Request for Expression of Interest for Consultancy Services and Invitation to Tender for the Procurement of Various Goods and Services at Federal Capital Development Authority

Federal Capital Development Authority

Office of the Executive Secretary

FCDA Corporate Headquarter, Area 11, Garki Abuja-Nigeria

Request for Expression of Interest for Consultancy Services and Invitation to Tender for the Procurement of Various Goods and Services

The Federal capital Development Authority intends to request for Expression of Interest for Consultancy Services and to undertake the procurement of various goods and services under the 2013 Recurrent and Capital Budget.

In compliance with the Public Procurement Act 2007, the Organization therefore invites interested and reputable Consultants, Suppliers and service providers with relevant experience and good track record to submit Expression of Interest and bids for the following:

 

S/N

 

Description

 

Tender Period

 

Lot I

 

Detailed study & auditing of Mass Housing development in the FCT

 

2 Weeks

 

Lot II

 

Detailed Land Use Plan of 8 Districts of Phase V, FCC

 

2 Weeks

 

Lot III

 

Review of FCT Regional Development

 

2 Weeks

 

Lot IV

 

Financial Consulting

 

2 Weeks

 

 

Goods & Services

 

S/N

 

Description

 

Tender Fee Tender Period

 

1 Stationery: Lot I – Photocopy Paper A4

 

N 10,000.00 6 Weeks

 

Lot II – Minuting Sheet & Others

 

N 10,000.00 6 Weeks

 

Lot III – Photocopy Paper F/S & Others

 

N 10,000.00 6 Weeks

 

Lot IV – Photocopy Paper A3 & Others

 

N 10,000.00 6 Weeks

 

2 Lot I – Printing of File Jackets

 

N 10,000.00 6 Weeks

 

Lot II – Envelops & Others

 

N 10,000.00 6 Weeks

 

3 Computer Consumables : Lot I – LaserJet

 

N 10,000.00 6 Weeks

 

Lot II – Desk jet & others

 

N 10,000.00 6 Weeks

 

4 Procurement of Office Equipment

 

N 10,000.00 6 Weeks

 

5 Purchase of Computers

 

N 10,000.00 6 Weeks

 

6 Provision of equipment for the monitoring of resettlement/relocation scheme within the FCT

 

N 10,000.00 6 Weeks

 

7 Upgrading of FCDA Printing Unit (Machine & Office Space)

 

N 10,000.00 6 Weeks

 

8 Procurement of Professional  Softwares for Engineers,  Architects,   Builders  &  Quantity Surveyors

 

N 10,000.00 6 Weeks

 

9 Digitalization of Personnel Records

 

N 10,000.00 6 Weeks

 

10 Insurance    Cover    for    FCDA    Corporate Headquarter against fire, theft/burglary and other perils

 

N 10,000.00 6 Weeks

 

 

2.       Expression of Interest Requirements (Consultancy)

i.        Evidence of Registration with Corporate Affairs Commission,

ii.       Articles and Memorandum of Association of the company where applicable,

iii.      Evidence of registration by relevant bodies (TOPREC, or COREN, ARCON ESRV CORBON, QSRBN, ICAN/ANAN).

iv.      Evidence of last 3 years Tax Clearance Certificate,

v.       The company’s published Annual Report and Accounts for the last three years.

vi.      Certificate of compliance with the Pension Reform Act in respect of its employees ITF & NSITF

vii.     Evidence of financial capacity and Banking support,

viii.    List of verifiable evidence of similar jobs successfully executed or being executed within the last three years,

ix.      Evidence of VAT registration and remittances of all taxes,

x.       Evidence of registration with the Office of Auditor General of the Federation. (Financial Consulting)

xi.     A court affidavit that none of your directors had committed fraud has pecuniary interest in any of the relevant Committees of the FCDA or BPP, and that all your documents are authentic,

xii.              Certified true copies of registration with Association of Practicing Town Planning Consultants and Town Planning Registration Council of Nigeria.   Interested Companies are advised to have a good understanding of Abuja Master Plan and Evidence of work experience with FCDA/FCTA.

xiii.    List of Company Personnel officers stating their roles, designation, qualifications and experience. Enclose photocopies of Professional certificates where applicable Please.

xiv.    Name of Principal Partner who must be registered with TOPREC, or COREN, ARCON, ESRV, CORBON & QSRBN

xv.     Any other submission that will attest to the Company’s capability to execute the job.

  • For Consultancy: Original of documents i, ii, iii, & iv must be produced for sighting during opening session. PLEASE NOTE THAT SUBMISSION OF FAKE DOCUMENTS IS A FRAUDLENT PRACTICE WHICH IS PUNISHABLE UNDER THE RELEVANT LAWS. All companies will be assessed strictly on proofs of documents submitted.

3.       Tender Requirements for Goods & Services

Prospective bidders are required to submit the following documents along with the completed Tender documents

(i)                Evidence of Registration with Corporate Affairs Commission

(ii)             Certified true Copies of Articles and Memorandum of Association

(iii)           Evidence of last (3) years Tax Clearance Certificate.

(iv)           VAT registration and evidence of VAT remittance

(v)             Evidence of Pension and Social Security contribution

(vi)           A true copy of its current license as an insurance broker certified by NAICOM (INSURANCE)

(vii)        Evidence of professional indemnity cover. (INSURANCE)

(viii)      A court affidavit that none of your directors had committed fraud before has pecuniary interest on any of the relevant committees of FCDA or BPP and that all your documents are authentic.

(ix)           Evidence of payment of non-refundable tender fee as reflected on the above to Aso Savings and Loans, Area 11, Garki -Abuja in favour of Federal Capital Development Authority between 8.00am – 4.00pm each working day.

(x)             Evidence of Manufacturers Authorization Letter (Applicable to   Computer Consumables Only)

(xi)           Evidence of similar job executed

(xii)        Copies of Tender Forms G.1 & G.4 of the Tender document should be completed as stated in ITT Clause 1. Form G.2 price schedules for the supply is to be detached and completed separately as financial bid.

  • Original of documents i, ii, iii, iv & vi must be produced for sighting during opening session, please.

4.       Collection of Tender Documents for Goods & Services

Interested companies are to collect Tender documents from Procurement Department, Conference Room Ground Floor, FCDA Corporate Headquarter, Area 11, Garki -Abuja after the payment of non-refundable Tender fee as reflected on the projects from the date of this invitation 17th June, 2013 to 29th June, 2013.

5.       Submission for Expression of Interest for Consultancy

One original copy and three copies of documents in sealed envelopes clearly marked according to the lots and should be deposited in Procurement Department, Conference Room Ground Floor, FCDA Corporate Headquarter, Area 11, Garki, on or before 1st July, 2013 by 12 noon. All expression of interest received will be opened immediately after close of submission in the same venue in the presence of Tenderers or their representatives

6.       Submission & Opening of Bids for Goods & Services

The completed Tender for goods & services should be enveloped, sealed waxed and marked on the right hand corner”

“PROCUREMENT OF STATIONARY (QUOTE THE LOT AGAINST IT)”

OR “PROCUREMENT OF PRINTING OF NON SECURITY DOCUMENT (QUOTE THE LOT AGAINST IT)”

OR “PROCUREMENT OF COMPUTER CONSUMABLES (QUOTE THE LOT AGAINST IT)”

OR “PROCUREMENT OF OFFICE EQUIPMENT”

OR “PURCHASE OF COMPUTERS”

OR “PROVISION OF EQUIPMENT FOR THE MONITORING OF RESETTLEMENT/RELOCATION SCHEME WITHIN THE FCT” “PROCUREMENT OF PROFESSIONAL SOFTWARES FOR ENGINEERS, ARCHITECTS BUILDERS & QUANTITY SURVEYOR” “UPGRADING OF FCDA PRINTING UNIT (MACHINE & SPACE)” “INSURANCE COVER FOR FCDA CORPORATE HEADQUARTER” “DIGITALIZATION OF PERSONNEL RECORDS” and should be deposited in Procurement Department Conference Room Ground Floor, FCDA Corp orate Headquarter, Area 11, Garki, on or before 29th July, 2013 by 12 noon. All tenders received will be opened immediately after close of bidding in the same venue in the presence of Tenderers or their representatives.

Note:

  • Bidders may bid for one (1 ) or more lots but not more than two (2) lots and discounts offered for the award of combined lots will be considered in bid evaluation.
  • Interested members of the public, especially the Civil Society Organizations are invited to attend the opening exercise. They are to abide by the Code of Conduct for public procurement observers issued by the Bureau of Public Procurement.
  • Company’s representatives are to come along with a letter of introduction including name, rank & sample signatures to the opening.
  • FCDA is not bound to accept the lowest bid or any bid

Signed:

Director, Procurement

For: Executive Secretary

Invitation for Pre-Qualification of Contractors/Suppliers for Supply of Automotive Gas Oil (AGO) at Nigerian Ports Authority (NPA)

Nigerian Ports Authority

Public Notice No. 3827

Invitation for Pre-Qualification of Contractors/Suppliers for Supply of Automotive Gas Oil (AGO) to Nigerian Ports Authority, Headquarters and All other Locations (National Shopping List)

1.0.    Introduction

The Nigerian Ports Authority (NPA) hereby invites interested and competent contractors/suppliers with relevant experience to apply for pre-qualification (National Shopping List) for supply of Automotive Gas Oil (AGO) to Nigerian Port Authority at the under listed locations for a period of two (2) years:

 

Lot 1 Lagos Ports Area
Lot 2 Warri Ports Area
Lot 3 Port Harcourt/Onne Ports Area
Lot 4 Calabar Ports Area

2.0     Scope of Work

The scope of work invokes Supply of AGO to Lagos and other Porte locations Areas for elec­tric power generating sets and other Port facilities requiring same.

3.0.    Pre-qualification Requirements

Interested companies should submit three copies of bound documents with specific chapters paginated, separated by divides and arranged in the same order as outlined hereunder

Mandatory Requirements

i.        Evidence of registration with Corporate Affairs Commission (CAC),       inclusive of Articles and Memorandum Association

ii.       Evidence of VAT registration and past VAT remittances for the past three (3) years (2010-2012)

iii.      TAX Clearance Certificate for the past three (3) years (2010-2012)

iv.      Evidence of compliance with the Pension Reform Act, 2004 and remittances (where applicable)

Other Requirements

v.       Verifiable proofs of company’s ability to undertake petroleum products supplies. Evidence of similar and other petroleum product supplies should be attached.

vi.      Company’s profile to include names, qualifications, experience of key personnel

vii.     All relevant information concerning physical addresses, Telephone, fax, e-mail of the Company and its Representative.

viii.    Bidding Company should have at least N 30 Million annual turnover

ix.      Bids must be in English Language and signed by an official authorized to bind the bidder to a contract

4.0.    Submission of Tender Documents

Three copies (One original and two copies) of Pre-qualification documents in sealed envelope, addressed to the “Secretary, Tenders Board” Nigerian Ports Authority and clearly marked, “Pre-qualification for supply of Automotive Gas Oil (AGO) to Nigerian Ports Authority, Public Notice Number 3827 Specifying Lot No… …..” and dropped in the designat­ed Tender Box located on the 2ndfioor of the Nigerian Ports Authority, Corporate Headquarters, 26/28 Marina Lagos, as follows:.

a.       Lots 1 & 2 not later than 11.00am on 2nd July, 2013. These Tenders will be opened same day by 12.00 Noon at the conference room, NPA Annex building at No 1Joseph Street, Off Marina Lagos, in the presence of all bidders or their representatives

b.       Lots 3 & 4 not later than 11.00am on 3rd July, 2013, These Tenders will be opened same day by 12.00 Noon at the conference room, NPA Annex building at No 1 Joseph Street, Off Marina Lagos, in the presence of all bidders or their representatives.

Please note that:

  • Late submission will not be entertained
  • Only shortlisted companies will be contacted
  • Management is not bound to accept any Tender
  • Wrong Placement of Tender document will not be entertained.
  • All costs incurred as a result of this pre-qualification tender shall be borne by the bidders

For Further enquiries, please contact General Manager, Procurement or e-mail:

Info.procurement@nigerianports.org

Signed:

Management

Nigerian Ports Authority

 

 

Request for Expression of Interest at FADAMA Development Project 111, Borno State

Borno State

FADAMA III PROJECT

Registration/Revaluation of Service Providers

Request for Expression of Interest

(Credit Number: 4494)

This request for expressions of interest follows the General Procurement Notice for this project that appeared in Development Business issue No 637 and Daily Trust Newspaper of July 3rd 2009. The Borno State Government through the Federal Government has received a credit from the International Development Association (IDA) towards the cost of National FADAMA Development Project 111 and it intends to apply part of the proceeds of this credit and its own funds to payments under the contract for various sub-project activities at community level.

The Project h is the following main components:

  • Component 1: Capacity Building, Communication and Information support. The capacity building subcomponent is key to the successful implementation of the Project and consequently for realizing the benefits from the subprojects funded by the Project.
  • Component 2: Small- scale Community – owned Infrastructure which includes construction of feeder road and access roads, bridges, rural markets, infrastructure for sustainable natural resource management and infrastructure that cuts across FCAs and / or LG boundaries, including stock routes and watering points. The funding principle is 90 percent grants and up to 10 percent of the investment cost as counterpart contributions in cash or in materials and labour.
  • Component 3: Advisory Services and Input Support, the project is expected to finance delivery of advisory services responsive to the needs of Fadama users in production, processing, marketing, input support, including training and TA to promote saving schemes within FUGs and to develop linkages between farmers’ organizations and financial institutions.
  • Component 4: Support to ADPs and Sponsored Research which include support to advisory service providers, quality assurance of advisory services, training of facilitators, sponsored research and on – farm demonstrations and training of extension staff.
  • Component 5: Asset Acquisition for individual Fadama User Groups (FUGSs) / Economic Interest Groups (EIGs). Before the project the targeted beneficiaries are disorganized and operated as individuals, this facility serves as a mechanism for formation of community groups to give FCA members practical financial experience as well as revenue from small income generation activities, thereby making them attractive to be financed as a group. For economically – active FUGs, the project will contribute up to 70 percent of the total cost of the demanded subproject while beneficiaries will make up- front cash payment of up to 30 percent of the demanded subproject cost.

Selection of Service Providers (SPs) will be done by the respective communities on the basis of competitive bidding. To facilitate adequate competition by competent parties, the Borno state Fadama Coordination Office (SFCO), overseeing the implementation of the Project, now invites sealed letters of interest from eligible and competent SPs. The Borno SFCO will prepare a list of potential bidders who meet the required qualifications and submit the list to the FCAs who, depending on the format they adopt, may: (a) post notices at the village and LGA notice boards inviting bids; or (b) send to you a formal invitation to bid, including the specifications of the subproject they would want to implement; or (c) invite you to negotiate a contract directly with them.

Eligibility Criteria:

To be eligible for consideration, service provider must provide the following details:

  • Profile of your company /institution including certificate of incorporation physical address, ownership (board membership where applicable) management structure and contacts (telephone and E-mail)
  • Possession of relevant experience and skills for at least five (5) years
  • Payment of specific taxes as applicable under Borno State Laws
  • For construction works, evidence of possession of required equipment
  • Evidence of financial Management systems (Accounting and internal  control)
  • Indicate area(s) of core competence.
  • Letters of interest should be send to the address below:

The State Project Coordinator,

Borno State Fadama Coordination Office

Borno State Agricultural Development Programme (BOSADP)

2 Menu Laminu way Maiduguri

bosfdo@yahoo.co.uk 08062586116, 08037493712

Registration closes 1st July, 2013.

Invitation to Tender for the Execution of the 2013 Capital Projects at University of Uyo Teaching Hospital

University of Uyo Teaching Hospital

P.M.B. 1136, Uyo, Akwa Ibom State

E-mail: info@uuthuyo.com, uuthuyo@gmail.com

Professor Etete J. Peters, FWACE, FCCF, JP

Chief Medical Director

Dr Emem Bassey FWACE, FICS, FCAN

Chairman, Medical Advisory Committee

Invitation to Tender for the Execution of the 2013 Capital Projects

The University of Uyo Teaching Hospital invites qualified contractors and suppliers to tender for the under listed projects under the year 2013 capital appropriation.

Projects

Group A: CONSTRUCTION WORK

Lot 1:          Construction of 2 Storey Building School Block

Group B: SUPPLY OF MEDICAL EQUIPMENT

Lot 2:          Expansion and Equipping of Mortuary

Eligibility Criteria

To qualify for consideration, interested contractors and suppliers are required to submit the following documents in the order listed:

a)       Certificate of incorporation with Corporate Affairs Commission (CAC).

b)      Company tax clearance certificate for the past three (3) years (2010-2012).

c)       Evidence of VAT Registration and remittances to FIRS.

d)      Evidence of registration with PENCOM and evidence of remittance

e)      Evidence of compliance with the provisions of the Industrial Training Fund Amendment Act 2011 section 6 (I-II).

f)       Sworn affidavit that:

i)       None of the Directors of the company has ever been convicted by a court of law or is bankrupt.

ii)      The company is not bankrupt

iii)     No officer of the procuring entity is a former or present Director, shareholder or has any interest in the company

iv)     All information presented in the submission is true and correct.

Note: Table of content and pagination of document submitted is required

Technical Requirement

a)       Evidence of similar job (s) executed in the past 3 years including scope, certificate of award and completion

b)      Evidence of financial capability.

c)      Evidence of audited account for the last three (3) years (2010-2012).

d)      Company profile including names, curriculum vitae, evidence of technical and professional qualification of key personnel.

e)      Manufacturer’s authorization for the supply of items marketed (where applicable).

Collection of Bid Document:

Interested contractors/ suppliers should collect bid document from the Procurement unit on payment of a non-refundable processing fee as follows:

Lot 1: Construction of 2 Storey Building School Block – N20.000

Lot 2: Expansion and Equipping of Mortuary – N 10,000

Submission of Documents

Three (3) sets each of soft bound copies of prequalification and bid document should be submitted in separate sealed envelopes marked at the top left hand comer with the name of the project of interest and addressed to:

The Chief Medical Director

University Of Uyo Teaching Hospital, Uyo

P.M.B 1134

Uyo, Akwa Ibom State

All Submissions Must Be In English Language

Submission should be dropped in the Tenders Box in the Conference Room 2nd Floor, Administration Block on or before 12noon on Monday, July 29th, 2013. Late submission will not be considered under any circumstances.

Opening of Pre-qualification and Tender document will take place immediately following the deadline of 12noon on Monday, July 29th, 2013 in the Hospital conference Hall. Contractors and/or representatives are invited to attend.

Please Note:

  1. Only Contractors and Suppliers that meet the pre-qualification criteria will have their financial bids opened.
  2. The University of Uyo Teaching Hospital reserves the right to reject any or all documents submitted and to terminate the selection process without any liability to the Hospital.

Signed:

Mr. T.T Ikpe    

Director of Administration

Invitation for Pre-qualification for the Construction of Roads at Ministry of Works and Transport, Sokoto State

Sokoto State Government

Ministry of Works and Transport

Usman Faruk Secretariat, P. M. B. 2110, Sokoto

The Secretary,

Ministerial Tenders Board

Ministry of Works and Transport

Usman Faruk Secretariat,

P. M. B. 2110 Sokoto, Nigeria

Invitation for Pre-qualification for the Construction of Roads in Sokoto State

As part of planned developmental programmes, the Sokoto State Government of Nigeria is desirous of undertaking the construction of some roads in the State. In doing this, the Government hereby invites for pre-qualification from reputable Civil Engineering Companies to undertake the following road projects:-

 

Lot No. Description

 

Length (KM)

 

Lot No. 1 Wauru-Kadadin Buda -Rafin Duma -Galmi

 

36KM

 

Lot No. 2

 

Ruwawuri -Munwadata -Kalmalo -Illela

 

46.50KM

 

Lot No. 3

 

D/Daji-Sabawa-Garba Magaji Road

 

38KM

 

Lot No. 4

 

Asphalt Overlay of Wamakko Bunkari Road

 

27KM

 

Lot No. 5 Bodinga-Dingyadi Road

 

9.5KM

 

Lot No. 6

 

Kajiji-Sanyinnawal Road

 

7.5KM

1.       Scope of Works

As a guide, the scopes of works are in the range of the following:

a)       Site Clearance and Earthwork

b)      Road works and Pavement

c)       Culverts and Drainages

d)      Any other works related to the project as shall be described

2.       Pre-qualification

Interested contractors must submit along with their tenders the following documents:-

a)       Evidence of Incorporation or Business name Registration

b)      Registration with relevant Ministries and Bureau

c)       Company Audited Accounts for three years

d)      Evidence of Tax Clearance Certificate for three years

e)       Evidence of Financial Capability and Banking Support

f)       Experience/ Technical Qualification and Experience of Key Personnel

g)       Similar projects executed in the State or anywhere in Nigeria with copy of award letter and completion certificate.

h)      Equipment (with year of purchase, performance guarantee, full description of the equipment is also required) and Technology capacity

i)       Annual Turnover

j)       VAT Registration and Evidence of past VAT remittance

k)      Payment of non refundable pre-qualification fee of Five Hundred Thousand Naira (500,000.00) only for LOT 1, 2, 3, & 4 and Three Hundred Thousand Naira (N300, 000.00) only for LOT 5, & 6 to the Sokoto State Ministry of Works and Transport.

All parameters with the zero scores are considered RESPONSIVE. The absence of anyone will automatically disqualify an applicant for pre-qualification.

3.       Submission of Pre-qualification documents

a)       All prequalification documents (which should include Technical and Financial proposal) should be three (3) copies of A4 size, spiral binded and submitted in a sealed envelope and clearly marked the LOT of Roads interested in clearly indicated on the right comer of the envelope.

b)      All Tender Documents should be submitted on or before 2nd July 2013 by 12:00 noon and addressed to:

The Secretary,

Ministerial Tenders Board,

Ministry of Works and Transport,

Usman Faruk Secretariat,

P. M.B. 2110 Sokoto.

4.       Opening of Tender

Tender will be opened on the last date of submission by 12:30pm at Sultan Moh’d Maccido Institute for Qur’anic and General Studies, Auditorium Hall, Sokoto.

Note:

i.        Further submission after the specified time would not be accepted

ii.       Not withstanding the submission made by the bidders, the Sokoto State Government is Neither committed nor under any obligation to include any bidder on the Tender list or award.

Signed:

Muhammad Bello Sifawa

Permanent Secretary,

Ministry of Works and Transport,

Sokoto