Construction of Projects at Federal College of Education, Pankshin

FEDERAL COLLEGE OF EDUCATION

P.M.B. 27, PANKSHIN PLATEAU STATE

INVITATION TO PRE-QUALIFICATION

1.0     INTRODUCTION

The Federal College of Education, Pankshin wishes to pre-qualify competent, experienced and Qualified contractors for the following 2010 Capital Projects.

Lot 1 Construction of School of Education Phase III

Lot 2           Construction of School of Art & Social Sciences Phase 2(a)

Lot 3           Construction of Undergraduate School Phase I

Lot 4           Construction of Lecture Halls

Lot 5           Expression of Interest to Offer Consultancy Services for the Development of College Master Plan

2.0     REQUIREMENTS

Interested Companies are required to submit in sealed envelopes, pre-qualification documents for consideration on or before the closing date.

The documents required for pre-qualification include:-

(a)     Company’s Certificate of registration with Corporate Affairs Commission.

(b)               Evidence of Registration as a Contractor with FCE Pankshin in the relevant category.

(c)     Company profile and evidence of Relevant/Similar projects executed in the last six years

(d)    Company’s audited account for the last three years.

(e)      Tax clearance Certificate for the past three years

(f)      Irrefutable Concrete evidence of financial capability to execute and complete the project/Bank reference.

(g)     Ability to complete the project within a specified completion time.

(h)     Evidence of VAT remittance.

(I)      Applications for Lot 5 should in addition to above requirements be accompanied by comprehensive profile of intending firms giving all relevant professional background and evidence of similar works executed in the past.

3.0     SUBMISSION OF DOCUMENTS

Pre-qualification documents shall be enclosed in a sealed envelope and marked “Confidential”

Pre-qualification should be specific e.g. (Lot 1 Construction of School of Education etc),

Pre-qualification documents shall be submitted to

The Secretary,

Procurement Planning Committee,

Federal College of Education,

Pankshin.

Pre-qualification documents must be submitted on or before 2nd June 2010 by

12.00 noon.

Pre-qualification documents shall be publicly opened immediately the same day in the College Boardroom.

Contractors are advised to be present or represented at the opening ceremony and should be able to produce original copies of company Tax clearance certificates, if requested.

Contractors who choose to attend are advised to be sealed by 12.00 noon for the opening exercise.

Signed:

ISTIFANUS KYAKMUT, Mnipr

Public Relations Executive

for: Secretary,

Procurement Planning Committee

Construction and Supply of Goods at Abuja Enterprises Agency

FEDERAL CAPITAL  TERRITORY ADMINISTRATION (FCTA)

INVITATION FOR PRE-QUALIFICATION  AND TENDER FOR VARIOUS PROJECTS UNDER ABUJA ENTERPRISE AGENCY  (AEA) IN THE  FEDERAL CAPITAL CITY, ABUJA

Federal Capital Territory Administration  (FCTA) has provisions in the FCT 2010 Statutory Budget as Capital Grant for Abuja Enterprises  Agency Office Complex and intends to utilize part or whole of it for the  under-listed projects and is therefore inviting competent and interested companies o submit technical and financial bids for the supply of Goods and pre-qualification documents for the construction of Abuja Enterprises Agency Office complex respectively.

2.         THE PROJECTS ARE AS FOLLOWS:

Lot 1:  Supply of 3 Nos Utility Vehicles

Lot 2:  Supply and installation of 100Kva sound proof Generator

Lot 3:  The construction of 4 storey office complex (plan Area 667 sq.m ) complete with installation of Elevator/Lift System and  Perimeter fencing and  Gate House

3.1       PRE-QUALIFICATIOON REQUIREMENTS FOR THE SUPPLY OF GOODS

Interested companies are to forward copies of the following documents and the originals to be made available for sighting during the tender opening.

  • Evidence of Registration with Corporate Affairs Commission (CAC) and  Articles of Memorandum of Association
  • Interested companies should have  up to date returns with the  CAC and be  informed that due diligence  could be conducted
  • Company Audited  Account for the last three years from a chartered  Accounting firm.
  • Tax Clearance Certificate for the last three years
  • Verifiable documentary evidences of similar jobs successfully executed within the last three years (copies of letter of contract award, completion certificates)
  • Reference Letter from a reputable  bank
  • Bank statement of the company for the last twelve  (12) months from the date of this publication
  • Evidence of registration with National Pension Commission and evidence of remittance made to date
  • Sworn Affidavit in line with the provisions of Part IV, section 16, subsection 6 (e-f) of the public procurement Act, 2007.

3.2

PRE-QUALIFICATION REQUIREMENTS FOR THE CONSTRUCTION OF OFFICE COMPLEX

In addition to the requirement listed in item 3.1 above companies having interest in the construction of office complex must include copies of the following documents in their submission.

  • Verifiable documentary evidences of similar jobs successfully executed within the last five (5) years (copies of letter of contract award, completion certificates)
  • Company profile showing list of key personnel/officers to be attached to the project stating their roles, designation, qualification, and  experience. Enclose photocopies of professional certificates of both company and its personnel and Curriculum Vitae (CV) where applicable. All copies of the professional certificates of the personnel and Curriculum Vitae (CV) where applicable. All copies of the professional certificates of the personnel shall be  endorsed in blue Ink by the individual professionals.
  • List of Construction equipment  to be used for the project available for immediate inspection and their locations. Also state whether the equipment is on lease or owned.

4.         COLLECTION OF TENDER DOCUMENT

Interested companies are to collect Tender Documents (Supply of Goods) and/or Pre-qualification Document Format (Construction) from the Executive Director/CEO Abuja Enterprise Agency, No.22 Kudang Street, off Monrovia street, Off Aminu Kano Crescent, Wuse II Abuja, upon the presentation of evidence of payment of N10,000.00 (Ten thousand Naira only) non-refundable Tender fee, as per project of interest, into FCT Treasury Revenue Account at Fidelity Bank (Central Area) Account No. 051503010000426. Bidders are not allowed to bid for more than two (2) lots

5.         SUBMISSION & OPENING OF PRE-QUALIFICATION DOCUMENTS

5.1       LOTS 1 & 2  (SUPPLY)

Interested companies should submit pre-qualification documents sealed in an Envelope and three (3) copies of their tender document (one (1) original and two (2) other copies )signed , sealed in another envelope marked financial Bids. The two envelopes should be put in another envelope, signed , clearly labeled Tender for ————-(Project Title and Lot No i.e as listed above) —————-and dropped into the Tender Box at: Office of the Secretary, FCTA Tenders Board Secretariat, Room 043, Former Public Building Block, Area 11 , FCTA Secretariat, FCT, Abuja on or before noon 29th June , 2010. The representative of the bidding companies are invited to witness the opening of the tenders at 2.00pm on the same day at Archives & History Bureau , Beside AGIS Building , peace Drive, Area 11, Abuja. The Tender period is on or before 29th June, 2010.

The representative of the bidding companies are invited to witness the opening of the tenders at 2.00pm on the same day at Archives & History Bureau, Beside AGIS Building , peace Drive, Area 11, Abuja.

Note

  • Originals of  documents for items 3 (i, ii, and iii) must be produced for sighting during the opening exercise for each lot.
  • Please note that due diligence could be conducted
  • 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 stipulated by the  Bureau of Public procurement.
  • Company representatives are to come along with a letter of introduction indicating name, rank and sample signature to the venue of the opening exercise
  • This advertisement shall not be construed as a  commitment on the part of FCTA/AEA, nor shall it entitle responding company to seek any indemnity from FCTA/AEA by virtue of such company having responded to this  advertisement.

Signed

Management

Execution of Projects at Sokoto Energy Research Centre,

SOKOTO ENEGY RESEARCH CENTRE

ENERGY COMMISSION OF NIGERIA

USMAN DANFODIYO UNIVERSITY, SOKOTO

INVITATION FOR PRE-QUALIFICATION TO TENDER FOR THE 2010 CAPITAL PROJECTS

1.         INTRODUCTION

The Sokoto Energy Research Centre, Usman Danfodiyo University Sokoto hereby invites interested and competent companies for pre-qualification for various projects of the  centre for the  2010 fiscal year.

2.         Scope

The scope of the work includes:

Lot  I                Procurement of Laboratory Equipment for production of Biofuel (Biogas  Biodiesel and  Bio-ethanol) Plant components

Lot II                Purchase of Research Equipment (ie EDXEF, HPLC, FTIR)

Lot III               Construction, Procurement of equipment and furnishing of solar panel fabrication workshop

Lot IV              Evacuation and concreting of 40m2 solar demonstration areas at  SERC

3.         The Prequalification Criteria

The following requirement for prequalification must be  submitted:-

Evidence of Company incorporation in Nigeria

Evidence of  Tax Clearance for the  last three years

Evidence of contract Registration with Usman Danfodiyo University , Sokoto

Company profile with names of key personnel to be involved in the projects stating their qualification and experience including registration with professional bodies

Evidence of financial capability including letter of recommendation from a  bank indicating  financial capability of the company undertaken project

Evidence of submission of annual returns from CAC

Experience in handling  similar job is an added advantage

Full office address of the  company and  GSM number(s )

The prequalification documents must be in sealed envelope marked “Confidential prequalification for SERC 2010 fiscal year Capital Projects” and the LOT of interest clearly printed at the top left corner of the envelop and submit on or before 17th June, 2010 to:

The Administrative secretary

Sokoto Energy Research centre

Usman Danfodiyo University  Sokoto,

P.M.B. 2346

Sokoto.

Note: the submission of the prequalification documents is not an invitation to tender

Signed

Admin Secretary

SERC

Date: 14th May, 2010

Services of a Consultant at Bayelsa State Government

BAYELSA STATE GOVERNMENT OF NIGERIA

INVITATION FOR BIDS

1. INTRODUCTION

The Government of Bayelsa State of Nigeria is desirous of  engaging the services of a consultant to determine the problems, challenges and opportunities being faced by the state Government in managing its wages and salaries  bills.

2.         The average expenditure of the state on wages and salaries to her employees is  comparatively higher than many other states. Bayelsa State Government is eager to know the reasons for this  trend which will enable her  manage the bills without losing quality and productivity.

3.         It is to this end that the state expects the consultants to carry out reviews, both within and outside the state, across all Ministries , Departments and Agencies, (MDAs) and to advise the Government on the  effectiveness, efficiency, and value for money for the expenditure on this  cost head.

4.         Bayelsa State Government is, therefore, interested in engaging a skilled , competent, and professional consultant to facilitate this process.

5.         Terms of Reference

The general objectives of the  engagement of a consultant are to:

a)         Articulate  short and  medium term goals and objectives to manage the wage bill of the work force of the  state Government.

b)         Conduct consultations and  interviews and collect information from Ministries , Departments  and Agencies to determine the issues, problems , and challenges with the existing pay structure of the civil and public servants;

c)         Compare, reconcile and provide explanations for the perceived differences between the average remuneration of the public Sector in Bayelsa State and of other states;

d)         Review the wage bill of the state and its components and advise on the  most beneficial arrangement for the state.

e)         Devise an optimal pay structure for the  State public service and determine the optimal strategies of implementation;

f)          Develop a template for use by the State Government in determining the optimal staffing requirements in Ministries , departments, and Agencies;

g)         Make other recommendations as may be  necessary to achieve efficiency, effectiveness, economy, and value for money for the state. This includes but not limited to reviewing, recommending , and matching of skills set to personnel and determining the adequate manpower requirements for ministries , Department and  Agencies

h)        Document the findings, structure, recommendations, in clear and measurable terms by capturing work plans , timelines, outcome and assist the state Government in implementation;

i)          Present a report to the State Government

6. TIMING

The consultancy will be  implemented from June 2010 to July 2010, a period of two (2) months. The consultant will monitor and produce reports on the number of days used for certain activities.

7.         MANAGEMENT OF CONSULTANCY

The consultant will report directly  to the  Honourable Commissioner of  Finance and Budget, Bayelsa State with all expected outputs for overall guidance. The consultant will also be supported by the office of the  Head of Service.

8.         REQUIRED SKILLS AND  EXPERIENCE

The consultant is expected to possess demonstrable experience in similar assignments. Apart from local experience , evidence of an impressive track record with foreign exposure is an advantage.

9.         EXPRESSIONS OF INTEREST

Interested consultants should send their applications on or before Thursday, 10th June 2010 to:

The Permanent Secretary

Ministry of Finance & Budget,

Revenue House , Lambert Eradiri Road

Yenagoa

Bayelsa State.

Applications should include

a.         Cover letter indicating interest and stating professional fees;

b.         An indicative list of at least 8-10 sources that they would consult to address some of the  issues listed above

c.         Evidence of track record and experience in relevant, related or similar assignments .

Rev. T.B. Zidafamor

Permanent  Secretary

Ministry of Finance & Budget

Yenagoa

Bayelsa State

For: Honourable Commissioner.

Procurement of Media Vehicles at African Development Bank

INVITATION FOR BIDS

Date: 18th May 2010

Loan No: 2100150007117

IFB No: AfDB-CBARDP/NCB/002/09

  1. The Federal Republic of Nigeria has received a loan from the African Development Bank in various currencies to finance the cost of the Community-Based Agriculture & Rural Development Project (AfDB- CBARDP) it is intended that part of the proceeds of this loan will be applied to eligible payments under the contract for the Procurement of Media Vehicles.
  2. The AfDB-CBARDP Project Support Office (PSO) now invites sealed bids from eligible bidders for the supply of Media Vehicles, as follows:-
Lot Description Quantity Delivery Date Delivery Location
A Media Vehicles 5 60 days AfDB-CBARDP Project Support Office, NFRA North East Zonal Office, Federal Ministry of Agriculture and Water Resources Ahmadu Bello way, Bauchi, Bauchi State.
  1. Interested eligible bidders may obtain further information from, and inspect the Bidding Documents at the Community-Based Agriculture & Rural Development Project (AfDB-CBARDP) Project Support Office (PSO), NFRA North-East Zonal Office, Ahmadu Bello Way, P.M.B. 0114 Bauchi, Bauchi State – Nigeria.
  1. A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application to the above and upon payment of a non-refundable fee of Twenty Thousand Naira (N20,000.00) only.
  1. Bids must be delivered to the above office on or before 12:00 Noon, on 17th June 2010 and must be accompanied by a bid security of 3% of Bid Price.
  1. Bids will be opened in the presence of bidder’s representatives who choose to attend on 17th June 2010, at 1:00 PM in the Conference Hall of Protect Support Office (PSO) NFRA North-East Zonal Office, Ahmadu Bello Way, P.M.B. 0114 Bauchi, Bauchi State – Nigeria

Late Bids will be rejected.

Signed:

Ibrahim Muhammad Arabi

Project Desk Officer

Tel: 234-77-546763, Fax: 234-77-546807

e-mail: afdbpso@gmail.com , afdb_pso@yahoo.com