Execution of Projects at Federal Government Girl’s College, Potiskum

Federal Ministry of Education

Federal Government Girl’s College Potiskum

Invitation to Tender

1.0     Introduction

The Tenders Board of the Federal Government Girl’s College, Potiskum hereby invites interested reputable and competent companies to submit technical and financial bids for the following projects in the school’s year 2010 capital budget.

Lot 1:          sinking of one (1) no borehole and reticulation

Lot 2:          supply of 18 seater air-conditional coaster bust

Lot 3:          Completion of multipurpose Hall

2.0     General Requirements

To qualify for consideration, interested companies are required to submit the under listed documents:

I.            Certificate of incorporation with the Corporate Affairs Commission (CAC)

II.            Evidence of Registration with Federal Ministry  of Education Abuja/Federal Government Girl’s College, Potiskum

III.            Evidence of Tax Clearance certificate for the  last three (3) years

IV.            Evidence of financial Capability

V.            Company profile

VI.            Experience in related job done or executed

VII.            Any other information that will enhance the pre-qualification of the company

3.0     Collection of Tender Documents

Interested bidders should collect tender documents from the secretary of the tender’s board, federal government girl’s college, Potiskum upon payment of a non-refundable fee of N10.000.00 (ten thousand Naira only) in bank draft payable to the principal federal government girl’s college, Potiskum, Yobe state.

4.0     Submission of Bids

The technical and financial bid document should be sealed in two separate envelopes labeled Technical bid financial bid in with the lot number and job title as appropriate.

The two envelops should then be put in a bigger envelope marked “TENDER FOR THE (indicate the job title and the number at the top night hand corner of the envelope.

All tenders should be addresses to the Secretary, Tenders Board, Federal Government Girls College, Potiskum; the completed tender documents should reach the tenders board of the college not later than 27th January, 2011 by 10:00am.

Opening of the documents shall take place at 11:30am in the college conference hall in the presence of the contractors or their representatives.

Signed:

Aliyu I.Zanwa, for Chairperson Tenders Board.

Construction of two (2) storey science block under ETF at Alvan Ikoku Federal College of Education, Owerri

ALVAN IKOKU FEDERAL COLLEGE OF EDUCATION

P.M.B 1033, OWERRI, IMO STATE

INVITATION FOR PRE-QUALIFICATION OF CONTRACTORS

The Alvan Ikoku Federal College of Education, Owerri is desirous of constructing a 2 (two) storey science block under ETF year 2009/2010 intervention. Consequently, interested competent and reputable construction companies are invited for pre-qualification.

A.        Scope of Work

Construction of a 2 storey Science block comprising laboratories, classroom and offices (project No. AIFCE/Owerri/ETF/09-10/01).

B.        Pre-Qualification Requirements

Interested Contractors are required to submit the following:

(i)         Evidence of Registration with Corporate Affairs Commission CAC

(ii)        Company Audited Account for the last three years

(iii)       Tax Clearance certificate for the last three years

(iv)       Sworn affidavit indicating whether any staff of AIFCE is a former or present Director, Shareholder or has any pecuniary interest in the company

(v)        Evidence of PENCOM compliance

(vi)       Company profile indicating technical qualification and experience of key personnel.

(vii)      Financial capacity evidence of financial backing/reference from a reputable bank

(viii)     List of relevant equipment/plant with evidence of ownership

(ix)       List of similar projects executed, stating contract sums and evidence of award/completion

(x)        VAT registration and evidence of past VAT remittance

C.        Submission of Documents

Application for pre-qualification which must be sealed envelop and clearly marked should be forwarded to reach the address below not later than 18th January, 2011  by 12.00 noon.

The Registrar

Alvan Ikoku Federal College of Education

P.M. B 1033, Owerri

D.        Bids will be opened immediately after closing on the date and time as above. Venue is the College Council Chambers

Note that

1.         Criteria (i) – (v) are compulsory and mandatory

2.         Original copies of documents submitted will be required for sighting after being pre-qualified

Signed

The Registrar,

Alvan Ikoku Federal College of Education,Owerri.

Provision of Margin List Application at Securities and Exchange Commission

Securities and Exchange Commission

Plot 272 Samuel Adesujo Ademulegun Street

Central Business District Abuja

e-mail: sec@sec.gov.ng , website: www.sec.gcv.ng

Invitation for Bids

1.0 INTRODUCTION

The Security and Exchange Commission (SEC) and the Central Bank of Nigeria (CBN) recently released a framework document that will guide future margin activities in the Nigeria capital market. The guidelines were developed as part of multiple list based on defined criteria Rule 21 of the Guidelines mandates SEC to publish the list of marginable securities otherwise known as “The Margin List.

Towards achieving this mandate, SEC intends to engage a competent Consultancy Firm to design, develop implement and maintain a Margin List Application.

2.0     Scope of Work

Details of the scope of work to be carried out are contained in the invitation for Bids (IFB) documents and include:

1.     The provision and development of a solution by which the margin list will be generated

2.     The identification of sources and collation of data that meets the criteria for generating the margin list

3.     Development and implementation of platform for the storage of data and update of the over 200 listed companies based on daily market information. The implemented platform is expected to have the following features, among others.

a.      An aggregation module to reflect the data elements that are required for each company by the guidelines

b.     A routine that automates the daily feed of the individual company data elements

c.     An administration back end of support the Margin List Application

d.     A module for the generation of key reports for the analysis of the criteria towards determination of changes in the composition of the margin list

4.     Provide training for key staff of SEC on the use of the platform for generation, interpretation and analysis of data and reports. Other areas expected to be covered by this capacity building programme include the technical operation of Margin Finance and Trading as well as regulatory issues regarding inspection, monitoring and enforcement as provided in the guidelines. Furthermore, an understanding of how the margin list will be applied by the market operators and financial institutions should be addressed.

3.0     GENERAL REQUIREMENTS

Interested and competent Consultants wishing to carry out the above job shall submit, amongst others, the following documents:

a)       Evidence of registration with Corporate Affairs Commission (CAC)

b)      Tax clearance certificate for at least three (3) years

c)       Audited accounts for at least three (3) years

d)      Evidence of registration with the Pension Commission and compliance with its requirement

e)       Bank statement for at least 12 months

f)       Bank Reference letter

g)       Company profile with cvs of key personnel to be assigned to the consultancy

h)       Evidence of previous similar job(s) successfully completed

4.       COLLECTION OF BID DOCUMENT

Interested and competent Firms should collect the invitation for Bid (IFB) documents from the Secretary of the Tenders Board, Administration Department, Sec Tower, Plot 272, Samuel Adesujo Ademulegun Street, Central Business District, Abuja upon the payment of a non-refundable fee of N20,000.00 (Twenty Thousand Naira Only). Payment should be in Bank Draft and made payable to SECURITY AND EXCHANGE COMMISSION OF NIGERIA

5.0     SUBMISSION OF BIDS

The submission of bids will be in two separate envelopes as follows:

A.   The General Requirement and the Technical Bid should be submitted in a sealed wax envelope clearly market “TECHNICAL BID FOR THE Provision of Margin List Application” at the top left hand corner.

B.    The Financial Bid should be submitted in another sealed wax envelope to be clearly marked “FINANCIAL BID FOR THE PROVISION OF MARGIN LIST Application’ at the top left hand corner and to be addressed to:

The Secretary, Tenders Board

Securities and Exchange Commission,

Ground Floor, SEC Tower,

Plot 272, Samuel Adesujo Ademulegun Street,

Central Business District, Abuja

CLOSING DATE

All submissions must be received at the above address on or before 4th January 2011. Please note that no proposal shall be accepted after 4:00pm on Thursday January 2011

OPENING DATE

The Technical Bids shall be opened on Friday 7th January 2011 by 10.00am at the SEC’s Head Office, Abuja. Bidding, NGOs and the public are invited to the bid opening.

ENQUIRIES

All enquiries on this advertisement are to be directed to:

The Secretary, Tenders Board

Securities and Exchange Commission,

Ground Floor, SEC Tower,

Plot 272, Samuel Adesujo Ademulegun Street, Central Business District, Abuja

+234 8020602877,  +234 803311369 or +234 8053441350

Time: 10:00 am – 4:00pm daily on working days

IMPORTANT NOTICE

  • Only successful pre-qualified will have their Financial Bids opened on a date that will be communicated to all bidders to attend
  • Nothing in this advert shall be construed to be commitment on the part of SEC nor shall entail any bidder to make any claim(s) whatsoever and seek indemnity from SEC by virtue of the bidder having responded to this advertisement

Signed:

Management

Construction of 6KM (33KVA) Line Electrification Project at Rogo Local Government, Kano

Rogo Local Government

Kano State

Tender Notice

In-view of the rampant/insufficient Electricity power supply in Rogo town and its surrounding, Rogo Local Government Council wishes to embark on rectification of power supply, therefore the local Govt. Council wish to invite suitable contractor for pre-qualification to tender for the execution of:

1.     Construction of 6KM (33KVA) Line Electrification Project form Sundu – Zarewa to Enable Regular Supply of Electricity to Rogo Town

Pre-Qualification

All prospective Contractors must satisfy the following pre-qualification criteria:-

i.            Evidence of incorporation

ii.            Company audited accounts for the last 3 years

iii.            Evidence of task clearance for the last 3 years

iv.            VAT registration and evidence of VAT remittances

v.            Evidence of financial capability

vi.            Evidence of verifiable list of similar projects executed

vii.            Registration with Kano State Works Registration Board in relevant category

viii.            Evidence that the contractor has the equipments and personnel require to execute the project

ix.            Annual turnover

x.            Evidence of settlement of PAYE; and other withholding taxes

xi.            Local resource utilization

xii.            Community and social responsibility support

xiii.            Any additional information that may enhance the chances of the contractor

Submission of Pre-Qualification Documents

Eligible contractors should forward their documents to the office of Director Personnel Management Rogo Local Govt. in a sealed envelope marked Construction of 6 KM (33KVA) Line from Sundu – Zarewa in Rogo Local Government. As the case may be to reach him on or before 27th December, 2010.

Collection of Bidding  Documents

On submission of the  above, all interested contractors may wish to purchase Bidding documents at the non-refundable cost of fifty thousand (N50,000) Naira only from the  office of  HOD works Rogo Local Govt.

Important Notice:

This advertisement should not be considered as contract award or any commitment on the part of the Rogo Local Government, nor shall it entitle any contractor and/or

Company to make any claim whatsoever from Rogo Local Government by virtue of having responded to this advertisement.

Signed:

Management

Pre-Qualification for Integrated Studies of Dahomey Basin at NNPC

NIGERIAN NATIONAL PETROLEUM CORPORATION

National Petroleum Investment Management Services (NAPIMS)

8/10 Bayo Kuku Road, Ikoyi, Lagos

Invitation for Pre-Qualification

Contract for Integrated Studies of Dahomey Basin

Invitation for Pre-Qualification

1. Introduction:

National Petroleum Investment Management Services (NAPIMS), a Corporate Strategic Unit of the Nigerian National Petroleum Corporation plans to conduct Integrated Studies of Dahomey Basin to evaluate the hydrocarbon potential, identify prospects and drillable sites. The surveys are planned to commence in 2011.

NAPIMS wishes to invite interested and reputable companies with the requisite expertise, experience, skilled manpower and technology to pre-qualify for inclusion in the tender to undertake the studies.

2. Technical Objectives:

  • Produce a comprehensive geology of the basin
  • Identify the key petroleum system elements in the basin.
  • Identify play types, and prospects.

3. Work Scope:

The scope of work for the integrated studies will include but not limited to:

a.      Field work and Data gathering.

b.     Geophysical and Seismic Interpretation

c.     Sedimentological Analysis

d.     Geochemical Studies

e.      Sequence and chrono – Stratigraphyic Studies

f.       Biostratigraphic Studies

g.     Transportation of Data

4. Pre-Qualification Requirements:

In order to be considered, interested companies, which must be Nigerian companies, should submit letters of intent accompanied with the following:

a.      Copy of Certificate of Incorporation,

b.     Current registration with the Department of Petroleum Resources (DPR) relevant to this service.

c.     Company profile including details of share capital, workforce and office location.

d.     Documentation/Evidence of relevant and verifiable prior experience on similar service (including Client name, location, dates of work, value etc.).

e.      Company’s organizational structure / professional profile with resumes of key staff.

f.       Financial details – audited accounts for last 3 years.

g.     Details of company’s Health, Safety and Environment (HSE) policies especially as it relates to this required service.

h.     Evidence of payment of taxes for last 3 years

5. Nigerian Content:

The Federal Government of Nigeria directives on Nigerian   Content   development   (“Directives”) mandates that all contractors create value in country with targets of 70% by end 2010 in terms of total monetary   expenditures   through   the   deliberate utilization of Nigerian human and material resources without  sacrificing   quality,   safety,   health   and environmental standards.

As a result, bidders will be evaluated on their perceived willingness, documented track records and demonstrated plans to fully comply with the Directives and Company requirements. Failure to comply with these Directives or demonstrate commitment to Nigerian Content Development may result in Bidders disqualification as non compliance with Nigerian Content is a “Fatal flaw”.

6. Method Of Submission:

The responses should be sent in duplicate hardcopies and on electronic media (CDROM) in sealed envelopes clearly marked:

“Pre-Qualification for Integrated Studies of Dahomey Basin”

Responses to this invitation must reach the address below on or before 4th January, 2011:

The Secretary,

Headquarters Tenders Committee,

Room 415, 4th Floor, Block A.

NNPC Towers,

Central Business District, Herbert Macaulay Way, Abuja

Nigeria.

IMPORTANT NOTES

Please visit the NipeX portal at www.nipexng.com for this advert and other information.

Suppliers are expected to be pre-qualified in the NipeX JQS database.

This is a condition to participate in this exercise. Application forms are available at www.nipexng.com http://www.nipexng.com

Only short-listed companies shall be invited to tender after the Pre-qualification exercise is completed.

Please note that this is not an invitation to tender. Full tendering information and instructions shall be sent only to Companies .that have been pre-qualified screened and found suitable to provide the service.

This invitation and the ensuing pre qualification process neither create any

Commitment by NNPC/NAPIMS not establish any legal relationship with   NNPC/NAPIMS. Following from this invitation, NNPC/NAPIMS is not obligated to issue any call for tender or to include any company on any bid lists or award any form of contract

Signed: Management