Appointment of Coordinating/Biometric Consultants for Capacity Building Workshops (MDGs 2013) Projects at National Teachers’ Institute (NTI), Kaduna

National Teachers’ Institute (NTI), Kaduna

Federal Ministry of Science and Technology

9, Kofo Abayomi Street, Victoria Island Lagos.

Appointment of Coordinating/Biometric Consultants for Capacity Building Workshops (MDGs 2013) Projects

The National Teachers’ Institute, Kaduna is in the process of implementing the 2013 MDGs Capacity Building Workshops for 50,000 Primary and Junior Secondary School teachers in about 50 designated centres nationwide. The workshops are scheduled to hold during the Long Vacation (August/September 2013). The essence of the training is to refresh the participants in the innovative techniques of Basic Teaching Methodologies, Classroom Management Techniques, Information and Communication Technology (ICT) and Language Communication Skills.    The workshops will be funded from the Debt Relief Grant and Implemented under the Millennium Development Goals (MDGs) Projects, The National Teachers’ Institute is   by  this  advertisement  inviting  reputable  consulting  firms  to  apply  for prequalification appointment to coordinate some activities during the six-day training workshops in the six geo-political zones.

The Coordinating Consulting firms will be expected to:

  1. Coordinate the provision and distribution of light refreshment to Participants and Resource Persons in each designated training centre in the states within each geo-political zone and
  2. Coordinate the provision and distribution of customized stationery items to Participants and Resource Persons in each designated training centre in the states within each geo-political zone.

The Biometric Consultant will be expected to:

  1. Assist the Institute in creating Data base of participants
  2. Assist the Institute in screening out repeaters
  3. Generate statistics for decision making according to different criteria
  4. Generate Report according to the Format decided by the Institute

Verification Requirements

Interested firms should submit their bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below. Failure to submit any of the underlisted documents may lead to the disqualification of the bid:

  1. Full detail of the Company’s profile
  2. Certificate of Registration with the Corporate Affairs Commission
  3. Tax Clearance Certificate for at least Three years (2010, 2011 & 2012)
  4. Evidence of VAT Registration and Remittance
  5. Evidence of similar job(s) executed in the past (with verifiable addresses)
  6. Organizational structure, available manpower with list of technical staff with their resumes.
  7. List of equipment/Distribution facilities
  8. Evidence of financial capability/Bank Reference and Annual Turn Over of at least N50 Million Duly stamped by the Bank
  9. Company audited accounts over the past three years
  10. Evidence of Registration with Pensions Commission in Compliance with provisions of Section (16 (6) (d) of the Public Procurement Act, 2007 ) PPA 2007).
  11. Payment of non-refundable bidding fee of N30,000.00 (Thirty Thousand Naira only) in Bank Draft payable to the National Teachers’ Institute, Kaduna.
  12. Evidence of payment of Training Contributions to Industrial Training Fund (ITF) in line with Section 6(1) of the amended ITF Act No. 19 of 2011.
  13. Evidence of Compliance with the Employers’ Compensation Act which requires that all employers of Labour must remit 1% of the total annual emolument of their workers to the Nigerian Social Insurance Trust Fund.

Enquiries for additional information should be directed to the address below. Please note that samples of stationery items are available at NTI Headquarters, Kaduna.

Selection Criteria

Consulting firms will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process mechanism.

Bid Presentation

Interested firms are to submit separate prequalification proposal in sealed envelope. The proposal together with the documents earlier listed are to be submitted in sealed envelope and addressed to the Director – General and Chief Executive, National Teachers’ Institute, KM5 Kaduna-Zaria Road, P.M.B. 2191, Kaduna duly marked “COORDINATING OR BIOMETRIC CONSULTANCY”.

The bid should be dropped in the Tender Box in the office of the Registrar. Bidder’s name, address and telephone numbers, should be indicated on the reverse side of the envelope. Bidders are to ensure that they also sign the Submission Register in the Registrar’s office.

Closing Date

All bids must be delivered to the address above not later than 12.00 noon on the 12th August, 2013

Signed

Management

Technical bids for Procurement and Construction at National Teachers’ Institute (NTI), Kaduna

National Teachers’ Institute (NTI), Kaduna

Federal Ministry of Science and Technology

9, Kofo Abayomi Street, Victoria Island Lagos.

The National Teachers’ Institute, (NTI) Kaduna is inviting interested and qualified registered companies to submit Technical bids for the procurement and construction of the under listed:

LOT1:         Procurement of 8nos. Hilux Double Cabin Project Vehicle

LOT 2:        Procurement of I no. Fire Fighting Vehicle

LOT 3:        Construction of NTI Jigawa State Office, Dutse

LOT 4:        Construction of NTI Rivers State Office, Port Harcourt

LOT5:         Reconstruction   of burnt   FOSS   building   Phase   I   at   NTI Headquarters

Pre-Qualification Requirements

Interested firms should submit their bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below. Failure to submit any of the underlisted documents may lead to the disqualification of the bid:

  1. Full-detail of the Company’s profile.
  2. Certificate of Registration with the Corporate Affairs Commission,
  3. Tax Clearance Certificate for at least Three years (2010 2011 & 2012).
  4. Evidence of VAT Registration and Remittance,
  5. Evidence of similar jobs(s) executed in the past (with verifiable addresses),
  6. Organisational structure, available manpower with list of technical staff with their resumes.
  7. List of equipment/Distribution facilities
  8. Evidence of financial capability/Bank Reference and Annual Turn Over of at least N50 Million Duly Stamped by the Bank
  9. Company audited accounts over the past three years
  10. Evidence of Registration with Pensions Commission in Compliance with provisions of Section (16 (6) (d) of the Public Procurement Act, 2007 (PPA 2007).
  11. Payment of non-refundable bidding fee of N30,000.00 (Thirty Thousand Naira only) in Bank Draft payable to the National Teachers’ Institute, Kaduna.
  12. Evidence of payment of Training Contributions to Industrial Training Fund (ITF) in line with Section 6 (1) – (3) of the amended ITF Act. No.19 of 2011.
  13. Evidence of Compliance with the Employer’s Compensation Act which requires that all Employers of Labour must remit 1% of the total annual emolument of their workers to the Nigerian Social Insurance Trust Fund.

Election Criteria

Consulting firms will be selected in accordance with the provisions of the procurement Act 2007 and Due Process mechanism.

Bid Presentation

Interested   firms   are   to   submit   separate   pre-qualification/Technical proposals in sealed envelope.  The proposal together with the documents earlier listed are to be submitted in sealed envelope addressed to the Director-General and Chief Executive, National Teachers’ Institute, KMS Kaduna-Zaria Road, P.M.B. 2191, Kaduna duly marked “TECHNICAL PROPOSAL”. The bid should be dropped in the Tender Box in the office of the Registrar. Bidder’s name, address and telephone numbers, should be indicated on the reverse side of the envelope. Bidders re to ensure that they also sign the Submission Register in the Registrar’s office.

Closing Date

All bids must be delivered to the address above not later than 12.00 noon on the 12th August, 2013

Signed

Management

 

 

 

 

 

Invitation for the Pre-Qualification of the Printing of Training Manuals for Capacity Building For Primary and Junior Secondary School Teachers (MDGS 2013) Projects at National Teachers’ Institute (NTI), Kaduna

National Teachers’ Institute (NTI), Kaduna

Federal Ministry of Science and Technology

9, Kofo Abayomi Street, Victoria Island Lagos.

Invitation for the Pre-Qualification of the Printing of Training Manuals for Capacity Building For Primary and Junior Secondary School Teachers (MDGS 2013) Projects

The National Teachers’ Institute, Kaduna is in the process of implementing the 2013 MDGs Capacity Building Workshops for 50,000 Primary and Junior Secondary School teachers in about 50 designated centres nationwide. The workshops are scheduled to hold during the Long Vacation (August/September 2013).

The essence of the training is to refresh the participants in the innovative techniques of Basic Teaching Methodologies, Classroom Management Techniques, Information and I Communication Technology (ICT) Language Communication Skills and strategies of teaching the four core subjects.

The workshops will be funded from the Debt Relief Grant and Implemented under the Millennium Development Goals (MDGs) Projects. The workshops will be facilitated by selected resource persons using specially designed self-instructional manuals (one on each subject).

The National Teachers’ Institute is by this advertisement inviting reputable printers to tender for:

1.       The pre-qualification for the printing of training manuals and

2.       The production of customized CD Plates for Participants

The printers will be required to meet the standards determined by the Institute in terms of quality of materials and finished products, capacity for timely delivery and adequate facilities to deliver.

The specifications for the manuals and CD Plates are available for collection at the NTI headquarters, Kaduna.

Pre-Qualification Requirements

Interested firms should submit their bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below. Failure to submit any if the under listed documents may lead to the disqualification of the bid:

  1. Full detail of the Company’s profile.
  2. Certificate of Registration with the Corporate Affairs Commission.
  3. Tax Clearance Certificate for at least Three years (2010, 2011 & 2012).
  4. Evidence of VAT Registration and Remittance.
  5. Evidence of similar jobs(s) executed in the past (with verifiable addresses).
  6. Organisational structure, available manpower with list of technical staff with their resumes.
  7. List of equipment/Distribution facilities
  8. Evidence of financial capability/Bank Reference and Annual Turn Over of at least N50 Million Duly Stamped by the Bank
  9. Company audited accounts over the past three years (2010, 2011 & 2012)
  10. Evidence of Registration with Pensions Commission in Compliance with provisions of Section (16 (6) (d) of the Public Procurement Act, 2007 (PPA 2007).
  11. Payment of non-refundable bidding fee of N30, 000.00 (Thirty Thousand Naira only) in Bank Draft payable to the National Teachers’ Institute, Kaduna.
  12. Evidence of payment of Training Contributions to Industrial Training Fund (ITF) in line with Section 6 (1) – (3) of the amended ITF Act. No. 19 of 2011.
  13. Evidence of Compliance with the Employer’s Compensation Act which requires that all Employers of Labour must remit 1% of the total annual emolument of their workers to the Nigerian Social Insurance Trust Fund.

Selection Criteria

Printers will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process mechanism.

Bid Presentation

Interested firms are to submit separate prequalification proposal in sealed envelope. The proposal together with the documents earlier listed are to be submitted in sealed envelope and addressed to the Director – General and Chief Executive, National Teachers’ Institute, KM5 Kaduna-Zaria Road, P.M.B. 2191, Kaduna duly marked “PRINTING OR PRODUCTION OF CD PLATES”.

The bid should be dropped in the Tender Box in the office of the Registrar. Bidder’s name, address and telephone numbers, should be indicated on the reverse side of the envelope. Bidders are to ensure that they also sign the Submission Register in the Registrar’s office.

Closing Date

All bids must be delivered to the address above not later than 12.00 noon on the 12th August, 2013

Signed

Management

 

 

 

 

Invitation for Pre-Qualification and Tender at Federal College of Fisheries and Marine Technology, Lagos

Federal College of Fisheries and Marine Technology, Lagos

Wilmot Point Road, PMB 80063, Victoria Island, Lagos, Nigeria

College E-Mail: info@fcfmt.edu.ng                   Website: www.fcfmt.edu.ng

Invitation for Pre-Qualification and Tender

The Federal College of Fisheries and Marine Technology, Victoria Island, Lagos. A parastatal under the Federal Ministry of Agriculture and Rural Development invites interested, competent and reputable Companies with relevant experience and good track records to tender for the following jobs:-

Lot    FCFMT/ 2013/01 Completion of Extension Auditorium.

Lot    FCFMT/2013/02 Construction of Demonstration Fire Bay.

Lot    FCFMT/2013/03 Construction of Concrete Ponds.

Lot    FCFMT/2013/04 Construction of 10 room Office Block.

Lot    FCFMT/2013/05 Construction of a Lecture Auditorium.

Lot    FCFMT/2013/06 Construction and asphalting of 3 km internal access road

Submission of Tender Requirements

Contractors should submit their Pre-qualification documents in sequential order as listed below:-

  • Company Profile giving details of current activities and Management Structure including evidence of Registration with the Corporate Affairs Commission (CAC).
  • Evidence of Tax Clearance Certificate for the last [3] three years.
  • VAT Registration and evidence of remittances.
  • Financial Capability and names of Bankers.
  • Audited statement of Account of the Company for the last [3] three years.
  • Evidence of similar projects executed within the last three years with proof.
  • Short CVs (2 pages maximum) of the personnel expected to be deployed on the assignment.
  • Evidence of employees’ retirement savings account with registered Pension Fund Administrator.
  • Tax Identification Number (TIN).

All interested contractors are to collect financial bid documents from Procurement Office Room 107, Federal College of Fisheries and Marine Technology on payment of a non-refundable fee of Twenty-five thousand naira (#25,000.00) only in bank draft made to Federal College of Fisheries and Marine Technology, Victoria Island, Lagos.

Submission of Bid Documents

Completed Pre-qualification and Bid documents must be dropped in the bid box    in two separate sealed envelopes marked Pre-qualification Document 2013 FCFMT Projects and Bid Document 2013 FCFMT Projects respectively clearly printed at top left corner of the envelopes not later than 1st August 2013 and addressed to

The Provost,

Federal College of Fisheries & Marine Technology,

Victoria Island,

P.M.B 80063,

Lagos.

Note: Bid submission closes at 2.00pm on the last day of submission.

Signed: Head, Procurement Unit

For: Registrar

Invitation for Prequalification: Provision of Consultancy Services to Manage the Construction Process for an Urban Mass Transit Aerial Cable Car System in Lagos at Ropeways Transport Limited (RTL)

Ropeways

SPECIFIC PROCUREMENT NOTICE

Invitation for Prequalification

Nigeria

Lagos Cable Car Transit (LCCT) Project

Provision of Consultancy Services to Manage the Construction Process for an Urban Mass Transit Aerial Cable Car System in Lagos, Nigeria

Date 4th July 2013

1.       Ropeways Transport Limited (RTL) has applied for a loan from the African Development Bank (AfDB), hereinafter referred to as AfDB, in various currencies towards the cost of the Lagos Cable Car Transit Project which comprises of the Construction of three cable propelled transit lines in Lagos, Nigeria and intends to apply a portion of the proceeds of this loan to eligible payments under the contract for which this Invitation for Pre­qualification is issued.

2.       Doppelmayr Seilbahnen GmbH has been appointed as RTL’s technology provider. The Project comprises of:

  • Three (3) transit lines from Apapa to Adeniji Adele via Oluwole; Ijora (7Up) to Adeniji Adele via Iddo; Adeniji Adele to Victoria island via Obalende and Falomo with stations at each of these locations;
  • Sub structure works – piling and tower bases and foundations for the sta­tions;
  • Superstructure works – construction of three (3) concrete towers (150m -180m high) and erection of eleven (11) steel towers;
  • Detailed design and construction of eight (8) stations;
  • Detailed design and installation of M&E works, and
  • All associated infrastructure works.

 

RTL intends to prequalify firms for the provision of Consultancy Services to Manage the Construction Process in respect of the project. The Consultant will take full corpo­rate responsibility and provide adequate insurance cover for the activities in order to guarantee that the project will be completed on-time and at a fixed price.

3.       Interested eligible applicants may obtain further information from and inspect the Prequalification Document at the RTL Head Office (address below) between 10:00 am and 4:00p.m during normal working days. A complete set of the Prequalification Documents in English may be purchased by interested applicants through the submission of a written application to the address below, and upon pay­ment of a non-refundable fee of N82.000 or US$500. The method of payment will be by Bank draft or Managers Cheque drawn in favour of Ropeways Transport Limited.

 

4.       Prequalification will be conducted through prequalification procedures specified in AfDB’s ‘Rules and Procedures for Procurement of Goods and Works’, and is open to all bidders from eligible source countries, as defined in the ‘Rule’.

 

5.       Interested parties should provide evidence of having carried-out similar assignments in the last 5 years with a minimum turnover in the last 12 months of Thirty Billion Naira (N30b) and stating the following details:

 

  • Name of Project/facility,
  • Brief description.
  • Clients,
  • Scope and nature of work carried out,
  • Contract value and duration.
  • Contact name and address of a referee in project.

 

6.       Applications for Prequalification should be submitted in sealed envelopes, delivered to the address below by 17th July 2013, and be clearly marked: “Application to Pre-qualify for Lagos Cable Car Transit Project (Construction Management) Con­tract Number LCCT/7/2013”

 

Ropeways Transport Limited,

Id. Oba Elegushi Road,

Ikoyi, Lagos,

Nigeria.

Tel: +234(0) 18447797

Email: rtl@ropewaystransport.com

Attn: Captain Dapo Olumide

 

7.       It is expected that Invitations for Bid (IFB) will be made in July 2013. Applicants will be advised, in due course, of the results of their applications. Only firms and joint ven­tures prequalified under this procedure will be invited to bid.