Execution of Education Trust Fund Financed Capital Projects at 33 Artillery Brigade Headquarters

33 Artillery Brigade Headquarters, Shadawanka Barracks,

P.M.B, 0044 Bauchi, Bauchi State,

Invitation to Pre- Qualify for Execution of Education Trust

Fund Financed Capital Projects

1.0 Introduction:

The 33 Artillery Brigade Headquarters, Nigerian Army Corps of Artillery, intends to undertake the execution of underlisted capital projects to be financed by Education Trust Fund.

Incompliance with Due Process Guidelines the Brigade hereby invites experienced, reputable Contractors to apply for pre qualifications.

2.0 Description of Works:

The list of projects includes:

i.            Proposed renovation of Annex blocks at Command Day Secondary School, Bauchi.

ii.            Proposed rehabilitation of Senior Secondary School Blocks of Classrooms and Laboratories, Command Day Secondary School Bauchi.

3.0 Pre Qualification:

Interested Companies should submit the following documents/information for assessment/consideration:

  1. Certificate of incorporation by CAC.
  2. Company Profile and organization Structure.
  3. Current Tax clearance Certificate.
  4. VAT Registration Certificate/Evidence of remittances.
  5. 3 years Audited Accounts.
  6. Letter of Financial Capability from the Bank.
  7. List of similar projects previously undertaken including letters of award, completion certificates, completion period and project cost.
  8. List / type of Construction equipment including an indication of whether owned or on lease.
  9. Curriculum Vitae of Key Technical Staff including individual attestation of availability.

The Evaluation Criteria shall include Legal Status, Experience and Technical Capacity.

4.0 Submission of Pre Qualification Documents:

The pre qualification Documents required should be neatly packaged in clearly marked envelopes and addressed to:

The Commander,

33 Artillery Brigade,

Shadawanka Barracks,

Bauchi, Bauchi State.

To reach him on or before 12:00 noon on 30th December, 2010.

5.0 Opening of Pre Qualification:

Pre qualification envelopes will be opened at 12:30pm on 30th December, 2010.

6.0 Collection of Tender:

Pre qualified Contractors should note that they will be required to pay a non refundable fee of N20, 000.00 (Twenty Thousand naira) as processing fee for each lots collected at the Office of the Secretary to the Tender Board.

7.0 General/Special Information

  1. This is not invitation to Tender. Only successful pre qualified Companies will be invited to participate in the bidding exercise.
  2. This advertisement of Invitation to pre qualify “shall not be construed as a commitment on the part of the Brigade, nor shall it entitle prospective Companies to make any claims, whatsoever and/or seek any indemnity from the Brigade.
  3. The Brigade shall consider all applications.
  4. Late submissions will not be considered under any circumstance.
  5. Contractors may be required to show originals off all documents submitted.

Signed:

Secretary Tender Board

Provision of Facility Management Services at Bureau of Public Enterprises (BPE)

The Presidency

Bureau of Public Enterprises (BPE)

The Secretariat of National Council on Privatisation

11, Osun Crescent, off IBB Way, Maitama, Abuja

Invitation for Expression of

Interest for Provision of Facility

Management Services

The Bureau of Public Enterprises (BPE) the Secretariat of the National Council on Privatisation (NCP) invites Expressions of Interest from reputable Facility Management Service Companies to manage the Bureau’s Zayyad House Office Complex located in Abuja.

The Facility Managers will be expected to provide repairs and maintenance services in respect of the facility to be managed. Applicants are expected to apply as consortium with each providing services such as security, generator maintenance, cleaning and housekeeping etc.

The service shall be in accordance with the scope of work at a sum provided in the condition of engagement. Provision of services should guarantee smooth and efficient operation of normal activities of BPE without any hindrance or undue interruption.

Applicants must possess a proven track record of successful management of facilities with not less than five (5) years experience in ownership of Facility Management outfit.

Submission of Expressions of Interests (EOIs)

Expressions of Interests (EOIs) from interested applicants should specify the following as basis for selection.

  • Curriculum Vitae of key staff providing full details of qualification and experience that is relevant to the services to be provided.
  • Evidence of ownership of facility management outfit.
  • Number of facilities the firm has managed or is managing.

The initial contract will be for a period of 12 months, subject to renewal on satisfactory performance.

Expressions of Interests must be submitted (six copies) in sealed envelope clearly marked “Expression of Interest for the provision of Facility Management Services”.

The Expressions of Interest should be addressed and delivered on or before Wednesday December 22nd, 2010 by 5:00 pm in room 008 at the address shown below:

The Director-General

Bureau of Public Enterprises

11 Osun Crescent off IBB way,

Maitama, Abuja

Attention: Head Management Services

Interested applicants may obtain information at the address stated above from 8:00 am to 5:00 pm Monday through Friday.

Only short listed applicants will be contacted to pick up bills of quantities to proceed to the next stage.

Provision of Group Life Assurance/Group Personal Accident at Bureau of Public Enterprises (BPE)

The Presidency

Bureau of Public Enterprises (BPE)

The Secretariat of National Council on Privatisation

11, Osun Crescent, of IBB Way, Manama, Abuja

Invitation for Expression of Interest for Provision of Group

Life Assurance/Group Personal Accident

Benefit Scheme & General Insurance

Life Policies: The Bureau of Public Enterprises, the Secretariat of the National Council on Privatization (NCR) invites Expressions of interests from reputable Insurance Brokers and Underwriters to provide cover for Bureau’s Group Life Assurance/Group Personal Accident Benefit Scheme.

The Insurance Companies will be expected to cover both natural and accidental deaths excluding suicide.

The services shall be in accordance with the Pension Act 2004. Section 9 Subsection 3 of the Act which makes it compulsory for organizations with five or more employees to maintain a Group Life Assurance Policy.

Applicants must possess a proven track record of successful management of Group Life Assurance/Group Personal Accident Benefit Scheme for organizations and with not less than ten (10) years experience in Insurance.

Non-Life Policies

The insurance companies are expected to provide:

  • All Risk Insurance (Fire, Burglary, theft, electronics etc,)
  • Motor Vehicles

Submission of Expressions of Interests (EOIs)

Expressions of Interests (EOIs) from interested Companies should specify the following information as basis for selection:

  • Evidence of recapitalization as stipulated in NAICOM Act.
  • Number of organizations the company has managed or is managing.

The initial contract will be for a period of 12 months, subject to renewal on satisfactory performance.

Expressions of Interests must be submitted in six (6) copies in a sealed envelope dearly marked:

  1. Life Policies

“Expressions of Interest for the provision or Group Life Assurance/Group Personal Accident Benefit Scheme”.

  1. Non-Life Policies

“Expressions of Interest for the provision of Non-life policies”.

The Expressions of interests should be addressed and delivered on or before Wednesday, 22nd December 2010 by 5:00 pm in room 008 at the address shown below:

Director General

Bureau of Public Enterprises

No. 11, Osun Crescent, off lbrahim Babangida Way, Maitama

P.M.B. 442, Garki, Abuja

Attention: Head, Management Services

Interested applicants may obtain further information at the address stated above from 8:00 am to 5:00pm, Monday through Friday.

Only short listed applicants will be contacted.

Construction of Project/Provision of Goods at Yobe State Government of Nigeria

Yobe State Government of Nigeria

Invitation to Tender for the Construction of Bayamari- Yunusari Road

Yobe  State  Government hereby invites  interested, experienced  and  reputable  Contractors Registered  with  Yobe  State  Works  Registration Board  (Yobe  State Tenders Board) to bid  for the Construction of  Bayamari Yunusari Road (45km).

The Scope of Work

1.       Construction of Engineer’s offices and House Accommodation

2.       Side clearing of either side of the road

3.       Filling for embankment

4.       Provision of pipe culverts

5.       Provision lying of rip-rap

6.       Provision of reinforced concrete lined drain

7.       Provision of Chutes

8.       Stone pitching

9.       Grassing on embankment

10.     Provision and lying of naturally occurring sub base material on carriageway and shoulders

11.     Provision and laying of laterite base material on carriageway and shoulders

12.     Provision and laying of prime coat using MC0 or MC1

13.     Provision and laying of 40mm asphaltic overlay on carriageway

14.     Surface dressing of the shoulders with 100/150 bitumen and 18mm aggregates

15.     Provision and installation of kerbs, km posts, road signs, reflective lane markings

16.     Refurbishment of an existing bridge handrails, pavement, and but straps

Interested contractors requested to collect their Tender Bid Documents from the Directorate of Planning, Research and statistics, Ministry of Works, Abdul Salam Abubakar Way, Damaturu upon payment of non-refundable fees of  N100,000.00 payable to Zenith Bank Damatruru and present  the Bank teller  to the Secretary State Tenders Board, Ministry of  Finance, Damaturu to obtain the  Receipt.

Requirement

  1. Evidence of Registration with corporate Affairs Commission
  2. Evidence of Registration with Yobe State Tenders Board
  3. Three years Tax Clearance
  4. Evidence of Registration with Nigerian Society of Engineers
  5. Evidence of similar job(s) executed in the past and evidence of successful completion
  6. Ability to complete the project within specified period
  7. Company profile which include key staff, their qualification and  experience, equipment  on ground and their  location together with details  address of the  offices  with  functional telephone numbers and  Email address.

Submission of Document

The Tender Document should be packed in a sealed envelop marked “Confidential Tender Bid For the  Construction of  Bayamari- Yunusari Road….” And should  be  submitted on or  before 23rd December, 2010 to:

Honourable Commissioner Ministry of  Works,

Abdusalam  Abubakar Way

Damaturu, Yobe State.

Notwithstanding the submission of tender bids document, the Ministry of Works is not

  1. Committed or obliged to include any company in the exercise or award contract to any contractors or agents or associates.
  1. Will only recognize and correspond with duly authorized officers of the companies through individuals or agents or associates acting on their behalf as duly works registered with Yobe State Tender Board.
  1. Reserves the right to reject in part or whole tender bids package.

All concerned should note.

Signed

Shettima Balube

(Secretary Tenders Board)

For: Honourable Commissioner (MOF)

Provision of Various Goods at Family Health International (FHI)

Invitation for Tender

FHI the Science of Improving Lives

FHI Nigeria is a sub-recipient in the execution of Global Fund (GF) projects in Nigeria. The projects are currently undergoing rapid expansion in the area of health systems strengthening (HSS) and other services, particularly in primary health care (PHC) centres. As part  of the  required  infrastructure development  to further strengthen service deliver  by ensuring proper waste  management, FHI Nigeria hereby invites  interested vendors to tender  for the  provision of locally fabricated  incinerators, which are to be installed at  various  PHC centres in  various  PHC Centres  in specific operational areas in Enugu, Bauchi, Kano, Cross River and Benue States.

Type

  • Medical waste incinerator mainly for incinerating sharps and other little hazardous waste products in a primary health care centre
  • Incinerator that has been locally tested and confirmed environment friendly particularly in developing countries
  • To be sourced and constructed locally

Specification

  • Two chambers primary and secondary
  • Minimum temperature in secondary chamber: 8000C
  • Incineration capacity: Up to 12 kg/hr
  • Venturi panel design modification
  • Flue gas chamber length: 5 metres
  • Fuel type: Dry waste/wood with little or no need for kerosene to ignite

Other considerations

  • Provision of shelter to house the incinerator
  • Provision of waste store to accommodate yet to be incinerated hazardous waste
  • Provision of incinerated bottom ash
  • Safety box deposit hole
  • Fuel store.

Capacity building

  • Provision of capacity building training to the users
  • Provision of on the job training
  • Provision of 6 months’ operating inputs

Pre-qualification Criteria

Interested bidders should furnish

1.       Company profile, including names and contact details of key personnel

2.       Evidence of similar jobs done previously

3.       Evidence of statutory registration with the Corporate Affairs Commission

4.       Evidence of registration with Federal Ministry of Environment to design and install waste disposal facility (WDF)

5.       Evidence of registration with National Environmental Standard, Regulations and Enforcement Agency (NESREA)

6.       Evidence of financial capability such as bank guarantee;

7.       Three (3) years’ tax clearance certificates;

8.       Tax Identification Number (TIN);

9.       Valid, verifiable business address;

10.     Delivery period (days), including the installation of the incinerator  per PHC centre

Method of Application

Bids should be sealed and submitted on or before 17th December  2010 by 5.00pm  to:

Associate Director, Contracts and Grants

Global HIV/AIDS Initiative Nigeria (GHAIN)

Family Health International

GODAB Plaza

Plot 1073-A1, J.S. Tarka Street

Area3,Garki, Abuja.