Supply and Installation of Teaching and Research Equipments at University of Port Harcourt

University of Port Harcourt

Choba, Nigeria

Pre-Qualification/Short-Listing Exercise

1.      Introduction

The University of Port Harcourt invites interested and reputable contractors/Consultants to apply for pre-qualification/short-listing for various ETF projects:

S/N Projects Non-refundable Pre-qualification fees(N)
1 Supply and Installation of Teaching and Research Equipment for the Faculty of Dentistry 100,000.00

2 Supply and Installation of Teaching and Research Equipment for the Science institute (Central Instruments Laboratory) 100,000.00
3 Consultancy Services (Architecture, Structural Engineering, Mechanical/ Electrical Engineering, Quantity Surveyors) NIL

Requirements:

Interested contractors/Consultants must submit the following:

  1. Evidence of professional registration of the firm with the
  2. appropriate professional bodies (where applicable);
  3. Evidence of registration with the Corporate Affairs Commission;
  4. Current Tax Clearance and VAT Certificates;
  5. Verifiable list of jobs successfully handled, stating the value in each case;
  6. Company profile and organizational structure including names and resume of key staff with genuine reachable addresses and phone numbers;
  7. Name and address of banker(s) including a letter of reference from the bank(s).

3.      Collection of Form

The pre-qualification/short-listing forms are to be collected in the office of the Director, Department of Physical Planning and Development Permanent Site.

4.      Submission of Documents

Completed forms and documents must be returned in two (2) copies in wax-sealed envelopes, marked:

(a)     “Pre-qualification for (relevant project)”

(b)     “Consultancy (relevant profession)”,   e.g.   “Consultancy (Architectural)”, and hand delivered to:

The Registrar

University of Port Harcourt

P.M.B.5323

Port Harcourt

Deadline for the submission of documents is 12 noon, 10th August 2010. The submitted documents will be opened on the same day at 1.00p.m, in the Conference Room of the University, in the presence of all bidders who should attend personally or send an accredited representative(s).

Signed:

M.N. Onyige

Registrar

CONSTRUCTION OF HEALTH FACILITIES at Benue State Health Systems Development.

Invitation for Bids

Benue State Government

Benue State Health Systems Development

Project 11

CONSTRUCTION OF HEALTH FACILITIES

IFB No. BN/HSDP 11/NCB/WKS/02/10

Credit No: 4522-NG 2th July 2010

  1. This invitation for bids follows the General Procurement Notice for this Project that appeared in the Development Business issue No.637 and Daily Trust newspaper of Nigeria July 3, 2009
  2. The Government of the Federal Republic of Nigeria has received a credit from the international Development Association (IDA) toward the cost of Benue State health System Development Project-11, and it intends to apply part of the proceeds of this credit to eligible payments under the Health System Development Project 11 contract for construction of Auditorium block Laboratory block, Library block. A block two classroom and V.I.P. Latrine in the School of health Technology, Agasha and new PHC main Clinic and Two bedroom duplex staff quarters at Idelle in Oju LGA.
  3. The Benue State Health Systems Development Project (HSDP) now invites sealed bids from eligible and qualified bidders to carry out the Construction of Auditorium block, Laboratory block, Library block, Two classroom block. V.I.P. Latrine and new PHC main Clinic and Two bedroom duplex staff quarters at same clinic at Idelle in Oju LGA as detailed as below;

Lot No. Contract Description                        Location                  Bid Security

Lot 1      Construction of Auditorium block      Agasha                     2% of bid security

Lot 2      Construction of Laboratory block       Agasha                     2% of bid security

Lot 3      Construction of Library block             Agasha                     2% of bid security

Lot 4      Construction of 1 block of two            Agasha                     2% of bid security

Classrooms and 1 no. V.I.P. Latrine

Lot 5      Construction of 1 No. PHC Clinic      Anwu Idelle, Oju      2% of bid security

Lot 6      Construction of I No, 2bedroom         Anwu Idelle, Oju      2% of bid security

duplex staff quarter and Generator House

  • Bidders may quote for one or more complete lots, as bids will be evaluated and awarded on a lot by lot basis. Bids for part of a lot will be considered non responsive and will be rejected.
  1. Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and are open to all bidders from Eligible Source Countries as defined in the Bidding Documents.
  2. Interested eligible bidders may obtain further information from Benue State Health System Development Project and inspect the bidding documents at the address given below from 27th July 2010 between 8.00am to 4.00pm, Monday to Friday excluding Public holidays.
  3. A complete set of Bidding Documents in English language may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of Fifteen Thousand Naira (15,000.00) or its equivalent in any freely convertible currency for the first lot and Ten Thousand Naira (10,000.00) or its equivalent in any freely convertible currency each additional Lot. The method of payment will be by cash or bank draft in favor of BENUE STATE HEALTH SYSTEMS DEVELOPMENT PROJECT (HSDP). The document will be collected by bidder’s representative or sent by courier services on request with the appropriate cost of mailing included.
  4. Bids must be delivered to the address below at or before 11:00 a.m. on 9th September, 2010. Electronic bidding shall not be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address below at 11:00 a.m. on 9th September, 2010.
  5. All bids shall be accompanied by a Bid Security of the amount stated in the table above or an equivalent amount in a freely convertible currency.
  6. The address referred to above is:

The Project Manager,

Benue State Health System Development Project (HSDP)

Project Implementation Unit (PIU)

Ministry of Health

State Secretariat

Makurdi

Signed

G. I. AMEH

Project Manager

Telephone: +2348062544461, +2348065599194

Electronic mail address: gab­_ameh@yahoo.com

Execution of Projects

Tsanyawa Local Government Council

Kano State

Invitation for Pre Qualification and

Tender Notice In Respect of Various Developments

Project under Its 2010 Budget

In its effort to enhance the standard of its people, Tsanyawa Local Government, Kano State wishes to undertake suitable development projects as contained in 2010 approved budget.

This is to invite suitable qualified contractors or companies for pre-qualification to tender for the following projects/works as below

Scope of Works

Establishment of Vocational Centre at Tsanyawa town

Electrification at Rage Yankare, Kwarwa, Zango Yankanawa Kwari, Masaurari, Zakawa Rigar Are, S/Kwari, Kurfi, Saida, Nasarawa Yanchibi, Yanganau Gawuka U/Bugaje Taura, R/Kantu, Babbanhaske, Zarogi, Gamara, T/Wada Chinama, Garun Daddarwa Jabar Manawa, Birisawa Kwardagwalle, Kaho Yankanawa, Jigilawa, K/Gawo, asayaya, Rigar Barde & Santar Nasara.

3.      Extension of Electrification at, Gurun, Zinda-Zinda-Dantudu, Bargajelle-Yannawasa. Tamburawa-Kwardagwalle. Kwaski-T/Zago, Yammamman-Yankuzo, Harbu-Banawa, Birisawa-Nasarawa. Matsiga-Dorayi, Kuririya-Dagezo, Yargwanda-S/Gari, U/Zanko-Kafeyau-Tatsan Gabas & Yamma & Unguwar Zango-D/Kofa,

4.      Establishment of street light at Tsanyawa Town

5.      Wall fencing of Cattle Market at Dumbulum town.

6.      Rehabilitation of feeder roads at Yanganau, Masararta-U/Dogo Tsanyawa-Yanganau, Sorodaya-Yan-Awaki, Yargwanda-Daddarawa, Kwandawa-Yancibi, Dumbulum –S/Komau, Danzabua-Farssa, Danzabuwa-Cinama, Nasarawa-Gurum, Harbau-Baujawa, Rage-K/Gawo, B /Haske-Dumbulum, Saida-Jigilawa, S/Santa-Kuririya, Sorodaya-D/Kafa, Kwarwa-Zango-Dunbulum, T/Jari-Kokai, Tsanyawa-Zango Kokai, Dumbulum- Umbawa, Yammamman-Daddarawa-Danisa, Yammamman-Kokai Kwaski-Kabagiwa.

7.      Construction of tarred road at Tsanyawa-Guru & Tugu-Yankamaye C/Gari.

8. Construction of drift at Yansoya, Kuririya-U/Zanko, Gazarki-Salihawa, Yanganau U/Liman, Sauya, Yanroma, Yanmalar Fulani-Yanmalar Makera, Yamma, Yanawaki, Zinda-Zinda, Asayya Daddarawa-K/Gawo.

9.      Rehabilitation of Kokai, Tatsan Yamma Drift & Yankamaye C/Gari

10.    Construction of class room block at, Gurun, Yangwanda, zango Harbau cikin Ganrinta, Tashiyar Malamai. Yanganau, Dumbulum, Yammamman, Kabagiwa, Tsauni BK, Baujawa, Jigilawa, Kokai, Jabar, Yankamaye C/Garin, Tsanyawa Central & Madaurari.

11.    Construction of 20 No. of lslamiyya School

12. Extension and upgrading of Tsanyawa Health Centre to General Hospital.

13.    Purchase of Hospital equipment.

14.    Establishment of computer center at Tsanyawa town.

15.    Drilling of mechanized boreholes at Harbau C/Gari

16.    Drilling of fourth (40) No. of hand pumps at nine (9) wards in the Local Government

17.    Construction of earth dams at T/Garin Yankamaye, Nasarawa Gurun.

18.    Construction of drainage at Dumbulum, Kokai Yancibi, Kwandawa, Kwaski, Jigilawa, Sorodaya, Yanawaki C/Gari,  Yammamman & Yankamaye.

19.    Construction of Friday Prayer Mosque at S/Garin, Yancibi, Harbau C.Gari Yartuda & T/garin Yarcibi.

20.    Purchase of official vehicles.

(a) Toyota 1

(b) Kia Rio 1

21.    Rehabilitation of Traditional House

(a) District Head House

(b) Yankamaye Village House

Per- Qualification Criteria

  1. Evidence of incorporation with corporate affairs commission
  2. Registration with state work’s registration board in relevant category
  3. Company’s audited account for three (3) years
  4. Evidence of Tax clearance for three (3) years
  5. Evidence of financial capability and or banking support
  6. Experience and technical qualification of key personnel
  7. Records for previous projects executed and evidence of knowledge of the industry.
  8. Equipment plant and technology capability,
  9. Annual turn over
  10. VAT registration and evidence of past VAT remittances
  11. Local resources utilization
  12. Community and social responsibility rapport
  13. Any additional important information that may enhance the chance of the company for the Award of contract

3.      Submission of Pre-Qualification Document

All eligible contractors or companies should forward their pre-qualification document to the office of Director Personnel Management (DPM) Tsanyawa Local Government Kano State in a sealed envelope marked construction/supply of (name of contract) to reach him on or before 10th August 2010.

4.      Important Information

This advertisement for pre-qualification shall not be considered as contract award nor it entitle any contractor to make any claim and or seek an indemnity what so ever from the Local Government by virtue of having responded to this advertisement.

Signed:

Sulaiman Muhammed

Chairman

Residence Due Process Team

Design, Supply, Commission, Operate and Maintain a Comprehensive POB System at Department of Petroleum Resources

Department of Petroleum Resources

7, Kofo Abayomi Street, Victoria Island, Lagos

Invitation for Pre-Qualification of Technical Competence and Financial Bids for the Provision of Personnel on Board/Personnel Account Ability System

The Department of Petroleum Resources invites interested parties to pre-qualify and bid for the provision of Personnel on board (POB) system.

Scope of Works

As part of the DPR’s efforts to further enhance its regulatory functions the Department is desirous to appoint a qualified and competent contractor to design, supply, commission, operate and maintain a comprehensive POB system. This ‘stand-alone’ system will be built around a single database that will provide DPR and operators/contractors with:

  • Real time verification of the identity of all persons embarking on air and marine transportation to swamp and offshore platforms and locations;
  • Real time verification of the medical and safety training records of all offshore bound personnel;
  • Assurance that all personnel working offshore Nigeria adhere to existing medical and, health and safety regulations with respect to training, competency mix on each installation, working time spent offshore etc;
  • Assurance that offshore workers have the right complement of skills & competencies required to ensure that the health and safety of such personnel at offshore locations are not compromised;
  • Verifiable Information of the location of personnel working offshore for emergency planning purposes.

DPR requires a fully integrated ‘stand-alone’ system that would verify the identity as well as the health and safety training and medical status of every person working in the offshore Industry. Such a system would be deployed for use at every point of embarkation/disembarkation of aerial and marine transportation to offshore locations.

Location of Project

The system would be built around a central, secure repository and would involve the deployment of point-of-boarding verification terminals/equipment at all heliports, airports and jetties used for the transportation of personnel to offshore locations and shall be used for all aircrafts including fixed and rotary wing aircrafts and marine.

Requirements

Interested companies who wish to provide the service are required to submit their profile, which must include the following documents:

  • Bid proposal detailing understanding of the scope of work, detailed capability and methodology to meet project requirements;
  • Evidence of incorporation of the company with the Corporate Affairs Commission;
  • Detailed evidence of previous experience of key personnel
  • Evidence of Tax clearance and VAT registration for the past 3 years;
  • Audited accounts for the past three (3) years;
  • Evidence of relevant DPR registration;
  • Evidence of paying tender/bid processing fees in the sum of NGN250.000 payable in bank draft to Department of Petroleum Resources;
  • Evidence of financial capability and/or banking or other funding support (for pre-qualification);
  • Previous relevant work done by the company that confirms its ability to design, supply and operate industry-wide, multiuser POB system in support of offshore operations. This should include all such work carried out over the past 9 years;
  • Community Affairs, Health, Safety and Security plan;
  • In case of a Joint Venture or Consortium, provide a copy of JV/Consortium agreement or Memorandum of Understanding and profile of all JV/Consortium partners

Nigerian Content

Company should:

  1. Demonstrate that the entity is a wholly owned Nigerian company or in genuine partnership with a foreign company and not a commission agent.
  2. Provide a verifiable local plan through employment and sub-contracting plan for Nigerians.

Method of Application

All proposals must be submitted in sealed envelopes containing one (1) original and five (5) copies, bound in suitable indexed folders. Envelopes must be clearly marked “Proposal for the Provision of Stand- Alone Personnel on Board (POB) System

Deadline for Submission

Proposals shall be submitted not later than Thursday 5th August 2010 to the office of the Director. Department of Petroleum Resources, 7 Kofo Abayomi Street, Victoria Island, Lagos.

The bid opening ceremony will be held 11.00 hours on Friday 6th August 2010 in the conference room of the DPR Headquarters office (9th floor). Lagos

Disclaimer

This invitation to submit a proposal shall not entitle the tenderer to make any claims whatsoever and/or seek indemnity from the DPR or Ministry of Petroleum Resources by virtue of having responded to this invitation.

Signed

Management

Design and Construction of Projects at FCTA

Office of the Secretary Transportation Secretariat

Federal Capital Territory Administration

P. M. B 24 Garki – Nigeria. Tel: +234-&-672-4360

Expression of Interest for the Design, Development and Operation of Transportation Related Facilities and Provision of Services through Public-Private Partnership (Ppp) In the Federal Capital Territory

The federal Capital Territory Administration (FCTA) through the Transportation competent and interested firms to express interest for the design, development and transportation related facilities and provision of services through Public- Private-Partnership arrangement in the Federal Capital Territory (FCT).

2. Scope of works

The projects are to be developed through Contract Financing f4orm the design stage to the development and operation of the facilities. Sourcing of funds (from reputable financier) for the projects for the respective facility by any competent and interested developed is purely the responsibility of the bidding firm.

The projects are grouped into 10 Lots thus:-

Lot l: Final design, construction, operation and management of lot 2 of Abuja Light Rail Network (Code No.; Lot 1/PPP/TS)

Lot 2:          Design, construction, operation and management of Transportation Centre in the Central Area of Abuja City. (Code No: Lot 2/PPP/TS)

Lot 3:          Design, Construction, operation and management of Park & Ride Stations in FCT at the following locations:-

Lot 3A:       Park and Ride stations at Plot 8000 CAD zone E06 at Deidei measuring 29321.02 sqm. (Code No: Lot 3A/PPP/TS)

Lot 3B:       Park and Ride stations at Plot 20 CAD Zone D01 at Karsana East Bwari Junction measuring 29185.63 sqm. (Code No,: Lot 38/PPP/TS).

LOT 3C:     Park and Ride stations at Plot 111 CAD C00 at Institution and Research Area within Phase 111 along Airport Express way measuring about 5ha. (Code No.1 Lot 3C/PPP/TS)

Lot 3D:       Park and Ride stations at Plot 222 CAD Zone E08 at Nyanya Axis measuring about 4107ha. (Code No,; Lot 3D/PPP/TS).

Lot 4:          Preliminary engineering, final design and development of Lots 4, 5, and 6 of Abuja Light Rail Network. (Code No.: Lot 4/PPP/TS)

Lot 5:          Design and development of bus terminal at Sector Centres in FCC. (Code No,: Lot 5/PPP/TS).

Lot 6:          Operation and management of lots 1 & 3 of Abuja Light Rail Network. (Code No.: Lot 6/PPP/TS)

Lot 7:          Design, construction and management of off-street car parks in the FCC. (Code No.: Lot 7/PPP/TS)

Lot 8:          Design, Construction and management of vehicle road worthy testing garages. (Code No: Lot 8/PPP/TS)

Lot 9:          Provision, installation and management of parking meters in FCC. (Code No.: Lot 9/PPP/TS).

Lot 10:        Provision, installation and management of electronic ticketing technology for the operation of mass transit services and ancillary services in FCT. (Code No.: Lot 10/PPP/TS).

Firms are free to express interest in more than one lot of the PPP projects.

3. Pre-Qualification Requirements

Interested Investors are to forward copies of the following documents and originals made for sighting during the bid opening:-

  1. Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association complete with up to date returns with CAC:
  2. Tax Clearance Certificate for the last three (3) years.
  3. Companies Audited Account for the last three (3) years prepared by a Chartered Accounting Firms:
  4. Evidence of registration with and remittances of pension fund to the National Pension Commission in compliance with the provision of the Pension Reform Act.
  5. Bank Statement of the Company for the last twelve (12) months and Reference Letter from a reputable Nigeria Bank (Original):
  6. Company profile showing the list of key personnel officers to be use for the project stating their roles, designation, qualification and experience.
  7. Verifiable documentary evidences of the related development successfully executed in the form of award letter, completion certificate or an engagement letter.
  8. Sworn affidavit in line with the provisions of Part IV, section 16, sub-section 6(e-f) of the Public Procurement Act, 2007.
  1. 4. Submission of the Pre-Qualification Documents.

The pre-qualification document (arranged on the order of the stated criteria) should be loose-bound and submitted in triplicate and clearly marked for proper identification, indicating the Project Name and the Code Number. The documents are to be dropped in the Tender Box at: Office of the Secretary, Tenders Board Secretariat, Room 043, Area 11, Garki, FCT, Abuja on or before 12.00 noon, September 6, 2010.

The representatives of the bidding companies are invited to witness the opening of the pre-qualification documents on the same day at Archives and History Bureau Building, Room 04. Area 11, Garki, Abuja by 2.00pm.

NOTE:

  1. i.            Original of documents for items i, ii & iii must be produced for sighting during the bid opening exercise.
  2. ii.            Failure to submit the documents under items, i, ii, iii & iv above would are considered NON-RESPONSIVE and automatically disqualifies any company
  3. iii.            Please note that due diligence could be conducted.
  4. iv.            Interested members of the general public, especially the Civil Society Organizations are invited to attend the opening exercise but shall adhere to the Code of Conduct for Public Procurement Observers issued by the Bureau of Public Procurement.
  5. v.            Companies representatives are to come along with a letter of introduction indicating name, rank and sample signature to the venue of the opening exercise.
  6. vi.            This advertisement shall not be construed as a commitment on the part of Transportation Secretariat, nor shall it entitle responding Company to seek any indemnity from Transportation Secretariat by virtue of such Company having responded to this

Signed

Engr. Jonathan A. Ivoke

Secretary Transportation