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

Federal Government 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

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.

Lot2: 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.

Lot 4: 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.

Lot 5: 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.

Lot 6: 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.

Lot 9: 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,Isampou, 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 (ITF)

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 remittances

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 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.

2.3      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 letters 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 (JVs), 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

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 bid) only, and N25,000.00 (Twenty Five Thousand Naira) 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,

Account Number: 2013528677

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     Completed 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

5.1     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 participants 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.

 

 

Invitation to Participate in Technical and Financial Bidding for Various Projects in 2013 Appropriation at Federal Ministry of Water Resources

Federal Government of Nigeria

Federal Ministry of Water Resources

Hadejia Jama’are River Basin Development Authority

PMB 3168 Maiduguri Road, Hotoro, Kano.

Invitation to Participate in Technical and Financial Bidding for Various Projects in 2013 Appropriation

1.0     Introduction

1.1     The Hadejia-Jama’are is one of the River Basin Development Authorities under the Federal Ministry Water Resources is responsible for surface and underground Water Resources development in Kano, Jigawa and Bauchi States.

1.2     In pursuance of the policy objectives of the present democratic Government, this Authority as part of its statutory mandate is undertaking various projects in the year 2013 within its area of operation. Therefore reputable and interested companies are invited to tender for any of the following categories of works, Goods and services:

Lot A.         Consultancy

Reputable Consulting firms including Joint Venture (JV) to submit technical and financial proposals in response to the Request for proposals to be issued by the Authority for Consultancy Services for:

A1     Study and Remodeling of Wudil Piloy Irrigation Scheme for effective operations (River Intake station, water delivery pipeline and on-field water application methods)

A2     Study and design of flood control structure at Wuyan Hafsatu and design of 100HA Irrigation Scheme using shallow aquifers.

A3     Feasibility Studies, Design, Environmental Impact Assessment and Tender documentation for Earth Dams at Darazo and Gamawa, Bauchi State.

A4     Feasibility Study, Design, Environmental Impact Assessment and Tender Documentation for Earth Dam at Sankara Town, Jigawa State.

A5     Comprehensive assessment of Installed electrical and mechanical equipments including Dam break analysis of large Dams of the Authority

Lot 8:         Works

B1     Construction/Provision of Water Facilities

B1.1:           Water Scheme (Drilling of 130Nos Hand pumps Boreholes) at Dawanau and Unguwar Rimi in Tofa, D/Tofa and Rimin Gado LGAs, Kano State.

B1.2:           Drilling and equipping of 3Nos Solar Boreholes at Gamawa LGA, Bauchi

B1.3:           Upgrading/Improvement of Hadejia Township Water Supply which includes Solar and Hand pump Borehole with limited reticulation.

B1.4:           20 Nos hand pump Boreholes at Zaki LGA, Bauchi State

B1.5:           Provision of 15Nos Hand pump Boreholes at Balanga/Biliri Federal Constituency, Gombe state.

B1.6:           Drilling and equipping of 2Nos Solar Boreholes at Nasarawa LGA, Kano State.

B1.7:           Drilling and equipping of 2Nos Solar Boreholes at Dambatta LGA, Kano State.

B1.8:           Construction of 4Nos Solar Powered Boreholes at some Villages of                   Darazo and Gamawa LGAs, Bauchi State.

B1.9:           1No Motorised Borehole at Darazo and Ganjuwa LGAs, Bauchi State.

B1.10:         Drilling of 10 Nos Hand pump Boreholes in Darazo and Ganjuwa LGAs, Bauchi State.

B1.11:         Construction of 4Nos Solar Powered Boreholes with Tank at Misau and Danbam LGAs, Bauchi State

B1.12:         Provision of 3nos Solar Powered Boreholes with tank and limited reticulations in Gamawa LGA, Bauchi State.

B1.13:         Provision of 15Nos Hand pumps Boreholes at various locations in Gamawa Federal Constituency, Bauchi State,

B1.14:         Construction of Solar Powered Boreholes at Shira and Giade LGAs, Bauchi State.

B1.15:         Provision of 12Nos Hand pumps Boreholes in Ringim/Taura LGAs, Jigawa State.

B1.16:         Provision of 42Nos Hand pumps Boreholes in Garki/Babura LGAs, Jigawa state.

B1.17:         Provision of 4Nos Solar Powered Boreholes with public stand post in M/Madori and Kaugama LGA Jigawa State.

B1.18:         Provision of 20Nos Hand pumps Boreholes at M/Madori & Kaugama LGAs, Jigawa State.

B1.19:         Drilling of 30Nos Hand pumps Boreholes across Jahun/Miga Federal Constituency, Jigawa State

B1.20:         38Nos Hand pumps Boreholes at 4 LGAs of Gumel Emirate, Jigawa State.

B1.21:         Drilling and commissioning of 10 units of Hand pumps Boreholes in Tsanyawa LGA Kano State

B1.22:         Construction of 31Nos Hand pumps Boreholes in all wards of Data Federal Constituency Kano State

B1.23:         Drilling and commissioning of 14Nos Hand pumps Boreholes in Dawakin Kudu and Warawa LGAs Kano State

B1.24:         Provision of 31Nos Hand pumps Boreholes in Ungogo/Minjibir LGAs, Kano State

B1.25:         Provision of 31Nos Hand Pumps and Mechanized Boreholes in Gwarzo/Kabo LGAs, Kano State

B1.26:         50Nos Hand Pumps Boreholes at Kazaure Emirate, Jigawa State.

B1.27:         Provision of 20Nos Hand pumps Boreholes in Bogoro/Dass/Tafawa Balewa Federal Constituency, Bauchi State.

B1.28:         Regional Water Supply in Badage, Jigawa North West (Solar Powered and hand pumps Boreholes with tank and limited reticulations)

B1.29:         Construction of l2Nos Solar Powered Boreholes with tanks in Jigawa South West Senatorial District

B1.30:         Construction of 10 Mechanized and 8Nos Hand pumps Boreholes in Kano Central Senatorial District

B1.31:         6 Nos Motorized Boreholes in Kano Central Senatorial District

B2 Establishment of Small Irrigation Schemes using shallow aquifers at:

B2.1:           100HA Small Irrigation Schemes at various locations in Kano State.

B2.2:           100HA Small Irrigation Schemes at Gumel in Jigawa State.

B2.3:           75HA Small Irrigation Schemes at various locations in Bauchi State

B2.4:           Minor Irrigation Schemes at Birniwa/Guri/Kirikasamma LGAs, Jigawa State.

B2.5:           Provision of Small Irrigation Scheme in Guri LGA, Jigawa State.

B2.6:           Provision of Small Irrigation Scheme in Kirikasamma LGA, Jigawa State.

B2.7:           Provision of Tube wells and Water pumps Irrigation Scheme in Birnin Kudu/Buji LGAs, Jigawa State

B2.8:           Provision of Small Irrigation Scheme in Ringim/Taura LGAs, Jigawa State.

B2.9:           Small Scale Irrigation Scheme in K/Hausa, Jigawa North East Senatorial District

B2.10:         Small Scale Irrigation Scheme in Auyo, Jigawa North East Senatorial District.

B2.11:         Small Scale Irrigation Scheme in Kaugama, Jigawa North East Senatorial District.

B2.12:         Small Scale Irrigation Scheme in Guri, Jigawa North East Senatorial District

B2.13:         Small Scale Irrigation Scheme in Malam Madori, Jigawa North East Senatorial District.

B2.14:         Small Scale Irrigation Scheme in Hadejia, Jigawa North East Senatorial District

B2.15:         Small Scale Irrigation Scheme in Kano Central Senatorial District

B2.16:         Katagum Irrigation Scheme, Zaki LGA Bauchi State

B2.17:         Provision tube wells at various locations of Kano north senatorial district

B3 Rehabilitation / Repairs of Agricultural facilities

B3.1:      Rehabilitation of Main Canal, Distributory Canal, farm access road and Repairs of water control/distribution gates and other Irrigation field structures at Kano River Irrigation Protect. Kano State.

B3.2:      Rehabilitation of Main Canal, Distributory Canal, Access road and Repairs of water control/distribution gates and other Irrigation structures of Hadejia Valley Irrigation Project

B3.3:      Rehabilitation of Tiga Dam and Ruwan Kanya Reservior which includes Upstream/Downstream protections, Dam crest, Repairs/Servicing of outlet gates, under sluice pipes, Piezometers and Toe drains, Kano State

B3.4:      Rehabilitation of Challawa Gorge Dam in Kano State which includes Upstream/Downstream slopes, gully erosion repairs and overhauling of the water intake and outlet structures.

B3.5:      Rehabilitation of Hadejia Barrage in Jigawa State which includes North/South Dykes rehabilitation and repairs of spillway and off-take gates

B3.6:      Rehabilitation of Wudil Pilot Irrigation Structures which includes Perimeter fencing, office buildings and stores in Kano State.

B3.7:      Rehabilitation and Expansion of Sawe Pilot Irrigation Scheme which includes Perimeter fencing, offices, Houses, stores and clearing/leveling in Bauchi State

B3.8:      Rehabilitation of Yamidi Pilot Farm in Jigawa State, Which includes Distributory Canal, Services road and Night Storage Reservoir inlets/outlets.

B5 Flood/Erosion Control Projects

B4.1:      Construction of Erosion drainage at Misau and Zadawa in Misau

GA, Bauchi State.

B4.2:      Flood and Erosion Control Project (1,700m) drainage in Jigawa North West.

B4.3:      Gully Erosion Control at Sade, Bauchi State.

B4.4:      Erosion Control at Tarauni, Kano State.

B6 Rural Road Construction

B6.1:      25KM Madufa – Murmur – Makwa Gadai and Tashena Rural Road in Zaki LGA, Bauchi State.

B6.2:     19KM Meledige – Kafin Alangawari – Gumai and Alan in Zaki LGA, Bauchi State.

B6.3:      Reclamation drainage work and 14KM access road in Gwarzo, Kabo and Bagwai LGAs, Kano State.

B7 Earth Dams

B7.1:      Construction of Earth Dam in Zindiwa Village, Gamawa LGA, Bauchi State

B7.2:      Gulka Earth Dam Project at Giade LGA, Bauchi State.

B7.3:      Construction of Earth Dam in Kano North Senatorial District.

B7.4:      Construction of Dagwalo Dam in Birnin Kundu, Jigawa State.

B8 Classrooms

B8.1:      Construction of Classroom blocks in Primary School at Alkaleri /Kirfi LGAs, Buachi State

C. Goods

C1. Plants and Machineries

C1.1:      Procurement of 1No CAT Excavator

C1.2:      Procurement of Hand pumps at Jigawa North West Senatorial District.

C1.3:      Project Jigawa North West Senatorial District (Procurement of Mersey Ferguson Tractors)

2.0     Eligibility Criteria

2.1     For Consultancy Services

a.       Certificate of Registration with Certificate of Incorporation (CAC)

b.       Tax Clearance Certificate for the last three years 2010, 2011 and 2012 with Tax identification Number (TIN).

c.       VAT Registration and Remittance.

d.       Evidence of execution of similar jobs at least for 5 jobs of similar nature and complexity in the last ten years with verifiable letters of contract award and certificate of job completion

e.       Detailed Company Profile with copy of Article of Association /Memorandum of Understanding (if Joint Ventures) and Company’s Registration with relevant professional bodies, such as COREN, ARCON, NIQS, etc.

f.       Evidence of personnel capability including list of key professionals, CVs of each professional and evidence of registration relevant professional bodies.

g.       Submission of three (3) years Audited Accounts (2010, 2011 and 2012)

h.       Evidence of remittance of pension Contribution of Employees and certificate of compliance issued by PENCOM.

i.        Evidence of Registration with Financial Reporting Council of Nigeria (FRC) as contained in sections 41 and 42, Act No 6,  2011.

j.        Full account detail including Sorte Code.

k.       Evidence of Contribution to industrial Training Fund (ITF clearance Certificate)

2.2     For Works:

a.       Certificate of registration with Certificate Affairs Commission (CAC) (CAC)

b.       Tax Clearance Certificate for the last three years 2010, 2011 and 2012 with Tax Identification Number (TIN).

c.       VAT Registration and Remittance.

d.       Evidence of ownership of access to lease of relevant construction equipment and their status (where applicable)

e.       Evidence of execution in at least five (5) projects of similar nature and complexity with verifiable letters of award and certificates of completion within the last ten years.

f.       Detailed Company Profile with should included list of key personnel,  their qualifications (certificates & CVs) and experience in similar works.

g.       Memorandum of Understanding should be included for Joint Ventures

h.       Evidence of Financial capability/Bank reference letter showing line of credit available to the tune of N20M for projects in lots B and C

i.        Submission of three (3) years Audited Accounts (2010, 2011, 2012) With Annual Turn Over of a verifiable sum of at least N50M for projects in lot B and N25M for projects in tots A and C.

j         Evidence of remittance of Pension Contribution of Employees and certificate of compliance issued by PENCOM.

k.       Bid Security of 2% of the Tender Sum for Contract Sum of N50M and above

l.        Full Account details including Sorte Code

m.      Evidence of contribution to Industrial Training Fund (ITF clearance certificate)

2.3     For Goods:

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

b.       Tax Clearance Certificate for the last three years with TIN Number

c.       Detailed Company Profile

d.       Evidence of experience in at least five (5) projects of similar nature and complexity with-verifiable, letters of award and certificates of completion within the last 10 years

e.       Evidence of pension and social security Contribution

f.       VAT Registration and remittance

g.       Submission of Audited Accounts for the last 3 years (2010, 2011 and 2012)

h.       Financial Statement of the Company for 1 year

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

j.        Full account detail including SORT code,

k.       For joint Venture include Memorandum of Understanding,

l.        Bid Security of 2% of the Tender Sum for Contract Sum from N50M and above.

j.        Evidence of contribution to ITF(ITF clearance certificate)

3.0     Collection of Tender Documents

Interested companies shall on application collect (Standard Bidding Documents Technical and Financial), from 12 noon Monday 6th May, 20013 from:

Office of the Ag head of Procurement,

Hadejia-Jama’are River Basin Development Authority,

Maiduguri Road, Hotoro, Kano.

Upon the presentation of evidence of payment non-refundable tender fee of N30,000.00k for works and N20,000.00k for goods and Consultancy Services paid into the Authority’s account.

All terms and conditions in the collected technical /Financial Documents Must be strictly adhered to, please.

4.1     Completed Technical and Financial bids shall be submitted in two (2) hard copies in two different sealed envelopes and labeled “Technical Bid” and “Financial Bid” respectively with the Company name indicated at the back of each envelope. Both envelope marked “project Name” at the top right hand corner and enclosed in a third envelope on which is also indicated the Project category and lot Number and addressed to:

The Managing Director,

Hadejia-Jama’are River Basin Development Authority,

P.M.B. 3168, Maiduguri Road, Hotoro, Kano.

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 Bid

5.1     The closing date for the submission in respect of all projects is on or before 3rd June, 2013 at 12:00 noon prompt. 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 Ni’ima Guest Palace Conference Hall, Suleiman Crescent, Kano.

6.2     Only firms whose Technical bids fulfill the minimum requirements would have their financial bids opened.

6.3     All bidders are expected to bring along the original copies of all relevant documents for sighting/

6.4     Non Governmental Organizations (NGOs) and the general public are hereby invited to witness the bids opening.

7.0     Enquires:

All enquires should as the case may be directed to:

The Ag Head of Procurement,

Hadejia-Jama’are River Basin Development Authority,

P.M.B. 3168, Maiduguri Road, Hotoro, Kano.

08060840258

8.0     Disclaimer and Conclusion

8.1     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, nor does it constitute a commitment or obligation on the part of the Authority to procure/concession services.

8.2     The Authority will not be responsible for any costs or expense 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.

8.3     The Authority pledges fair and equal treatment of all participants but is not bound to short list any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning any reasons thereof.

Signed:

Managing Director,

Hadejia-Jama’are River Basin

Development Authority, Kano.

 

Invitation for Expression of Interest (EOI) for Tax Consultancy Services at Federal Airports Authority of Nigeria (FAAN)

Federal Airports Authority of Nigeria

Invitation for Expression of Interest (EOI) for Tax Consultancy Services

A.      Introduction

In compliance with the Public Procurement Act 2007, the Federal Airports Authority of Nigeria (FAAN) hereby invites competent and reputable consultants to submit bid documents for the Expression of Interest (EOI) for the Tax Consultancy Services under its 2013 financial year (IGR) budget.

The Projects:

Lot A      – Headquarters, Local and International Wings of Murtala Muhammed

Airport

Lot B      – Ibadan Airport, Ilorin International Airport, Akure Airport and Benin

Airport

Lot C     – Sultan Abubakar international Airport, Sokoto: Mallam Aminu-Kano

Airport      and International Airport, Kano; Umaru Musa-Yaradua International

Airport,

Lot D     – Kastina: Maiduguri Airport and Yola Airport.

And          Nnamid Azikwe International Airport, Abuja; Kaduna Airport;

Makurdi Airport.

Lot E    – Port-Harcourt International Airport, Port-Harcourt; Akanu International Airport, Enugu; Margret Ekpo International Airport, Calabar and Sam Mbakwe Airport, Owerri.

B.      Scope of Work

The scope of service shall cover the tax disputes with various tax bodies and shall include but not limited to the following:

  • Compute and confirm the assessment raised by the Tax bodies.
  • Reconcile Tax figures with Tax Authority.
  • Discuss the variance with the Tax bodies.
  • Obtain new agreed Tax Liabilities.
  • Assist to negotiate the terms of payment.
  • Obtain various Tax Clearance Certificates.
  • Collect the outstanding Tax Revenue Receipts and Credit Notes for the Authority.

C.      Expression of Interest (EOI) Requirements

  • Evidence of Company Registration (Certificate of incorporation or Registration of business name).
  • Certified true copy of memorandum and article of association with CAC forms CACO2 & CACO7 inclusive (where applicable).
  • Verifiable location address in Nigeria.
  • Company’s profile including major clients handled in the last three (3) years and the CV’s of the key Management staff with Academic and Professional certificates attached
  • Evidence of company’s membership with relevant professional body Copies of the audited account of the company for the last three years
  • Evidence of tax payments (Current Tax Clearance Certificate) for the last three years.
  • VAT registration and evidence of remittance.
  • Evidence of Payment into employees’ retirement savings account (RSA) in compliance with extant provision of Pension Reform Act 2004.
  • Evidence of financial capability to execute the project (Bank Reference Letter/Bank guarantee will form part of the evaluation criteria).
  • Verifiable evidence of similar projects successfully completed / on-going (e.g. Letter of Award, Certificate of completion, Coniract Agreement and Payment Certificate)
  • Evidence of compliance with industrial Training Fund (ITF) regulation (where applicable).
  • Evidence of registration with Financial Reporting Council (FRC) of Nigeria (where applicable)
  • Sworn Affidavit disclosing as follows:
  • That all documents submitted are not only correct but genuine.
  • That the Director(s) has /have never been convicted by any court of law
  • That none of firm’s Director or the company is bankrupt.
  • Whether or not any of the officers of FAAN or BPP is a former or present Director/staff of the Company.

D.      Submission of Documents 

  • The documents are to be submitted in four (4) copies in A4 paper size and neatly bounded. The document should be arranged in the order listed under expression of interest requirements above and clearly separated by dividers.
  • The documents must be sealed in an envelope, the Project Name clearly written at the top left corner of the envelope and the name of the bidding company boldly written at the back.
  • All documents must be submitted to the office of “The General Manager (Procurement)”, FAAN Headquarters, Ikeja Lagos
  • Contacts:  – Phone No. 08033075384 & 08023154129; E-mail Address: procurement@faannigeria.org

Closing and Opening of Submissions

Submission of tender document shall close at exactly 11.30 am on June 3rd 2013. All submissions will be opened on the same day at 12 noon in FAAN Headquarters, Commercial Conference Room, Ikeja, Lagos.

F.      Important Information

  • FAAN reserves the right to verity the authenticity of any claims made on the tender documents submitted by companies.
  • Failure to comply with the instruction(s) and provide any required document(s) may automatically result in disqualification.
  • FAAN reserves the right to reject any or all the tender documents
  • Original of all documents above must be produced for sighting at the opening and any other time requested.
  • Tender documents submitted late shall be rejected.
  • All submissions must be in English language.
  • This advert shall not be construed to be a commitment on the part of FAAN, nor shall it entail the Applicant to make any claim(s) whatsoever and/or seek any indemnity from FAAN, by virtue of such applicant having responded to this publication.

Signed

Management

Advertisement for Pre-qualification and Tender for the years 2010, 2011 and 2012 (Merged) Tertiary Education Trust Fund (TETFund) Normal Intervention project at University of Nigeria, Nsukka

University of Nigeria

Nsukka Nigeria Office of the Registrar

Advertisement for Pre-qualification and Tender for the years 2010, 2011 and 2012 (Merged) Tertiary Education Trust Fund (TETFund) Normal Intervention project, the Bioprocess Physiology Building, University of Nigeria, Nsukka Campus and Faculty of Social Sciences Building University of Nigeria, Nsukka Campus, (PHASE 1)

The University of Nigeria invites interested companies/firms to the prequalification and tender exercise for the execution of the year 2010, 2011, and 2012 (MERGED) Tertiary Education Trust Fund (TETFund) Normal Intervention Project, University of Nigeria, Nsukka.

Projects:

1.       Construction of Bioprocess Physiology Building, University of Nigeria, Nsukka (Civil Works) Reference No. UNIV/NSUKKA/TETFUND/10-11-12/01

2.       Furnishing of Bioprocess Physiology Building, University of Nigeria, Nsukka Reference No. UNIV/NSUKKA/TETFUND/10-11-12/02

3.       Supply of Equipment to Bioprocess Physiology Building, University of Nigeria, Nsukka Reference No. UNIV/NSUKKA/TETFUND/10-11-12/03

4.       Construction of Faculty of Social Sciences Building University of Nigeria, Nsukka Campus (Phase 1) Reference No, UNIV/NSUKKA/TETFUND/10-11-12/04

Scope of Works and Project Description:

This consists of the construction, furnishing and supply of equipment of Bioprocess Physiology Build­ing, University of Nigeria, Nsukka and construction of Faculty of Social Sciences Building, University of Nigeria, Nsukka to provide world class teaching and learning / research environment and facilities for students and staff. These are reinforced concrete framed structures on two levels with sandcrete block infill as partitions, housing offices, laboratories, classrooms, seminar rooms, conference rooms, ICT facilities, library, conveniences etc and other ancillary facilities.

Requirements:

Competent and interested companies who have the requisite experience, equipment and plants and desire to execute the project are required to submit their Firms Profiles which must include but not limited to the following documents:

i.        Evidence of incorporation of the company with the Corporate Affairs Commission (CAC).

ii.       Evidence of Recent Annual Returns to Corporate Affairs Commission (CAC).

iii.      Evidence of Current Tax Clearance Certificate i.e. (2010, 2011 and 2012)

iv.      Evidence of VAT Certificate and VAT remittances to Federal Inland Revenue Services (FIRS)

v.       Company Profile with list of staff, including curriculum vitae, competencies, qualifications, registration with relevant professional bodies and experience of key personnel,

vi.      Evidence of previous similar projects undertaken in the past five (5) years including scope of project, site of project, contract sum, evidence of successful completion of the project (interim/final valuation certificates).

vii.     Evidence of possession of plants and equipment and a listing of such plants as possessed/owned by the firm. State location of the plants and equipment for ease of verification.

viii.    Evidence of Current Audited Accounts of Firm for the last three (3) years i.e. (2010, 2011 and 2012).

ix.      Evidence of Financial Capability and Banking Support (bank reference), bank statements of account for the last three months and letter authorizing the University to verify same from the bank.

x.       Sworn affidavit that:

(a) The Firm is not bankrupt;

(b) None of the Directors is an ex-convict or bankrupt.

xi.      Articulated work plan and methodology

xii.     Evidence of Employees Retirement Savings Accounts (RSA) with the Pension Fund Administra­tor.

xiii.    Evidence of remitting Employer and Employee Pension Contributions to the appropriate pension fund custodian.

xiv.    Evidence of transferring all pension funds and asset prior to the     commencement of the pension Reform Act to licensed pension operators.

xv.     Please state clearly your Company’s full contact address, GSM Phone number and e-mail address required for ease of communication.

xvi.    Evidence of compliance with the statutory provision of Section 6 (1-3) of the Industrial Training Fund Amendment Act 2011.

Method of Application:

Eligible companies/firms who desire to be pre-qualified for this project are required to prepare and submit their pre-qualification documents in one (1) hard copy and one (1) soft copy in a sealed envelope clearly marked on top: Pre-Qualification and Tender for the 2010-2011 -2012 (MERGED) Tertiary Education Trust Fund (TETFund) Normal Intervention Project, at University of Nigeria, Nsukka.

1.       Construction of Bioprocess Physiology Building, University of Nigeria, Nsukka (Civil Works) Reference No. UNIV/NSUKKA/TETFUND/10-11-12/01

2.       Furnishing of Bioprocess Physiology Building, University of Nigeria, Nsukka Reference No. UNIV/NSUKKA/TETFUND/ 10-11-12/02

3.       Supply of Equipment to Bioprocess Physiology Building, University of

Nsukka Reference No. UNIV/NSUKKA/TETRJND/ 10-11-12/03

4.       Construction of Faculty of Social Sciences Building University of Nigeria

Campus (Phase 1) Reference No. UNIV/NSUKKA/TETFUND/ 10-11-12/04

(State clearly the Description and Reference Number please) and addressed to:

The Registrar and Secretary to Council, University of Nigeria, Nsukka.

Deadline for Submission:

Pre-qualification documents should be submitted and dropped into the box at Room 226, Registrar’s office, University of Nigeria, Nsukka latest 20th May 2013 on or before 12.00 noon. Pre-Qualification documents will be opened on the same day in the NUGA Secretariat, University of Nigeria, Nsukka by 1.00 pm in the presence of all representatives of the companies who choose to attend.

All pre-qualified contractors/firms will be communicated in writing to collect the financial bid documents and would be required to pay the stipulated tender fees for the Projects, The completed financial bid documents would be returned not letter than 17th June 2013.

Enquiries:

All enquiries should be directed to: The Registrar, University of Nigeria, Nsukka

Please note that response to this invitation shall not oblige the University to consider any responding firm/company for pre-qualification. All costs incurred as a result of response to this invitation and any subsequent requests for Information shall be borne by the responding firm/company.

A. I, Okonta  FIIA, FCAI

Registrar

 

Request for Expression of Interest from Consultants for Design at Niger Delta Development Commission (NDDC)

Niger Delta Development Commission (NDDC)

 167, Aba Road, Port Harcourt, Rivers State. www.nddc.gov.ng

Request for Expression of Interest from Consultants for Design

The Niger Delta Development Commission (NDDC) in furtherance of its mandate is planning to undertake some development projects for the design of the under listed even rapid and sustainable development of the Niger Delta Region and is seeking to hire specialist consultant for the design of the under listed projects. The NDDC, therefore request for Expression of Interest from top flight, Knowldgeable competent and experienced Consultants whose areas of competence and core business fall within the stated project classification.

S/N PROJECT DESCRIPTION STATE
1 Erosion Control in Eket Urban (Phase 1) Akwa Ibom
2 Construction of Ukana Ikot Oku Etim -Onuk – Abiakpo (4km), Essien Udim Akwa Ibom
3 Construction of Utu Ikot Eboro Afaha Obo Ata Essienlnen Ikot Essien (6Km) in Etim Ekpo/Ukanafun/Oruk Anam Akwa Ibom
4 Construction of Twin Bridges at Nto Edino in Obot Akara Akwa Ibom
5 Construction of Ndiya- Ikot lyire- Ikot Akan road, with spurs at Nkwanaga and Akpabio compound   (5Km), Nsit Ubium Akwa Ibom
6 Construction of Ikot Mkpene/lkot Ubok Udom/Aweme – (4Km) in idiaba, Nsit Atai Akwa Ibom
7 Isi Ala Nteke Rural Electrification Project Abia
8 Design and Construction of Obiga-Asa Internal Road Abia
9 Construction Of Owo Asa – Obegu Road Abia
10 Construction of Umukalu-Umuituru Road Abia
11 Construction of Cardio-Vascular Unit in Otueke Hospital Bayelsa
12 Shore Protection works at Brass Community Bayelsa
13 Shore Protection works at Sagbama Bayelsa
14 Construction of 5.5km Aliohea-Ekwuoma-Oyoko Road Delta
15 Re-Construction of old Ogorode Road Sapele Delta
16 Construction of Otuabagi -Emago – Kubgo Road Regional

Every interested and suitably qualified consultant with real operating and relevant experience is invited to submit its Request for Expression of Interest document to be used for pre-qualification exercise.

A       Corporate

  • Evidence of registration with CAC
  • Clear indication of a verifiable head office address
  • Corporate profile of the company indicating ownership structure
  • A confirmable evidence of up-to-date Annual Returns;
  • A confirmable VAT certificate with evidence of remittance;
  • A confirmable evidence of Tax Clearance Certificate for the past 3 years duly certified by FIRS
  • Proof of contribution to ITK
  • Sworn affidavit that the company is not bankrupt
  • Sworn Affidavit (hat the consultant/key personnel are not ex-convicts or bankrupt
  • Evidence of financial capability and banking support Including banks reference and recent statements of account
  • A statement of interest including a statement of ability to undertake the job (within agreed time frame)
  • An undertaking/Assurance for the delivery of the project in line with the project brief.
  • All submissions must be in soft and hard copies

 B.      TECHNICAL

  1. Professional registration of the Principal Partner of the Firm with appropriate professional body.
  2. Professional  registration of the Firm with appropriate professional body.
  3. Area(s) of specialty/concentration of the Firm
  4. Technical capability of the company including Curriculum Vitae/photocopies of certificates of relevant staff
  5. Evidence of track records in the execution of similar projects
  6. Evidence of payments for similar jobs done in the past with verifiable names and telephone numbers of contact persons from the awarding Institutions
  7. CASHES and quality Assurance policy of the company
  8. Any other relevant information that will facilitate the evaluation of the company.

Evaluation Criteria

Consultants are expected to comply with the above requirements as failure may lead to the cancellation of the consultant’s submission. Consultants are to submit only genuine and verifiable documents as Consultants who submits fake or fraudulently obtained documents will be disqualified and the attention of relevant security agencies may be drawn. All Expression of Interest will be based on the consultant’s technical and corporate capabilities.

Other Relevant Information

  • The selection of Consultants for this project will follow the provision and procedures outlined in the Public Procurement Act 2007.
  • Only Consultants who have been successfully pre-qualified will proceed to the next stage of the procurement process and would be duly notified through a publication on the SDDC official website
  • Consultant should express Interest in ONLY one Project.
  • Consultants can seek clarifications or request for additional information by writing to the office listed below before the deadline of the submission, from 11 am to 4pm Mondays through Fridays (except public holidays)
  • Consultants are advised not to try to influence the selection process as this will lead to their Immediate disqualification.
  • Such Consultants may also be barred from seeking other job opportunities from the Commission in future.
  • All cost incurred by any Consultants in the preparation and submission of the document are to be borne entirely by the Consultants.
  • The Commission reserves the right to reject any/all of the documents and to terminate the entire selection process at any time without any liability to the Commission.

Validity of the Expression of Interest

Request Expression of Interest ( EOI) written in English language must be submitted in an addressed envelope marked at the top left corner “Request for Expression of Interest” to the address stated below not later than 3.00 P.M Monday, June, 17th 2013

The Managing Director/CEO

Niger Delta Development Commission

167, Aba Road, Port Harcourt

Rivers State

Signed

Management