Pre-Qualification of Contractors for the Construction of Skills Acquisition Centre, Project at Iguelaba, Edo State at Ministry of Niger Delta Affairs

Ministry of Niger Delta Affairs

Federal Secretariat, Shehu Shagari Way, CBD Abuja.

 Pre-Qualification of Contractors for the Construction of Skills Acquisition Centre, Project at Iguelaba, Edo State.

 The Ministry of Niger Delta Affairs Intends to engage competent contractors for the execution of the Completion of Skills Acquisition Centre Project at Edo State.

 2.0     Scope of Works

The Scope of works includes the following:

 A.      Building Works

i.        Construction of Administrative Block

ii.       Construction of Conference/Exhibition Hall

iii.      Construction of Lecture Halls

iv.      Construction of Laboratory Complex

v.       Construction of Cafeteria Building

vi.      Construction of Library/ ICT Building

vii.     Construction of Technical Workshops

viii.    Construction of Staff Residences

ix       Construction of Students’ Hostel

x.       Construction of Clinic

xi.      Construction of Block of Classroom/Offices

B.      Civil Works

i.        Construction of Road Networks

ii.       Construction of Walkways/Pavement

iii.      Construction of Gate House/Fence

iv.      Construction of Drainages

v.       Construction of Sport Facilities; Football pitch, Volleyball Court, Basketball Court and Lawn Tennis Court

vi.      Construction of Swimming Pool/Dressing room

vii.     Construction of Indoor Sports Hall

C.      Services

i.        Provision of Independent; Water Reticulation, Borehole.

ii.       Construction of Generator House

iii.      Construction of Water Treatment Plant.

iv.      Electrification; Installation of Electric Transformers, Street Lighting.

v.       Telecommunication facilities

3.0     Location of the Project:

The project is located at Iguelaba in Orhionmwon Local Government Area of Edo State.

4.0     Requirements for Pre-qualifications:

Interested and Competent Contractors who wish to participate in the exercise are required to submit their Company’s profile which must include but not limited to the following documents:

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

ii.       Evidence of Current Tax Clearance Certificate

iii.     VAT Certificate

iv.     Current Company Audited Account for the past three (3) years with turn-over of N500M and above

v.       Detail Curriculum Vitae and profile of key Professional Staff

vi.      Evidence of previous experience in execution of works worth over One    Billion Naira and certificate of completion

vii.     Evidence of Financial capability and Banking support

ix.      Sworn Affidavit that the firm is not bankrupt and that none of the Directors is an ex-convict or bankrupt

x.       Clear indication of Head Office Address.

Note: The Ministry reserves the right to verify the authenticity of any claims made in the documents to be submitted.

5.0     Method of Application

The contract will be executed in strict adherence to all contractual terms in the signed agreement. All contractors who expressed interest will be required to submit their pre-qualification documents as well as the financial bids for the project in the separate envelopes and the two are enclosed in a bigger envelope and labeled at the back, the name of the project.

The contractors will be required to pay a financial bid fee of Two Hundred Thousand Naira only (N200,000) into the Ministry’s account as indicated below:

Bank Name: Zenith Bank Plc

Account No.: 60113700137

Account Name: MNDA.FGN Independent Revenue Account

The photocopy of the lender fees receipt should be submitted along in the sealed envelope.

6.0     Submission of Documents

The sealed documents should be submitted in the Tender Box located at the Ministry Conference room on the ground floor Phase 1. Federal Secretariat, Shehu Shagari way, Abuja. Submission should be made on or before 12 noon, 20th May. 2013. The bids will be opened on the same day at the Ministry’s conference room located on the ground floor by 1.00pm in the presence of Bidders or their representatives, Ministry officials and general public.

7.0     Enquiries

All enquiries on Technical issues should be directed to:

Director, Housing & Urban Development,

Ministry of Niger Delta Affairs,

6th Floor, Phase I, Federal Secretariat Complex,

Shehu Shagari Way, Abuja.

8.0     NB

Response to this advertisement shall not oblige the Ministry to consider any firm for qualification. All costs incurred as a result of response to this advertisement and any subsequent requests for information shall be borne by the responding Firm.

Furthermore, contractors must be people who will be adjudged capable of working in the Niger Delta region considering the challenges, sensitivities and peculiarities of that area.

Signed:

Permanent Secretary,

Ministry of Niger Delta Affairs

 

Invitation for Pre-Qualification and Tender at Gwagwalada Area Council

Gwagwalada Area Council

 Invitation for Pre-Qualification and Tender

 1.       Introduction:

The Gwagwalada Area Council intends to engage the services of credible and reputable companies/contractors for selected works under the year 2013. The Area council therefore, wishes to invite response from contractors for pre-qualification/Tender for works categorized under the following lots:

Lot 1:       Construction of Township Road at Tungan Maje.

Lot 2:       Construction of Tripple Cell box Culvert along Market road Gwagwalada

 2.       Eligibility Criteria

a.       Evidence of registration with Corporate Affairs Commission including Certificate of Incorporation and Article of Association.

b.       Last three years Tax Clearance Certificates

c.       VAT Registration with evidence of remittances.

d.       Comprehensive Company Profile.

e.       List of similar jobs executed previously.

f.       Verifiable evidence of financial support by reputable bank.

g.       Audited account details for the last three (3) years.

h.       Evidence of pension contribution and remittances.

3.       Collection of Tender Document:

Tender documents are to be collected from works department upon presentation of evidence of payment of non-refundable tender fees of -N 10,000,00 for each Lot to revenue Account No. 2020166524 with First Bank Plc. Gwagwalada Branch.

4.       Submission of Pre-Qualification/Tender Documents

Interested bidders are to submit pre-qualification and tender documents in two different sealed envelopes appropriately marked “pre-qualification” and “Tender” with the company name indicated at the back of each envelope. Both envelop marked the Lot No. at the top right hand corner and addressed to: The secretary Tender board and to be deposited in the Tender Board Box placed in the conference Hall of Gwagwalada Area Council Secretariat.

Completed documents should be submitted not later than 12.00-noon Local Time 6th June, 2013. The Tender shall be on the same day in the conference Hall of Gwagwalada Area Council. Interested bidders or their representatives are hereby invited to attend the opening function.

5.       Conclusion:

The Tenders Board reserves the right to verify the authenticity of claims made in the documents submitted. The Tenders Board will not be responsible for any cost or expenses incurred by any interested party in connection with any response to the invitation.

The Tenders Board is not bound to shortlist any bidder and reserves the right annual selection process at anytime without incurring and liabilities.

The Tenders Board reserves the right to reject any tender in part or in full.

The Tenders Board is not bound to accept the lowest tender.

Signed

Alh. Isah. N. Dangara

Invitation for Bids at Kogi State Public Sector Governance Reform and Development Project

Invitation for Bids

Kogi State Public Sector Governance Reform and Development Project

 Country:….                            Nigeria

Project:…                                Public Sector Governance Reform Development Project

Brief Description of Goods:   Procurement of Office Equipment

CRDIT No:…                          IDA 46670

Bid Issue Date:                       24th April 2013

IFB NO ….                             KGPSGRDP/IFB/NCB/001/013

Last Date of Bid Submission:          23rd May 2013

 This invitation for bids follows the General Procurement Notice for this Project that appeared in Development Business, issue No. 46670

2.       The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) toward the cost of Public Sector Governance Reform Development Project, and it intends to apply part of the proceeds of this Credit to payments under the KGPSGRDP contract for Procurement of Office Equipment

3.       The Kogi State Public Sector Governance Reform Development Project now invites sealed bids from eligible bidders for the supply of the Office Equipment listed as follows:

 

SN

 

Description of Items Qty Location Delivery Period Bid Security
Lot One

 

(i) Camcorders 12 PSGRDP Office   60  

 

 

 

N180,000.00

(ii) Projector/Screen

 

12   -do-  -do-
(iii) Digital Photocopier

 

12   -do-  -do-
(iv) Digital Camera

 

12   -do-  -do-
(v) Public Address System

 

12   -do-  -do-
(vi) Industrial Printer

 

1   -do-  -do-
(vii) Industrial UPS

 

  -do-  -do-
(viii) Magnetic Flip Chat Stand

 

1   -do-  -do-
Lot Two

 

(i) Split Unit Air Conditioner 1.5HP

 

18 PSGRDP Office 60 days  

 

 

 

N120,000.00

(ii) Fire Proof Safe Cabinet

 

3   -do- -do-
(iii) Steel File Cabinet

 

15   -do- -do-
(iv) Spiral Binding Machine

 

2   -do-  -do-
(v) Shredding Marine

 

2    -do-  -do-
(vi) 5000 KVA Stabilizer

 

18    -do-  -do-
(vii) 2000 KVA Stabilizer

 

5    -do-  -do-
(viii) UPS 15    -do-  -do-

 

 

Bidders can bid for the two lots and discounts offered will be considered in Bid Evaluation.

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from eligible source countries as defined in the Guidelines.

5.       Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below between the hours of 9.00 am 4.00pm Mondays Thursday and 9.00 am 1.00pm Fridays)

Office of the Project Coordinator

Kogi State Public Sector Governance Reform Development Project,

Beside Kogi State Foundation Office

Phase II Lokogoma Housing Estate,

Lokoja Kogi State

 6.       A complete set of bidding documents in English Language may be purchased by interested bidders on the submission of a written application to the address given above and upon payment of a non refundable fees of Fifteen Thousand Naira (N15,000.00) or One Hundred US Dollars (US$100) paid in cash or Bank Drafts. The Bidding document could be collected by hand from the Project office of PSGRDP.

7.       Bids must be delivered to Kogi State Public Sector Governance Reform Development Project Phase II Lokogoma Housing Estate Lokoja on or before 12.00 noon on 23rd May 2013. The bid must be accomplished by a Bid Security of not less than amount stated above for each Lot and must be in the form specified in the ITS Data Sheet. Late bids will be rejected.

 

8.       Bids will be opened in the presence of the bidders or representatives who choose attend at the Kogi State Public Sector Governance Reform Development Project Office, at Rot 328 Phase II Lokogoma Housing Estate Beside Kogi State Foundation Office, Lokoja at12.00noon prompt  on 23rd May2013.

 

Ebnezass O. Bayode

Project Coordinator,

Public Sector Governance Reform Development Project,

Phase II Lokogoma Housing Estate,

Beside Kogi State Foundation Office

Lokoja,

Kogi State.

08034003685

Addendum to Invitation for Pre-Qualification for the Execution of the 2013 Capital and Recurrent Projects at Independent National Electoral Commission

Independent National Electoral Commission

Plot 436 Zambezi Crescent, Maitama District, Abuja

 Addendum to Invitation for Pre-Qualification for the Execution of the 2013 Capital and Recurrent Projects

 Further to the Commission’s advertisement in the Punch and Daily Trust Newspapers of Thursday, 28th February, 2013; and The Federal Tenders Journal of Monday, 11th March to Sunday, 24th March, 2013, the Commission wishes to inform the general public and particularly interested Contractors/Companies that the specifications for Vehicles have been amended as follows:

(A)    SUV (4×4)

(i)      2.7 Litres Engine

(ii)    Fuel System (Electronic Fuel Injector)

(iii)    Variable Valve Timing Intelligence (VVTI)

(iv)    Gasoline Engine (Petrol)

(v)     4 Cylinder System

(vi)    Automatic Drive

(vii)   Reverse Camera

(viii)  CD & DVD Player

(ix)    Automatic Transmission (5-Speed Super-Intelligence with sequential shift) (x)              Alloyed Wheels (1/2 JAlluminum)

(xi)   Leather Seats

(xii)  FM/AM radio System

(B)     30 Seater Buses

(i)      4 Cylinder in line (2.7 Litres)

(ii)     Fuel System (Electronic Fuel Injector)

(iii)    Variable Valve Timing Intelligence (VVTI)

(iv)    Gasoline Engine (Petrol)

(v)     Manual Drive

(vi)    Air-conditioned

(vii)   FM/AM Radio System

(viii) Manual Transmission

 

(C)   4×4 Double Cabin Pick-up Vans

(i)                2.7 Litres Engine

(ii)     Fuel System (Electronic Fuel Injector)

(iii)    Variable Valve Timing Intelligence (VVTI)

(iv)    Gasoline Engine (Petrol)

(v)     Manual Transmission

(vi)    Double cabin System

(vii)   FM/AM Radio System

(viii) Air Conditioned

(D)   Ambulance

(i)      2.7 Litres Engine

(ii)     Fuel system (Electronic Fuel injector)

(iii)    Variable Valve Timing Intelligence (VVTI)

(iv)    Gasoline Engine (Petrol)

(v)     Light bar on Roof

(vi)    Electronic Siren with Amplifier and Speaker

(vii)   Electronic Control Panel

(viii)  Medical Cabinet

(ix)    First aid kit

(x)     Main stretcher with Mattress Belt and Floor Mount kit

(xi)   IV Hook with Oxygen

(xii)   Ventilation Fan

(xiii)  Two (2) Attendance Seats

(xiv)  Partition Wall with sliding Windows

(xv)   12 Volts Sockets

(xvi)            FM/AM radio System

 

2.       The fore-going amendment replace the Vehicle brand names mentioned in the earlier publication referred to.

 

3.       Submissions

 

All submissions with regard to this amendment should be delivered to the Secretary, Independent National Electoral Commission, Plot 436 Zambezi Crescent, Maitama District, Abuja, latest on Monday, May 6th 2013.

 

Abdullahi A. Kaugama

Secretary of the Commission.

Invitation to Tender for Projects under the Authority’s Year 2013 Appropriation Act at Upper Niger River Basin Development Authority Minna

Federal Republic of Nigeria

Federal Ministry of Water Resources

Upper Niger River Basin Development Authority

Km5, Minna-Zungeru Road, P.M.B 68, Minna, Niger State

 Invitation to Tender for Projects under the Authority’s Year 2013 Appropriation Act

 1.0     Introduction

Upper Niger River Basin Development Authority Minna is a parastatal under the Federal Ministry of Water Resources.

The Authority wishes to procure the under listed capital projects in its Financial year 2013 Appropriation.

Section A: Project for Expression of Interest (Consultancy)

Lot A1:       Assessment for Rehabilitation of Taina- Nupeko Road in Niger State.

Lot A2:       Design of Chori Small Earth Dam and irrigation Scheme in Kaduna State.

Lot A3:       Comprehensive Assessment of Installed Electrical and Mechanical equipments including Dam break analysis of large Dams in UNRBDA.

Lot A4:       Assessment for the Rehabilitation of Swashi Irrigation Scheme in Niger State.

Lot A5:       Budget monitoring, Evaluation and public Procurement Activities.

Section B:   Projects for Tender (Goods & Works)

B1.0: Goods

Lot B1.1:    Supply of 10,000 bags of NPK/Urea Fertilizer to Rijau and Magama in Niger State.

Lot B1.2:    Supply of 3000 bags of NPK fertilizer to Sakaba LGA of Kebbi State

 

B2: Works

B2.0: Construction of Boreholes

Lot B2.1:    Construction of Hand Pump Boreholes in Niger State within Basement and sedimentary formations at Mokwa/lavun/ Edati, Chanchaga, Bosso/Paikoro Federal constituencies and Niger North Senatorial District.

Lot B2.2:    Construction of Hand Pump Boreholes in Kaduna State within Basement formations at Kudan/Makarfi, Kagarko, Kaura, Igabi, Zaria, Lere, Kaduna North, Kaduna South, Zangon Kataf/Jaba Federal Constituencies.

Lot B2.3:    Construction of Solar Powered motorized Boreholes in Niger State within Basement and sedimentary formations at Mokwa/lavun/ Edati, Bosso/Paikoro Federal constituencies and Niger North Senatorial District.

Lot B2.4:    Construction of Solar Powered motorized boreholes in Kaduna State within Basement formations at Kudan/Makarfi Chikun/kajuru, Soba, Kaduna North, Kaduna South, Zangon Kataf/Jaba Federal Constituencies.

Lot B2.5:    Construction of Solar Powered motorized Boreholes in Zamfara State within Basement and sedimentary formations at Zamfara Central Senatorial district.

B3.0:          Other Construction Works

Lot B3.1:    Lateritic rehabilitation of Taina- Nupeko road in Niger State.

Lot B3.2:     of Culverts in Niger State.

Lot B3.3:    Construction of Small Earthdam/Irrigation Project as in Lot A2 above.

Lot B3.4:    Rehabilitation of Jebba Doko Irrigation Scheme.

Lot B3.5:    Headquarter/ Area Office Development: Production and Installation of Public Identity Panel at 3 locations in the Authority’s Headquarter.

Lot B3.6:    Rehabilitation of Office Building which includes 3No. offices and 1No 3 bedrooms Duplex in Minna.

Lot B3.7:    Construction of Township Drainage to control erosion and flood at Guni Town, Munya LGA, Niger State.

Lot B3.8:    Construction of Solar Powered Street Lights in Niger North Senatorial District of Niger State.

Lot B3.9:    Rehabilitation of Anben-Anka Road in Kaduna State.

3.0     Eligibility Criteria:

Interested bidders for any of the above projects are requested to provide the following as minimum bidding requirement for the project of their choice.

3.1     For Consultancy Services

(a)     Evidence of registration with Corporate Affairs Commission (CAC) The Company must show evidence of the following:

i.        Tax Clearance Certificates for the last 3 years (2010, 201 1& 2012) with the Company Tax Identification Number (TIN).

ii.      Evidence of ITF Clearance Certificate.

iii.     Evidence of Pencom registration and Clearance Certificate.

iv.     Full account details including SORT code.

(c)     Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last five years with verifiable letters of contract award and certificates of job completion.

(d)     For joint Venture, include Memorandum of understanding.

(e)      Evidence of registration with relevant regulatory Professional bodies such as ARCON, COREN, ICCON, IPAN, etc.

(f)      Possession of Satisfactory Quality Assurance/Quality Control Manual.

(g)     Evidence of qualification of key Staff and their registration with the relevant regulatory Professional bodies.

(h)     Provide Annual Auditors report for the last 3years (2010, 2011 & 2012)

3.2     FOR GOODS:

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

(b)      The company must show evidence of the following:

i.        Tax clearance certificates for the last 3 years (2010, 2011 & 2012) with the company tax Identification number (TIN).

ii.       Evidence of registration/contribution to Industrial Training Fund (ITF).

iii.      Evidence registration and clearance with Pension Commission (PENCOM) iv.   Evidence of remittances to pension fund Administrator (PFA).

v.       Full accounts details including SORT Code.

(c)      Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last ten years with verifiable letters of contract award and certificates of job completion.

(d)     Evidence of financial capability/Bank reference letter showing line of credit available to the tune of N70million for project in lot B1.1 and N30million for project in lot B1.2.

(e)      Submission of last 3 years (2010, 2011 & 2012) Audited Accounts with Annual turnover of a verifiable sum of at least N70million for project in lot B1.1 and N30million for project in lot B1.2.

(f)     For joint Venture, include Memorandum of understanding.

(g)     Possession of satisfactory quality Assurance/Quality Control Manual.

(h)     Provide Annual Auditors report for the last 3 years(2010, 2011 & 2012).

3.1.1  For Works

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

(b)     The company must show evidence of the following:

i.        Tax clearance certificates for the last 3 years (2010, 2011 & 2012) with the company tax Identification number (TIN).

ii       Vat registration and remittance

iii.      Evidence of Industrial Training Fund (ITF) Clearance Certificate.

iv.      Evidence of Pencom registration and clearance Certificate.

iv.      Full accounts details including SORT Code.

(c)      Evidence of experience in at least Five (5) jobs of similar nature and complexity executed within the last Five years with verifiable letters of contract award and certificates of job completion.

(d)    Evidence of financial capability/Bank reference letter showing line of credit available to the tune of N100million for projects in lot B3.1, B3.3, N30million for projects in lot B2.3- B2.5, B3.2-B3.9 and N20million for projects in lot B2.1 & B2,2

(e)     Submission of last 3 years (2010, 2011 & 2012) Audited Accounts with Annual turnover of a verifiable sum of at least N150million for project in lot B3.1, B3.3, N50million for projects in lotB1.2, B2.3- B2.5, B3.1-B3.9 and N20million for projects in lot B2.1 & B2.2

(f)     Evidence of remittance of pension contribution of employees and certificate of compliance issued by Pension Commission (PENCOM)

(g)     Evidence of ownership of or access to lease of relevant construction  Equipment and their status (where applicable)

(h)     Full accounts details including SORT Code.

(I)     For Joint Venture, include Memorandum of understanding.

(j)    Possession of satisfactory quality Assurance’ Quality Control Manual.

(k)   Provide Annual Audited report for the last 3years (2010, 2011 & 2012).

4.0:   Collection of Tender Document

4.1              Interested companies on presentation of evidence of payment of a non refundable processing fee of N20,000.00 (Twenty Thousand Naira) only for lot(s) B1.1, B 1.2, B2.3.B2.4, B2.5, B3.2, B3.4, B3.7, B3.8 & B3.9, N10,000.00 (Ten Thousand Naira) only for lot(s) B2.1, B2.2, B3.5 & B3.6 and N30,000.00 (Thirty Thousand Naira) for Lot B3.1, B3,3 shall collect bidding documents as from 12.00 noon on Monday April 22,2013 at the:

Procurement Unit

Upper Niger River Basin Development Authority

Km5, Minna- Zungeru Road Minna, Niger State

Payment of non refundable tender fee should be made into the Account details as follows:

 Name of Bank: Unity Bank Plc

Account  Name: Upper Niger River Basin Development Authority, Minna

Account Number: 0016208773

A copy of evidence of payment is to be attached to each financial bid. 5.0:

Submission of Bid

5.1:    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 labelled ‘Technical and financial’ respectively ‘project category and lot number’ at the top right hand corner and enclosed in a third envelop on which is also indicated project category and lot number, indicate name and address including GSM number on the reverse side.

5.2:    The envelop should be addressed to

The Managing Director,

Upper Niger River Basin Development Authority,

PMB 68,

Km5, Minna- Zungeru Road Minna, Niger State

5.3:    Closing dates for submission of Tenders/ expression of interest documents is on OR Before 10am of the following dates.

(i) Lot A-l-A5                 6thMay2013

(ii) Lot B1.1-B3.9          3rd June 2013

5.4:    Please note that bids will be publicly opened by 11:00am on the same date when submission would close at Authority’s Boardroom. Only firms whose technical submission meets the stipulated minimum requirement would have their financial bids opened. Equally, only shortlisted consultants will be invited to submit Proposal in respect of the consultancy Projects.

All bidders are expected to bring along the original copies of all relevant documents for sighting. Any bid above fifty million naira (N50m) must be accompanied with bid security of 2% of the bid sum valid for 180days

Non-governmental organizations (NGO) and general public are hereby invited to the bids opening

Enquiries

All enquiries should be directed to:

Head of Procurement Unit

Upper Niger River Basin Development Authority

Km5, Minna- Zungeru Road Minna, Niger State

GSM NO, 08066408223         e-mail idrisyusuf83@yahoo.com idrisyusuf83@gmail.com

 

6.0:   Disclaimer and Conclusion

6.1:   This announcement is published for information only and does not constitute an offer by the Authority to transact with any party for the Project(s) nor does it constitute a commitment or obligation on the part of the Authority to procure/concession services.

6.2:   The Authority will not be responsible for any cost(s)/ expenses incurred by arty interested party (ies) in connection with any response to this invitation and/ or the preparation of submission in response to any

6.3:    The Authority is not bound to shortlist any bidder and reserve the right to annul the selection process at anytime without incurring any liabilities and assigning any reason thereof.

Signed:

Management