Invitation to Tender for the Construction of a Modern Market in Ikole Local Government at Ikole Local Government

Ikole Local Government

Invitation to Tender for the Construction of a Modern Market in Ikole Local Government

Ikole Local Government is hereby inviting interested and reputable building contractors with relevant experiences to submit their bids for the construction of modern market in Ikole Local Government, Ekiti State.

 

S/N Title of Project

 

Location Of Project

 

1 Construction of modern market Omuo-Ifaki Express road, Ikole Ekiti

 

Qualification Requirements:-

Tenders are required to submit their proposals with the following requirements which shall be used as criteria for preliminary selection.

Mandatory (without which the firm will be disqualified)

  1. Evidence of incorporation with the Corporate Affairs Commission
  2. Evidence of professional license to execute a construction of such magnitude
  3. Evidence of payment of tax by the firm for the last three (3 years) as at when due
  4. Evidence of payment of overhead tax and development levy by the CEO of the company in Ekiti State, Nigeria for the last three years (3 years);
  5. Evidence of registration of Business premises in Ekiti State Nigeria;
  6. Six (6) months bank statements and reference letter from the bank;
  7. List of verifiable documentary evidence of at least two (2) similar jobs not less than N10,000,000.00 successfully executed within the last 3years including their letter of awards, completion certificate and relevant certificates of valuation where the job(s) are on-going.
  8. Sworn Affidavit that:
  • The company is not bankrupt:
  • The company does not have Directors convicted by any Court in Nigeria or other countries for any criminal offence in relation to fraud of financial impropriety.

Submission

Application accompanied by the relevant documents should also be forwarded in sealed envelope marked at the top left corner and boldly written;

Bid for Ikole Local Government

Market project and addressed to: The Chairman, Ikole Local Government, Ikole Ekiti, Ekiti State (Attention: Director of Planning) .

Closing Date

All submission must be received at the above office not later than 1.00p.m. on Tuesday 9th  July, 2013

Important Notice:

Submission should be made in the order specified in this advert:

  • Applications are invited to the bid opening ceremony scheduled for 10:00am on Monday 15th July, 2011 at the Local Government Secretariat Ikole Ekiti
  • Nothing in the advert shall be constructed to be a commitment on the part of Ikole Local Government of Ekiti State, Nigeria.

Borisade Adeyinka

Director of Administration

For: Chairman, Ikole Local Government

Invitation for Pre-Qualification at State Electrification Agency

Government of Cross River State

State Electrification Agency

Ministry of Works Premises,

Ekorinim Road, Calabar

 

The Government of Cross-River State through the State Electrification Agency is inviting competent contractors/companies/bidders to pre-qualify and tender for the solar electrification of Katabong Community in Boki Local Government Area using the photovoltaic home system (PHS) under the year 2013 appropriation.

Scope of Works

The scope of work for this project is as follows:

  1. Procure, deliver to site install photovoltaic (solar) panels.
  2. Procure, deliver to site and install deep cycle gel storage batteries, modified sine wave inverters, charge controllers.
  3. Procure, deliver to site and install PV panels support structures.
  4. Procure, deliver to site and install single phase distribution boards, cables, switching accessories, lighting arresters and earthing connections, bulbs, etc.
  5. Effect house wiring connections in all target houses, halls and buildings.
  6. Test and commission the entire installations.

Pre-Qualification Requirements:

Interested contractors/ companies/ bidders should submit the following as basis for pre-qualification.

  1. Evidence for corporate Affairs Commission Registration.
  2. Evidence for Tax clearance for the past three years 2010, 2011, 2012.
  3. Audited account for the past three years 2010, 2011, 2012.
  4. VAT certificate and the past three month’s returns.
  5. Bank   attestation/   Reference/Guarantee   of Company’s financial capability and support.
  6. Professional registration of company with relevant bodies like COREN, CARBON etc.
  7. Similar work done for the past 5 years from 100million and above/ filed experiences.
  8. Due processes registration/ renewal 2013.
  9. Educational/ Technical Qualification of key personnel’s to be used for the project.
  10. For joint   sack   company,   show   memorandum   of understanding.
  11. List and show prove of equipment to be used for the project.
  12. Clear disclosure of company head office address and valid phone numbers of management team.

NOTE:

  • Failure to submit the above mentioned documents disqualifies a contractor/bidder.
  • Only financial bids of pre-qualified contractors will be opened, non responsive bids will be returned unopened to the bidders.
  • The Agency reserves the right to verify all claims and documents submitted by bidders for pre-qualification.
  • Should any bidder/ contractor have any doubt about items on the pre-qualification/ tender advert, such doubts should be referred to the Director General, State Electrification Agency, Ministry of works premises, who will issue a written interpretation, failing which the contractor is to submit his/her document with a covering letter to the bidders interpretation of the matter in question.

Method of Application/Collection of Pre- Qualification/tender Documents:

Contractors/bidders will be required to collect prequalification/ tender documents from the State Electrification Agency, using the agency standard request for proposal format of the Agency in preparing a detailed technical and financial proposals

Submission of Pre-Qualification/Tender Documents:

Technical and financial bids, one original and four photocopies shall be submitted in two different sealed envelope labeled “Technical Bid” and “Financial Bids” respectively with the vendors name written boldly on the top left hand corner of the envelops and both envelops should be sealed and inserted in a third envelop with vendor’s name indicated on the back of the envelope and addressed to the Director General, State Electrification Agency, Ministry of Works premises Ekorinim Road, Calabar.

Attention

The procurement Officer, 2nd floor room 2 from the left hand side, State Electrification Agency Ministry of works premises Ekorinim road, Calabar, not later than 10th July, 2013 by 12:00noon prompt.

 

Opening of Pre-Qualification/ Tender Documents

Pre-qualification/ tender documents shall be publicly opened in the Director General’s conference room, State Electrification Agency, Ministry of works premises, Ekorinim Road, on the 10th of July, 2013 by 1 pm prompt.

 

The Agency reserves the right to reject any bid that it deems not responsive and shall not enter into any correspondence with any contractor/ company/ bidder.

 

For further enquiries, bidders are please advised to contact the Director General, State Electrification Agency, Calabar.

 

Signed:

Director General

State Electrification Agency

Invitation for Pre-Qualification of Contractors and Tender at Alvan Ikoku Federal College of Education, Owerri

Alvan Ikoku Federal College of Education, Owerri

Invitation for Pre-Qualification of Contractors and Tender

The Alvan Ikoku Federal College of Education, Owerri, is desirous of embarking on the under-listed projects to be sponsored by the TETFUND, under the high impact. Consequently, interested competent and reputable contractors are invited for pre-qualification and tender

A.    PROJECTS

1.       Construction of a 2 storey (ICT) Building Complex.

2.       Construction of a 2 storey classroom / office complex for the school of Agric and vocational Education

Pre-Qualification Requirement:

Interested contractors are required to submit the following with their applications:

MANDATORY

  1. Evidence of Registration with Corporate Affairs Commission (CAC)
  2. Tax Clearance certificate for the last three years (2010, 2011, 2012)
  3. Evidence of PENCOM compliance (Registration and Remittance; not confirmation of registration)
  4. Evidence of ITF Compliance,

OTHERS

  1. Company Audited Accounts for the last three years
  2. Sworn affidavit indicating whether any staff of AIFCE is a former or Present Director,
  3. Shareholder or has any pecuniary interest in the company.
  4. Company profile indicating technical qualifications and experience of key personnel officers to be involved in this work.
  5. Financial capability/evidence of financial backing / reference from a reputable bank
  6. List of relevant equipment/plant with evidence of ownership
  7. List of similar projects executed, stating contract sums and evidence of award/completion (to be verified)
  8. VAT registration and evidence of past VAT remittances

C.      Collection/Submission of Documents

Application for pre-qualification and tender which must be in separate sealed envelopes and clearly marked “Application for pre-qualification for ……………………. or Tender for……………” should be forwarded to reach the Address below not later than 12.00 noon on 24/7/2013

ADDRESS

The Secretary, Procurement Planning Committee,

Alvan Ikoku Federal College of Education,

P.M.B 1033, Owerri.

D.      Applications for pre-qualification will be opened immediately after closing on the date and time as above.

E.      Venue is the College Council Chambers.

General Information

(i)                All claims made by applicants may be verified and any company whose claims are found to be false shall be disqualified.

(ii)             Contractors who have worked for this college and have history of poor performance, abandonment or pro-long contract period need not apply,

(iii)           Evidence of payment of non-refundable Tender fee of N35.000 for (1) and N50, 000 for (2) above is required.

 

Signed:

A. N Aguta (Mrs)

Registrar

Invitation for Pre-Qualification and Tender at United Nations Development Programme (UNDP)

United Nations Development Programme

7th FGN-UNDP Country Programme (2009-2012) Office

Government House Awka

Invitation for Pre-Qualification and Tender

The United Nations Development Programme (UNDP) in collaboration with Anambra State Government hereby invites bids for pre-qualification and consideration of Tenders from interested contractors/consultants for procurement execution of the under-listed assignments:

1.0.         Evaluation of Millennium Development Goals (MDGS) Projects in Anambra State:  (ANSG/UNDP/EGP/2013/002)

 

1. 1. Objective:

The objective of the assignment is to determine the achievements so far made in the execution of the projects in the various 8 MDGs with respect to the 2015 deadline and to suggest the way forward.

 

1.2. Scope of work:

The Consultant will be required to:

  • Determine number of projects executed in the various 8 MDGs
  • Determine the functionality or otherwise of the executed projects
  • Determine the achievement, percentage wise, in the various 8 MDGs
  • Show the distribution of the projects in the 21 LGAs of the State
  • Recommend the way forward for the attainment of the MDGs by the year 2015
  • Submit comprehensive report of findings in 5 hard and 5 soft copies


1.3.    Pre-Qualification Criteria

  • Posses, a higher degree in Economics, or Agric, Economic, or Finance, or Accountancy or related field.
  • Must be conversant with MDGs’ mission and objectives
  • Have requisite experience in Monitoring and Evaluation of projects.
  • Have 10(ten) years or more experience in consultancy.

 

2.0.    Design and Reinforce Processes and Institutional Links for Horizontal and Vertical Integration of Planning Between MDAs and Local Governments and the Joint Planning Board: (ANSG/UNDP/EGP/2013/003)

 

2.1. Objective:

The major objectives of this assignment include:

  • To create the platform for Planners and Statisticians at both Local and State Government levels to appraise the planning outfit of the State.
  • To ensure that investment priorities in plan documents reflect those identified through extensive consultative process that engenders ownership,
  • To afford Planning Officers and Statisticians the platform to discuss common joint ventures.
  • To ensure that planning is coordinated and based on accurate and realistic data.

 

2.2.    Scope of work:

Facilitator(s) will be required to:

Identify the major functions of Planners and Statisticians

  • Build participants’ capacities, especially on
  • Policy formulation
  • Planning
  • Monitoring and Evaluation
  • Management Information system (MIS)
  • Design channels of communication among MDAs and between the Local Government Planners and Statisticians and their State counterparts
  • Fashion out effective strategies for the implementation of the State Development Plan.

 

2.3. Pre-Qualification Criteria:

  • Possess a higher degree in Economic or Agric, Economic, Management Science or related field.
  • Must be conversant with planning tools.
  • Exhibit requisite experience in planning functions.
  • Have at least 10 years experience in consultancy

3.0.    Conduct Sensitization Workshop for State and Local Government Officials on the Content of the Fiscal Responsibility Law (FRL): (ANSG/UNBP/EGP/2013/004)

 

3.1.    Objective:

The main objective of this workshop is to ensure sound fiscal management at both Local and State Government levels.

 

3.2. Scope of the Assignment;

The Consultant is expected to:

  • Facilitate sensitization workshop for members of the Finance and Appropriation Committee of the State House of Assembly, officers of the local and State Governments and some stakeholders, on the contents and operationalization of the FRL 2010
  • Draft implementation regulation for the implementation of the FRL
  • Expose participants to the practical issues and challenges that could arise during implementation of the FRL

 

3.3. Methodology:

The methodology to be proposed by the Consultant must include a thorough review of the Anambra State Fiscal Responsibility Law 2010 and related reports

4.0.    Capacity   Building   Workshop   for   Proposal Writing/Reporting Format, Terms of Reference (TOR), Work- Plan Development and Management: (ANSG/UNDP/EGP/2013/005)

 

4.1. Objectives:

The objectives of die activities include:

  • To enable participants to write effective proposals targeted to their audience.
  • To increase participants awareness of the key elements of persuasive professional writing.
  • To enable participants to be able to communicate project progress situation to all stakeholders effectively
  • To train participants in the art of preparing Terms of Reference that will convey to prospective contractors what an activity is all about.
  • To build the capacities of participants in the art of developing templates for the required items.

 

4.2. Scope of work:

The Consultant is required to:

Build the capacities of the participants in the art of Proposal Writing, Report Format, TOR Development, Work plan and Management

Guide the participants in developing Templates for the following activities:

  • Proposal Writing
  • Reporting Formula
  • Terms of Reference Preparation
  • Work Plan Development
  • Produce Templates for the activities in paragraph 4.2 above.

 

4.3. Pre-Qualification Criteria:

  • Higher University degree in Public Administration or Management Science, Social Sciences or Humanities or related field.
  • A minimum of l0years professional experience in Consultancy.
  • Experience in proposal writing and plan development.
  • Must be well grounded in written and spoken English.

 

5.0.    Application Procedure for 1, 2, 3 OR 4.

Interested Consultants should submit on or before 10th July, 2013 invitation/advertisement, a detailed technical proposal detailing their understanding of the assignments, methodology, work plan and company profile, and a financial proposal for the assignment, submitted in separate sealed envelopes.   The envelopes should be marked “TECHNICAL PROPOSAL or FINANCIAL PROPOSAL”, as the case may be, at the top right hand corner and the name of the project written e.g. (ANSG/UNDP/EGP/2013/002)

 

6.0. Printing of 1500 Copies of State Fiscal Responsibility Law (FRL): (ANSG/UNDP/EGP/2013/006)

6.1. The main aim of printing of the State FRL is to provide the State workforce and indeed all stakeholders with a working document for improvement in efficiency in fiscal management of public resource.

 

6.2. Pre-Qualification Criteria:

  • Evidence of registration with Corporate Affairs Commission or Registration of Business Name
  • Evidence of technical competence.
  • Evidence of previous experience on the job.

7.0.    Printing of 500 Copies of Anambra State Aid Coordination Policy Frame Work. (ANSG/UNDP/EGP/20I3/007)

7.1. Objective:

The main objective of printing of Anambra Aid Coordination Policy Framework is to provide the relevant State workforce and other interest stakeholders with a document that will help them understand the key features of Aid Coordination implementation

 

7.2. Pre-Qualification Criteria:

  • Same as for the printing of the State Fiscal Responsibility Law.

 

7.3. Specifications:

The Specifications for activities 5 and 6 are as stated below:

  • Number of pages     40 to 50
  • Cover pages         300gm, art paper with matte lamination
  • Inside pages      80gm
  • Full colour process for both cover and inside pages

 

7.4. Method of Application for 5 and 6:

Interested printers should submit within 2 (two) weeks from the date of the invitations a detailed Technical Proposal detailing their understating of the assignment and work plan and company profile and Financial Proposal for the assignment, submitted in separate sealed envelopes. The envelopes should be marked “TECHNICAL PROPOSAL or FINANCIAL PROPOSAL” as the case may be at the top right hand corner and the name of the project e.g.

(ANSG/UNDP/EGP/2013/006) clearly marked on each envelope.

 

All documents for activities 1.0 to 6.0 are to be submitted in 5 (five) copies, one of which must be original, for both the Financial and Technical proposals on or before 12.00 noon on the last day of the deadline, to the Partnership Manager. UNDP Office, Government House, Awka

 

Signed:

Professor Chinyere Stella Okunna

Chief of Staff/Hon. Commissioner,

Ministry of Economic Planning & Budget

(Development Partnership Coordinating Ministry)

Anambra State

 

Mitchelle Onugbolu

UNDP Partnership Manager

Request for Expressions of Interest at Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos State Government

Lagos Metropolitan Area Transport

Authority (LAMATA) Lagos Urban Transport Project (LUTPII)

 

Development of Corporate Identity Manual for LAMATA

IDA Credit No. 4767-UNI      Date: June 25, 2013

 

Request for Expressions of Interest

 

Lagos Metropolitan Area Transport Authority (LAMATA) intends to apply part of its budgetary allocation to cover eligible payments under the contract for the following consultancy services:

Consultancy Services for Development of Corporate Identity Manual for LAMATA

The purpose of the LAMATA identity is to assist our stakeholder in the use of our proprietary marks and corresponding language that accurately and consistently convey LAMATA’s messages and identity, by ensuring that there are defined parameters in which its communication materials are exhibited and implemented.

 

The main objective of this consultancy is to develop guidelines that would maintain a consistent look of the LAMATA identity, iconography, imagery and collateral is to strengthen and maintain the professionalism of the Authority and to continue to reinforce the relationship with stakeholders

 

The specific objectives for the consultancy include:

1.       Create favourable image for LAMATA and its sub brands.

2.       Ensure easy recall and usage of the LAMATA identity components in its consistent form

3.       Forestall any illegal use of the logo

4.       Help consolidate the position of LAMATA

5.       Promote public acceptance of LAMATA

6.       Enhance Stakeholder ownership of the LAMATA brand

 

LAMATA now invites eligible consulting firms to indicate their interest in providing the above services. Interested consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the services. The short-listing criteria are (i) evidence showing the fields of specialty of the firm consultants profile/brochure(s) (ii) evidence showing that the firm is a legal entity (certificate of registration), (iii) evidence of registration with relevant authorities and professional bodies. (iv) Evidence showing the technical and managerial capabilities of the firm in the field of assignment. (v) Description of similar assignments, (vi) availability of appropriate skills among staff, and availability of essential technology etc.). For each project performed the consultant shall provide the name and contact address of the client (office & e-mail address, and telephone number), date(s) of execution, name(s) of lead and associate firms, contract amount and financing sources.

 

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guideline: Selection and Employment of Consultants (under IBRD Loans and IDA Credits & Grants) by World Bank Borrowers January 2011, setting forth the World Bank’s policy on conflict of interest. In addition, please refer to the following specific information on conflict of interest related to this assignment: Bank policy requires that consultants provide professional, objective, and impartial advice and at all times hold the client’s interests paramount, without any consideration for future work, and that in providing advice they avoid conflicts with other assignments and their own corporate interests.

 

Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. Where firms are associating, the submission must include verifiable evidence of association from all parties.

 

A consultant will be selected in accordance with the World Bank Guidelines: Selection and Employment of Consultants by the World Bank Borrowers, January 2011.

 

Interested consultants may obtain further information at the address below from 8:00am to 5:00pm, Monday to Friday. Please visit www@lamata-ng.com for more information  about the project.

 

Expression of interest must be delivered to the address below by July 9,2013 at 5:00pm.

 

The Managing Director

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd floor, Motorways Centre, 1, Motorways Avenue

Alausa, Ikeja, Lagos State. Nigeria

Telephone: 01-2702778-82 Fax: 01-2702783

E-mail: advert@lamata-ng.com ; adabiri@lamata-ng.com