Procurement of Various Projects at Akwa Ibom State Malaria Control Booster Project

Akwa Ibom State Malaria Control Booster Project (World Bank-Assisted)

Request for Expression of Interest

Date- 15th September 2010

Consultant Services:

1.                          Primary Health Facility, community/kindred, PMV and Community Laboratory listing in Akwa Ibom State

Country:               Nigeria

Project:                 Akwa Ibom State Malaria Control Booster Project

Sector:                  Health

Category:             Consulting Services

Credit No:            4250 UNI

Project ID No:      P097921

This Request of Expression of Interest follows the General Procurement Notice for the Project that appeared in the Development Business No. GNP/002/07 of 9th September, 2006 and 12th February, 2007 and Thisday and Daily Trust Newspapers of 12th February, 2007.

The Federal Government of Nigeria has received $180 Million USD from the international Development Association (IDA) towards the cost of the Malaria Control Booster Project (MCBP). The Federal Government through the Federal Ministry of Finance has lent part of this sum to Akwa Ibom State via a subsidiary agreement. Akwa Ibom State MCBP intends to apply part of the proceeds for the procurement of the services of.

  • A Consulting for Primary Health Facility, community/kindred, PMV and Community Laboratory listing in Akwa Ibom State
  • Scope of Work of Primary Health Facility, community/kindred, PMV and Community Laboratory listing in Akwa Ibom State will include:

The consultant will carry out a listing activity which will form the basis for the implementation of these component. The component comprises two service delivery models, namely: 1) community – Directed intervention (CDI); and 2) Patent medicine vendor (PMV).

In order to plan for and implement these interventions, an accurate and up-to-date census/listing of the following across all of Akwa Ibom State is required:

  • Primary Health facilities (including Health Posts, Primary Health (Clinics, and Primary Health Care centres);
  • Communities /Villages and kindred Groups:
  • PMVs (both registered and unregistered);
  • Community laboratories

Implementation Period

The full listing activity is expected to be completed within one month.

The Akwa Ibom State Malaria Control Booster Project now invites eligible consultant to indicate their interest in providing the services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc). Consultants may associate to enhance their qualifications.

A consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines:   Selection and Employment of Consultants by World Bank Borrowers (May, 2004)

Interested consultants may obtain further information at the address below during office hours 0900 to 1700 Expression of Interest must be delivered to the address below on or before 30th September 2010

The Project Manager,

Akwa Ibom State Malaria Control Booster Project

Ministry of Health,

Block 8, Room 9, Idongesit Nkanga Secretariat Complex.

Uyo.

Tel: 08037927500, 08023176595

Closing date for submission of Expression of Interest is 30th September, 2010

Procurement of Goods at Federal College of Education

Federal College of Education

P. M. B. 1041, Zaria, Kaduna State,

Request for Expression of Interest for Engagement as:

  • External Auditors
  • Security Services Consultants

As provided for in Section 85 (3a) of the Constitution of the Federal Republic of Nigeria, 1999, and by virtue of the provisions of the Principal Act No. 4 of 1986 and No. 6 of 1993 as amended, establishing Federal Colleges of Education, the College shall prepare and submit to the Federal Government a report of its accounts for the year ended 31st December.

Similarly, by virtue of the Act 2005 establishing Bureau for Public Service Reform (BPSR) and the Act establishing Federal College of Education, the College shall provide security for life and property within the College premises by engaging a professionally qualified Security Consultanting Firm for its services.

In view of the above provisions, the College requires the services of a reputable and qualified Audit firm to carry out the statutory audit of the College financial statements and a Security firm to provide security services to the College.

Requirements:

  1. Evidence of incorporation with Corporate Affairs Commission.
  2. Evidence of Tax Clearance Certificate for the last three (3) years (i.e. 2007, 2008 and 2009)
  3. Evidence of VAT Registration and VAT remittance.
  4. Evidence of compliance with the provisions of Pension Reform Act, 2004.
  5. Evidence of qualified personnel (attached copies of relevant qualification)
  6. Evidence of previous similar assignments undertaken.
  7. Evidence of Registration with the Office of the Auditor General for the Federation.
  8. Evidence of practicing license from a recognized Accounting Professional bodies i.e. Institute of Chartered Accountants of Nigeria (ICAN) or Association of National Accountants of Nigeria (ANAN) for Audit Firm.
  9. Certificate of Registration with the Nigerian Security and Civil Defence Corps for the Security Consulting Firm.
  10. Valid License to operate as private Guard/Security Company as provided for by the Private Guard Companies Act (1986) provided by the Federal Ministry of Internal Affairs (Security Firm)
  11. Evidence of renewal of License with the appropriate authorities for the previous four years (security firm)
  12. Three (3) Year Audited Account.
  13. Evidence of Group Personnel Accident/Group Life Insurance.
  14. Clearance by the appropriate authorities to operate as security firm (e.g. Nigeria Police Force and State Security Department)

Submission of Documents:

All interested Firms are requested to submit their Expression of interest documents in TWO separate envelopes, properly sealed and marked either “origin” or “Copy Expression of Interest as External Auditors” or “security consultants” as the case may be. The sealed envelopes should be addressed to:

The Registrar,

Federal College of Education,

P.M.B. 1041,

Zaria.

All submission must be made on or before 28th October, 2010.

Additional information:

This advert shall not be construed as commitment on the part of the College Authorities, nor shall it entitle any firm to make any claims whatsoever, or seek indemnity from the College by virtue of such firm having responded to this advert. All cost incurred shall be to the responding firm’s account.

Signed:

Dr. J. S. Danjuma

Registrar/Secretary to Council

Construction, Rehabilitation, Renovation of Projects at the Office of the Head of the Civil Service of the Federation

Office of the Head of the Civil Service of the Federation

The Presidency, Federal Secretariat Complex, Abuja

Notice of Financial Bid Opening in Respect of Pre-Qualified Companies for Capital Projects under the 2010 Appropriation

Further to our invitation for submission of Tender documents for the Execution of Capital Projects, published in the Daily Trust and Punch Newspapers of July 9, 2010, the Office of the Head of the Civil Service of the Federation wishes to announce that the under-been pre-qualified under the lots listed against their names:

Lot 1- Rehabilitation of Federal Civil Service Club, Abuja

  1. A&K Construction Ltd.
  2. Bekam Nig. Ltd
  3. Blue Bird Energy RES, Ltd
  4. Fromeb Associates Nig. Ltd
  5. Krust Geo-Concept Nig. Ltd.
  6. Mantle Zone Ltd
  7. Stico Global Services Ltd.

Lot 2 – Rehabilitation of Federal Civil Service Club, Ikoyi-Lagos

  1. Civbuild Nile Ltd
  2. Judy Bako Ltd
  3. Olard Business Ltd
  4. Pally Global
  5. S. A.S Nig Ltd
  6. Singafrique Engineering Ltd
  7. Ugbebig Nig Ltd

Lot 3 – Solar Street Lighting at Federal Secretariat Phase II, Abuja

  1. Infracomm Technique Ltd
  2. Judy Bako Ltd
  3. Kenol Nigeria Limited
  4. Naira Net Technologies Ltd
  5. Power Ministers Nig Ltd
  6. Sanfill Nig Ltd
  7. Solar Energy Advanced Systems Ltd.
  8. Solar Force Nig Ltd.

Lot 4 – Servicing & Replacement of Fire Fighting/Preventive Equipment at Federal Secretariat Complex, Phases II & III

  1. Pawa Safety Services Ltd
  2. Towersheid Nig. Ltd

Lot 6 – Total Renovation of Administrative Building, FTC, Lagos

  1. Archimetric Limited
  2. Profeo Global Solution Ltd
  3. Prompt Resources Ltd
  4. Saksal Company Ltd
  5. Tokam Nig. Ltd

Lot 7 – Renovation/Raising of the Classroom Block by One Floor, FTC, Lagos

  1. Patuyi and Co. Ltd
  2. Tokam Nig. Ltd
  3. Ugbebig Nig Ltd

Lot 8 – Renovation/Raising of Assembly Block by One Floor, FTC, Lagos

  1. Bianca ENT. Ltd
  2. Datex Nig, Ltd
  3. Matt Sogi & Co. Ltd
  4. Tokamnk3 Ltd

Lot 9 – Renovation of Staff Quarters, FTC, Kaduna

  1. Amso Investment Ltd
  2. Dolpra Properties
  3. Graham Oshafi Ltd
  4. Mantle Zone Ltd.
  5. Shelter Resources Ltd
  6. X-One Concepts Nig Ltd

Lot 10 – Renovation of Male/Female Hostels, FTC, Kaduna

  1. Ash Global Resources Ltd
  2. Dasuri Nig. Ltd
  3. Funyi Ventures Ltd
  4. Gabs Const Ruction Nig Ltd
  5. Gimp Investment Ltd
  6. Graham Oshafi Ltd
  7. MBS Resources Ltd
  8. Milestone Associates Ltd
  9. Samjrd Nig, Ltd
  10. Shelter Resources Ltd
  11. Superior Construction Co. Ltd

Lot 11 – Construction of New Library Block, FTC, Kaduna

  1. Al-Hakeem Construction and Commercial Co. Ltd
  2. Fromeb Nigeria Ltd
  3. Gabs Construction Nig Ltd
  4. Graham Oshafi Ltd
  5. MBS Resources Ltd
  6. Prompt Resources Ltd
  7. Proticon Nig. Ltd
  8. Samco Link Investment Ltd
  9. Sanfill Nig. Ltd
  10. Shelter Resources Ltd
  11. SSKF + H Ltd
  12. Stam Engineering Co. Nig. Ltd
  13. Sutman Nig. Ltd

Lot 12 – Construction of Borehole with Water Reticulation, FTC, Enugu

  1. A.C. Magnate Investment Ltd
  2. Cemal Investment
  3. Ogormath Global Recourses Ltd
  4. Segom Geotech Ltd

Lot 13 – Renovation of Student Hostel, FTC, Enugu

  1. El-Marled Nig Ltd
  2. Em-Lette Nig. Ltd
  3. Faithmann Nig. Ltd
  4. Felypo Concepts Ltd
  5. Heartians Investment Corp Ltd
  6. Hewett Ltd
  7. Krixol Konsult Nig. Ltd

Lot 14 – Construction of New Library Building, FTC, Enugu

  1. BNP Resources Ltd
  2. Cemal Investment Ltd
  3. Dum & Company
  4. Fromeb Nigeria Ltd
  5. Heartians Invest Corporation Ltd
  6. Jabell Nig Ltd
  7. Maoco ENG Co Nig Ltd
  8. O. C Gravel Brothers Ltd
  9. Rhoades Atlantic Co. Ltd
  10. Tripod Resources Ltd
  11. UNIC & Sons Nig Ltd
  12. Vinecks Services Ltd

Lot 15 – Provision of Standard Borehole with All Facilities, FTC, Maiduguri

  1. ALH Dala Mohammed & Sons Nig Ltd
  2. Capman Global Resources Ltd
  3. Gilgot West Africa Ltd
  4. Iduoko Enterprises (Nig) Ltd
  5. J.I.N Associates Ltd
  6. Segcom Geotech Ltd

Lot 16 – Full Rehabilitation of Male Hostel, FTC, Maiduguri

  1. ALH Dala Mohammed & Sons Nig Ltd
  2. Bellsworth Resources Ltd
  3. Gilgot West Africa Ltd
  4. Kalemox Int’l Nigeria Limited

Lot 17 – Construction of Female Hostel at Permanent Site, FTC, Maiduguri

  1. A.R.H Abedon Ltd
  2. AL-Hakeem Construction & Commercial Co. Ltd
  3. Dora Properties Ltd
  4. Fromeb Nig Limited
  5. Gilgot West Africa Ltd.
  6. Kamba Enterprises Nig Ltd
  7. Samco Link Investment Ltd

Lot 18 – Completion of Ongoing Construction of Classroom Block of Permanent Site, FTC, Maiduguri

  1. Fromeb Nig Ltd
  2. Kamba Enterprises Nig. Ltd

Lot 19 – Construction of One (1) Block of Hostel with Water Reticulation Network, FTC, Calabar

  1. Capman Global Resources Ltd
  2. Doncet Nig Ltd
  3. Fromeb Nig Ltd
  4. Harvest Corporate Ltd
  5. Kubito Tech Serv. Ltd
  6. Maoco Engr. Co. Nig Ltd

Lot 21 – Purchase of Students Chairs and Tables, FTC, Ilorin

  1. Asoas Nig Ltd
  2. Caban Designs
  3. Gin Cool Nig. Ltd
  4. Universal Furniture Ltd

Lot 22- Reconstruction of Dilapidated 2.7 Km Perimeter Fence, Public Service Institute of Nigeria (PSIN), Kubwa-Abuja

  1. Erojim Group of Companies
  2. G.G. Associates Architects
  3. Mantle Zone Ltd
  4. Zups Logistics Nig Ltd

The already submitted financial bids of the companies will be opened on Tuesday, September 21st, 2010, beginning from 10:00 am in the Atiku Abubakar Hall, 1st floor, Block A, Office of the Head of the Civil Service of the Federation, Federal Secretariat, Phase II, Abuja. Pre-qualified companies are by this notice invited to witness the bids opening.

Signed:

Permanent Secretary (CSO)

For Head of the Civil Service of the Federation

Execution of Various Projects at Benin-Owena River Basin Development Authority

Federal Government of Nigeria

Benin-Owena River Basin Development Authority

Obayantor, Benin City

Invitation for Technical and Financial Bids – Phase III

Introduction

The Benin-Owena River Basin Development Authority, a Parastatal of the Federal Ministry of Water Resources, is desirous of executing various projects in the water resources sub-sector. In compliance with the Public Procurement Act, this Authority hereby invites interested Consultants/Contractors/Suppliers to submit Technical and Financial Tenders for the implementation of her Capital Projects in 2010 Budget Appropriation as follows: –

Works:

Lot A1 (III) Provision of Water Drainage at Both Side of Gapiona Avenue

Lot A2 (III) Supply/Installation of Hydropower Turbine at Itapaji Dam, Ikole

LGA, Ekiti State

Lot A3 (III) Iju-Itaogbolu Irrigation Project (Phase II)

Lot A4 (III) Construction of Motorized Boreholes at Erhurhun

Lot A5 (III) Construction of Motorized Borehole at Ileteju Makeke

Lot A6 (III) Construction of Motorized Borehole at Esan Central LGA

Lot A7 (III) Construction of Motorized Borehole at Oba-Akoko (Oba’s Palace),

Akoko South-West LGA

Lot A8 (III) Construction of Motorized Borehole at Ibaka-Oka Akoko, Akoko

South West LGA

Lot A9 (III) Construction of Motorized Borehole at Oke-Afo, Ose LGA, Ondo

State

Lot A10 (III) Construction of Motorized Borehole at Dr. Oluwole Ameyan Street,

Akusa-Agba, Akoko South West Ondo State.

Lot A11 (III) Construction of Motorized Borehole at Ikese, Oka-Akoko, Akoko

South West Ondo State

Lot A12 (III) Construction of Two (2nos.) Motorized Boreholes at Itapaji Ikole

LGA, Ekiti State

Lot A13 (III) Construction of Dam and Irrigation Infrastructures at Erio-Ekiti,

Ekiti State

Lot A14 (III) Construction of Handpump Borehole(S) at Aiyetoro

Lot A15 (III) Construction Handpump Borehole(S) at Ikiran-Oke

Lot A16 (III) Construction of Four (4) Handpump Boreholes at the Following

Locations: Emure-Ekitilga: (i) Ijaloke Grammar School, (ii) Near Sunrise Hotel, (iii)Oke-Emure, (iv) Odo-Emure

Eligibility Criteria:

For Works

  1. Evidence of registration with Corporate Affairs Commission (CAC) by   inclusion of certificate of Incorporation and Article of Association.
  2. Last three (3) years Tax Clearance Certificate.
  3. Detailed Company Profile.
  4. Possession of experience as a Prime Contractor in at least three (3) projects of similar nature and complexity with verifiable letters of contract award and certificates of job completion within the last five (5) years (to comply with this requirement, works quoted should be at least 70% physically completed)
  5. Having liquidity and/or evidence of access to or availability of confirmed credit facilities from a reputable Bank.
  6. For JVs include MOU.
  7. Full accounts details including SORT code.
  8. Evidence of Pension and Social Security Contribution.
  9. Possession of satisfactory Quality Assurance/Quality Control Manual.
  10. Audited Accounts of the Bidders for the last three (3) years duly endorsed by a Firm of Chartered Accountant.
  11. Financial bids should be accompanied with Standard Bid Security or Bank Draft which should be at least 2% of the financial tender sum of N10, 000, 000 .00 (Ten Million Naira) and above.

Non compliance will lead to disqualification.

Bidders are requested to also provide a Sworn Affidavit certifying as follows:

  • The Company is not in receivership, insolvency or Bankruptcy.
  • The Company does not have any Director who has been convicted in any Court in Nigeria and any other Country for Criminal Offence in relation to fraud or   financial impropriety.
  • That no officer of the Authority or BPP is a former or present Director or Shareholder of the Company.
  • That there has been no promise of a gift in any form to any of the Authority, or BPP staff.

Collection of Tender Documents

Qualified Companies shall on application collect (Standard Bidding Documents Technical and Financial), between 9:00a.m and 3:00p.m., Monday, September 13th, 2010 from:

The Procurement Unit,

Benin-Owena River Basin

Development Authority,

KM. 24, Benin/Sapele Road,

P. M. B. 1381, Obayanator, Benin City

Upon the presentation of the evidence of e-payment of the non refundable tender fee of N50, 000.00 for the project Lot A1 (III); N35, 000.00 for LOT A2 (III) -Lot A 1 3 (III) and N10, 000.00 For Lot A14 (III) – Lot A16 (III) in favour of Benin-Owena River Basin Development Authority, to First Bank of Nigeria Plc – Account Number: 3532040000064, Sort Code: 011043535.

Submission of Bids

Completed Technical and Financial Bids (Two sets of hard copy and One Electronic copy in non writable compact disk in Microsoft Office) shall be submitted in two different sealed envelopes and labeled “Technical Bid” or “Financial Bid” and both sealed in a third envelop marked “Project Name” at the top right hand corner and addressed to:

The Managing Director,

Benin-Owena River Basin

Development Authority,

KM. 24, Benin/Sapele Road,

P. M. B. 1381, Obayanator, Benin City

The closing date for the submission for all the project is on or before 12:00noon   Monday, October 4th, 2010.

Technical bids will be opened same day by 1:00p.m at the Benin-Owena   Conference Mall, Obayantor, Benin City.

Only firms whose technical bids fulfill the minimum requirements would have their financial bids considered. All inquiries should be directed to:

The Acting Executive Director

(Operations),

Benin-Owena River Basin

Development Authority,

KM. 24, Benin/Sapele Road,

P. M. B. 1381, Obayanator, Benin City

Tel: 08056154501 and 08023298812

Disclaimer and Conclusion

  • This announcement is published for information purposes only and does not constitute an offer by the Authority to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the Basin to procure concession services.
  • The Basin Authority will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry.
  • The Basin is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning any reason thereof.

Signed:

Managing Director

Execution of Projects at University of Abuja

University of Abuja

(Office of the Registrar)

P M.B. 117, Abuja – Nigeria

Pre-Qualification Notice

A,     Introduction

The University of Abuja invites interested and reputable contractors to apply for pre-qualification for the following proposed works:

S/N Projects Project Number Non Refundable Pre -Qualification/Tender Fees Evidence of Company Turnover per year
1 Construction of College of Health Science Phase I MC/10/04 50.000 400.000.000
2 Construction of  Institute for Legislative Building MC/10/05 30,000 300.000.000
3 Construction of Sultan Meccido Institute for Leadership Building MC/10/06 30,000 300.000.000
4 Construction of Student Hostels MC/10/07 30,000 300.000.000
5 Supply of Vehicles MC/10/08 20.000 50.000.000
6 Rehabilitation of Mini Campus Roads and Drainages MC/10/09 20.000 50.000.000

B.      Pre Qualification Requirement

Bidders are required to submit the following

  1. Evidence of Registration with the Corporate Affairs Commission
  2. Evidence  of Current  Tax  Clearance  (last  three years), VAT Registration and evidence of VAT remittance
  3. Verifiable evidence of having successfully completed similar works in the last test 3 years, names of client location of projects, contract sum with certificate of completion/final payment and photographs.
  4. Evidence of financial capability to handle the job
  5. Company profile with names and qualifications of key technical and administrative personnel to be used.
  6. List of equipment to be used for the work – listed as owned, hired or leased.
  7. Name and addresses of Bankers and their recommendations
  8. A sworn affidavit that no officer of the University is a former or present Director. Shareholder or has any pecuniary interest in the bidder and none of the Directors of the company seeking prequalification has been convicted of any criminal offence. The affidavit is also to confirm that aft information presented in the firms prequalification documents are true and correct in all particulars.
  9. Evidence of compliance with the National Pensions Act as it concerns the company employees
  10. Any other relevant information mat will be helpful in determining the Bidders suitability for the work. Please note that high diligence and care will be required in the filling and completion of the prequalification forms as the University shall authenticate claims by Contractors. Any Contractor that supplies misleading/false information shall be disqualified.

Collection of Documents

Pre-qualification forms shall be made available to interested companies on payment of appropriate fees in the Cash Office – Bursary Department of the University. This Office shall issue receipt(s), copies of which must accompany the submission. Prospective Contractors should collect prequalification forms from the Office of the Director, Physical Development Department of the University during working days from 9 am to 4 pm. Enquiries and clarifications can also be made at this office,

Submission of Documents:

The completed pre-qualification forms and accompanying documents shall be forwarded to the address below in a sealed envelope. The envelope containing the Prequalification documents should be dearly marked on top as “Prequalification Documents For…………………………” indicate the project and the Project Number. The submissions should be addressed and submitted to;

The Registrar

University of Abuja

Main Campus.

Airport Road

FCT, Nigeria.

The prequalification documents shall be submitted not later than 12:00 noon on the 13th of October 2010. The Pre-qualification documents shall be opened in the presence of the prospective Contractors at 2:00 pm on the same day (13th of October 2010) at the Senate Chamber Mini Campus, University Road. Gwagwalada, FCT. Attendance at this opening event is important as the processes in subsequent stages in the exercise shall be announced at the meeting. The names of all successfully prequalified Companies shall be displayed on the Notice Boards of the Central Administration Building, Main Campus University of Abuja.

Participation in the prequalification exercise is not a guarantee for consideration in any subsequent stage. The University reserves the right to suspend or cancel the entire prequalification exercise.

M. B. Modibbo

Registrar.