Construction of Projects at Bukar Abba Ibrahim University, Damaturu

Invitation for Pre-Qualification

Of Contractors for Year 2010

E.T.F Projects

The Bukar Abba Ibrahim University, Damaturu plans to execute the following projects under the Year 2010 E.T F Intervention Projects

LOT1

Construction of Academic Staff Offices for Faculty of Education including external landscaping.

LOT 2

Construction of Law Library with Moot Court for Faculty of Law including external landscaping.

LOT 3

Procurement of Moot Furniture and Law Library Book shelves

LOT 4.

Complete Furnishing of Classrooms and Faculty of Education Offices.

LOT 5.

Procurement of Law Books and Journals Interested and competent contractors with Experience in the similar project are requested to submit pre-qualification arranged in the following order for consideration.

(a)     Evidence of Registration and Incorporation of company by Corporate Affairs Commission (GAG).

(b)     Company Income Tax Certificate for The last three years (CTC).

(c)      Evidence of Registration with the University in the relevant category.

(d)     Company Audited Accounts for the last two years (CAA)

(e)      List of key staff with evidence of proficiency and experience.

(f)      Evidence of Financial Capacity and Banking Support.

(g)     Verifiable list of similar works successfully completed in the last two(2) years with names of clients, evidence of award and completion.

(h)     Equipment and Technological Capacity.

(I)      VAT Registration and evidence of VAT Remittance.

(j)      Evidence of Community and Social Responsibility (CSR).

All documents should be submitted to the Registrar, Bukar Abba Ibrahim University, Damaturu in an envelope/ marked 2010 ETF PROJECTS to reach him on or before 23rd November 2010. Please note that this is not an invitation to tender and only successful applicants will be invited to tender. The University does not go into correspondence on account of unsuccessful applications.

Signed;

Hajia Fatsuma D. Mohammed

Acting Registrar

BUKAR ABBA IBRAHIM UNIVERSITY

(Office of the Registrar)

Km 7, Gujba Road, PMB 1144 Damaturu, Yobe State

Consultancy Services for Folk Drama at Benue State Community and Social Development Agency

Government of Benue State of Nigeria Benue State

Community and Social Development Agency (BNCSDAL)

Consultancy Services for Folk Drama

Credit Number: 4496 UNI

Notice of Expression of Interest

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) and intends to apply parts of the proceeds of this credit to payments under the contract for consultancy services for Community Folk Drama. The overall objective of the drama is to enhance behavioural change as key components towards the successful implementation of the project at the community level in the fourteen local government areas in Benue State. The drama is to broadly assist in building capacity, continuous sensitization and offering entertainment while imparting knowledge on practices of the Community Driven Development (CDD) as it is being implemented in the project.

The consultant is expected to stage the drama involving community members in every local government areas to facilitate the acceptance of participatory processes in:

  1. Ownership
  2. Participation

Objectives of The Drama,

CSDP intends to propagate the concept of the CDD to the grass root Populace of Benue State via dramatization. The folk dram aims at

  1. Laying the basic foundations of ownership and sustainability of projects by rural communities
  2. Imparting the concept of participation and inclusiveness
  3. Advantages of probity and accountability in transacting business etc.

Methodology

Engage a drama/cultural consultant through competitive selection after bidding that will organize an hour dramatization on the concepts of ownership, accountability and participation. The drama will first be staged at the State Agency (SA) before moving to the local government areas.

The drama should posses the following qualities:

  1. A It must be presented in English, Tiv and idoma
  2. There must not be scenes of immorality.
  3. It must also refrain from any libelous act, suggestion or statement.
  4. It must be fictitious and have no bearing to people either dead or alive.
  5. It should identify with the cultural norms and affiliations of rural Benue
  6. It should be devoid of political connotations.
  7. It should be staged on days that villagers will be able to attend

Skills Requirement

The folk drama is expected to be carried out by a consultancy firm with personnel possessing requisite qualification and experience in itinerant plays of both stage and broadcast.

The consultant should understand the socio-economic and psychology of the rural people and be able to disseminate prime- messages to the audience to so as to bring about desired behavioural change,

DURATION: The Stage Folk drama is expected to last for two months. This period also include delivery of the task work and reports. After this period. the Agency will continue with video presentations.

REPORTING SCHEDULES: The consultant is expected to prepare and submit reports and scripts with accompanying audio, video and other visual materials as well as album of still photographs. All reports and materials should be submitted Agency (CDSA).

SELECTION METHOD

Consultant Qualification:

The General Manager,

Benue State Community and Social

Development Agency.

State Agency Office

No 30 Kashim Ibrahim Road, Old GRA

PMB 102136,

Makurdi, Benue State

E-mail: Benue_csda@yahoo.com

On or before 23rd November, 2010 

Construction of Potable Water Supply Facilities at the Education Sector Support Programme in Nigeria (ESSPIN)

Publication Notice for Prequalification of Bidders for the Esspin/Darl-Hab Schools Water Supply Project Phase II

1.0     Preamble

The Education Sector Support Programme in Nigeria (ESSPIN), a DFID funded programme, is working alongside the Universal Basic Education Boards (SUBEBs), and State Rural Water Supply and Sanitation Agencies (RUWASAs) in six States of Jigawa, Kaduna, Kano, Kwara, Lagos and Enugu in collaboration with DarlHab Nigeria Limited; working as a water Supply Management Consultants, to bring about systemic change in the governance of public services in Nigeria. The Programme is assisting the aforementioned States to improve the delivery of education services to priinary and junior secondary schools (JSS).

This Prequalification is necessary to achieve selection of suitable private sector service providers with the appropriate technical capability in terms of professional personnel, equipment and financial ability required for the specialized services in the contract works as designed. It will also ensure that invitations to bid are extended only to those who have adequate capabilities and resources.

Accordingly, the RUWASAs and SUBEBs hereby invite interested and reputable contractors to apply for pre-qualification in order to be considered for Construction of Potable Water Supply Facilities in selected schools in the above mentioned states as follows;

2.0     Areas for Prequalification

(a)     Construction of (motorized) boreholes installed with pumps, Overhead tanks, gen. sets, standpipes and other accessories in 26 primary/JSS in Lagos State.

(b)     Construction of boreholes equipped with Hand-pumps or Gen sets or with solar power panels, submersible pumps, Stand-pipes and other accessories in 40 Primary /JS schools in Jigawa State.

(c)      Construction of boreholes equipped with Hand-pumps or Gen sets or with solar power panels, submersible pumps, standpipes and other accessories in 40 Primary/JS schools in Kano State.

(d)     Construction of boreholes equipped with Hand-pumps or Gen sets or solar power panels, submersible pumps, standpipes and other accessories in 40 Primary/JS schools in Kaduna State.

(e)      Construction of Hand-pump boreholes in 40 primary/JSS schools in Kwara Stale.

(f)      Construction of motorized boreholes equipped with gen sets, overhead tanks, stand pipes and other accessories in 10 primary/JSS schools in Enugu State, etc

3.0     Pre-qualification Requirements

Prequalification shall be based entirely upon the technical capability

experience of past performances on similar contracts and financial resources of prospective bidders to perform the contract satisfactorily. Below are the statements of the requirements for the pre-qualification which should be contained in the prospective bidders company Submissions or profiles;

  • Evidence of registration with Corporate Affairs Commission (CAC);
  • Record of last three years Audited Accounts;
  • Copies of the last three years tax clearance certificates of company viz: 2007,2008 and 2009
  • Evidence of Financial capability and Banking support
  • Details (CVs) of experiences of key Technical/Professional Personnel
  • List of verifiable equipment, vehicles and other relevant technical capability for the work
  • Statement of exclusivity and availability
  • Evidence of VAT registration and VAT remittances in the last 2 years, viz- 2008, 2009
  • Evidence of registration with relevant professional bodies: COMEG, COREN, NAH, MNGS, etc.
  • Record of previous experiences in similar jobs executed in the last 3 years with their locations, date, costs and names of clients
  • Any other information that can enhance qualification of the organization

All such applicants that meet the specified technical criteria shall be allowed to bid. As soon as prequalification is complete, the bidding documents shall be made available to the qualified prospective bidders who will be expected to submit financial bids.

Verification of the information provided in the submission for prequalification shall be confirmed before the award of contract.

Award may be denied to a bidder that is judged to no longer have the capability or resources to successfully perform the contract. The closing date for submission is on or before 30th November 2010 by 12:00 noon.

4.0     Submission of Pre-Qualification Documents

All pre-qualification documents should be enclosed in a sealed envelope comprising of paper copies marked “Confidential” ESSPIN/DARLHAB WATER SUPPLY PROJECTS 2010 and must be returned to each of the States of interest at the addresses below:

The Managing Director

Jigawa State Rural Water Supply &

Sanitation Agency

Shuwarin Town

Dutse-Kiyawa Road

P.M.B. 7121, Dutse

Jigawa State, Nigeria

The General Manager

Kwara State Rural Water Supply &

Sanitation Agency

Old Jebba Road, Zango,

Opp. Okin Filling Station

P.M.B, 1564, Ilorin,

Kwara State, Nigeria

The Managing Director

Kano State Rural Water Supply &

Sanitation Agency

No 1 Ibrahim Taiwo Road,

P.M.B, 3368, Kano,

Kano State, Nigeria

The Project Manager

Kaduna Stale Rural Water Supply &

Sanitation Agency

No l Ali Akilu Road,

Kaduna

Kaduna State, Nigeria

The Chairman

Lagos State Universal Basic

Education Board

Maryland Schools Complex,

P.M.B. 21676, Ikeja,

Lagos State, Nigeria

The Project Manager,

Enugu State  Rural Water Supply &

Sanitation Agency, Enugu

Enugu State, Nigeria

5.0     General Information

  • The closing date for submission of the tender shall be 21 days from the date of publication, of this advertisement in 4 National daily newspapers; Guardian, Daily Trust and Punch,
  • Failure to provide all the listed documents or information may automatically disqualify the company from taking part in the exercise.
  • Notwithstanding the submission of requested information, the State RUWASAs/SUBEBs/DARLHAB is neither commuted nor obligated to include any company in the prequalification/bidding process or any bid lists or award any form of contract to any company and/or associated companies or its agents,
  • This notice and the ensuing pre-qualification process neither creates any   commitment by ESSPIN nor the RUWASAs/SUBEBs/DARLHAB  or  establishes any legal relationship with ESSPIN OR RUWASA/ SUBEB / DARLHAB
  • All costs incurred as a result of this Pre-qualification invitation and any subsequent requests for information shall be at the expense of the responding company.
  • Submission of prequalification documents should be made to the state of interest.
  • Documents submitted in states other than state of interest for the   prequalification shall not be considered.
  • Late submissions of the pre-qualification documents and any other listed information will not be accepted.
  • Each interested company should visit the State SUBEBs/RUWASSAs office of its interest and get the detailed prequalification criteria, evaluation process and any other information that can facilitate its expression of interest (EOI) in the Project.

Signed:

A

Design of the Permanent Administrative and Laboratories/Workshop Buildings at National Centre for Hydropower Research and Development (Energy Commission of Nigeria)

National Centre for Hydropower Research and Development

(Energy Commission of Nigeria)

Invitation for Pre-Qualification of Consultants

  • A. Introduction

    The national Centre for Hydropower Research and Development (NACHRED) invites interested and credible companies to apply for pre-qualifications as consultants.

    1. B. Projects

    Design of the Permanent Administrative and Laboratories/Workshop Buildings

    1. C. Consultants

    Consultants are required for the

    I.            Structural Civil Engineering

    II.            Electrical/Mechanical Engineering and

    III.            Quantity Surveying

    • D. Processing Fee

      Interested consultants are to pay a processing fee of N20, 000.00 Draft are to be made payable to the National Centre for Hydropower Research and Development and attached to the pre-qualification documents.

      • E. Submission

        All Submissions in sealed envelopes should be delivered to:

        The Administrative Secretary

        Research and Development

        University of Ilorin

        P.M.B. 1515, Ilorin

        Not later than 23rd November, 2010.

        The envelopes should be clearly marked at the right hand corner with the name of the project

        N.B

        I.    This is not Invitation to Tender.

        II.  The Centre reserves the right to reject any or all the pre-qualification packages and;

        III.   Failure to comply with any of the instruction above or to provide any of the listed documents may automatically result in disqualification.

        Signed

        Mrs. Y. F. Adeoye

        Admin. Secretary

        Rehabilitation of the Access Road at Nigerian Ports Authority

        Nigerian Ports Authority
        Public Notice No. 3768

        Invitation to Tender for the Rehabilitation of the
        Access Road to Kirikiri Lighter Terminal I, Apapa, Lagos

        Introduction:
        The Management of Nigerian Ports Authority (NPA) hereby invites interested and competent contractors with relevant experience to tender for the rehabilitation of the access road to Kirikiri Lighter Terminal I, Apapa, Lagos.

        Scope of Work:
        The scope of work includes, but not limited to the following:
        1.    General items.
        2.    Earthworks.
        3.    Pavement works.
        4.    Drainage & Miscellaneous works.

        Tender Requirements:
        Interested companies are required to submit three (3) copies each of their Technical and Financial Bids in the order specified hereunder.
        1.    Evidence of registration with Corporate Affairs Commission (CAC), Copies of Certificate of Incorporation and Articles of Association should be submitted.
        2.    Evidence of compliance with the Pension Reform Act, 2004.
        3.    Evidence of audited accounts and tax clearance Certificate for the past three (3) years (2007- 2009).
        4.    Evidence of VAT registration and past VAT remittances (2007-2009).
        5.    Evidence of payment of non-refundable fee for collection of bid document.
        6.    All relevant information concerning physical addresses, Telephone, Fax, E-mail of the Company and its Representative.
        7.    All tenders should be accompanied with a 2% bid bond.
        8.    Company’s general structure and organization, including the branch dedicated to such activities.
        9.    Proof of available office, facilities, Plants and Equipment.
        10.    Technical expertise/resume of key personnel to be involved in the project execution with their professional Registration.
        11.    Details of relevant Verifiable experience of similar past projects. Please attach copies of transaction documents.

        Collection of tender Documents:
        Tender documents will be collected from the office of the General Manager, Engineering (Maintenance), Room 227, 2nd Floor, NPA Headquarters, 26/29 Marina, Lagos on evidence of payment of non-refundable fee of N25, 000.00 (Twenty Five Thousand Naira) only, payable in favour of Nigerian Ports Authority at its cash office, Lagos.

        Submission of Tender Documents:
        Three copies each of Technical and Financial proposals must be Separately submitted in sealed envelopes, placed in a single bigger envelope, addressed to the
        “Secretary to the Board” Nigerian Ports Authority and clearly marked, “Tender for the Rehabilitation of the Access road to Kirikiri Lighter Terminal I, Apapa, Lagos” specifying Public Notice Number above and dropped into the Tender Box located on the 6th Floor of the Nigerian Ports Authority, Corporate                        Headquarters, 26/28 Marina, Lagos, on or before 2nd December, 2010. All bids will be opened the next working day at 11:00a.m in the conference room, NPA Annex building at No. 1, Joseph Street, Off Marina, Lagos, in the presence of all bidders or their representatives.

        Please Note:
        Management is not bound to accept any tender. For further enquiry, please e-mail: projectinfo@nigerianports.org.

        Signed:
        Management
        Nigerian Ports Authority