Invitation for Pre-Qualification to Tender at Dawakin Tofa Local Government of Kano State

Dawakin Tofa Local Government of Kano State

Invitation for Pre-Qualification to Tender

Reputable competent contractors and supplies are hereby invited by Dawakin Tofa Local Government of Kano State to bid for the following projects:

  1. Rehabilitation of Local Government Secretariat, Fencing of wall, renovation of secretariat, Mosque construction of Engine room and supplies of furniture at Dawakin Tofa Local Government Secretariat
  2. Construction of Local Government Council Chamber at Dawakin Tofa Local Governments Secretariat
  3. Renovation of Works and Agriculture Departments at Dawakin Tofa Local Government Secretariat
  4. Constructions of three (3) Departments office Blocks at Dawakin Tofa Local Government Secretariat
  5. Construction of Drilling of 22 Hand Pumps at Various wards in Dawakin Tofa Local Government
  6. Electrification Projects at Jemomin Fulani at Dawakin Tofa Local Government
  7. Electrification Projects at Santar Dogon Marke at Dawakin Tofa Local Government
  8. Construction of Primary School Block at Sarkakiya at Dawakin Tofa Local Government
  9. Construction of two  (2) classroom  Blocks office for  Islamiya schools 3  Nos at Marke, Saburu, Babbar Ruga and Dawanau Gari
  10.  Construction of (1) side fencing wall, 3 seater pit latrine interlock at Dawanau Friday Mosque
  11. Construction of five Daily Friday Mosque at Chidi Babbar Riga at DawakinTofa Local Government
  12. Electrification Projects at Rugar Fulani at Dawakin Tofa Local Govmment
  13. Establishment of Cottage Industry at Kwa Dawakin Tofa Local Government

To qualify for the bidding the following are required:-

  1. Certificate of Incorporation of the Company
  2. Evidence of Registration as a Contractor with Kano State
  3. Certificate of Tax clearance for the last 3 years
  4. Evidence of Financial strength of the company
  5. List of Key personnel with evidence of Proficiency and experience
  6. Strength of plant equipment
  7. Record of previous executed projects

Pre-qualification documents should be sealed in an envelope and submitted to the Due process Committee of Dawakin Tofa Local Government Secretariat. Submission of the Profile hall be done not later than 5th July, 2013 and successful contractors will only be contacted to Tender after screening please.

SIGNED

Secretary Due Process Committee

Dawakin Tofa Local Government

Kano State

Request for Expressions of Interest at Commercial Agriculture Development Project (CADP)

Country: Nigeria

Commercial Agriculture Development Project (CADP)

Credit No: 4539UNI

National Coordinating Office (NCO)

 

Consultancy Services

 

Request for Expressions of Interest

 

This request for expression of interest follows the General Procurement Notice (GPN) for the Commercial Agriculture Development Project which appeared in This Day Newspaper of 22nd July, 2009.

 

The National Coordinating Office of Commercial Agriculture Development Project through the Federal Government of Nigeria has received a credit from the International Development Association (hereinafter referred to as IDA) Bank toward the cost of Commercial Agriculture Development Project (CADP), and it intends to apply part of the proceeds of this credit to payments under the contract for the following Consultancy Services:

 

  1. Irrigation Study
  2. Commercial Agriculture Development Programme Study on Additional Value Chain and Project Restructuring.
  3. Engineering  Design  of Agro-Processing Centre for Commercial  Agriculture Development Project

 

The CADP is to support the strategy of:

  • Diversifying into non-oil sources of growth and away from overdependence on oil and gas.
  • Bringing considerable global experience and knowledge on value chain development and small-holder commercialization.
  • Development of comprehensive and harmonized framework of support for agricultural commercialization, which includes capacity building, provision of critical public goods and development of market linkages
  • Identifying challenges and opportunities for growth and particularly agricultural growth with the five (5) participating states “Cross River, Enugu, Kaduna, Kano & Lagos States”.

 

The National Coordinating Office of Commercial Agriculture Development Project now invites eligible consultants to indicate their interest in providing any of the services.

 

Interested consultants (Firms) must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, and availability of appropriate skills among staff, etc.) Consultants may associate to enhance their qualifications.

 

Consultants will be selected under Consultant Qualification (CQ) in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (current edition).

 

Interested consultants may obtain further information at the address below during office hours 09.00 am – 5.00 pm (Mondays-Fridays).

 

Expressions of interest must be delivered to the address below on or before 5:00pm, Friday 05th July, 2013, and clearly marked as “Irrigation Study or Commercial Agriculture Development Programme Study on Additional Value

Chain and Project Restructuring or Engineering Design of Agro-Processing Centre for Commercial Agriculture Development Project”:

 

The National Project Coordinator,

NCO-CADP,

No 6 Lord Lugard Street,

Area 11, Garki,

Abuja – FCT.

E-Mail: ngcommagric@gmail.com

08036660591, 08037860764

Invitation for Pre-qualification and Tender for Capital Projects at Modibbo Adama University of Technology, Yola

Modibbo Adama University of Technology, Yola

Office of the Registrar

Private Mail Rag 2076

Yola, Adamawa State

Nigeria

CABLF.: Mautech Yola

Tel: 625459- 624532625532

Fax: (075) – 624416

Email: registrar@futy.edu.ng 

Invitation for Pre-qualification and Tender for Capital Projects for the Construction of One Block of Twin Theater, Supply and Installation of Water Treatment Plant and Accessories, and Construction of Double Way Infiltration Gallery at River Benue for the University

The Modibbo Adama University of Technology, Yola hereby invites interested Companies/Contractors to tender for the following lots:-

S/No Lots Projects
1 Lot I Construction of one block of Twin Lecture Theatre

 

2 Lot II Supply and Installation of Water Treatment Plant and accessories

 

2 Lot III Construction of Double way Infiltration Gallery at River Benue for the University

 

 

Pre-qualification Documents

Pre-qualification Documents to be submitted should contain, among other things the following:

1.       Certificate in Incorporate in Nigeria as a Limited Liability Company.

2.       Tax Clearance Certificate for the past three years issued by the Board of internal Revenue.

3.       Evidence of Registration as a building and/or Engineering contractor with the Federal Ministry of Transport, or Housing and Environment, or

4.       Evidence of registration with the Modibbo Adama University of Technology, Yola in Category G.

5.       List of similar projects executed in the last three years.

6.       Evidence of financial capability to execute the job to be tendered for.

7.       List of key personnel to be assigned to the project with professional qualifications

8.       List of relevant equipment at the disposal of the Company to be deployed for the works and their location

9.       Evidence of compliance with section 16 (G) (d) of the public procurement Act 2007 and section (1)-(3) of industrial Training Fund’s (ITF) Act 2011

10.     Evidence of  VAT Registration.

Non Refundable Pre-Qualification and Tender Fees

Interested companies/contractors are expected to pay to the Bursary Department the sum of N60,000.00 for each lot being non-refundable tender fees.

Collection of Tender Documents

Tender documents containing details of works can be obtained from the office of the Director, Physical Planning Unit. Room JI Central Administration Building, on presentation of evidence of payment of the prescribed tender and pre-qualification fees.

Submission of Pre-Qualification and Tender Documents

All pre-qualification and tender documents shall be placed and sealed in Separate Envelopes and clearly marked “Pre-qualification to tender for “Supply and Installation of Water Treatment Plant and Accessories” or as the case may be. The two documents shall then be placed on a single outer envelope for submission.

The envelope containing the pre-qualification and tender documents shall be submitted to the Office of the Registrar New Senate Building of the University not later than 12.00 noon on Friday 2nd August, 2013. Late submission shall not

Be accepted.

Pre-qualification documents shall be screened to determine those qualified to tender before opening of Bids. Only those qualified shall have their Bids opened. Those not qualified shall have their Bids returned unopened.

Opening of Tenders

All qualified tenders shall be publicly opened on Friday 2nd August, 2013 at 2.00 pm in the Council Chamber of the University. All Tenderers are invited to attend or send their representatives.

(Signed)

Alh. Ibrahim Ahmadu Ribadu

Registrar

Request for Expression of Interest/Invitation to tender at Council of Nigerian Mining Engineers and Geoscientists (COMEG)

Council of Nigerian Mining Engineers and Geoscientists (COMEG)

No.9 Okemesi Crescent, Off Oro Ago Street, off Muhammed Buhari Way,

Garki II, P.M.B. 537, Garki – Abuja

1.     Request for Expression of Interest/Invitation to tender

The Council of Nigerian Mining Engineers and Geoscientists (COMEG) hereby invite interested, competent and reputable Consultants to submit Expression of Interest (EOI) for the following consultancy services:

a)    Professional Development Training Programmes on:

i.        Ground Water Resources Management Courses

ii.       Training of Professionals on Preparation of Bankable Mining feasibility report

iii.      Training of Professionals in the Oil and Gas Sector

1.     Guiding Criteria for Selection

The selection of the Consultants Contractors will be in accordance with the procedures set out in Guidelines published by Bureau of Public Procurement.

2.     Eligibility/Criteria and Expected Contents of Expression of Interest

Perspective applicants are requested to submit their Expressions of Interest that demonstrate capability and capacity to undertake the assignments, detailing the following information as basis for short-listing for further evaluation in which technical and financial proposals will be requested and reviewed accordingly.

  • Evidence of Registration with Corporate Affair Commission (CAC)
  • Detailed Company Profile showing experience
  • Evidence of Corporate Registration with COMEG
  • Evidence of Tax payments for the past 3-years
  • VAT Registration Certificate and Evidence of Remittance
  • Evidence of Compliance with Provisions of Pension Reform Act 2004 as contained in Section 16(6d) of the Public Procurement Act
  • Evidence of Compliance with Section 6(l)-(3) of Industrial Training Fund (ITF) Amended Act 2011

3.     General Terms and Conditions:

Expression of Interest must be in English Language and submitted in the Tender Box provide in four (4) copies (one Original) and three (3) photocopies in a sealed envelope clearly marked “COMEG – Expression of Interest” for (specify assignment) at the address below on or before 1st July, 2013:

The Registrar

COMEG

No. 9 Okemesi Crescent

Off TOro Ago Street

Garki II, Abuja

COMEG reserves the right to reject any or all of the Expression of Interest.

Invitation to Tender

LOT 1:    Upgrading of COMEG website and Data Bank Management System. LOT 2:    Supply of Project Monitoring Vehicle (Hilux).

Collection of Tender Documents:

Any interested company/contractor should collect bidding document from the

Procurement Unit, COM EG

Garki II, Abuja

2.    Requirement for Tendering:

  • Evidence of Registration with Corporate Affair Commission (CAC)
  • Detailed Company Profile showing experience
  • Evidence of Tax payments for the past 3-years
  • VAT Registration Certificate and Evidence of Remittance
  • Evidence of Compliance with Provisions of Pension Reform Act 2004 as contained in Section 16(6d) of the Public Procurement Act
  • Evidence of Compliance with Section 6(l)-(3) of Industrial Training Fund (ITF) Amended Act 2011.

3.    Submission of Tender Documents:

Completed Tender documents should be in two (2) sealed envelopes clearly marked “Technical and Financial Proposal” and addressed to;

The Registrar, COMEG

No. 9 Okemesi Crescent

Off Oro Ago Street, Garki II, Abuja

Completed Tender documents must be dropped in the Tender Box provided at the above address on or before 29th July, 2013.

4.    Opening of Bids:

Tender documents will be opened publicly on 29lh July, 2013 at the COMEG Conference Room by 1.00pm

NB:

This advertisement shall not be construed to be a commitment on the part of COMEG nor shall it entail any bidder to make any claim(s) whatsoever and seek indemnity from COMEG by virtue of that bidder having responded to this advertisement.

Signed:

Registrar/CEO

COMEG

Invitation to Bid for the Installation of Automatic Access Control System in the Lagos Factory at The Nigerian Security Printing & Minting Plc

The Nigerian Security Printing & Minting Plc

160, Samuel Ladoke Akintola Boulevard,

P.M.B 144, Garki, Abuja

Invitation to Bid for the Installation of Automatic Access Control System in the Lagos Factory

The Nigerian Security Printing and Minting Plc (NSPM) intend to install Automatic Access Control System in its Lagos Factory (26 Ahmadu Bello Way. Victoria Island, Lagos).

Interested reputable companies with cognate experience in the industry are invited to register and collect bid documents from:

The Secretary,

Major Tenders Committee,

Room 14, Ground Floor, Corporate Headquarters,

Nigerian Security Printing and Minting Plc,

160, Samuel Ladoke Akintola Boulevard,

P.M.B. 144,

Gorki, Abuja.

Interested companies are required to submit the information specified below in order to qualify for consideration. Incomplete submissions may lead to disqualification of the bid document:

1.       Copy of Certificate of Incorporation.

2.       Copy of form CO2 and CO7 as the case may be.

3.       Copy of VAT registration certificate.

4.       Copy of the most current tax clearance certificate.

5.       Evidence of similar projects carried out, if any.

6.       Organizational structure of the company including names of technical and managerial staff, their qualifications and cognate experience.

7.       Audited accounts for the preceding three (3) years.

8.       Evidence of financial capacity and capability to execute this project.

9.       Prospective contractors must show evidence of Employees open Retirement Savings Accounts (RSA) with a Pension Fund Administration of choice for indigenous companies and evidence of remittance of such contribution for both Employer and Employee to the appropriate Pension Fund Custodian when they are eventually selected.

10.     Evidence of compliance with statutory provision of section 6(i-ii), of the Industrial Training Fund (ITF) ACT, as amended.

Submission of Bid Documents and Deadline for Submission

The bid document should be packaged neatly in binders and submitted in 2 no. copies, each in separate and wax-sealed envelope by the companies’ representative. The package will be registered and the companies’ representative will be required to sign the register, and deliver the bid document by hand, not later than Monday 8th July, 2013 at 12.00 Noon with a non refundable fee of 20,000.00 in Bank Draft drawn in favour of (The Nigerian Security Printing & Minting Plc) and package addressed to:

The Chairman,

Major Tenders Committee,

Room 3,2nd Floor, Corporate Headquarters,

Nigerian Security Printing & Minting Plc.,

160 Samuel Ladoke Akintola Boulevard,

P.M.B 144,

Garki, Abuja.

Bids Opening

The bids will be opened on Monday 8th July, 2013 in Room 06 at 2.00pm in the presence of duly authorized representatives of bidders.

 

Note:

1.       NSPM is neither committed nor obliged to consider any contractor or to award any contract to any of the companies submitting bids.

2.       NSPM reserves the right to reject any or all of the bids.

3.       NSPM will only correspond with the companies that are successful in their bids.

4.       NSPM will only correspond with duly authorized officers of the companies and not agents or persons acting on their behalf.

 

Signed:

Management