations, letters of award and completion certificates in the last five years

f.       List of major items of equipment possessed by the contractor

g.       List of managerial, technical and administrative staff of the contractors; and

e.       Evidence of payment  of staff pension contribution to the National Pension Commission (PENCOM).

 

4.0 Submission of Pre-qualification Documents

Completed pre-qualification documents must be  submitted in separate, sealed envelopes, clearly marked “pre-qualification Documents (for the  Project applied for) and addressed to:  The Secretary, Tenders Boards, Usmanu Danfodiyo  University, P.M.B 2346, Sokoto.

Receipt of pre-qualification documents  will be closed on or before 28th April, 2011.

 

5.0  Opening of Pre-qualification Documents

Completed and submitted pre-qualification documents will be opened, in the presence of contractors’ representatives, at the Senate Chambers, Ahmadu Bello House, Main Campus of the  University at  12.15pm on the date of close of receipt of pre-qualification documents.

Signed

Umaru U. Bunza

Registrar and Secretary to Council