Invitation to Tender for the Execution of 2013 Capital Projects for the Defence Headquarters at Defence Headquarters

Defence Headquarters

Area 7 Garki – Abuja

Invitation to Tender for the Execution of 2013 Capital Projects for the Defence Headquarters

The Federal Government, through the Defence Headquarters intends to undertake the execution of Capita I Projects for Year 2013 Budget of the Defence Headquarters. Interested and competent contractors are hereby invited to apply for the under-listed Capital projects

Description of Work

The list of Projects includes:

Lot 1 –         Furnishing of Lecture Halls for AFEME.

Lot 2 –         Furnishing of AFEME Apprenticeship Hostel.

Lot 3 –         Procurement of one Set of Radio Scanner and Tracking Equipment.

Lot 4 –         Interconnectivity of DHQ PAB with Service HQs PABX.

Lot 5 –         Giwa   Project   Sand   Filling   and   Landscaping   of Environment.

Lot 6 –         Renovation of 2 Blocks of Offrs Qtrs at Camp WU Bassey.

Lot 7 –         Renovation of 4 x MOQ accommodation and other facilities at Special Forces Barracks Makurdi.

Lot 8 –         Renovation of 5 x SOQ accommodation and other facilities at Special Forces Barracks Makurdi.

Lot 9-          Renovation of 2 x NCOQ accommodation and other facilities at Special Forces Barracks Makurdi.

Lot 10 –       Renovation of 3 x NCOQ accommodation and other facilities at Special Forces Barracks Makurdi.

Lot 11 –       Renovation of 1   x CBQ accommodation and other facilities at Special Forces Barracks Makurdi.

Lot 12 –       Renovation of 1 x CBQ accommodation and other facilities at Special Forces Barracks Makurdi.

Lot 13 –       Renovation of 1 x CBQ accommodation and other facilities at Special Forces Barracks Makurdi.

Lot 14 –       Renovation of 1 x CBQ accommodation and other facilities at Special Forces Barracks Makurdi.

Lot 15 –       Renovation of 1 x CBQ accommodation and other facilities at Special Forces Barracks Makurdi.

 

Pre-Qualification Requirements

  1. Interested Companies Should Submit The Following Documents/ Information For Assessment And Consideration To The Secretary, DHQ Tenders Board, Defence Headquarters Abuja.
  2. Certificate of Company Registration with Corporate Affairs Commission.
  3. Tax Clearance Certificate Covering Last 3 Years,
  4. Company Profile and Organizational Structure, Including Registered Address, Functional Contact E-Mail Address and GSM Phone Numbers.
  5. Evidence of Good Performance of Past Jobs, Including List of Similar Projects Previously Undertaken, Letters of Award, Job Completion Certificate, and Job Completion Period/Project cost,
  6. Vat Registration Certificate/Evidence of Remittances,
  7. Three Years Audited Accounts.
  8. List/Type of construction equipment, an indication of whether owned or on lease for owned equipment, evidence of ownership shall be required (For Construction Projects Only),
  9. Curriculum vitae of key technical staff including individual attestation of availability
  10. Evidence of participation in or exemption from PENCOM.
  11. Non-refundable tender fee receipt.
  12. Evidence of remittance of training contributions to the Industrial Training Fund (ITF).
  13. Evidence of registration with the Defence Headquarters as a contractor.

Collection of Bid Documents

  1. Interested and competent contractors wishing to apply for the above jobs   should   collect   BOQs/Technical Specifications from the Secretary, DHQ Tenders Board, Defence Headquarters Abuja, on the payment of non-refundable tender fee.

Submission:

5.       The submission will be in 2 separate envelopes:

a.       Pre-qualification requirement should be submitted in one wax sealed   envelope boldly marked at the top left corner: TECHNICAL.

b.       Financial bids should be submitted in a wax sealed envelope boldly marked at the top left corner: FINANCIAL indicating Lot(s).

 

  1. The submission should be addressed to:

The Secretary

DHQ Tenders Board

Area7, Garki, Abuja

Closing of Submission

  1. All pre-qualification requirements should reach the above address on or before 27th May 2013, while the financial bids should be submitted to the Secretary on or before 28th June, 2013 by 10:00am.

Bid Opening

  1. The Tenders shall be opened on 28th June 2013 in the CDS Conference Room DHQ at 11:00 am.

 

General/Special Information

9.       Please note the followings.

a.       DHQ shall consider all applications.

b.       Only successful pre-qualified companies will have their Financial Bids evaluated,

c.       Late submission will not be considered under any circumstance,

d.       Nothing in this advert shall be construed to be a commitment on the part of DHQ.

e.       The successful and unsuccessful companies will be duly informed.

 

GAUDU

Major General

For the Chief of Defence Staff

Invitation for Pre-Qualification/Expression of Interest at Presidential Technical Committee on Land Reform

Federal Republic of Nigeria

Presidential Technical Committee on Land Reform

Office of the Secretary to the Government of the Federation, the Presidency – Abuja

Invitation for Pre-Qualification/Expression of Interest

The Presidential Technical Committee on Land Reform is an Executive Committee under the auspice of the office of the Secretary to the Government of the Federation. The Committee being desirous of executing its projects/ programmes approved in the 2013 Appropriation Act, as part of the implementation of Federal Governments’ Land Reform Agenda, wishes to invite interested reputable and competent companies to apply for pre-qualification and expression of interest for the under-listed projects;

Lot 1:          Procurement and installation of medium capacity electricity generating set and a plotter at the Headquarters, Abuja.

Scope of works includes supply, installation and commissioning with at least one year warranty.

Lot 2:         Procurement of essential Office Materials for Operations in specified Pilot States and Local Government Areas.

Scope of Work includes supply and test/commissioning of prescribed materials to designated location of pilot projects with basic equipment warranty.

Lot3:          Procurement of essential Office Materials for operations in the Headquarters.

Scope of work includes supply of prescribed Office Materials to Headquarters.

Lot4:          Procurement and installation of GNSS/CORS and accessories at different locations in the country.

Scope.         This involves the installation of specialized equipment. The project includes the acquisition of Continuously Operating Referencing Stations according to specification together with 24/7 power source and other related equipment, Installation, Testing and Commissioning in selected locations across the country.

Lot 5:         Procurement of technical equipment to support the implementation of Pilot Systematic Land Titling and Registration in selected States and Local Governments.

Scope:        Procure and install prescribed digital equipment and peripherals in selected Pilot States and Local Governments to facilitate the take-off of Pilot Systematic Land Tilling and Registration (SLTR) in the locations.

Lot 6:         Procurement of Four-Wheel 2.7L Petrol engine, Radio/CD, Air Conditioned, Power Window, Double Cabin Pick-Up Van for field operations.

Lot 7:         Consultancy for Field Data Capture and Analysis in Pilot States.

Scope:        The scope includes inventory, capture, analysis and preparation in appropriate format for entry into the Database in each of the five pilot Local Governments and respective State Land Registry Headquarters.

Lot 8:         Consultancy for the establishment of National Data Centre for coordinating the implementation of Systematic Land Titling and Registration Nationwide.

Scope of service includes the establishment of National Digital Land Management Database and Implementation of adopted software.

Lot 9:         Consultancy for the Development, Translation into Local Languages and Production of Information, Education and Communication Materials for Public and Grass Root Education on Land Reform Programmes.

Scope of service includes design of presentation format, development of Content, translation to major Nigerian Languages, identification of appropriate Channels and Procedures for Administration and Implementation of Nationwide Advocacy enlightenment programme as well as specialized stakeholder engagement forum.

Lot 10:       Consultancy for the Development and Implementation of Website.

Scope: To provide essential infrastructure for wireless link for International Reach as well as a channel for Wired/Wireless Interconnectivity with all States’ Lands Ministries. Bureaus and Local Government Land Registries to create a channel for coordinated Land Governance Programme across the nation.

Lot 11:       Consultancy Service for Capacity Building and Grass- root Education Data collection at the Pilot locations.

Scope of services includes Design, Development of text and Visual, including Informative Graphic Materials and Cartoon Modules for knowledge Transfer and Enlightenment targeted at field officers and all categories of selected Work Team for pilot projects in selected Local Government Areas.

Lot 12:       Consultancy service for studies for land Valuation Mechanism/Approach phase II.

The scope will include, undertaking a strategic review of land valuation in Nigeria; Study the requirements for land valuation information in existing policy and Legislation; Draw on national, regional and relevant international experiences to improve land valuation for taxation purposes and to support a fair and equitable determination of compensation. It will also assemble information on land values at Federal, State and LGA levels for a range of purposes including the collection of land related fees and taxes, local government assessments, ground rent and compensation. The study would make recommendations on the structure of land related fees and taxes in ways that meet revenue and social equity objectives and with a simplified valuation approach; specifying the data required to support improved land valuation; and enable better access to reliable and accurate land market information.

Lot 13:       Consultancy studies for Land Administration Service Delivery System.

The scope will include collection and analysis of detailed information on the status of land administration systems and service delivery in Nigeria; documenting the status of land administration service delivery at all levels of government and identifying options to strengthen land administration and monitoring systems in Nigeria. It will also review institutional capacity and responsibility as well as existing classification and development of typology at Federal, State and LGA levels to guide the implementation of the national inventory of public lands.

2.       Eligibility for Pre-Qualification

To qualify for consideration, interested Companies are required to supply the under-listed information/documents.

i.        Certificate of Incorporation with the Corporate Affairs Commission (C AC)

ii.       Current Tax Clearance Certificate

iii.      Evidence of VAT Registration and Remittances

iv.      Evidence of Registration and remittance of employees Contributory Pension

Scheme

v.       Evidence of compliance with the provisions of the Industrial Training Fund

(Amendment) Act, 2011.

vi.      Evidence of Registration and current practice license with appropriate professional bodies (Applicable for Consultancy Services only).

vii.     Last 3 years Audited Financial Report (Balance Sheet Profit & Loss).

viii.    List of project history (activity description, client, location, value, status complete or ongoing)

ix.      Not have any Director(s) who has been convicted in any country for criminal offence related to fraudulent or corruptive practices, or criminal mispresentation or falsification of facts relating to any matter.

x.       Details of Company Profile, Partnerships, Organogram and Curriculum Vitae with evidence of qualification and experience of key Personnel to be involved in the  relevant projects where applicable.

xi.      Evidence of accredited Manufacturer’s representative or dealership in Nigeria. (applicable to vehicles and specialized equipments only).

 

3.       Submission of Tenders

The pre-qualification/expression of interest documents must be submitted in a sealed envelope, marked at the left hand Pre-qualification or Expression of interest “stating the Lot number the Company is applying for, which shall be addressed to. “The Secretary, Ministerial Tenders Board, Office of the Secretary to the Government of the Federation’ (OSGF), on or before 12 noon Monday 3rd June, 2013. Opening of documents commence at 1 00 pm on same day in the Conference Room of the OSGF, Ground Floor, Shehu Shagari Complex, Three Arms Zone, Abuja. Bidders or their representatives and interested members of Public and Civil Societies are encouraged to attend the bid opening session.

 

4.      Special Instructions to interested Bidders for Consultancy Services

Interested parties are also required to submit:

(i)      Description of similar assignments, including brief description of the projects executed methodology, client, budget and project start/ end dates.

(ii)     A concept note on the assignment that describes in details how to conduct this assignment if selected.

(iii)    Quality and Cost-Based method will be used for the purpose of the evaluation of Consultancy Services.

 

Signed

Permanent Secretary (CSO)

Office of the Secretary to the Government of the Federation

 

 

 

 

Advertisement for the Expression of Interest (EOI) of Estate Surveyors and Valuers for Apakun – Murtala Muhammed Airport (MMA) Road Route No, F269 in Lagos State at Federal Ministry of Works

Federal Ministry of Works

Public Private Partnership (PPP) Department Headquarters, Abuja.

Advertisement for the Expression of Interest (EOI) of Estate Surveyors and Valuers for Apakun – Murtala Muhammed Airport (MMA) Road Route No, F269 in Lagos State

The Federal Government is in the process of awarding the Concession for the Design, Build, Finance and Operate (DBFO) of Apakun – Murtala Muhammed Airport (MMA) Road Route No. F269 in Lagos State under Public Private Partnership (PPP) Scheme. The Ministry has appointed a UK based firm Messrs Roughton International as a Transaction Advisor (TA) who is currently carrying out the transaction advisory services for the road that would ensure a transparent and competitive international tender process for the procurement.

 

2.       The existing 4-lane dual carriageway shall be upgraded to a modern 8-lane facility with 2.75m shoulders on either side including construction of full interchanges, pedestrian bridges and service lanes at appropriate locations. The road is an important Gateway to Nigeria City of Lagos and therefore the design and appearance of the road and the adjoining land would be given the required special attention

 

3.       In view of the above there is urgent need for the Ministry in liaison with Federal Ministry of Lands, Housing & Urban Development (FMLH&UD) to take accurate enumeration of existing structures/crops & economic trees within the Right of Way (ROW) of the alignment, ascertain the legality of such properties by conducting title search at the appropriate land registry etc. conclude the assignment within two months and submit report to the Ministry.

 

4.       In order to facilitate the proper handing over of the ROW to the preferred Concessionaire without hitches, the Ministry through its PPP Department therefore, wishes to invite competent and renowned Estate Surveyors and Valuers to submit EOI for the enumeration and evaluation exercise on the alignment that will form the basis for payment of compensation to deserving claimants.

 

5.       Interested Firms are hereby invited to submit Expression of Interest (EOI) to carry out the enumeration and evaluation of structures/crops & economic trees within the ROW of Apakun – Murtala Muhammed Airport (MMA) Road Route No. F269 in Lagos State. The prospective Estate Surveyors and Valuers are expected to demonstrate requisite skills and competence to undertake the exercise. The EOI submission should include but out limited to the following:

 

i.        Full name of the Firm and contact person(s), postal contact and e-mail addresses, telephone/facsimile/mobile numbers:

 

ii.       Firm Profile:

 

iii.      Evidence of extensive knowledge and experience in the proposed assignment.

 

iv.      Evidence of civic and statutory compliances including three years abridged audited accounts, tax certificates, incorporated certificates; and

 

v.       Evidence of registration as a member of the Nigerian Institution of Estate Surveyors and Valuers.

 

6.       Upon receipt of EOI from interested Firms, the Ministry shall evaluate and pre-quality applicants that will eventually be awarded the contracts in different Lots as deemed fit by the Ministry to carry out the exercise.

 

7.       Completed EOIs in six (6) copies should be signed, sealed and delivered in an envelope dearly marked “Confidential” and boldly written Expression of Interest as Estate Surveyors and Valuers on Apakun-Murtala Muhammed Airport (MMA) Road Route No. F269 in Lagos State and submitted to:-

 

Office of the Secretary

Ministerial Tenders Board

Federal Ministry of Works Mabushi-Abuja

8.       All submissions must be made on or before 12.00noon, 14th June 2013

Signed:

DR. A.K. Muhammed, OON

Permanent Secretary

 

Invitation for Technical/Financial Bids from Interested Bidders for Projects and Services Under 2013 Appropriation Act at Niger Delta Basin Development Authority (NDBDA)

Federal Republic of Nigeria

Niger Delta Basin Development Authority

21 Azikiwe Road, P.M.B 5676 Port Harcourt, Rivers State

Invitation for Technical/Financial Bids from Interested Bidders for Projects and Services Under 2013 Appropriation Act

Please Note:

This advert was earlier published in Central Post Newspaper of 3rd May, 2013, Federal Tenders Journal Vol. 9 No. 9 edition 6th May and ThisDay Newspaper of 6th May, 2013.

1.0     Introduction

1.1     Niger Delta Basin Development Authority (NDBDA) is a Parastatal of the Federal Ministry of Water Resources charged with the responsibility for Comprehensive Development of Surface and Ground Water Resources, Flood and Erosion Control etc in Bayelsa, Delta and Rivers States. The Authority intends to carry out Procurement for the various Projects and Services under its 2013 Appropriation.

1.2     Niger Delta Basin Development Authority hereby invites submission for Technical and Financial bids from interested and competent Contractors and Consultants for the Projects and Services in the 2013 Appropriation under the following categories;

Lot 1: Water Supply Consultancy which includes underground water studies and report, geophysical, geotechnical studies and design of the water supply infrastructure.

The locations are: Abraka and Buguma,

Lot 2:          Water Supply Works which includes borehole drilling/construction, civil, mechanical and electrical works etc.

The locations are:

Sabagreia, Uyo, Ojobo, Emohua, Opolo, Ophorigbala,Omerwe, Otorwhereko, Edhemoko, Owherido, Mereje, Enewari, Ikebiri 1, Ikebiri 11, Okpotuwari, Ayama-Ogbia Otuokpoti, Port Harcourt, Otamiri, Ajinapa, Orire Lga, Abraka, Ezebiri, Surulere Area of Lagos, Egberu/Oyigbo and Sime/Tai, Okpai-Obieze, Amorji, Onitcha – Ukwuani, Umuno Ossisa, Obi-Obeti, Kokori, Edjekuta-Gor, Ikot- Udoma, Buguma, Bodo, Nwebiara, Kpor , Nweol, Nyor-Khana, Ken-Khana, Baabe Bori, Etsako, Agbura , Agbobiri, Bomoundigbene, Diobu, Olugbobiri, Kaluama 1, Egbedi, Opokuma, Erowha, Ayamassa, Obirigbene, Amabobou, Ogono-Edeoha, Edeoha, Aniocha North/South, Ogundu, Akuku- Toru/Asari-Toru, Ogwashi-Uku and Bolou- Ndoro.

Lot 3: Erosion/Flood Control Consultancy which includes topographic, hydrographic/hydrological, soil and environmental studies and design of appropriate structure for the mitigation flood and erosion in Abonnema, River State.

Lot4: Erosion/Flood Control Works which includes construction of inter alia, construction of flood and erosion mitigation structure in specified locations. The locations are Sagbama, Elibrada, Rumuche, Mgbo-Osi mission road, Eteama, Agbarho, Torugbene, Ode-Ishekiri, Isiokpo and Enewari.

Lot5: Irrigation and Drainage Consultancy which includes soil studies hydrological, water requirements, sources and mode of drainage in the fields in specified locations for the purpose of establishment of sustainable irrigation/drainage system for Agriculture production in specified locations. The locations are Opuokede and Foutorugbene.

Lot6: Irrigation and Drainage Works which involves construction of irrigation/drainage (water control) infrastructure for agriculture production in specified locations. The locations are Enewari, Isiokpo, Kpong, Egberu, Koko, Isampou, Peremabiri, Ekporo, Ondewari, Onwhe,

Bodo, Sama and Isiokolo.

Lot 7:          Water Quality Control Works which includes establishment of Sustainable water treatment plants/facilities infrastructure in specified locations with the Authority’s area of jurisdiction. The locations are:, Ebedebiri, Agbere, Odoni, Aleibiri, Madu-Zion, Monothic-zion, Isampou, Tamogbene, Angalabiri, Bolo Orua, Tooru-Orua, Amabolu, Tamigbe, Azagbene and Torugbene

Lot 8:          General Works: this encompasses civil, mechanical, electrical and other   works not covered by the one specified in the foregoing. The locations are Opuokede, Foutorugbene, Sagbama, Tungbo, Ebedebiri, Agbere, Odoni, Trofani, Ekeremor, Aleibiri, Madu-Zion, Monothic – zion, Ayamassa, Isampou, Peretorugbene, Ndoro, Tamugbene, Foutorugbene, Obrigbene, Agge, Ogbotobo, Angalabiri, Adagbabiri, Ofoni, Angiama, Akede, Toru-Ebeni, Okumabiri, Ossiama, Asimabiri, Amabolu Egbema-Angalabiri, Aghoro, Angalaweigbene, Agge and Ogbotobo.

Lot9: Rural   Electrification   Consultancy   which   includes   route   survey, Geotechnical/topographic studies and installation of solar street light  facilities in the specified locations.

The locations are:

Sagbama, Tungbo, Ebedebiri, Agbere, Odoni, Trofani,  Ekeremor, Aleibiri, Madu-Zion, Monothic – zion, Ayamassa, lsampou, Peretorugbene, Ndoro, Tamugbene, Foutorugbene, Obrigbene,   Amabolu,   Egbema – Angalabiri,   Aghoro, Angalaweigbene, Agge, Ogbotobo, Angalabiri, Adagbabiri, Ofoni, Angiama, Akede, Toru-Ebeni, Okumbiri, Ossiama, Asimabiri

Lot 10: General Goods includes supply of agric plants and machinery, other inputs and equipment as appropriately specified. It also includes supply of other general store items at the Headquarters Port Harcourt.

Lot 11: General Services which includes rendering of services such as repairs, installations, maintenance and rehabilitations which are purely of services rendering in nature at the Headquarters Port Harcourt.

2.0     Eligibility Criteria

Bidders are to provide the following as minimum technical and financial requirements for the project and services of their choice.

2.1   For Consultancy Services

a)     Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certificate of Incorporate and Article of Association.

b)    Last 3 years 2010, 2011 and 2012 Tax Clearance Certificates with Tax Identification Number (TIN)

c)     Evidence of Pension and Social Security contribution and evidence of remittance of employee Pension.

d)    VAT Registration with evidence of remittances

e)     Detailed Company Profile

f)      Evidence of experience in at least five (5) jobs of similar nature and completely executed within the last five (10) years with verifiable letters of contract award, evidence of payment and certificates of job completion.

g)     For Joint Venture (JVs), include Memorandum of Understanding (MOU)

h)    Evidence of Registration with relevant professional bodies such as ARCON, COREN, ICCON and IPAN, etc.

i)       Possession of satisfactory Quality Assurance/Quality Control manuals.

j)       Evidence of qualification of key staff and their registration with the relevant regulatory professional bodies.

k)    Having annual Auditors reports for the last 3 years (2010, 2011 & 2012).

l)       Evidence of registration with Industrial Training Fund (1TF)

NB: Original of documents 2.1 (a -c) above should be produced for sighting on request/during the opening session. Please Note That Submission Of Fake Documents Is A Fraudulent Practice Which Is Punishable Under The Relevant Laws. All companies will be assessed strictly on proofs of documents submitted.

2.2.    For Goods   

a)                 Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certificate of Incorporate Article of Association.

b)                Last 3 years, 2010, 2011 and 2012 Tax Clearance Certificates with Tax Identification Number (TIN)

c)                 Evidence of Pension and Social Security contribution and evidence of remittance of employee Pension

d)                VAT Registration with evidence of remittance

e)                 Detailed Company Profile which should include list of key personnel , their qualifications (certificates and cvs) and experience in similar works)

f)                  Evidence of experience in at least five (5) jobs of similar nature and completely executed within the least three (3) years with verifiable letters of contract award, evidence of payment and certificates of job completion.

g)                 Evidence of financial capability/reference letter from a reputable bank.

h)                For joint Ventures (JVs), include Memorandum of Understanding(MOU)

i)                   Possession of satisfactory Quality Assurance/Quality Control manuals.

j)                   Having annual Auditors reports for the last 3 Years (2010, 2011 & 2012).

k)                Evidence of registration with Industrial Training Fund (ITF)

NB:   Original of documents 2.2 (a -e) above should be produced for sighting on request/during the opening session. PLEASE NOTE THAT SUBMISSION OF FAKE DOCUMENTS IS A FRAUDULENT PRACTICE WHICH IS PUNISHABLE UNDER THE RELEVANT. All companies will be assessed strictly on proofs of documents submitted.

2.3     For Works

a)     Evidence of Registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of Incorporate and Article of Association

b)                Last 3 years, 2010, 2011 & 2012 Tax Clearance Certificates with Tax Identification Number (TIN)

c)                 Evidence of Pension and Social Security contribution and evidence of remittance of employee Pension

d)                VAT Registration with evidence of remittances

e)                 Detailed Company Profile which should include list of key personnel, their qualifications (certificates & CVs) and experience in similar jobs

f)                  Evidence of experience in at least five (5) jobs of similar nature and completely executed within the last five (10) years with verifiable letter of contracts of award, evidence of payment and certificates of completion,

g)                 Evidence of financial capability/reference letter from a reputable bank

h)                Evidence of verifiable list of major construction equipment and facilities including registration numbers, location (where they can be inspected) and remark on whether these are owned, hired or leased.

i)                   For Joint Ventures (TVs), include Memorandum of Understanding (MOU).

j)                   Full accounts details including SORT code.

k)                Possession of satisfactory Quality Assurance/Quality Control manuals

l)                   Having annual Auditors reports for the last 3 Years (2010,2011 & 2012)

m)              Evidence of registration with Industrial Training Fund (ITF)

NB: Original of documents 2.3 (a -c) above should be produced for sighting on request/during the opening session. PLEASE NOTE THAT SUBMISSION OF FAKE DOCUMENTS IS A FRAUDULENT PRACTICE WHICH IS PUNISHABLE UNDER THE RELEVANT LAWS, All companies will be assessed strictly on proofs of documents submitted.

3.0     Collection of Technical and Financial Documents

3.1     Technical and Financial Documents will be available for collection from 12 Noon on Monday 6th May, 2013 upon the presentation of evidence of payment of non-refundable tender fee of N50,000.00 (Fifty Thousand Naira) only, for Works Project, Consultancy services N10,000.00 (Ten Thousand Naira for Financial Bids) only, N25,000.00 (Twenty Five Thousand) only, for Goods and General Services into the Authority Account as follows:

Account Name:   Niger Delta Basin Development Authority

Bank:                   First Bank Plc, Main Branch, Port Harcourt,

Rivers State

Account Number:         2012528677

Sort Code: 011214348

3.2     All terms and conditions in the collected Technical/Financial Documents must be strictly adhered to, please.

4.0     Submission   of   Completed   Technical/Financial Documents

4.1     Technical and Financial bids shall be submitted in Two (2) hard copies and One( 1) Electronic copy (Non rewritable compact disk/DVD) in two different sealed envelopes and labeled Technical and Financial” respectively with ‘project category and Lot Number” at the top right hand corner of the envelope and enclosed in a third envelop on which is also indicated the Project category and Lot Number and addressed to:

The Managing Director

Niger Delta Basin Development Authority

P.M.B. 21 Azikiwe Road, 5676 Port Harcourt,

Rivers State,

 

And  drop  in  the  bidding  boxes  at  the Authority’s  Conference  Hall, Headquarter premises, Port Harcourt.

4.2     All Technical and Financial bid documents MUST be accompanied with duly signed submission letter by the bidders

4.3     All bidding documents submitted shall be subjected to Due Diligence in accordance with the Public Procurement Act (PPA) 2007.

5.0     Closing Date for Submission of bids

5 I     The closing date for the submission in respect of all projects is on or before 12 noon, Monday, 17th June, 2013. Any bid submitted after this date and time will be rejected.

6.0 Opening of Bids

6.1     Bids shall be opened same day immediately after deadline of submission at the Authority’s Conference Hall, Headquarter premises, Port Harcourt.

6.2     Only firms whose Technical bids fulfill the minimum requirements would have their financial bids opened while unsuccessful technical bidders would have their financial bids returned.

6.3     All bidders are expected to bring along the ORIGINAL COPIES of all relevant documents for sighting.

6.4     Non Governmental Organization (NGO) and the general public are hereby invited to witness the bids opening

7.0     Note: All financial bids must be accompanied with 2% bid security, Non submission of this will lead to rejection of the bid.

8.0     ENQUIRIES

8.1     All enquiries should be directed:

Head of Procurement

Niger Delta Basin Development Authority

P.M.B, 21 Azikiwe Road, 5676, Port Harcourt,

Rivers State

Phone: 08056026971

E-mail: olatubosun_quadri@yahoo.com

 

9.0     Disclaimer and conclusion

9.1     This announcement is published for information purposes only and does not constitute an offer by the Authority to transact with any party for the project and services listed, nor does it constitute a commitment or obligation on the part of the Authority to procure/concession services.

 

9.2     The Authority will not be responsible for any costs or expenses incurred by any interested party(ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry.

 

9.3     The Authority pledges fair and equal treatment of all participant but is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liability whatsoever.

 

Signed

The Managing Director

Niger Delta Basin Development Authority

Port Harcourt, Rivers State

Notice of Invitation for the Expression of Interest (Pre-Qualification) for Respective Work Areas at Nigerian Bulk Electricity Trading Plc, (NBET)

Nigerian Bulk Electricity Trading Plc

Notice of Invitation for the Expression of Interest (Pre-Qualification) for Respective Work Areas

A.   Introduction:

The Nigerian Bulk Electricity Trading Plc, (NBET) is desirous to undertake pre-qualification exercise for the provision of a range of service under the year 2013 budget consequently, and in compliance with the relevant provision of PP Act. 2007, NBET wishes to invite competent and reputable contractors to indicate interest to pre-quality to undertake respective services within the work areas highlighted below.

B.   SCHEDULE OF WORK AREAS

S/N WORK AREAS:
1 Supply, repair and maintenance of vehicles
2 Supply and maintenance of office furniture
3 Supply and installation of security access doors
4 Supply, Installation and maintenance of multipurpose photocopier
5 Supply & Installation of remote access VPN gateway
6 Supply of laptop computers
7 Supply and configuration of network firewall
8 Supply of servers (antivirus, windows update) ERP
9 Supply and installation of 2 factor authentication server
10 Owner’s engineers technical advisory services
11 Publication and Printing  Services
12 Media outreach services
13 HR consultancy services
14 Financial consulting and related advisory services
15 Consultancy services for facilitation of stakeholders forum
16 Project management consultancy services
17 Legal advisory services
18 Courier and parcel handling /delivery services
19 Insurance brokerage services
20 Event management/hall rental services
21 Travel management services

A.      General Requirement

Interested and competent contractors wishing to provide NBET with the services highlighted in the work areas must submit the following documents with expression of interest for pre-qualification

  1. Evidence of registration with Corporate Affairs Commission.
  2. Evidence of payment of tax for the last three years as at when due.
  3. Comprehensive company profile Including registered address, functional email address, GSM phone number, names and experiences of key personnel.
  4. Current companies audited statement of account.
  5. Letter of reference from reputable bank.
  6. Certificate of compliance Issued by National Pension Commission as evidence of fulfilling employers’ obligation to employees with respect of pension.
  7. Evidence of payment of training contribution to Industrial Training Fund (ITF).
  8. Evidence of registration with Relevant Professional bodies.
  9. Evident of registration with Financial Regulator Council (FRC).
  10. Sworn declaration of document provided.
  11. Summary list (with short description) supported with verifiable documentary evidence of similar and other jobs successfully executed in the last three years. Such evidence must include valid contract award letter, agreements and completion certificate.
  12. Company registered address, functional email address, phone number.
  13. Quality  assurance   Policy  where   applicable   (Evidence   of  ISO   Certifications  will   be   added advantage).

B.      Submission:

Application for Expression of Interest accompanied by the above listed documents should be forwarded appropriately sealed envelope boldly marked on the top left corner.

Expression Of Interest/Pre-Qualification For …………WORK AREA (please  specify Work Area) Addressed to:

The Secretary,

NBET Tenders Board

Nigerian Bulk Electricity Trading Plc,

8th Floor, Bank of Industry Building,

Central Business District.

Abuja, FCT Nigeria

Phone No; 07045027694, 09-2915615

 

Email; tenders@nbet.com.ng

 

C.   Closing Date:

All submission must be received-at the above office not later than 13th June, 2013 by 12:00pm.

 

Important Notice:

  1. This is not an Invitation to tender. Pre qualification does not commit the company to award any contracts to any pre-qualified company(ies). Full tendering procedures will be open only to contractors pre-qualified and found capable of executing specific projects within the work areas
  2. Only successful contractors will be contacted for the tender process.
  3. NBET reserves the right to verify the authenticity of any claims made on the document(s) submitted by companies
  4. Failure to comply with the instructions and provided any required document(s) may automatically result in disqualification
  5. Submission of false documents is an offence and would lead to disqualification and prosecution

 

Signed

Secretary Tenders Board

Nigerian Bulk Electricity Trading Plc