Invitation for Tender for the Implementation of 2013 Capital Projects at Federal Ministry of Education

Federal Government of Nigeria

Federal Ministry of Education

Federal Secretariat Complex Phase III, Ahmadu Bello Way. Central Business Area, Abuja

 Invitation for Tender for the Implementation of 2013 Capital Projects

 1.0     Introduction:

The Federal Government of Nigeria has provided funds in the 2013 Appropriation for the Federal Ministry of Education (FME) and the Ministry is desirous to utilise part of the funds to procure GOODS and WORKS in various constituencies/locations in the 36 States of the Federation and FCT. Therefore

Services of Experienced Contractors are required to procure the following GOODS and WORKS as listed below:

1.1     Section A:       Works

Lot 1:          Construction of 2-Storey Multi-Purpose Block

Lot 2:          Construction of 1 Block of 3 Classrooms

Lot 3:          Construction of 1 Block of 3 Classrooms with VIP Toilet

Lot 4:          Construction of 2 Block of 3 Classrooms with Headmaster’s Office and VIP Toilet

Lot 5:          Construction of 2 Blocks of 6 Classrooms

Lot 6:          Construction of 2 Blocks of 6 Classrooms with VIP Toilet

Lot 7:          Construction of Home Economics Laboratory

Lot 8:          Construction and Furnishing of 1 Block of 3 Classrooms (with Terrazzo finishings) with VIP Toilet

Lot 9:          Construction and Furnishing of 1 Block of 3 Classrooms (with normal screeding) with VIP Toilet

Lot 10:        Construction of 1 Block of 2 Classrooms

Lot 11:        Construction of 1 Block of 2 Classrooms with Store and Office

Lot 12:        Construction and Equipping of ICT Block

Lot 13:        Reconstruction of 12 Classrooms of 3 Blocks and Administrative Office and Perimeter Fencing

Lot 14:        Rehabilitation of Blocks of Classrooms

Lot 15:        Construction and Furnishing of Physics. Chemistry, Biology and Home Management Laboratories

Lot 16:        Construction of School Library

Lot 17:        Construction of Science Laboratory

Lot 18:        Construction of 6 Classrooms with Headmaster Office, Store and 4 VIP Toilets

Lot 19:        Construction of Model Office Block in Rivers State

Lot 20:        Construction of Hostel Block

Lot 2l:         Construction of Multipurpose Hall

1.2         Section B:      Goods

Lot 22:        Procurement of Laptops and Desktop Computers

Lot 23:        Procurement of Heavy Duty Photocopier Machine, Laptop Computers, Printers, etc

Lot 24:        Procurement of Personal Tool Boxes for NTC Students

Lot 25:        Procurement of Sports Materials

Lot 26:        Printing of Federal Ministry of Education Handbook, Manuals on Reform Matters and other Publications

Lot 27:        Procurement of Vehicles

2.0         Tendering Requirements

Interested and competent Contractors wishing to carry out the above listed jobs are required to submit the following documents which will be subjected to due

diligence by the Ministry:

(i)              Evidence of registration with Corporate Affairs Commission (CAC);

(ii)             Evidence of Current Tax Clearance Certificate for the last three (3) years ending in December 2013;

(iii)           Evidence of VAT registration Certificate with TIN No.;

(iv)           Evidence of issuance of Compliance Certificate to all Organizations by PENCOM in line with Pension Reform Act 2004 (as amended)

(v)             Evidence of compliance with the amended Industrial Training Fund Act, 2011;

(vi)           A sworn affidavit disclosing whether or not any officer of FME or BPP is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particular;

(vii)        Bidders shall not Bid for more than 2 (two) Lots.

(N. B: The above listed requirements shall form part of the bids evaluation criteria and non compliance with any of the stated conditions shall result in automatic disqualification of the bidder).

(viii)  Names of Bankers with references;

(ix)    Evidence of Financial Capability to execute the projects;

(x)     Company profile with C Vs of key officers including photocopies of relevant professional/technical qualifications;

(xi)    Evidence of registration with relevant professional bodies such as ARCON. COREN, CORBON. etc, for Section   A (Works Component) only,

(xii)   List of verifiable Construction Equipment indicating ownership or lease agreement for Section A (Works Component) only,

(xiii)  Verifiable evidence of successful completion of similar works within the past three (3) years and attach copies of letters of awards and certificates of successful completion:

 (N. B: The above criteria will attract marks).

2.1    Bidding will be conducted through National Competitive Bidding (NCB) procedure as specified in the 2007 Public Procurement Act.

2.2     The General Public is also invited to note that procurements below the National Competitive Bidding threshold would be carried out during the course of the year

2.4     Interested eligible bidders may obtain further information from Procurement Department and inspect the Bidding Documents between 9.00 am till 3.30 pm (Mondays Fridays) except public holidays at the following address:

Office of Director of Procurement

Federal Ministry of Education

Room 309, 3rd Floor, Federal Secretariat Complex, Phase III

Ahmadu Bello Way, Central Business Area, Abuja

3.0     Collection of Documents

3.1     A complete set of Bidding Documents shall be collected by interested bidders from the above address in 2.4 above on the submission of written application accompanied by a non refundable tender fee of Twenty Thousand Naira (N20, 000.00) per Lot in certified Bank Draft payable to Federal Ministry of Education.

The bidding documents will be collected by hand by bidder’s representative.

4.0     Submission of tender Documents

4.1     The Completed Tender should be enveloped in two separate envelopes marked “Technical Bid” and “Financial Bid”, sealed waxed and marked on the Top Left land Corner with the inscription: “Section (insert either A or B) Lot No….. and Title of Project” and should be addressed to the Permanent Secretary, Federal Ministry of Education, Federal Secretariat Complex, Phase III, Abuja and deposited in the Tender Box at the address above on or before 12.00Noon on Monday, 27th May, 2013. The name of the contractor should also be clearly written in capital letters at the back of the envelopes. Late bids will be rejected.

5.0     Public Opening of Bids

5.1     Technical Bids shall be opened immediately after close of submission in 4.1 above at the address below in the presence of the bidders’ representatives, relevant Professional bodies. Non Governmental Organizations and interested members of the public. Only Successful Technical Bidders will be invited for the Opening of Financial Bids at a later date. This advertisement serves also as an invitation to NGOs, Anti-Corruption Agencies and General Public to witness the Bid opening at:

Federal Ministry of Education Conference Room 2nd Floor,

Federal Secretariat Complex,

Phase III, Ahmadu Bello Way

Central Business Area-Abuja

6.0     Disclaimer and Conclusion

6.1     The Federal Ministry of Education will not be responsible for any cost 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.

6.2     Please note that this advertisement shall not be construed as a commitment on the part of the Ministry to award any or all the above listed projects.

(Signed)

Dr. Mac. John Nwaobiala

Permanent Secretary

Federal .Ministry of Education

Abuja

Request for Expression of Interest at Federal Ministry of Power

The Federal Republic of Nigeria

Federal Ministry of Power

Request for Expression of Interest

 Introduction

The Federal Ministry of Power is desirous to undertake construction of some Rural Electrification Projects under the Year 2013 Appropriation. Accordingly, the Ministry, in line with Public Procurement Act 2007, hereby invites competent and interested Electrical contractors/Suppliers to submit proposal for the construction of Electricity and Rural Electrification Projects across the country.

Scope of Works

2.       The scope of works shall include Construction of 33KV and  11KV Town Distribution Networks (TDN), Provision of  33/0.415KV Substation,   11/0.415KV Substation where applicable at the following locations:

  1. North Central Zones (Kogi, Nasarawa, Niger, Plateau States and FCT);
  2. North East Zone (Adamawa, Gombe, and Borno States);
  3. North West Zone (Kano, Sokoto States);
  4. South East Zone (Anambra and Ebonyi States);
  5. South-South Zone (Edo State); and
  6. South West Zone (Ondo and Oyo States).

Eligibility Criteria

3.       The requirements for the expression of interest from interested companies are as follows:-

  1.        i.            Comprehensive Company Profile;
  2. Evidence of Company Registration with Corporate Affairs Commission (CAC);
  3. Proposed  pole   manufacturer’s  Technical  details, Brochure and Certificate of Pole manufacturing as certified by the Federal Ministry of Power;
  4. Verifiable evidence of having successfully completed similar works in the past (at least three evidences including   Completion   Certificate, Inspection/ Certification Certificates issued. Award letters are subject to verification;
  5. Financial Capacity Profile of the company and Banking Support for 2010, 2011, 2012;
  6. Evidence of Tax Clearance Certificate for 2010, 2011, 2012;
  7. Evidence of VAT Registration and Remittance;
  8. Evidence of compliance with the industrial Training Fund  Amendment  Act,   2011   by   inclusion  of Compliance letter from the industrial Training Fund;
  9. Submission of three (3) years Audited Account for 2010, 2011, 2012;
  10. Evidence of Employees Open Retirement Savings Account (RSA) with a Pension Fund Administrator Permanent Secretary (PFA) of choice;
  11. Evidence of Remittance of both Employer and Employee Pension Contribution to the appropriate Pension Fund Custodian; and
  12. Evidence   of  Certificate   of  Registration   with Financial Reporting Council of Nigeria.

Submission of Expression of Interest (EOI)

5.       EOI must be submitted in six (6) copies including one original in a sealed envelope clearly marked “Expression of Interest for Electricity and Rural Electrification Projects” at the top right hand corner and addressed to:

The Secretary

Ministerial Tenders Board (MTB)

Federal Ministry of Power

Federal Secretariat Complex

Room 347, Phase 1, Annex III,

Abuja, FCT

to be delivered by HAND on or before 12:00 noon on 6th May, 2013. Delivery through Courier will NOT be accepted. All EOIs will be opened immediately after the deadline in the Honourable Minister’s Conference Room.

Important Information

  • Only prequalified contractors will be invited to submit their tender bids for the Electricity and Rural Electrification Projects.
  • Federal Ministry of Power reserves the right to verify and authenticate any claim by contractors. The Federal Ministry of Power shall not enter into any debate or discussion with any party with respect to the rejection of bid not conforming to directives and accompanying documents.

 Enquiries on the Invitation

6.       All enquiries are to be directed to:

Director, Electrical Inspectorate Services

Federal Ministry of Power

Federal Secretariat Complex

Room 330, Phase 1, Annex III,

Abuja, FCT

Signed

Amb. (Dr.) Godknows B. Igali, OON, FNAH

Permanent Secretary

2013 General Procurement Notice at The University College Hospital (UCH), Ibadan

University College Hospital, Ibadan, Nigeria

 2013 General Procurement Notice

The University College Hospital (UCH), Ibadan, Nigeria’s foremost teaching hospital,  and  the Federally Funded Institutions (EHOTC, PHCTC, N/M/PHNT, CHOTP and CHC) in the hospital have provision in the 2013 Draft ‘ Statutory Budget and intend to use part or whole of it for the ‘procurement described hereunder. Competent companies ‘are hereby invited to tender under the following scope/ schedule:

DESCRIPTION OF WORKS
LOT 1

 

Rehabilitation, Landscaping, Construction  and Partitioning Works in various Departments
LOT 2

 

Construction of a Snake -Bite Centre at the University College Hospital, Ibadan / Comprehensive Health Centre, Sepeteri in Oke – Ogun Area of Oyo State.
LOT 3

 

Construction of the Prince Afolabi Oyeleke Agboola Road linking the University / College Hospital , Ibadan Comprehensive Health Centre, Sepeteri with the Hospital’s car parks and internal road networks.
LOT 4

 

Construction of a model Primary Health Care Centre within the University College Hospital, Ibadan Comprehensive Health Centre, Sepeteri.
LOT 5

 

Rehabilitation and Reconstruction of dilapidated buildings in the University College Hospital, Ibadan Comprehensive Health Centre, Sepeteri.
LOT 6

 

Construction of students’ hostels on the second acquisition land at the University College Hospital, Ibadan.
LOT 7 Supply of brand new vehicles
LOT 8 Supply and installation of hospital equipment
LOT 9 Provision of Internet facilities and computer-based items
LOT 10 Supply and installation of air conditioners
LOT 11 Provision of furniture and associated items
LOT 12 Supply of stationery, library books and equipment
LOT 13

 

Supply of Electrical and electronics equipment for offices, halls and hostels.
LOT 14 Provision of water facilities for departments
LOT15 Project consultancy services

Basic Pre-Qualification Requirements

1)      Evidence of the Company’s registration with the Corporate Affairs Commission.

2)      Tax Clearance Certificates and evidence of VAT remittances in the last three years.

3)      Detailed Company Profile, which must include the Curriculum Vitae and Professional Certificates of key officials of the Company.

4)      Documentary evidence(s) of similar jobs executed in the last five years.

5)      Evidence of contributory Pension scheme for staff.

6)      Evidence of compliance with the provision of the Industrial Training Fund (ITF) Amended Act 2011.

7)      Evidence of Audited Accounts of the Company in the last three (3) years.

8)      Evidence of financial capability and bank support.

9)      Photocopy of receipt and Bank Teller for the payment of the tender fee.

10)    Any other relevant documents that could enhance the Company’s eligibility and make it competitive.

 Important Information

1)    This notice is NOT an Invitation to Tender.

2)      Interested companies should seek further clarification from the Procurement Unit of the Hospital within the period stipulated by the Procurement Act.

3)      The Hospital is not bound to accept any Bid during the exercise.

4)      The Hospital reserves the right to verify/authenticate any document(s) submitted by conducting due diligence check(s).

5)      Interested  companies are to pay  non-refundable tender fee of Forty Thousand Naira (N40,000.00), only   for   Lots   1   –   6,  Thirty  Thousand   Naira (N30,000.00), only for Lots 7 –  14 and Twenty thousand Naira (N20,000.00) only for Lot 15 into the UCH’s Account Number 0136534074 at the First City  Monument  Bank,  (FCMB)   PLC,  (UCH Branch). The Bank Teller(s) should be presented at UCH’s Finance and Accounts Dept where official receipts would be issued for payments.

6)      This advert should not be construed as a commitment on the part of the Hospital, and does not entitle responding Companies to seek indemnity from UCH by virtue of such Company having responded to this advert.

 Submission of Tender Documents

Interested Companies are to enclose their documents in a sealed envelope labeled appropriately in capital letters at the top left hand comer indicating the Lot(s), and description of the project.

The completed and sealed document(s) should be addressed to the Chief Medical Director UCH, Ibadan, and submitted/dropped in the “Tender Box” in the Hospital’s Procurement Department not later than 12noon on Monday, 6th May, 2013.

Representatives are invited to witness the opening of the Tender documents on the same day by 1.00pm at the Omolola Alade Hall of the School of Nursing, UCH, Ibadan.

Signed:

Deputy Director (Procurement) For:

Chief Medical Director

Invitation for Pre-qualification for Highway Construction /Rehabilitation projects and Expression of Interests) for Consultancy Services for Engineering Design and Construction Supervision Projects at Federal Ministry of Works

Federal Ministry of Works

Headquarters, Mabushi, Abuja

 Invitation for Pre-qualification for Highway Construction /Rehabilitation projects and Expression of Interests) for Consultancy Services for Engineering Design and Construction Supervision Projects

 1.0     Introduction

The Federal Ministry of Works in furtherance to her statutory mandate intends to implement some capital projects under various works and services in line with the approved budget of the Financial Year 2013. The Ministry hereby invites interested competent Construction Companies and Civil Engineering Consultancy Firms to submit prequalification/ expression of interest documents for the projects.

The projects consist of Construction/Rehabilitation, Engineering Design & Construction Supervision of Highways projects and Streetlight Projects.

2.0     Scope of Works and Services

The scopes of works to be carried out include the following:

A.      Highways Projects: Construction/ Rehabilitation (for Pre-qualification)

The Highways projects for construction/rehabilitation are listed under category A, B and C as shown in the table below. Contractors are requested to submit tender for Categories A, B or C based on an understanding of the Specific Requirements of each category as stated in this publication and a realistic self assessment of the Contractor’s capacity.

 

Lot No.

 

Projects

 

                      Category A

 

1 Rehabilitation of Ilorin-Kabba-Obajana road in Kwara/Kogi States

 

2 Dualisation of Kano-Katsina road Phase 1: Kano town at Dawanau roundabout to Katsina State border in Kano State

 

3 Dualisation of Suleja-Minna Section II in Niger State

 

                   Category B

 

1 Construction of Benin / Adumagbae – Egba – Akure Road (25Km)

 

2 Rehabilitation of Tumu – Pidinga – Kashere (Combe State) – Futuk -Yalo (Bauchi State) – Bashar – Dengi (Plateau State) road (Construction of Yalo – Bashar – Dengi Section)

 

3 Reconstruction of Nung Udoe – Etinan – Ekom Iman Federal Highway (Akwa Ibom State)

 

4 Rehabilitation of Mubi – Maiha – Sorao road with Spur from Mubi -Bukula in Adamawa State (Completion Works)

 

5 Rehabilitation of Burnt Marine Bridge and Maintenance of Eko (Apkpongbon) and Iddo Bridges in Lagos State

 

                         Category C

 

1 Construction of Kankara-Gurbi Road in Katsina State

 

2 Access Road to Federal facilities at Antorun/Temidire, Ogbomosho, Oyo State

 

3 Completion of Igboile-Okin Connector Road, Surulere LGA, Oyo State

 

 

4 Construction of Isoko ring road in Delta State

 

5 Rehabilitation of Amugo Uno-Oriemba market-Amugo Isiorji Onuani road Enugu State

 

6 Rehabilitation of Yashi-Duguri-Digare-Yalo road (Duguri-Yalo-Dogare Section) Bauchi State

 

7 Rehabilitation of Jarmai-Bashar road, Plateau State

 

8 Rehabilitation of Wukan/Akwana road in Taraba State

 

9 Construction of Ajase-Ipo/Offa/Erin-Ile/Osun State boundary

 

10 Rehabilitation of the Abalamabie (Allison-Hart) 65metre bridge, Bonny Rivers State

 

11 Construction of Takum-Dogon Gawa road (15km) in Katsina-Ala to

Katum

 

12 Construction of Ikemba Drive Spur on Oba-Okigwe road through permanent site of Nnamdi Azikwe University Teaching Hospital

 

13 Construction of bridge across River Ebba to Cheche in Katcha LGA of Niger State

 

14 Rehabilitation of Amanwaozuzu-Uzoagba-Eziama Orie Amaohia road, Imo State

 

15 Construction of Ihiala-Orlu road in Isseke town-Amafuo-Uli with Spur (Ihiala – Orlu – Umuduru section) Anambra State

 

16 Construction of overhead pedestrian bridge in Mosogar and Oghara in Ethiope West LGA of Delta State

 

17 Construction of Bida – Saachi – Nupeko Road in Niger State

 

 

B.      Engineering Design Projects (for Expression of Interests)

The Consultant shall perform all engineering analysis, field investigations and related works described in the Request for Proposals (RFP) and shall be required to attain the set objective. In carrying out the work, the consultant shall be solely responsible for the analysis and interpretation of all data received and for the findings, conclusion and recommendations contained in the reports including aerial surveys or satellite imagery (where required), topographical surveys, hydrological studies, subsurface soil investigation, material surveys, and other field and laboratory investigations required for the examination of various aspects of the alignment, location of suitable construction materials and water.

C.   Construction Supervision of Road Projects (For Expression of Interests)

Consultants for Project Supervision and Management shall be required to produce Programmes of Work and submit periodic Progress Reports of the project during the construction period. Resident supervision of the works includes checking the quality of materials being used for all the works; ensuring that quality tests are conducted on all materials used for the works and that the specifications are adhered to in all instances and ensure that the works are executed according to the approved design and drawings; including Quality Assurance/Quality Control Statements, Audits and Procedures. Joint measurement of works executed and impacting knowledge on modem design software to person/persons assigned to the consultant; etc

D   Street Light Installation

Procurement, installation/rehabilitation, and commissioning of Streetlights on designated Federal Roads and Bridges in the Country.

3.0 General Pre-qualification Requirements:

The Ministry in compliance with the Public Procurement Act, 2007 (PPA 2007) will carry out pre-qualification of companies who respond to this advert based on the following requirements:

a)       Certified true copy of Certificate of Incorporation;

b)      Certified true copy of particulars of Directors;

c)       Certified true copy of Tax Clearance Certificate for the last three (3) years;

d)      Evidence of VAT Registration and remittance;

e)       Unabridged company Audited Annual Report for the immediate past (3) years

f)       Certified true copy of Company Annual returns to CAC for the immediate past three (3) years;

g)       A sworn affidavit that no partner/director has been convicted in any country for criminal offences related to fraudulent or corrupt practices, or criminal misrepresentation or falsification of facts relating to any matter and that all the required document are both GENUINE AND UP TO DATE.

h)      Evidence of Registration with National Pension Commission (PENCOM) and remittance of pension deduction to pension fund Administration (PFAs)

i)       A statement for Company’s bank(s) indicating that the company does not as at the time of this bid have any existing loan or financial liability with the bank(s) for the last three months: and

j)       Evidence of compliance with the provisions of section 6 (1) of the Amended Industrial Training Fund (ITF) Act, 2011 which stipulates that companies bidding for contracts from MDAs must pay a training contribution equivalent to 1% of total annual payroll on behalf of the employees.

 k)      Nigerian Content

Nigerian Content (NC) is “The quantum of composite value added to or created in the Nigerian economy by a systematic development of capacity and capabilities through deliberate utilization of Nigerian human/material resources and services in the Nigerian construction industry – skilled and unskilled”.

Bidders shall consider Nigerian Content as an important element of their overall approach and management philosophy for project execution.

Thus, in responding to this invitation, Tenderers are required to:

  • Submit a plan on how it intends to give first consideration to services provided from within Nigeria, raw materials and manufactured goods of Nigerian origin in line with the requirements of NC;
  • Demonstrate key Management positions that are Nigerian Nationals and the percentage of the company’s total workforce that will be beneficial to youth employment and community development in Nigeria; and
  • All bidders should include description of current Health, Safety and Environment (HSE) procedures, plan, manuals and HSE performance statistics over the last 3 years, e.g. accidents, fatalities.

1)      Bureau of Public Procurement Data Base

Further to the above general requirements, contractors, consultants and service providers that have registered at the categorization and classification in the BPP website, as provided in Part I Section 5(h) of PPA 2007, should consider it as an added advantage.

4.0     Specific Requirements:

i)       For Construction/Rehabilitation Works:

 Category A:

a)       Annual Turnover of at least 10 billion naira (as stated in a verifiable tax  clearance certificate) in the last 3 years.

b)      Experience as a prime contractor on at least 3 (three) projects of similar nature and complexity comparable to the works under consideration within the last five (5) years (copies of letters of award/certificates of completion to be attached).

c)       Evidence that the Contractor has the requisite plants and equipment to execute project of this nature and complexity including Asphalt and Quarry Plants in the geopolitical zone of the project.

d)      Evidence of access to or availability of credit facilities confirmed by reputable bank equivalent of Five Hundred million Naira minimum amount of Liquid Assets; net of other contractual commitments of the successful bidder shall be required.

e)       Full details of key human resources of the organization whose experience and competencies are relevant to the project with their respective curriculum vitae, academic and professional qualifications including evidence of membership of professional bodies and staff phone numbers.

Category B:

a)       Annual Turnover at least 1 billion Naira (as stated in a verifiable tax clearance certificate) in the last 3 years.

b)      Experience as a prime contractor on at least 2 (two) projects of similar nature and complexity comparable to the works under consideration within the last five (5) years (copies of letters of award/certificates of completion to be attached).

c)       Evidence that the Contractor has the requisite plants and equipment to execute project of this nature and complexity.

d)      Evidence of access to or availability of credit facilities certified by the bankers equivalent of Two Hundred and Fifty million Naira minimum amount of Liquid Assets; net of other contractual commitments of the successful bidder shall be required.

e)       Full details of key human resources of the organization whose experience and competencies are relevant to the project with their respective curriculum vitae, academic and professional qualifications including evidence of membership of professional bodies and staff phone numbers.

f)       Contractors presently working with the Ministry that have Three (3) or more on –going projects not to apply.

Category C:

a)       Annual Turnover at least Two hundred and fifty Million Naira (as stated in a verifiable tax clearance certificate) in the last 3 years.

b)      Experience as a prime contractor on at least 21(one) projects of similar nature and complexity comparable to the works under consideration within the last five (5) years (copies of letters of award/certificates of completion to be attached).

c)       Evidence that the Contractor has the requisite plants and equipment to execute project of this nature and complexity.

d)      Evidence of access to or availability of credit facilities certified by the bankers equivalent of fifty Million Naira minimum amount of Liquid Assets; net of other contractual commitments of the successful bidder shall be required.

e)       Full details of key human resources of the organization whose experience and competencies are relevant to the project with their respective curriculum vitae, academic and professional qualifications including evidence of membership of professional bodies and staff phone numbers.

f)       Companies applying for this category must be indigenous.

G)      Contractors presently working with the Ministry that have Three (3) or more on –going projects not to apply.

 Note: No bidder should submit tenders for more than two lots.

ii)      For Engineering Design/Construction Supervision Consultancy Services: 

a)       Evidence of firm’s registration with COREN and/or relevant professional bodies.

b)      Evidence of Execution of Similar Projects in Federal or State agencies.

c)       Methodology/Work Plan for Project Implementation and Validity of Offer.

d)      Full details of key human resources of the organization whose experience and competencies are relevant to the project with their respective curriculum vitae, academic and professional qualifications, evidence of membership of professional bodies and staff phone numbers.

iii)     For Street lights Project

a)       Annual turnover of at least N200 million

b)      Evidence of Current Ministry of Power Wiring Licence Grade One

c)       Evidence of registration with Lighting Professional Body

5.0     Method of Submission:

i.        Documents for Expression of Interest for Consultancy Services must be submitted on or before 12noon Wednesday, 22nd May, 2013 while those of Pre-qualification for Construction/Rehabilitation of roads/bridges must be submitted on or before 12noon of Thursday, 23rd May, 2013

ii        Pre-qualification, Engineering Design or Construction supervision documents must be submitted in separate envelopes clearly marked ‘Pre-qualification ‘Engineering Design’ or ‘Construction Supervision’ (Bidders applying for Construction/ Rehabilitation for more than one project should specify the lot and the name of project respectively in separate envelopes) and return to:

The Secretary, Ministerial Tenders Board, Public Procurement

Department (Room   B218, Block A), Federal Ministry of Works,

Headquarters, Mabushi, Abuja.

 6.0     Opening of Bids:

i.        Expression of Interest and Pre-qualification documents are to be opened immediately after the closing of submission of bids i.e. Expression of Interest on 22nd and Pre-qualification on 23rd of May, 2013 respectively.

ii.       For Consultancy Services only shortlisted Consultants will be invited to submit technical and financial bids.

iii.      Pre-qualified contractors for Construction/Rehabilitation of Federal Highways and Streetlight Projects are to be invited to submit tenders after evaluation and verification of claims, where necessary; and

iv.      Companies or their representatives, Civil Societies, NGOs, Professional Bodies and members of the general public are invited to witness the bids opening exercise.

7.0     Additional Information:

 i.        The Ministry will verify any or all the claims made by applicants and any Consultants/Contractors who contravene Section 58 Sub Section 4g of PPA 2007 will be liable to Section 58 Sub Section 6a & b of the same PPA 2007.

ii.       Contractors who worked for the Ministry and have history of poor performance, abandonment and termination need not to apply.

iii.      This advertisement shall not entitle pre-qualified companies to make any claims whatsoever, and/or seek any indemnity from the Ministry by virtue of such companies having been pre-qualified.

iv.      The Ministry reserves the right to reject any and/or all pre-qualified contractors at its sole discretion and at no costs whatsoever.

v.       All costs incurred in responding to this advert and pre-qualifying for the projects shall be borne solely by the contractors.

vi.      Non compliance to the instructions will lead to disqualification.

Signed:

Permanent Secretary, Federal Ministry of Works.

 

 

 

General Procurement Notice for 2013 Capital and Recurrent Projects at Nigerian Railway Corporation

Nigerian Railway Corporation

General Procurement Notice for 2013 Capital and Recurrent Projects

 “Introduction”

The Nigerian Railway Corporation intends to undertake the Procurement of various Projects under the 2013 Capital and Recurrent Budget.

In compliance with the Public Procurement Act 2007, the Corporation wishes to put on alert all interested and reputable Contractors/Suppliers/Consultants with relevant experience for consideration for execution of the projects.

S/No Description
1. Transport Rehabilitation and Modernization Programmes including Track. Station Buildings and Bridges Maintenance
2. Workshops and Training Schools Rehabilitation including Procurement of Workshop Equipment.
3. Procurement/Rehabilitation of Locomotives, Coaches and Wagons Narrow Guage.
4. Train Operations consumables, Parts and all other related items.
5. Office stationery and ICT hardware and software.
6. Facilities Management, Building Maintenance and Insurance Services.
7. Human Capacity Development.
8. Transaction Advisors on public Private Partnership (PPP) Initiatives

 

The Procurement will be subjected to due process1 mechanism and open to all eligible bidders.

Subsequently within the procurement year, specific procurement notices for these procurements will be placed on the procurement notice boards of the Nigerian Railway Corporation, National Dailies and Federal Tenders Journal depending on their threshold as soon as their relevant solicitation/bidding documents are finalised.

Interested eligible bidders who wish to participate in the bidding process are advised to look out for the subsequent advertisements.

Please note that all the documents on responsive criteria such as Corporate Affairs Commission (CAC), Value Added Tax (VAT), Pension Commission (PENCOM) and Tax Certificates may be referred to the Security Agencies, Corporate Affairs Commission (CAC), Federal Inland Revenue Services (FIRS), National Pension Commission and other relevant bodies for verification. The Corporation also reserves the right to invoke the provisions of Section 28 of the Public Procurement Act (PPA) 2007 without incurring any liability to the bidder.

Signed:

Management