Execution of Projects at Michael Imoudu National Institute for Labour Studies, Ilorin

MICHEAL IMOUDU NATIONAL INSTITUTE FOR LABOUR STUDIES, ILORIIN

2010 CAPITAL DEVELOPMENT BUDGET APPROPRIATIONS INVITATION FOR PRE-QUALIFICATION OF CONTRACTORS

  1. 1. Introduction

Michael Imoudu National Institute for Labour Studies, a Parastatal under the Federal Ministry of Labour and Productivity, has the responsibilities for providing workers education with headquarters in Ilorin, Nigeria. The Institute intends to pre-qualify contractors for various works and supplies under the 2010 Capital Development Appropriations

  1. Objective of The Project

The objective is to put in place up to date and adequate training facilities, standard working environment and tools to enhance qualitative and responsive labour education for the stakeholders as well as promote industrial peace for sustainable development of Nigeria,

  1. Scope Of The Works

The scope of the works involves:

  • Completion of National Labour College Library/Research and Development Centre
  • Completion of institute Auditorium and Furnishing, Provision of Parking Lots including Land Scaping
  • Upgrading/Restructuring of MINIS Hostel
  • Road Reconstruction Project
  • Training and Research Equipment to enhance Course Design and Delivery.
  • Office Furniture and Equipment to enhance Course Design and Delivery
  • Infrastructures, Building, Power Generation and Sundry supplies
  • Renovation, Upgrading of Facilities and Internal Road Network

4.

Interested and competent contractors wishing to carry out any of the above jobs must submit the following documents for verification:

a)     Evidence of Registration with Corporate Affairs Commission (CAC).

b)    Evidence of Registration with MINI LS.

c)     Evidence of payment of Tax for the last (3) years.

d)    Comprehensive Company profile with CV of key personnel.

e)     Evidence of similar jobs successfully executed or being executed within the last three years attaching copies of letters of award and successful completion certificates.

f)      Reference letter from bank stating how much credit line the bank is willing to give to carry out such project(s),

g)     Operational strategy.

h)    Company’s registered address, functional contact e-mail address.

GSM phone numbers).

Submission:

The completed Pre-qualification documents must be neatly bounded and forwarded in sealed envelope, marked on the top left hand corner “Confidential” And Boldly Written:  “Pre-Qualification Provision For Construction Works and/or Supplies” to reach:

The Director-General /Chief Executive,

Michael Imoudu National Institute for Labour

Studies,

Km, 7, Ilorin – Ajasse-Ipo Road,

PM.B. 1524,

Ilorin, Kwara State,

Nigeria.

On or before 12th May, 2010

Important Notice

a)     This is not an invitation to tender.    Full tendering procedure will be applied to contractors pre-qualified and found capable of executing the project.

b)    Nothing in the advert shall be construed to be a commitment on the part of the Institute.

c)     Only successful Contractor/Firm will be acknowledged.

Signed

Director-General/Chief Executive

Projects Execution at INEC

INDEPENDENT NATIONAL ELECTRORAL COMMISSION

Plot 436, Zambezi Crescent Maitama A5, PMB 0184 Garki Abuja

INVITATION TO TENDER

I.   Preamble

The commission is proposing a series of training for stakeholders of Political Parties’ such as Board of Trustees (BOT), Members and Party Officials at the National, State and Local Government Areas (LGA) for the purposes of ensuring internal democracy in political parties and the conduct of free and fair elections.

II   Project title

The theme for the workshop for the BOT members is ‘Party Organization and the Electoral Process’ whereas the theme for the workshop for the party officials is The Role of Political parties in Elections.

III   Proposal requirement

Interested bidders are expected to submit technical and financial proposals in separate envelopes. The technical and financial bids should consist of 39 lots as follows:-

  1. LOT 1 (Party Organization and the Electoral Process, for BOT members to be held in Abuja.
  2. LOT 2 (The Role of Political Parties in Elections for National party officials to be held in Abuja.
  3. LOT 3 39 (The Role of Political Parties in Elections; for 36 States and FCT party officials to be held at State Capitals and FCT)

A.      Technical Bids:

The technical proposal should include: specifics and General requirement as indicated below:-

I)       Specific Requirements

  • Training objectives and methodology
  • Course content, training materials and facilities,
  • Resume of Trainer/paper presenters.
  • Course venue and duration
  • Target Audience.
  • Accreditation as training Consultant by CMD

II)      General Technical Requirements

The company/Firm profile highlighting in detail the following:

  • Evidence of Registration with CAC
  • Immediate past three years tax clearance of either firms or the principal partners or proprietors.
  • Immediate past three years audited accounts of the company/firm
  • Evidence of financial capability and banking support
  • Details or experience, technical/professional qualification of key personnel.
  • List of evidence of similar projects executed and knowledge of the industry.
  • List and evidence of equipment and technical capability to be utilized for the   bided project category
  • Evidence of VAT registration, remittances of VAT and PAYEE, and an up to date   payment of pension/social insurance contribution such as NHIS etc for and on behalf of the employee.

B.      Financial Bids:

The financial proposal should state:

  1. i.            The financial cost implication of the each “LOT” in details
  2. ii.            The Bid price validity period for the project.

II       General information

  1. All Tender for the project must be accompanied with a non-refundable processing fee of N10,000.00
  2. For additional information you may contact the Secretary to the Commission. INEC, Headquarters, Maitama, Abuja
  3. The closing date for submission of tenders shall be not later than 10th May 2010.
  4. Only firms that are technically responsive will be contacted after evaluation of technical bids and invited for opening of financial bids.

III     SUBMISSION

All submission should be made as follows:

  1. Five copies of neatly bound technical proposal in a separate envelop marked ‘technical  Proposal for INEC “Training of Political Party Stakeholders’
  2. Five copies of neatly bound financial proposal in a separate envelope clearly   marked ‘Financial Proposal for “Training of Political Party Stakeholders’.
  3. All copies of financial proposal should be deposited in the Commission’s  “Tamper Proof bid box” designated for “Training of Political Party Stakeholders”
  4. Receipt should be obtained acknowledging submission.
  5. All copies of technical proposal should be sealed addressed and submitted to:

The Secretary,

INEC (Headquarters,) Plot 436, Zambezi Crescent,

Maitama A5, PMB 0184,Garki – Abuja,

General Renovation at Head of Service Liaison Office, Lagos

FEDERAL GOVERNMENT OF NIGERIA

OFFICE OF THE HEAD OF CIVIL SERVICE OF THE FEDERATION

INVITATION COMPETITIVE BIDDING FOR GENERAL RENOVATION OF HEAD OF SERVICE LIAISON OFFICE LAGOS

1.0     Introduction

The Office of the Head of Civil Service of the Federation wishes to invite bids from interested companies for the General Renovation of Head of Service Liaison Office, Lagos.

2.0     Project Location

The Head of Service Liaison Office, Lagos is located on 2nd floor of No. 36, Broad Street, Lagos.

3.0     Project Description/Scope of Work

The works include but not limited to the following:

  1. Repair/Replacement of existing floor wall and ceiling finishing;
  2. Removal/Replacement of rusty/dilapidated louver carrier/blades and fixing of plain, obscure glass panes;
  3. Minor repairs work on roof/laying of felt;
  4. Removal/Replacement of hardwood doors, mortice locks, crittall hope locks and windows;
  5. Tiling of the Floor,
  6. Painting with high quality emulsion, gloss and lacquer wax polish;
  7. Service works include both plumbing and electrical work with necessary

4.0 Interested and competent companies are expected to possess the following vital documents:

  1. i.            Certificate of Incorporation or Business name
  2. ii.            Evidence of Tax Clearance Certificate for the last Three (3) years
  3. iii.            VAT Registration/VAT Payments/Exemption Certificate
  4. iv.            Audited Account for the last three (3) years
  5. v.            Evidence of fulfillment of pension contributions
  6. vi.            An average amount of construction work over the last 5 years in the sum of N100,000,000
  7. Evidence of Requisite professionals and technicians to perform the job
  8. Evidence of experience of similar jobs and knowledge of the industry
  9. ix.            Evidence of financial capability vide Bank statements of Account
  10. x.            Evidence of ownership lease of essential Construction equipment
  11. xi.            The bid must be accompanied by a “Bid Security” of not more than 2% of the bid price by way of Bank Guarantee issued by a reputable Bank

5.0      Bidding Documents

The bidding document shall be issued to prospective bidders upon presentation of receipt for payment of N20,000 (twenty thousand naira) only non-refundable fee payable to the Office of the Head of Civil Service of the Federation on the 5th Floor of Block “A”, Federal Secretariat, Phase 11, Abuja.

The tenderer shall enclose the documents requested for in one (1) sealed envelope duly marked as “TECHNICAL BID FOR GENERAL RENOVATION OF HEAD OF SERVICE LIAISON OFFICE, LAGOS” while the completed financial bid with photocopy of payment receipt shall be enclosed in a 2nd sealed envelope duly marked as “FINANCIAL BID FOR GENERAL RENOVATION OF HEAD OF SERVICE LIAISON OFFICE, LAGOS”. The two (2) envelopes containing the Technical and Financial bids respectively shall then be enclosed and sealed in a 3rd single outer envelope bearing GENERAL RENOVATION OF HEAD OF SERVICE LIAISON OFFICE, LAGOS and delivered to the address below on or before 12.00 noon (Wednesday, 12th May, 2010). Bid opening shall commence immediately after the closing time at the Atiku Abubakar Hall, Block A, 1st Floor, Federal Secretariat, Phase 11, Abuja. Late submissions shall be rejected.

Bidders are hereby notified that only the Financial Bids of those whose Technical Bids meet the minimum qualifying score shall be opened. The others will be returned unopened to unsuccessful bidders.

6.0 All clarifications shall be addressed to:

The Deputy Director (Procurement)

Block A, 1st Floor, Room 112

Federal Secretariat Phase 11 Complex,

Abuja.

Signed:

Deputy Director (Procurement)

For: Permanent Secretary (Common Services Office)

Execution of the Abuja Automotive Village Project at Abuja Auto-Complex limited

ABUJA

AUTO-COMPLEX LIMITED

ABUJA AUTOMOTIVE VILLAGE PROJECT

DAKWA DSTRCT, ALONG KUBWASULEJA EXPRESSWAY

INVITATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR THE EXECUTION OF THE ABUJA AUTOMOTIVE VILLAGE PROJECT AT DAKWA DISTRICT OF THE FEDERAL CAPITAL TERRITORY, ABUJA

The Abuja Auto-Complex limited, a Special Purpose Vehicle established for the execution of the Abuja Automotive village Project in the FCT invites reputable and registered Contractors / Suppliers to apply for Pre-qualification for various jobs of the Abuja Automotive Village.

PROJECT DISCRIPTION

1.       INFRASTRUCTURE AND CIVIL WORKS

  1. Roads
  2. Drainages
  3. Go-Kart Track
  4. Security Gate/Towers
  5. Fencing
  6. External Electrical Works
  7. Borehole/Water supply and Distribution

2.       BUILDINGS

  1. 7,000 Shops (Automobile Components)
  2. 2,000 Shops (Commercial Components)
  3. 3,374 Units Residential buildings
  4. Supermarkets
  5. Public Toilets
  6. Schools
  7. Hotel

3.       OTHER VARIOUS JOBS

PRE-QUALIFICATION PRE-REQUISITE

  1. Evidence of Registration with Abuja Auto-Complex Ltd as a Contractor Detailed Company profile showing:
  2. Valid Certificate of Registration/incorporation
  3. Current Tax Certificate
  4. Vat registration/certificate/evidence of Remittance
  5. Company Audited Account for Three years
  6. Evidence of Financial Capability and Banking Support
  7. Evidence of Technical Capability
  8. Annual Turnover

VERIFICATION OF CLAIMS IN QUALIFICATION DOCUMENTS Please note that Abuja Auto-Complex Limited will verify the claims mode by Contractors in the Pre-qualification documents.

CONTRACTORS REGISTRATION

Registration forms for Contractors in all categories are available at Abuja Auto-Complex Ltd office;

Block B Flat 2 SKY Memorial Complex, Michael Okpara Street, Wuse Zone 5

Abuja Tel 097803510

Please note that registration as a Contractor with Abuja Auto-Complex ltd is pre-requisite for pre-qualification and does not in any way imply, suggest or indicate that the Contractor has been Pre-qualified.

SUBMISSION OF DOCUMENTS

Interested applicants / Companies should submit in sealed envelopes their pre-qualification documents stated above and delivered by hand, to reach the following address on or before 10th May 2010

The Executive Director Operations,

Abuja Auto- Complex Limited,

Block E Flat 2 SKY Memorial Complex,

Zone 5,

Wuse-Abuja.

Special Notice

This publication is not an invitation to tender only successfully pre-qualified companies would be required tender for any job in the project

Signed:

MANAGEMENT

ABUJA AUTO-COMPLEX LIMITED

Construction of primary Health Center at Kebbi State

INVITATION FOR BIDS

KEBBI STATE MINISTRY OF HEALTH

HEALTH SYSTEM DEVELOPMENT PROJECT II (WORLD BANK ASSISTED)

CONSTRUCTION OF PRIMARY HEALTH CENTER

PERIMETER WALLS, DRILLING OF BOREHOLE AND WATER RETICULATION

IFB NO.KBHSDP/AF/NCB/WKS/2010/001

CREDIT NO.: 4522- UNI

  1. This invitation for bids follows the general procurement notice for this project that appeared in Daily Trust Newspapers of April, 2, 2009 as published by federal ministry of health.
  1. The Government of federal Republic of Nigeria has received a credit from the International Development  Association (IDA) towards the cost of the Kebbi State second Health Systems Development Project, and intends to apply part of the proceeds of this credit to payments under the contract for Construction of primary Health Center, Perimeter Wall in Kwasara, Gulmare and Kasati, drilling of borehole and Water reticulation
  1. The Kebbi State second Health Systems Development Project now invites sealed bids from eligible bidders for Construction and drilling at
Lot No Description Location Bid Security Required Completion Period
1 Construction of PHC at Kwasara Gulmare (Hospital main building) Suru LGA Not less than 3% of bid price 4 Weeks
2 PHC Kwasara (Staff Qrts, i.e. 1 no. 2 Bed room, VIP Toilet and Incinerator) Suru LGA Not less than 3% of bid price 4 Weeks
3 Construction of Perimeter Wall at Kwasara Suru LGA Not less than 3% of bid price 4 Weeks
4 Construction of Perimeter Wall at Gulmare Gwandu Not less than 3% of bid price 4 Weeks
5 Construction of Perimeter Wall at Kasatti i Bagudo LGA Not less than 3% of bid price 4 Weeks
6 Construction of 2no Boreholes, over-head tank and reticulation at PHC Kwasara and PIU premises Project office B/Kebbi and Kasati in Bagudo LGA Not less than 3% of bid price 4 Weeks

Bidders may quote for one or more complete lots, as bids will be evaluated and awarded on a lot by tot basis or combination of lots, whichever result to be most economical to the Employer Unconditional discounts offered for the award of combined lots will be considered in bid evaluation. Bids for part of a lot will be considered non responsive.

  1. Bidding will be conducted through the National competitive bidding procedures specified in the World Bank’s Guidelines Procurement under IBRD Loans and IDA Credits, January 1995 (revised January and August 1996 and September 1997), and is open to all bidders from eligible source countries as defined in the guidelines,
  2. Interested eligible bidders may obtain further information from and inspect the bidding documents at the Kebbi State Second Health Systems Development Project at the address below, from 0900 from 1500hrs Mondays through Thursdays and 0900 to 1300hrs(Fridays).
  3. Qualifications requirements include

• An average annual financial amount of construction work over the last five years of:

a)     Lot 1          NGN 41 ,440,000

b)    Lot2           NGN 29,600,000

c)     Lot3           NGN 20,720,000

d)    Lot4           NGN 29, 600,000

e)     Lot 5.         NGN 29,600,000

f)      Lot 6.          NGN 47,360,000

Experience as prime contractor in the carrying out of at least (two projects of similar nature and complexity equivalent to the Works over the last live years (to comply with this requirement, the works cited should be at least 70 percent complete)

  • Availability (own, lease, hire, etc.) of the essential equipment listed in the Bidding Data Sheet;
  • Liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than :-

a)     Lot1    NGN        2,014,444

b)    Lot2:  NGN                    1,233,333.

c)     Lol3:   NGN         71.9,444

d)    Lot4:  NGN                    1,027,777

e)     Lot 5:  NGN                   1,027,777

f)      Lof6:  NGN         1,315355

A margin of preference for eligible national contractors/joint ventures SHALL not be applied.

  1. A complete set of bidding documents in English 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 (N15, 000) for first Lot and Five Thousand naira (N5000) or for any additional lot. The method of payment will be through cash or bank draft. The document will be sent by hand/courier service on request.
  2. Bids must be delivered to the address below at or before 10:00 am local time on Tuesday 25th May, 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 10:00 am local time on Tuesday 25th may, 2010
  3. 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
  4. The address referred to above is:

Project Manage,

Kebbi State second Health Systems Development Project

21 Emir Haruna Road, Birnin Kebbi State.

GSM: 08034213375, 08030931408,

Email: kbhsdptwo@yahoo.com