Invitation for Pre-qualification for Year 2013 Academy’s Special Intervention Fund for Maritime Academy at Maritime Academy of Nigeria, Oron

Maritime Academy of Nigeria, Oron

P. M. B. 1089, Oron, Akwa Ibom State

E-mail: macademyoron@yahoo.com 

Contact GSM No.: 08023072688, 08062443999

Invitation for Pre-qualification for Year 2013 Academy’s Special Intervention Fund for Maritime Academy of Nigeria, Oron

1.0     Introduction

The Maritime Academy of Nigeria, Oron intends to execute the underlisted projects under Year 2013 Special Intervention Fund.

The notice is to invite for Pre-qualification from reputable contractors for the execution of the Projects.

2.0     Projects Description

2.1.1           Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 1)

2.1.2           Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Fiat 2)

2.1.3           Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 3)

2.1.4           Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 4)

2.1.5           Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 5)

2.1.6           Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 6)

2.1.7           Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Fiat 7)

2.1.8           Construction of 1 No. 3 Bedroom Twin Bungalow Staff I Quarters with Drainage (Flat 8)

2.1.9           Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 9)

2.1.10         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 10)

2.1.11         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 11)

2.1.12         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 12)

2 1.13         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 13)

2.1.14         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 14)

2.1.15         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 15)

2.1.16         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 16)

2.1.7           Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 7)

2.1.8           Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 8)

2.1.9           Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 9)

2.1.10         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 10)

2.1.11         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 11)

2.1.12         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 12)

2.1.13         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 13)

2.1.14         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 14)

2.1.15         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 15)

2.1.16         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 16)

2.1.17         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 17)

2.1.18         Construction of 1 No. 3 Bedroom Twin Bungalow Staff Quarters with Drainage (Flat 18)

2.2              Construction of Shopping Mall at the Maritime Academy Main Campus.

2.3              Construction of 1 No. 100 Capacity Male Hostel for Short Courses/ Mandatory Courses with Drainage for the Building (Block A)

2.4              Construction of 1 No. 100 Capacity Male Hostel for Short Courses/ Mandatory Courses with Drainage for the Building (Block B)

2.5              Construction of Female Hostel for Short Courses/Mandatory Courses with Drainage for the Building (Block A)

2.6              Installation of Security Gadgets at the Academy

2.7              Furnishing of 1 No. 100 Capacity Female Cadets Hostel

2.8              Construction of 1 No. Bungalow Detachable Classroom Block with Drainage for the Building (Block A)

2.9              Construction of 1 No. Bungalow Detachable Classroom Block with Drainage for the Building (Block B)

2.10            Construction of 1 No. Bungalow Detachable Classroom Block with Drainage for the Building (Block C)

2.11            Construction of 1 No. 2 Bedroom Flats Twin Bungalow for Police Staff Quarters (Block A)

2.12            Construction of 1 No. 2 Bedroom Flats Twin Bungalow for Police Staff Quarters (Block B)

2.13            Provision of Drainage, Landscaping and Concrete Casting of the Surrounding of the Police Station.

2.14            Completion of Police Station for the dispute prone Academy’s hosts Communities (offices).

2.15            Construction of Mini Executive Toilet at the Newly Acquired Land to Support the Short/Mandatory Courses Hostels (Block A)

2.16            Construction of Executive Toilet at the Newly Constructed Parade Ground and Car Park (Block B)

2.17            Construction of Executive Toilet for staff Schools (Block C)

2.18            Construction of Road 12

2.18.1         Construction of Road 13

2.19            Construction of fence drainage and Concrete Casting of the Surrounding Grounds of 1,000 Seat Auditorium.

2.20            Construction of fence drainage and Concrete Casting of the Surrounding Grounds of the New Library and Resource Centre.

2.21            Provision of Light for the 2nd side of the College Road from Mary Haney Road Junction to the Main Campus Gate.

2.22            Provision of LCD Signposts Synergy from Airport to Academy Main Campus including Boatyard

2.23            Renovation/Extension of Medical Centre

2.24            Furnishing of Medical Centre Extension

2.25            Surface Tarring of Existing Roads in the Academy

2.26            Supply of Industrial Air Conditioners for 1000 Seat Auditorium

2.27            Supply of Cooking Utensils/Cutleries for Academy’s Refectory.

2.28            Installation of Survival Capsules and Provision of additional Launching Gear.

2.29            Procurement of Scanner/X-Ray Machines for the Academy’s Medical Centre.

2.30            Completion of the Furnishing of the 1000 Capacity Seat Auditorium.

2.31            Completion of the Furnishing of the 300 Capacity Seats new Library and Resource Centre.

2.32            Consultancy for the new developmental projects.

2.33            Building/Furnishing of Fitness Centre/Gym.

2.34            Additional Furnishing of the Central Refectory and Lighting.

2.35            Renovation & Furnishing of Quarters 17and 18.

2.36            Renovation of Old Regimental Unit Ratings Quarters.

2.37            Furnishing of Visitor’s Waiting Hall/ Concrete Casting of the surrounding Ground and Provision of Drainage around the Building.

3.         Pre-Qualification Requirements

a)      Valid Certificate of Registration/Incorporation

b)      Evidence of Tax Clearance Certificate for the past three years A/AT Certificate.

c)      Company Audit Accounts for three (3) years/Evidence of financial capacity/capability to undertake the project

d)      Evidence of similar project executed within the past 3 years.

e)       A comprehensive company’s profile (Organogram, Staff Qualification and Equipment).

f)       Letter of Reference from the Company’s Banker.

g)       Evidence of pension scheme for company staff

h)      Proof of compliance with the section 6(1 )-(33) of the Amended ITF Act, 2011 (Contribution to Industrial Training Scheme)

i)       Company most recent operational office address.

4.       Verification of Claims in Pre-Qualification Documents

Please note that the Maritime Academy of Nigeria, Oron will on its own verify the claims made in the pre-qualification documents. Contractors will be disqualified for providing false information and may not be invited for the financial bidding.

5.       Submissions of Documents

i.        The pre-qualification application with all the required supporting documents should be neatly packaged, bound and forwarded in sealed envelopes and marked at the top left-hand corner, for example “Pre-qualification for the Construction of 200 Capacity Hall and Offices (MAN/ORON/PTU/2013/2.1.0)”.

ii.       The completed Pre-Qualification documents would be collected not later than twenty-eight (28) days (12 noon) from the date of this publication.

The companies submitting the pre-qualification documents should write the name and phone number of a contact person at the bottom left corner of the two (2) envelopes. This will allow for prompt communication.

Please Note:

i.        The pre-qualification documents will be opened on the last day of submission by 1500 hours.

ii.       Only the prequalification documents of pre-qualified contractors will be published and invited for financial bidding.

iii.      Pre-qualification documents should be very clear about the area(s) of proven competence and interest.

iv.      Failure to comply with any of the instructions above or to provide the information or any of the documents under Section 3.0 may automatically disqualify a contractor.

v.       Incorrect address or label on submissions and those received after the specified date shall be rejected.

vi.      “Invitation for Pre-Qualification” shall not be construed as a commitment on the part of the Maritime Academy of Nigeria to award any form of contract to any Company and/or associated companies, subcontractors or agents, nor shall it entitle any company submitting documents to make any claims whatever and seek any indemnity from the Academy by virtue of such contractors having responded to our advertisement.

vii.     All expenses incurred in preparing and submitting pre-qualification documents shall be borne solely by the prospective contractor.

viii.    The Academy will deal only with authorized officers of the companies submitting documents and NOT through individual’s agents.

6.       Correspondence

All correspondence and enquiries in respect of this advertisement should be addressed to:

The Rector

Maritime Academy of Nigeria

College Road

P. M.B. 1089 Oron

Akwa Ibom State

Tel/Fax: 087-775303

E-mail: macademyoron@yahoo.com

 

and submitted at the Procurement Department of the Maritime Academy of Nigeria, Oron.

Signed  

Sayid Adamu, MNIM

Registrar

For Rector

 

 

 

 

Invitation for Bids (IFB) at Bauchi State Public Sector Governance Reform and Development Project

Invitation for Bids (IFB)

Nigeria

Public Sector Governance Reform and Development Project

Credit Number: 466 70- NG

IFB Title: Procurement of Office Equipment (Computers & Accessories and Internet Facilities)

IFB Number: BSPSGRDP/NCB/013/03

Issuance Date: JULY 9, 2013

Closing Date: AUGUST 20, 2013

  1. This invitation for Bids follows the General procurement Notice for this Project that appeared in Development Business, of November 26, 2010.
  2. The Federal Government of Nigeria has received a credit from the International Development Association toward the cost of Public Sector Governance Reform and Development Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Office Equipment (Computers & Accessories and Internet facilities)-BSPSGRDP/NCB/013/03.
  3. The Bauchi State Public Sector Governance Reform and Development Project now invites sealed bids from eligible and qualified bidders for the Procurement of the following:
Lot No.

 

Description of Goods

 

Quantity

 

Delivery Period

 

Project Location

 

Lot I item 1

 

Desktop computers

 

93 Units

 

60 Days

 

Room 020, Abubakar Umar Secretariat, Yakubun Bauchi road, Bauchi, Bauchi State, Nigeria.

 

Lot I item 2

 

Laptop Computers

 

5 Units

 

60 Days

 

-do-

 

Lot I item 3

 

Printers

 

8

 

60 Days

 

-do-

 

 

 

 

Lot I item 4

 

Network Printers

 

3 60 Days

 

-do-

 

Lot I item 5

 

Photocopiers

 

2 60 Days

 

-do-

 

Lot I item 6

 

Uninterruptible Power Supply

(UPS)

 

93 Units 60 Days

 

-do-

 

Lot I item 7

 

Scanner

 

1 60 Days

 

-do-

 

Lot I item 8

 

Fireproof Cabinet

 

1 60 Days

 

-do-

 

Lot I item 9

 

Automatic Voltage Regulator (AVR) 93 Units 60 Days

 

-do-

 

Lot I item 10 Internet Facilities (VSAT and connectivity)

 

2 60 Days

 

-do-

 

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 further information from The Project Coordinator. Bauchi State Public Sector Governance Reform and Development Project,

E-mail: bauchisgcbp@yahoo.com and inspect the Bidding Documents at the address given below.

6.       Qualifications requirements include:

  • Evidence of previous Supply (Sale) of Similar Good Proposed for the test three (3) years.
  • Last Three (3) years Audited Financial Statement to demonstrate the financial capability of the Bidder in terms of Profitability and Adequate working capital.

 

A margin of preference for certain goods manufactured domestically shall not be applied.

 

Additional details are provided in the Bidding Documents,

7.       A complete set of Bidding Documents in English Language 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 Fifteen Thousand Naira (N15, 000. 00) only. The method of payment will be Cash or Bank Draft in Favor of Bauchi State Public Sector Governance Reform and Development Project. The Bidding Documents will be collected by the bidder or his/her representative.

8.       Bids must be delivered to the address below at or before 10.30am, AUGUST 20th 2013.

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 the address below at 10.45am, AUGUST 20th, 2013. All bids must be accompanied by a Bid Security of at least 2% of bid price or an equivalent amount in a freely convertible currency.

9.       The address (es) referred to above is (are):

Bauchi State Public Sector Governance

Reform and Development Project,

SPCL Secretariat, Abubakar Umar Secretariat Phase 1,

Ground Floor, Room 020, Yakubun Bauchi Road (Opposite Central Bank of Nigeria Building), Bauchi,

Bauchi State

Request for Proposal for Provision of Audit Services at Regional Audit Centre for East and Southern Africa (RAC-ESA)

Request for Proposal for Provision of Audit Services

 

The United Nations Development Programme (UNDP)/Office of Audit and Investigations (OAI), RAC-ESA wishes to engage the services of audit firms to undertake audits in accordance with International auditing standards and UNDP/OAI reporting requirements of UNDP Directly Implemented Development projects in Nigeria

 

The bid documents are available online on the UNDP procurement website:

http://procurement-notices.undp.org

Ref no. 11842

 

Interested firms should send their submissions by 4:00p.m (South African Time) on Wednesday 24th July 2013:

 

Via E-mail at: rfp.racesa@undp.org

 

And by courier to the below address:

Office of Audit and Investigations

Regional Audit Centre for East and Southern Africa

First Floor,

No. 7 Kikuyu Road. Sunninghill,

Johannesburg,

South Africa

2157  

 

Invitation for Expression of Interest to Tender for Execution of 2013 Projects at Kaduna State Ministry of Culture and Tourism

Kaduna State Government

Kaduna State Tenders Board

Invitation for Expression of Interest to Tender for Execution of 2013 Projects at Various Locations in Kaduna State

The Kaduna State Government, through the Kaduna State Ministry of Culture and Tourism wishes to Pre-Qualify registered contractors who may wish to tender for the 2013 capital Projects in Kaduna State.

In view of the above, the ministry invites application for the pre-qualification to tender from competent and qualified contractors for the following projects:

Lot 1:

Construction of Zaria Dam Holiday Resort

Lot 2:

Development of Queen Amina Site at Turunku

Lot 3:

Renovation of Gamji Multi-Purpose Theatre

Pre-Qualification Requirement

Interested contractors are invited to submit the following documents:

1.       Evidence of company registration with Corporate Affairs Commission.

2.       Evidence of current registration with Kaduna State Tenders Board.

3.       Tax clearance certificate for the last 3 years.

4.       Variable list of Tools and Equipment, Experience/Technical Qualification of Key Personnel.

5.       Audited Account for the last 3 years.

6.       Evidence of compliance with ITF

7.       Any other relevant information that will be useful in determining the Company’s suitability for the work

All pre-qualification documents/Tender documents should be submitted to the office of the Secretary, Kaduna State Tenders Board, Yakubu Gowon Way, Kaduna not later than 23rd July, 2013 in a sealed envelope, marked “PRE-QUALIFICATION for the Execution of 2013 CAPITAL PROJECT” with the LOT Numbers of interest at the top right hand corner of the envelop.

Collection of Tender Document

Tender documents are available for collection at the Ministry of Culture and Tourism Kaduna upon payment of non-refundable tender fees of N20, 000.00 for Lot 1, N30, 000.00 for Lot 2 and N50, 000.00 for Lot 3 respectively.

Submission of Bids/Opening of Bids Document

Receiving of submissions will be closed on Wednesday 24th July, 2013 at 12:00 Noon and opened by 2:00 pm in the Conference Room of the State Tenders Board.

Importance Notice:

  1. Only technically qualified firms and joint ventures whose documents fulfill the minimum requirement will be considered for the proposed project development.
  2. It is important to note that the Kaduna State Government will verify claims of contracting firms and any false declaration/documentation will attract instant disqualification of candidate. Please also note that high diligence and care will be required in the submission of all documents.
  3. This advertisement should not be construed as a commitment on the part of the Ministry nor shall it entitle companies to make any claim whatsoever, and/or seek any indemnity from the Ministry.

Signed:

Secretary,

Kaduna State Tenders Board,

Yakubu Gowon Way, Kaduna

Invitation to Bid for the Construction and Provision of Services and Installations for New General Hospitals at Rivers State Ministry Of Health

Government of Rivers State of Nigeria

Rivers State Ministry Of Health

Port Harcourt

Invitation to Bid for the Construction and Provision of Services and Installations for New General Hospitals in Rivers State of Nigeria

 

1. Introduction

The Rivers State Government, through the Ministry of Health, intends to extend quality specialist health care to the rural areas of the state through the construction of 4No. New General Hospitals on 3No suspended floors, at Ahoada, Bori, Degema and Okehi.

Interested companies are requested to bid for each of the projects mentioned above.

2. Scope of Works

The scope of works includes building construction, specialized works, supplies and installations.

3. Requirements for Bidding

All interested companies and contracting firms shall show evidence of possession of the following:

(a)     Registration with the Corporate /Affairs Commission

(b)    Company Tax Clearance Certificate for three (3) years

(c)    Detailed and verifiable address and location of company

(d)   Company profile showing key personnel, annual turnover for a minimum of 3years, qualifications and experience of technical staff and ability to source indigenous labour

(e)   VAT Registration Certificate and previous VAT remittances

(f)    Ownership of appropriate machinery and equipment for the construction of a building of this magnitude and supply and installation of relevant services and equipment.

(g)   Financial capabilities and bank guarantees

(h)   Registration Certificate from the Rivers State Ministry of Works for Government Projects.

4. Instruction to Prospective Bidders

All interested companies and contracting firms are therefore requested to:

(i)  Collect bill of quantities, drawings and other relevant specification with a non-refundable deposit of N100, 000. 00 for each project.

(ii) Submit commercial bid in a sealed envelope written “Bid  for   ………………………….”   indicating location (i.e Ahoada, Bori, Degema or Okehi) and the particular lot.

 

This should be sent to:

The Permanent Secretary

Rivers State Ministry of Health

Block A, Second Floor, Room 5

 

All submissions must be received not later than 2:00pm on Monday 2nd September, 2013.

(iii)           This advertisement supersedes an earlier one (invitation for pre-qualification) made on 31st May, 2013 in Thisday and Nigerian Tide Newspapers.

 

Dr. Somieari L. Isaac Harpy JP

Permanent Secretary