Execution of Projects at National Park Service

National Park Service

Nnamdi Azikiwe Airport Expressway, P. M. B. 0258, Garki, Abuja

Invitation to Tender for 2010 Capital Projects

The National Park Service invites competent and experienced contractors to tender for the execution of the following projects under the 2010 Appropriation Act.

S/N PROJECTS LOT NO.
National Park Headquarters, Abuja
1 Production of Management Plans for 4 National Parts and l Systems Plan for the National Park Service Lot 1
2 Upgrading of 4 museums Lot 2
Old Oyo National Park, Oyo
3 Boundary demarcation Lot 1
4 Fencing and equipping of mufti-purpose hat Lot 2
5 Construction of culverts, drains, earthwork and asphaltic tarring of access road from Sepeteri township to Akoto and internal road work. Lot 3
6 Construction and equipping of 10 executive guest chalets Lot 4
7 Construction of perimeter fencing of 300 x 200metere Lot 5
8 Drilling of 2 solar powered boreholes, construction Of overhead tanks and installation of ultra violet mini water treatment plant Lot 6
9 Construction of ultra modem indoor sports complex with gymnasium, lawn tennis court and a swimming pool Lot 7
10 Electrification with concrete poles and connection to the National Grid through Sepeteri township and street lighting at intervals Lot 8
Chad Basin National Park, Maiduguri
11 Construction and furnishing of 4 nos. Rangers barracks Lot 1
Gashaka-Gumti National Park, Serti
12 Construction and furnishing of 4 nos. Rangers barracks Lot 1
Cross River National Park, Akamkpa
13 Construction and furnishing of 4 nos. Rangers barracks Lot 1
14 Ecological Restoration of Damaged Sites Lot 2
Kamuku National Park, Birnin Gwari
15 Rehabilitation of 280km jeep tracks Lot 1
Okomu National Park, Arakhuan-Udo
16 Construction of 40km jeep tracks Lot 1
17 Construction of Head Office Lot 2

Interested contractors are required to provide the following:

  1. Evidence of Registration with the Corporate Affairs Commission
  2. Comprehensive company profile
  3. Evidence of financial capability to handle work (bank reference)
  4. Details of verifiable record of competence
  5. Tax Clearance Certificate for the last 3 years
  6. Certificate of Value Added Tax (VAT)
  7. Evidence of Registration with the National Park Service
  8. Any additional information that may enhance the chance of the company

Interested eligible bidders may obtain further information from the National Park Headquarters, Nnamdi Azikiwe Airport Expressway Abuja. Bidding document for the projects may be purchased by interested bidders upon payment of a non-refundable fee of N10, 000.00 in cash or bank draft payable to the National Park Service.

All tender documents are to be submitted in sealed envelopes, with the Park and Lot No. clearly written at the top left hand corner and addressed to: The Conservator-General, National Park Service, Nnamdi Azikiwe Airport Expressway, Abuja.

Bids must be delivered to the address above on or before 12.00 noon on Tuesday 20th July 2010. The bids will be opened by 12 noon same day in the Conference Room of the National Park Headquarters, Airport Expressway Abuja. Late bids will not be accepted.

Signed:

Secretary, Procurement Planning Committee

Procurement, Renovation of Projects at National Institute for Freshwater Fisheries Research

National Institute for Freshwater Fisheries Research

Federal Ministry of Agriculture and Water Resources

P.M.B, 6006, New Bussa, Niger State, Nigeria.

Tel: 08051504493, 08063093027, 08063093027 E-mail: niffish@gmail.com , niffish@yahoo.com

Invitation for Pre-Qualification to Tender

The National Institute for Freshwater Fisheries Research, New Bussa, Niger State hereby invites competent contractors to apply for tenders on lots indicated below,

LOTS

LOT 1: Renovation work at Headquarters

LOT 2: Renovation of Service Centres

LOT 3: Renovation of Natural Fish Food Building

LOT 4: Renovation of Hatchery

LOT 5: Renovation of Aviary

LOT 6: Renovation of Outstation – Owerri

LOT 7: Renovation of Outstation – Asaba

LOT 8: Renovation of Outstation – Maiduguri

LOT 9: Procurement of Fish Feed Making Machine

2.0     Pre-Qualification Requirements

The following are required from interested contractors:

  1. Certificate of registration with Corporate Affairs Commission (CAC)
  2. Company profile showing personnel, qualifications, contact address, phone, and experience
  3. 3 years current tax clearance certificate
  4. Evidence of financial capability to handle the job/Bank(s) reference.
  5. Evidence of previous experience in similar works
  6. List of equipments/registered office address/valid phone numbers
  7. Evidence of current registration with National Institute for Freshwater Fisheries Research (NIFFR)
  8. Evidence of company/firm registration with relevant professional body.
  9. Any other information which would further confirm the qualification of the company.

    3.0     Submission of Pre-Qualification Documents

    The pre-qualification documents should be enclosed in a sealed envelope and marked “Pre-Qualification Documents for Tender” with the LOT No. indicated, addressed and submitted to:

    The Executive Director/CEO

    National Institute for Freshwater Fisheries Research,

    PMB 6006,

    New Bussa

    Niger State.

    On or before 12:00 noon 19th July 2010

    4.0.      Opening of Pre-Qualification Documents

    Opening of pre-quantification documents will be held in the presence of bidders or their representatives at the Institute’s Auditorium, by 1:00p.m. on or before 19th July 2010

    Note that only shortlisted pre-qualified companies would be invited to submit financial bids and the instate reserves the right to reject any or all the predication documents submitted

    Companies applying for more than one LOT should write separate applications for each lot.

    All enquiries concerning this advert should be directed to the office of the Executive Director/CEO

    Signed:

    Executive Director

    Supply and installation of Central Air-conditioning System at National Centre for Women Development

    National Centre for Women Development

    Abubakar Tafawa Balewa Street, Central Business District, Abuja. P.M.B 185, Garki, Abuja. E-Mail: dgncwd@gmail.com

    The National Centre for Women Development wishes to pre-qualify competent contractors who may wish to tender for the job specified below and accordingly invites competent, experienced and reputable companies to apply:

    i.        JOB

    LOTA: Supply and installation of Central Air-conditioning System

    ii.       Requirement for Pre-Qualification

    1. Evidence of Company’s registration with the Corporate Affairs Commission;
    2. Current Tax clearance for the last three (3) years; (2007,2008 & 2009);
    3. Value added Tax Certificate;
    4. Company Profile including detail of key Personnel, staff strength, pension etc;
    5. Evidence of previous/ similar job(s) handled stating contract sum and showing evidence of contract award and duration of completion;
    6. Name(s) and addresses of Bank(s) including letter of reference/ guarantor from Bank(s);
    7. Equipment and Technology capacity.

    Submission of Pre-Qualification Documents

    The documents should be enclosed in a sealed envelope marked “LOTA”, followed by the title of the project at the top right of the envelop and to reach the address below on or before 12:00 noon on 15th July, 2010.

    Director-General/CEO

    National Centre for Women Development

    Tafawa Balewa Street,

    Opp. Central Bank Headquarters,

    Central Business District, Abuja.

    NOTE:

    1. This is not an invitation to Tender for the job;
    2. Late submission will be rejected;
    3. This advertisement for “pre-qualification to tender” should not be construed to be a commitment on the part of the National Centre for Women Development nor shall it entitle the tenderer to make any claims whatever and/or seek any indemnity from the NCWD by virtue of such tenderer having responded to this advertisement;
    4. Pre-qualification bid should be very clear about the area of proven competence and interest:
    5. After this pre-qualification exercise, tenders for contract will only be accepted from pre-qualified contractors and the National Centre for Women Development shall not enter into any correspondence with unsuccessful applicants.

    Signed

    Management

    Procurement of Goods at Abuja Infrastructure Investment Centre (AIIC)

    Abuja Infrastructure Investment Centre (AIIC), FCTA

    Request for Expression of Interest on Consultancy/ Transaction Advisory

    Services for FCT PPP Projects

    1.0 Introduction

    The Federal Capital Territory Administration (FCTA), in its bid to realize its aspiration of developing a world-class federal capital city (FCC), intends to partner with the private sector for the provision of public infrastructure in all sectors of the FCT development on the basis of Public Private Partnership (PPP) framework. This objective is in tandem with the focus of the current administration for massive infrastructure development of the FCC as well as the recent launch of the Vision 20-2020 document whose main policy thrust is sustainable infrastructure development through the PPP initiative.

    The Abuja Infrastructure Investment Centre (AIIC), the FCTA organ that is responsible for the promotion and facilitation of Public Private Partnerships (PPPs) in the FCT, desires to engage a minimum of (5) five competent Consultants/ Transaction Advisers to prepare projects and project pipeline in line with the requirements of the approved National Policy on PPP and the Guidelines issued by the Infrastructure Concession Regulatory Commission (ICRC).

    The Federal Capital Territory has a total land area of approximately 8000km sq2 with very significant infrastructure deficit. In view of its population and urbanization growth rate, which, at 13% per annum, is the fastest in Africa, the demand for basic infrastructure services in FCT has grown rapidly over the years and hence, has remarkably outpaced infrastructure supply.  In order to close this gap, the infrastructure sector will require massive levels of investment that exceed the FCTs funding capacity. The FCTA believes that the private sector can play an important role in providing the required investments in the identified projects on the basis of PPP.

    2.0    Objective

    Consequently, the cardinal objective of the AIIC is to develop a reasonable pipeline of projects that would be executed on the basis and strict compliance with the approved National Policy on PPP. The pipeline, which would include the projects already identified by the AIIC, cut across all sectors of infrastructure development under the following Lots:

    Lot I: Transportation

    Lot 2: Agriculture

    Lot 3: District & City infrastructure

    Lot 4: Projects in the Water and Power sector;

    Lot 5: Outdoor Advertisements & Signage Regulation

    The approved National Policy on PPP and the guidelines issued by the ICRC envisage a 15-year Infrastructure Plan, preparation of Outline Business Case (OBC), competitive and transparent procurement and efficient implementation of PPP projects. Thus, the Consultancy services required by AIIC are in the areas of project concept preparation, project procurement and project implementation

    The Consultants would be required to analyze the technical, economic, and financial viability of the identified project(s) as PPP projects and also offer transaction advisory services up to the declaration of a preferred Investor. In addition, for the Outdoor Advertisement & Signage consultancy sector, the Consultant is to assist in the development and implementation of applicable Regulations. Specifically, the primary deliverables for projects under each sector will be:

    • Project Inception Report;
    • Draft Outline Business Case Report including initial feedback on whether the project is suitable for PPP execution;
    • Outline Business Case Report;
    • Transaction advisory services up to the declaration of a preferred investor Consultants are to note that a comprehensive Term of reference (TOR) will be made available to selected Consultants.

    3.0Submission of Expression of Interest

    Interested Consultants should express their interest by providing a detailed Company profile indicating the following information:

    • Full name of the company or firm, the contact person, postal address, telephone number and e-mail addresses;
    • Ownership structure of the Company or firm;
    • Evidence of experience including list of key personnel that would be available for the services;
    • Certificate of Incorporation or registration of the Company,
    • 3 years Tax Clearance Certificate and evidence of VAT Registration: and
    • If resident in Abuja, evidence of payment of any FCT Utility Bill in the past 3 months

    Interested Consultants are to note that the skills and experience required of the Consultants should be specific to the project of interest but must generally include inter alia:

    • PPP project advisory services on a minimum of two PPP projects over the past four years;
    • PPP project preparation, planning, structuring and economics using international best practices, including forecasting, risk analysis, risk mitigation. Option analysis and modeling in Sub-Saharan Africa in the last three years;
    • Financial and economic analysis, including modeling and project finance experience;
    • Experience with the identified projects in emerging markets;
    • Familiarity with relevant national policies, regulations and laws for PPP and in particular those of the Infrastructure Concession Regulatory Commission (ICRC);
    • For Consultants on Outdoor Advertisements, evidence of experience in the practice, management and partnership with the public sector on outdoor advertisement & signage; and
    • Familiarity with FCTA administration system, structure and land administration is an added advantage.

    4.0 Remuneration

    Remuneration of the Consultancy except for the Outdoor Advertising consultancy services, will be payable based on fixed-price bids and Consultants are to note that the AIIC would adhere to the following payments milestone/schedule:

    Signing of Constancy Contract and initial mobilization:  10%

    Project Conception/Preparation

    Inception Report:        5%

    Draft OBC Reports      15%

    Final OBC Reports      20%

    Advisory Services for Project Procurement

    Completion of Technical & Financial of investors  40%

    Declaration of Preferred Investor      10%

    Total:         100%

    5.0 Method of Application

    Interested Consultants shall the original and two (2) other copies of the Expression of Interest (EOI) marked “EOI for Lot. (insert the Lot you are interested in) at the top left hand corner and deliver to the following address on or  later than 14th July 2010 by 12: 00pm local time to:

    The Coordinator, Abuja Infrastructure Investment Centre (AIIC)

    3rd Floor, ITF House, No. 6, Adetokumbo Ademola Crescent

    Wuse II, Abuja, Nigeria

    Interested Consultants are also note the following:

    • Consultants should not apply for more than one lot
    • Consultants can apply a consortium Provided that AIIC will deal with the consortium as a single legal entity
    • Late submissions will be rejected
    • Respondents and interested members of the general Public, especially the Civil service organizations, are invited to attend the opening exercise on 14th July 2010 by 1205 hrs local time, but shall adhere to the Code of Conduct for public procurement observers stipulated by the Bureau of Public Procurement; Only shortlisted consultants would be contacted and will not enter into any correspondence for or on account of its decision; and
    • This advertisement shall not be construed as a commitment on the part of FCTA or AIIC or any organ of the FCT Administration nor shall it entitle for any claim or indemnity by virtue of such company or firm having responded to this advertisement

    Management

    Construction of Works at Federal Ministry of Water Resources

    Federal Ministry of Water Resources

    National Water Resources Institute

    P.M.B 2309, Mando Road, Kaduna

    Solicitation for Expression of Interest towards the Appointment of Consultants for Provision of Consultancy Services for the Design of Office Complex and Centre for Integrated River Basin Management

    1. The National Water Resources Institute, Kaduna, hereby invites expressions of interest from qualified and reputable Architectural,   Quantity Surveying, Mechanical/Electrical Engineering and Civil/Structural Engineering Consultants for the Design and Production of Working Drawings/Tender Documents for the Proposed Office Complex and Centre for Integrated River Basin Management.
    1. Interested Firms are requested to make proposa