Invitation to Tender at Okene Local Government Council

Okene Local Government Council

Kogi State of Nigeria

Invitation to Tender

1.0     Introduction

Okene Local Government Council intend to undertake the construction of various works and services, in compliance with public procurement act 2007, the above named Local Government invites interested and reputable contractors/ firm for the following:

2.0     Description of Work

1.       Construction of civic centre (multipurpose) – Lot 1

2.       Construction of cattle market – Lot 2

3.       Concrete road – Lot 3

4.       Drainages – Lot 4

5.       Culvert at feeder road – Lot 5

6.       Motorized Borehole – Lot 6

3.0     Tender Requirement:

A.      Evidence of incorporation with Corporate Affairs Commission

B.      Evidence of VAT registration and remittance

C.      Evidence of valid tax clearance certificate for the last three (3) years

D.      Evidence of Registration with Okene Local Government Council

E.      Evidence of traceable address (not P.O. Box in Nigeria)

4.0     All completed tender should be enveloped and mark “Construction of LOT 1-6” respectively.

5.0     Closing Date:

All completed tender document should be waxed, sealed and submitted to:

The Secretary

Tender Board

Okene Local Government Council

Okene, Kogi State

On or before 12 noon Monday, November 4th, 2013. All bids will be publicly opened on the same day at 2:00pm in the presence of bidders or their representatives.

Signed:

Secretary

Okene Local Government Tender Board

Invitation for Pre-Qualification to Tender at Federal Capital Development Authority (FCDA)

Federal Capital Development Authority

Abuja, Nigeria Office of the Executive Secretary

Invitation for Pre-Qualification to Tender

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to procure EXTENSION OF INNER SOUTHERN EXPRESSWAY (ISEX) FROM SOUTHERN PARKWAY (S8/S9) TO RING ROAD II IN THE FEDERAL CAPITAL CITY within the year 2013 budget.

In line with the 2007 Public Procurement Act, the Authority is inviting interested, competent and reputable Engineering Construction Companies to submit pre-qualification documents:

 

2. Scope of Work:

The scope of work includes:

  1. Site clearance and earthworks
  2. Storm water drainage system
  3. Road Works
  4. Development of six (6) number interchanges
  5. Development of eight (8) number river bridges
  6.  Development of four (4) number pedestrian bridges
  7. Development of one (1) number Via duct bridge
  8. Confirmatory site tests
  9. Retaining walls
  10. Culverts
  11. Power Supply and Street Lighting
  12. Conduits for Telecommunication
  13. Provision of Service ducts at crossings

3.       Pre-Qualification Requirements

Interested Companies are invited to submit the following pre-qualification documents:

(a)     Evidence of – incorporation of the Company with Corporate Affairs Commission (CAC), including Memorandum and Articles of Association of the company and up to date Annual Returns to the CAC and forms C02 & C07.

(b)     The Company must in addition show evidence of the following:

  1. Tax Clearance Certificate for the last three (3) years.
  2. Registration with PENCOM and Remittance to Pension Fund Administrator.
  3. Payment of Training Contributions to the Industrial training Fund (ITF)
  4. Compliance with the Employee’s Compensation Act (i.e.) Remittance of 1% of the total emolument of your workers to the Nigerian Social Insurance Trust Fund (NSITF)

(c)  A sworn Affidavit to the effect that:

(i)                The Company is not in receivership, insolvency or bankruptcy

(ii)             The Company does not have any Directors who has been convicted by any court in Nigeria or any other country for criminal offence in relation to fraud or Financial impropriety.

(iii)           No officer of the relevant committees of FCDA or BPP is a present or former Director or Shareholder or has any pecuniary interest in the company.

(iv)           All the documents submitted for the pre-qualification bid are not only genuine but correct.

(d) Evidence that the company is fully mobilised in Abuja with a functional site yard.

(e)   A chart indicating the number and categories of Nigerians that are to be employed by the company as a result of this project.

(f)   Audited Accounts of the Bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants.

(g)  Letter    authorizing    FCDA    and    her representative    to    cross-check    the submitted company’s Bank account.

(h) Evidence of work experience as the main Contractor executing or having executed a minimum of five (5) presents of similar complexity compared to the proposed work within the last 5 years. Copies of Award Letters, Last Interim Certificate of Valuation for on-going projects, Completion Certificate and Final Maintenance Certificates where applicable are to be enclosed.

(i)    Verifiable  list  of  major construction equipment   and   facilities   moblised within   the   Federal   Capital   Territory including registration numbers, chassis numbers, location (where they can be inspected) and remark on whether these are owned, leased or hired.

The   minimum   numbers   of   equipment/ facilities are as listed below:-

  1. Ten (10) Nos Bulldozers
  2. Five (5) Nos Scrappers
  3. Ten (10) Nos Graders
  4. Ten (10) Nos Excavators
  5. Fifteen (15) Nos Pay Loaders
  6. One (1) No. Asphalt plant
  7. One (l) No. Concrete Batching Plant
  8. Three (3) Nos Asphalt Pavers
  9. Ten (10) Nos Water Tankers
  10. Three (3) Nos Diesel Tankers
  11. Ten (10) Nos Mobile Concrete Mixers
  12. Fifteen (15) Nos various Compactors
  13. Five  (5)    Nos    Concrete    Pumping Machines
  14. Ten (10) Nos various type of Cranes
  15. Thirty (30) Nos 20 – 30 ton tippers
  16. Ten (10) Nos dumpers
  17. A   functional    and   well   equipped material testing laboratory to carry out material testing.

(j) List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of seven (7) relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

(k) History of Company’s policy on Community Social Responsibility.

(I).Evidence of possession of robust traffic management department/unit and ability to regulate high volume of traffic during construction

4.0     Submission of Documents:

The pre-qualification documents should be submitted in A Hard copy and AN Electronic Copy (PDF format on CD) of the Technical Proposal and should be placed in a sealed envelope clearly marked “ORIGINAL” and “ELECTRONIC COPY” with the following inscription: “PRE-QUALIFICATION TO TENDER FOR EXTENSION OF INNER SOUTHERN EXPRESSWAY (ISEX) FROM SOUTHERN PARKWAY (S8/S9) TO RING ROAD II IN THE FEDERAL CAPITAL CITY

The documents should be addressed to the Executive Secretary, FCDA and submitted directly to FCDA Procurement Department, Room 0.014 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11, Garki Abuja on or before Monday 4th November, 2013. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids at 12:00 noon in the presence of all prospective bidders or their Representatives.

NOTES:

  1. Items 3a – 3e are the Eligibility Requirements and the Original documents must be produced by the Company for sighting during the opening session,
  2. The photocopies of professional certificates are to sealed and signed by the owners.
  3. This is not an invitation to tender. Only pre-qualified Companies will be invited to tender for the project. Others may know their performance by a formal request to the Accounting Officer of FCDA.
  4. Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents means of delivery notwithstanding.
  5. The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.
  6. Interested members of the Public especially Civil Rights organizations could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.
  7. The Authority reserves the right to cancel the procurement proceedings in the public interest without incurring any liability to the bidders

 

Signed:

Director, Procurement For:

Executive Secretary

 

 

Invitation for Pre-Qualification to Tender at Federal Capital Development Authority (FCDA)

Federal Capital Development Authority

Abuja, Nigeria Office of the Executive Secretary

Invitation for Pre-Qualification to Tender

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to procure PROVISION OF ENGINEERING INFRASTRUCTURE TO KYAMI DISTRICT within the year 2013 budget.

In line with the 2007 Public Procurement Act, the Authority is inviting interested, competent and   reputable   Engineering Construction Companies to submit pre-qualification documents.

2.       Scope of Work:

The scope of work includes:

i.            Site clearance and earthworks

ii.            Road Works

iii.            Storm water drainage system

iv.            Culverts

v.            Bridges

vi.            interchanges

vii           Confirmatory site tests

viii        Waste water drainage system

ix.            Water distribution network

x.            Power Supply and Street Lighting

xi.            Conduits for Telecommunication

  1. xii.    River training

3.       Pre-Qualification Requirements

Interested Companies are invited to submit the following pre-qualification documents:

a)     Evidence of incorporation of the Company with Corporate Affairs Commission (CAC), including Memorandum and Articles o Association of the company and up to date Annual Returns to the CAC and forms C02 & C07.

b)    The Company must in addition show evidence of the following:

(i)                Tax Clearance Certificate for the last three (3) years.

(ii)             Registration with PENCOM and Remittance to Pension Fund Administrator.

(iii)           Payment of Training Contributions to the Industrial training Fund (ITF)

(iv)           Compliance with the Employee’s Compensation Act (i.e.) Remittance of 1% of the total emolument of your workers to the Nigerian Social insurance Trust Fund (NSITF)

(c)      A sworn Affidavit to the effect that:

(i)      The Company is not in receivership, insolvency or bankruptcy

(ii)     The Company does not have any Directors who has been convicted by any court in Nigeria or any other country for criminal offence in relation to fraud or Financial impropriety.

(iii)    No officer of the relevant committees of FCDA or BPP is a present or former Director or Shareholder or has any pecuniary interest in the company.

(v)             All the documents submitted for the pre-qualification bid are not only genuine but-correct.”

(d) Evidence that the company is fully mobilised in Abuja with a functional site yard.

(e) A chart indicating the number and categories of Nigerians that are to be employed by the company as a result of this project.

(f) Audited Accounts of the Bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants.

(g) Letter authorizing FCDA and her representative to cross-check the submitted company’s Bank account.

(h) Evidence of work experience as the main Contractor executing or having executed a minimum of three (3) projects of similar complexity compared to the proposed work within the last 5 years. Copies of Award Letters, Last Interim Certificate of Valuation for on-going projects, Completion Certificate and Final Maintenance Certificates where applicable are to be enclosed.

(i) Verifiable list of major construction equipment and facilities mobilized within the Federal Capital Territory including registration numbers, chassis numbers, location (where they can be inspected) and remark on whether these are owned, leased or hired.

The minimum numbers of equipment/ facilities are as listed below:-

(i)                Ten (10) Nos Bulldozers

(ii)             Five (5) Nos Scrappers

(iii)           Ten (10) Nos Graders

(iv)           Ten (10) Nos Excavators

(v)             Fifteen (15) Nos Pay Loaders

(vi)           One (1) No. Asphalt plant

(vii)        One (1)   No.  Concrete   Batching Plant

(viii)      Three (3) Nos Asphalt Pavers

(ix)           Ten (10) Nos Water Tankers

(x)             Three (3) Nos Diesel Tankers

(xi)           Ten   (10)   Nos   Mobile   Concrete Mixers

(xii)        Fifteen (15) Nos various Compactors

(xiii)      Five   (5)   Nos   Concrete   Pumping Machines

(xiv)      Ten (10) Nos various type of Cranes

(xv)        Thirty (30) Nos 20 – 30 ton tippers

(xvi)      Ten (10) Nos dumpers

(j) A functional   and well equipped material testing laboratory to carry out material testing.

(k) List   of   key   technical   personnel stating   their   roles,   designation qualification      and      years      of experience with the guarantee that a minimum of seven (7) relevant COREN       Registered      Engineers of   various   disciplines   shall   be deployed to  the  project   Copies of   educational   and   professional certificates are to be attached.

(I)     History   of Company’s   policy on Community Social Responsibility.

4.0     Submission of Documents-

The pre-qualification documents should be submitted  in A  Hard copy and AN Electronic   Copy   (PDF   format   on   CD) of the  Technical   Proposal  and   should be placed in a sealed envelope clearly marked   “ORIGINAL”   and   “ELECTRONIC COPY” with the following inscription- “PRE-QUALIFICATION  TO TENDER FOR PROVISION OF ENGINEERING INFRASTRUCTURE TO KYAMI DISTRICT” The   documents   should   be   addressed to  the   Executive  Secretary,   FCDA  and submitted directly to FCDA Procurement Department, Room 0.014 (Ground Floor) New    FCDA    Headquarters,    opposite NTA Abuja, Area 11, Garki Abuja on or before Monday 4th November, 2013. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids at 12:00 noon in the presence of all prospective bidders or their Representatives.

NOTES:

  1. Items   3a   –   3e_are the Eligibility Requirements and the Original documents   must   be   produced   by  the Company for sighting during the opening session.
  2. The photocopies of professional certificates are to sealed and signed by the owners.
  3. This is not an invitation to tender. Only pre-qualified firms will be invited to tender for the project. Others may know their performance by a formal request to the Accounting Officer of FCDA.
  4. Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents means of delivery notwithstanding.
  5. The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.
  6. Interested members of the Public especially Civil Rights organizations could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.
  7. The Authority reserves the right to cancel the procurement proceedings in the public interest without incurring any liability to the bidders.

Signed:

Director, Procurement For: Executive Secretary

 

Invitation for Pre-Qualification to Tender at Federal Capital Development Authority (FCDA)

Federal Capital Development Authority

Abuja, Nigeria Office of the Executive Secretary

Invitation for Pre-Qualification to Tender

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to procure EROSION CONTROL AT ZONE ‘B’ PARK LOT, APO QUARTERS ABUJA within the year 2013 budget. In line with the 2007 Public Procurement Act, the Authority is inviting interested, competent and reputable Engineering Construction Companies to submit pre-qualification documents:

2.       Scope of Works

The scope of work involves

i)                 Site Clearance and Earthworks:

ii)                Construction of Block Wall Fence

iii)              Stream Bank Protection

iv)              Stone Pitching

v)                Pedestrian Bridge

3.       Pre-Qualification Requirements

Interested Companies are invited to submit the following pre-qualification documents:

(a)     Evidence of incorporation of the Company with Corporate Affairs Commission (CAC), including Memorandum and Articles of Association of the company and up to date Annual Returns to the CAC and forms C02 & C07.

(b)     The Company must in addition show evidence of the following:

(i)      Tax Clearance Certificate for the last three (3) years.

(ii)     Registration with PENCOM and Remittance to Pension Fund Administrator.

(iii)    Payment of Training Contributions to the Industrial training Fund (ITF)

(iv)    Compliance with the Employee’s Compensation Act (i.e.) Remittance of 1% of the total emolument of your workers to the Nigerian Social Insurance Trust Fund (NSITF)

(c)      A sworn Affidavit to the effect that:

(i)      The Company is not in receivership, insolvency or bankruptcy

(ii)    The Company does not have any Directors who has been convicted by any court in Nigeria or any other country for criminal offence in relation to fraud or Financial impropriety.

(iii)    No    officer    of    the    relevant committees of FCDA or BPP is a present or former Director or Shareholder or has any pecuniary interest in the company.

(iv)    All the documents submitted for the pre-qualification bid are not only genuine but correct.

(d)    A chart indicating the number and categories of Nigerians that are to be employed by the company as a result of this project.

(e)      Letter authorizing FCDA and her representative to cross-check the submitted company’s Bank account.

(f)      Audited Accounts of the Bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants.

(g)     Evidence of work experience as the main Contractor executing or having executed a minimum of five (5) projects of similar complexity compared to the proposed work, two (2) of which must have been within the last 5 years. Copies of Award Letters, Last Interim Certificate of Valuation for on­going projects, Completion Certificate and Final Maintenance Certificates where applicable are to be enclosed.

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

The minimum numbers of equipment/ facilities are as listed below:-

(i)                One(l) Bulldozers

(ii)             One(1) Scrapers

(iii)           One(1) Graders Excavators

(iv)           Two(2) Pay Loaders

(v)             Two(2)Water tankers

(vi)           One(1) Diesel Tankers

(vii)        Two(2) Mobile Concrete  Mixers

(viii)      Two (2) Various compactors

(ix)           Two (2) various types of cranes

(x)             Five 5 20-30 ton tippers

(xi)           One 1 Dumpers-

(xii)        Two 2 Cable Drum Jack

(xiii)      Two 2 Crane Mounted Bucket Lifts

(j) A functional and well equipped materials testing laboratory or presentation of MoU with a reputable Laboratory.

(k) List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of three (3) relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

(I)           History of Company’s policy on Community Social Responsibility

4.0.    Submission of Documents:

The pre-qualification documents should be submitted in A Hard copy and AN Electronic Copy (PDF format on CD) of the Technical Proposal and should be placed in a sealed envelope clearly marked “ORIGINAL” and “ELECTRONIC COPY” with the following inscription: “PRE-QUALIFICATION TO TENDER FOR THE EROSION CONTROL AT ZONE ‘B’ PARK LOT, APO QUARTERS ABUJA”.

The documents should be addressed to the Executive Secretary, FCDA and submitted directly to FCDA Procurement Department, Room 0.014 (Ground Floor) New   FCDA   Headquarters,   opposite NTA Abuja, Area 11, Garki Abuja on or before Monday 4th November, 2013. All documents will be publicly opened on the same day at the FCDA-Conference Room after the close of bids at 12:00noon in the presence of all prospective bidders or their Representatives.

NOTES:

  1. Items   3a   –   3e_are the Eligibility Requirements and the Original documents   must   be   produced   by the Company for sighting during the opening session.
  2. The photocopies of professional certificates are to sealed and signed by the owners.
  3. This is not an invitation to tender. Only pre-qualified firms will be invited to tender for the project. Others may know their performance by a formal request to the Accounting Officer of FCDA.
  4. Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents means of delivery notwithstanding.
  5. The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.
  6. Interested members of the Public especially Civil Rights organizations could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.
  7. The Authority reserves the right to cancel the procurement proceedings in the public interest without incurring any liability to the bidders.

Signed:

Director, Procurement For: Executive Secretary

 

Tender Notice at Dala Local Government Council

Dala Local Government Council

Kano State

Tender Notice

In its effort to follow the footstep of the State Government under the able leadership of DR. RABIU MUSA KWANKWASO, FNSE, FNIS in modernizing Kano, the DALA LOCAL GOVERNMENT COUNCIL, KANO has intended to execute some developmental projects in the nook and crannies of the area, therefore, eligible contractors are hereby invited for pre-qualifications to tender for under listed projects.

Scope of Work

1.       Construction of an ultra Modern Town Hall at Dala L.G.A.

2.       Renovation of markets at various locations in Dala L.G.A.

3.       Renovation of motor parks at various locations in Dala L.G.A.

4.       Construction of tarred roads at various locations in Dala L.G.A.

5.       Construction of feeder roads at various locations in Dala L.G.A.

6.       Rehabilitation of classroom blocks / schools fencing at various primary schools in Dala L.G.E.A.

7.       Renovation and supply of furniture at various primary schools in Dala LG.E.A.

8.       Construction of class room blocks at various primary schools in Dala L.G.E.A.

9.       Construction of six seater latrine (Toilets) at various locations within the Dala L.G.A.

10.     Renovation of Abattoirs

11.     Construction of drainage linking Adakawa- Yantandu and Kabuwaya in Dala L.G.A.

12.     Construction of Madigawa – Manladan – Jakara River drainage at Yalwa Ward.

Pre – Qualification Requirements:

Prospective contractors must satisfy all the required and necessary Pre-qualification conditions, criteria and procedures laid down by all the relevant authorities.

Submissions of Documents:

All Tender Documents for the above should be forwarded to the office of Deputy Head of PRS Dala Local Government and the title of either of the projects listed 1-12 above should be clearly written on the documents.

Important Notice:

This advertisement should not be considered as a contract award or any commitment on the part of Dala Local Government, nor shall it entitle any contractors and or company to make any claim responded to this advertisement. Bids will be at the office of the Secretary Tenders Board on or before 4th November, 2013.

Signed:

Alh. Baffa Abubakar Gaya (HOD) PRS

Dala Local Government Council,

Kano State

Page 2 of 910«123456»102030...Last »