Invitation to Bid for the Proposed Dualization of Ndayako-Dokodza-GRA in Bida at Ministry of Works and Infrastructural Development

Niger State Government

 

Ministry of Works and Infrastructural Development

 

Invitation to Bid for the Proposed Dualization of Ndayako-Dokodza-GRA in Bida

 

1.0            Introduction

The Niger State Government desires to dualize Ndayako-Dokodza-GRA road in Bida as part of its effort to make Niger State one of the three top state economies in the country by the year 2020.

 

1.1     In view of the above, the state wishes to invite the under listed contractors with experience in similar projects, whose selections are as detailed below, to participate in the proposed dualization of Ndayako-Dokodza-GRA of road in Bida

 

2.0            Project Description:

 

  1. Site clearance,
  2. Earthworks
  3. Concrete works
  4. Asphaltic concrete wearing course
  5. Street lighting

 

 

3.0     Procurement Method and Procedures

 

3.1     Procurement Method

Owing to the urgency attached to the execution of the proposed project by Niger State Government, the selective tendering process has been adopted in line with Niger State Public Procurement Board guidelines

 

3.2     Selection of Invited Contractors

The invited contractors were selected on the basis of execution of projects of similar nature and character. The listed contracting firms have met the initial criteria of experience and required expertise with Niger State Government. The Ministry of Works and Infrastructural development believes the companies will provide the needed value for public money in the execution of the proposed dualization of the road. The invited contractors are as listed below

 

  1. Messrs Soject Nig Ltd
  2. Messrs NAIRDA Construction Company  Ltd
  3. Messrs Infiouest Int Ltd
  4. Messrs ENERCO Nig Ltd
  5. Messrs TRIACTA Nig Ltd
  6. Messrs Bulletine Nig Ltd
  7. Messrs Ky-Fy Global (Nig) Ltd

 

3.3     Procurement Procedure

The invited contractors who respond to this advertisement shall be engaged in competition via the submission and evaluations of the tender documents listed for the purpose of selecting the most responsive tenderer.

 

 

4.0                 Participation and Documentation

 

4.1     Right to Participate

All the contractors listed above have been earlier informed of their short listing to participate in this procurement process, and are thereby eligible to participate. However at any given time before the final date of submission of Tender documents as stipulated herein. The Niger State Government has the exclusive right to exclude any of the invited contractors from the procurement process and may also cause the entire process to be cancelled without prior notice.

 

4.2              Documentation Required

 

  1. Detailed information about each company to include values, mission statement and ownership structure.
  2. Evidence of registration with relevant government agencies
  3. Information of the financial status and indicates of the invited firms for the last three years including audited income statement, Tax and statutory fees paid, bank references to access credit etc
  4. Information of the management structure and operational capabilities of the invited firm including the formation of project teams, membership of professional bodies and experience of each member
  5. Information on similar projects executed in the past
  6. Information on plants and equipment for use on the project with full evidence of ownership or lease

 

5.0               Tendering Documents-Obtaining and Submission

 

5.1     Collection of Tender Documents

The invited contracting form s are requested to collect a complete set of tender documents from the office of the Director Civil Engineering Services, Ministry of Works and infrastructural Development on payment of a non refundable tender fee of N1, 000,000.00 (One Million Naira only). Collection commences from the date of this advertisement.

 

 

5.2     Manner of Submission

The technical and financial tender proposals must be prepared as separate documents as provided for in the instruction to the selected Tenderers. Copies of both technical and financial proposals must be SEPARATELY packaged in sealed envelopes, clearly marked as either “Financial or Technical Proposal”, as appropriate and put together in a single (bigger) envelope which should be marked “Tender for the Dualization of Ndayako-Dokodza-GRA road in Bida” and addressed to the Permanent Secretary Works, Ministry of Works and Infrastructural Development, Minna, Niger State within working hours or before the 27th day of December, 2012.

 

 

Signed:

Permanent Secretary

 

Invitation for Expression of Interest (EOI) for the Non-Clinical Facility Management or Lagos State Maternal and Child Centers and the Accident and Emergency Center, Toll Gate at Lagos State Government Ministry of Health

Lagos State Government Ministry of Health

 

Invitation for Expression of Interest (EOI) for the Non-Clinical Facility Management or Lagos State Maternal and Child Centers and the Accident and Emergency Center, Toll Gate

 

 

1.0     Background

The Lagos State Government (LASG) in pursuance of its phased Infrastructural Development Strategic Plan and in tandem with the Millennium Development Goals 3 and 4 to reduce mortality and improve maternal mortality respective is constructing Maternal and Child Centres (MCCs) across the State, five (5) of which have been commissioned since 2010 and are fully functional.

 

 

In compliance with international best practises, the Lagos State Ministry of Health (LSMOH) wishes to embrace the culture of facility management to ensure professional maintenance of these new states-of-the-art facilities.

 

 

2.0     Objectives

(a)     To provide the required facility management support to facilitate the efficient delivery of the Centres’ (MCCs and A & E Centres) core function of providing health care to Mother and Child and as a accident and emergency centre.

 

(b)     To attain clean, health hygienic and safe environment, including regular landscaping of gardens and lawns.

 

(c)      To attain stable power supply and proper maintenance and repairs of electrical power supply equipment and facilities in the Centres, including Generators.

 

(d)     To attain the maintenance and repairs of all loose and fixed office/building equipment.

 

 

3.0   Scope of Work

The facilities proposed for management are:

  • Maternal and Child Centre, Ikorodu
  • Maternal and Child Centre, Isolo
  • Maternal and Child Centre, Ifako-Ijaiye
  • Accident & Emergency Centre, Toll-Gate

 

 

Though not all-inclusive, the following description of requirements should be used as a guideline describing the minimum of the maintenance and repairs services which will be required of the contractor:

 

 

(i)      Contract Administration

(ii)     Site Maintenance and repair

(iii)    Structural Maintenance and Repair

(iv)    Architectural Maintenance and Repair

(v)    Mechanical Maintenance and Repair

(vi)   Electrical Maintenance and Repair

(vii)   Pest Control and Fumigation

(viii) Security Management

(ix)   Power Consumption

(x)     Sewage and Waste Management

 

 

4.0   Requirements:

All intending Facility managers are expected to have relevant Professional experience in the managerial/maintenance of a Health Facility with similar capacity. In addition, each Applicant will provide

 

(i)                Certificate of Incorporation / Registration with Corporate Affairs Commission

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

(iii)           Evidence of Company Financial Standing.

(iv)           Evidence of Registration with State Consultancy Board/ State Tenders Board in appropriate category of Consultant/Contractor.

(v)             Profile of organizations including list and relevant Academic Qualification(s) of Directors Evidence of successful facilities management with maintenance skill in a Health Facility with similar capacity of Medicine of International standard with a minimum of (5) five years experience in such institution,

(vi)           Evidence of previous but similar job done in the last 3 (three) years

(vii)        Evidence of Registration with relevant Professional Body (ies) (of both the organization and individual Directors)

(viii)      Evidence of Registration with relevant Government Ministries of Agencies.

 

 

5.0   General Information

(a)     Applicants are to submit Five (5) copies of alt documents specified above and one soft copy in a CDROM.

(b)     All enquiries regarding the details about this advertisement should be directed to the Director, Healthcare Planning Research and Statistics (Room 621), Ministry of Health, Alausa Secretariat between 10.00am to 4.00pm from Mondays to Fridays.

 

 

6.0   Submission

All submission for the Expression of Interest should be in seated Envelope and marked Expression On Interest In The Facility Manager For General Maintenance Of The Maternal And Child Centers And The Accident And Emergency Center, Toll-Gate, and returned either by Hand OR Courier Services to reach the address stated below NOT later than 24th December, 2012.

 

Office of the Honourable Commissioner

Lagos State Ministry of Health

Room 505, Block 4

The Secretariat

Alausa, Ikeja

Lagos, Nigeria

Tel: +2348033329327, +2348033001731

 

 

It should be noted that this invitation does not constitute a commitment on the part of Lagos State Government and / or the Lagos State Ministry of Health to award the project to any consortia expressing Interest. Furthermore the submission of documents shall not entitle any of the interested parties to any claims against LSG and / or LSMH by virtue of such consortia having responded to the EOI invitation.

 

 

All costs incurred by respondents as a result of this EOI invitation and any subsequent requests for information shall be respondent’s account only.

Invitation for Pre-Qualification for Provision of Solid Waste Collection & Management Services in Twenty One (21) Districts (Lots) for a Period of Three (3) Years at The Federal Capital Territory Administration

The Federal Capital Territory Administration

 

Invitation for Pre-Qualification for Provision of Solid Waste Collection & Management Services in Twenty One (21) Districts (Lots) for a Period of Three (3) Years

 

Introduction:

The Federal Capital Territory Administration through Abuja Environmental Protection Board (AEPB) intends to procure the services of competent companies for the Solid Waste Collection & Management in twenty one (21) districts of the FCT for a period of three (3) years. Interested and competent companies are hereby invited to submit Technical / Prequalification documents for the cleaning services in the areas listed in the table below:

 

S/No District Name Lot No Area of Coverage

 

1 ASOKORO-MAIN

 

1 Bounded in the South by Samora Michel Street, Nelson Mandela up to Villa, to State House Clinic, Mogadishu Barracks and Kugbo Village and Furniture Market

 

2 ASOKORO-GUSAPE

 

2 Bounded by OSEX on the North-East through Justice Lawal Uwais, Jose Martins, Justice Oputa, Muhammed Nasir, Hamza Abdullahi Street to the South including GusapeDistrict (Kuruduma Village)

 

3 CENTRAL BUSINESS DISTRICT

 

3 The entire CBD from Nnamdi Azikiwe to the Three Arm Zone

 

4 MAITAMA (A)

 

4 Consisting of Aso Drive, Gana street, Nicon up to NUC, Imam Estate, FHA, Katsina Ala, Osun crescent up to ON EX, Lake Chad, Maitama extension. Urban Mass Transit, Leventis and Rahamaniya filling station.

 

5 MAITAMA (B)

 

5 AP Filling Station, OAU Quarters, Uruguay Street, Minister Hills, Nnamdi Azikiwe Way, ONEX and Rhine & Panama Streets.

 

6 WUSE I (A)

 

6 Consisting of Wuse Zone 6 and 5 (A & B), bounded by Nnamdi Azikiwe, Sani Abacha way crossing to Wuse Market, Accra street area and Ndola crescent.

 

7 WUSE 1 (B)

 

7 Consisting of Wuse Zone 3 and 4, bounded by Sani Abacha Way, Ibrahim Abacha Estate. Zone 3, Sultan Abubakar to Wuse market and Kitwe street back to Sani Abacha way.

 

8 WUSE 1 (C)

 

8 Consisting of Wuse Zone 1, 2 and 7. Bounded by Sultan Abubakar through Olusegun Obasanjo way to GSM Village including Wuse Zone 1 and 7 to Nnamdi Azikiwe Way.

 

9 WUSE 2 (A)

 

9 Ademola Adetokunbo Crescent and Environs

 

10 WUSE 2 (B)

 

10 Aminu Kano Crescent and Environs including a portion of Nnamdi Azikiwe Way.

 

S/No District Name Lot No Area of Coverage

 

11 GARKI 1

 

11 Consisting of Garki Area 1 (A & B), Area 2 (A & B) and Area 3, Area 7, 8, 10 and 11 including Parade Ground And International Conference Centre.

 

12 GARKI 2 (A)

 

12 Starts from Nnamdi Azikw e to Muhammadu Buhari way including Birnin Kebbi, Garki Village and Jere Street to old CBN office.

 

13 GARKI 2 (B)

 

13 Starts from Muhammadu Buhari way to Area 11 Secretariat (FCDA) including Obasanjo estate to Dantata up to Gimbiya, Onitsha crescent sharing boundary with Asokoro to NTA Channels 10 including AGIS

 

14 GUDU/DURUMI 14 Includes APO Extention, NEPA junction, Bounded by RR1, OSEX EXT-NEPA Junction. Oladipo Diya Rd, Games Village Rd- Stadium Round-about.

 

15 WUYE/CITY GATE 15 Entire Wuye District   , including City Gate, Berger Yard, National Stadium  Complex, Wonderland Amusement Park and Games Village road and back to Wuye through Nnamdi Azikiwe way.

 

16 UTAKO 16 Entire Utako District
17 Gwarimpa 1 (Life Camp) 17 From Gwarimpa Round    -About through the Ring Road 2 Including all the Construction Company Yards around Gwarimpa 1. Lifecamp, Lento, Fish Market, AP filling station.

 

18 Gwarimpa 2(A) 18 From Kado/Gwarimpa Bridge through Transit way to Citec Including part of 1st and 3rd Avenue, Works & Housing, War College, 32 & 34 Road.

 

19 Gwarimpa 2(B) 19 Part 1st Avenue, 2nd Avenue, 4th Avenue and 5th Avenue Setraco bounded by ONEX on the North and Transit way on the South.

 

20 JAB1/DAKIBIYU

 

20 Bounded by Ring road 2, parkway passing through CN Okoli, Berger yard through to Jabi forest to Dakibiyu connecting back to Ring Road 2.

 

21 MABUSHI/KATAMPE/KADO

 

21 All the developed areas of Mabushi, Katampe, Kado districts. Bounded by RR1 from Katampe interchange, Sheu Yar’adua way/ Gwarimpa Round -about RR2/Gwarimpa bridge, Murtala Mohammed Express way to Katampe Interchange.

 

 

 

 

2.       Period of Engagement:

The cleaning services shall last for three (3) years (36 months).

 

3.       Scope of Works

The scope of the services comprises of but not limited to the following:

  1. Waste evacuation and transportation from all tenements, communities/waste generating points constituting the environs at times weekly.
  2. Litter control of all roads daily
  3. Sweeping of all streets daily
  4. Silt removal from all roads daily
  5. Removal of garden waste from all households in the areas of coverage.
  6. Vegetation control on all major highways, arterials roads and streets up to the property line.

 

 

Target is no litter, no waste dump, and no overflowing bin within the city, road, and the communities/waste generating points constituting the environs. All the above activities are expected to be carried out up to the property wall on the roads.

 

 

4.       Pre-Qualification/Technical Requirements:

Interested Companies must forward copies of the following documents and the originals may be requested for sighting:

 

 

Requirements Without which a Company shall be disqualified

  1. Evidence of Registration with Corporate Affair Commission (CAC);
  2. Evidence of Tax Clearance for the last three years, expiring December, 2012;
  3. Certificate of Compliance issued by the National Pension Commission for registration with Pension Fund Administrator and Remittance of pension fund contributions in line with section 16(c) of the Public Procurement Act 2007;
  4. Evidence of Contributions / Remittance of 1 % of Annual Total Emolument accrued to members of staff of the company payable to ITF;
  5. Evidence of Registration of the Company with Environmental Health Officers Registration Council of Nigeria in line with section 16 of Environmental Health Officers (Registration etc) Act 11, 2002.

 

 

Other Requirements

  1. Evidence of Audited Account prepared by a Chartered Accounting firm for the last three (3) years (2009, 2010 & 2011).
  2. Articles of Memorandum of Association and up to date Returns with the CAC;
  3. Valid Operational License issued by Abuja Environmental Protection Board.
  4. Company’s Bank Statement for the last 12 months and current Bank Reference from a reputable Nigerian Bank;
  5. Company profile showing list of key personnel / Officers to be attached to the project stating their roles, designation qualifications and experience. Enclose individually endorsed photocopies of educational and professional certificates and Curriculum Vitae (CV) of the listed key personnel.
  6. Evidences of similar jobs successfully executed / being executed within the last five (5) years. Only Completion Certificates Valuation Certificates and Letters of Awards shall be considered;
  7. List of Cleaning Equipment to be used for the project and their locations / available for immediate inspection. State whether the equipments are on lease or owned.
  8. Comprehensive Work Plan.
  9. A Sworn Affidavit confirming that none of the company Directors has ever been convicted in any Court of Law in line with the provisions of Part IV, Section 16 (6e-f) of Public Procurement Act, 2007.

 

 

5.       Submission of Pre-Qualification Documents

Three (3) copies (ONE Original and two copies) of Prequalification documents in a sealed envelope labeled as “TECHNICAL DOCUMENTS for Solid Waste Collection & Management Services in_________ (Lot No _), Abuja” should be dropped in the Tender Box at the Office of the Secretary, FCTA Tender Board Secretariat, Room 043, First Floor, Block B, FCTA Secretariat, Kapital Road, Area 11, Garki, FCT, Abuja, not later than 12:00 noon on Tuesday, 18th December, 2012

The representatives of the bidding companies, Civil Society Organizations and interested members of the Public are invited to witness the opening of the tenders on the same day by 12.00 noon at Justice Akinola Aguda Hall, FCT Archive & History Bureau, behind AGIS, Area 11, Garki Abuja.

 

 

Please Note:

(i)                No company/contractor should bid for more than two lots, A Company that violates this rule shall be disqualified.

(ii)             This advertisement to tender shall not be construed to be a commitment on the part of the Federal Capital Territory Administration (FCTA) or Abuja Environmental Protection Board (AEPB) nor shall it entitle the Bidder to make any claim what-so-ever or seek any indemnity from the FCTA/AEPB by virtue of such Bidder having responded to the advert.

(iii)           Tenders’ Register must be signed on the submission of Technical Documents,

(iv)           The FCTA may, at its own discretion, reject any bid which does not conform to the basic bidding rules.

(v)             Due diligence exercise shall be conducted to verify claims of bidders.

 

 

Signed:

Management

 

Invitation for the collection of Financial Bid Documents and Opening of Bids for the Execution of 2011/2012 TETFUND Merged Library Intervention Projects at Federal Polytechnic Ekowe

Federal Polytechnic Ekowe

Bayelsa State

 

Invitation for the collection of Financial Bid Documents and Opening of Bids for the Execution of 2011/2012 TETFUND Merged Library Intervention Projects

 In line with the Bureau of Public Procurement’s approved revised thresholds for service-wide application and special thresholds for procurement in the Oil sector. The Federal Polytechnic Ekowe, Bayelsa State invites suitable suppliers or their representatives for collection of financial bids documents and opening of the financial bid in respect of its 2011/2012 TETFUND Merged Library intervention projects listed thus;

 

2012 Merged Library Intervention Projects

1.         Procurement of physical books for Engineering Technology and Agricultural Technology (LOT1)

2.         Procurement and installation of ICT Equipment for Digital/Virtual Library (LOT 2)

 

Collection of Bid Documents

Suitable suppliers are invited to collect their financial bids from Wednesday December 12th, 2012 from the procurement officer upon payment of a non-refundable tender fee of N25, 000.00 (Twenty Five thousand naira) only. The payment should be made to the following account either over the counter or via e-payment transfer and payment teller returned to the bursary department of the Polytechnic to obtain a receipt.

Bank:                   Access Bank Nigeria Plc

Account Name:    Federal Polytechnic Ekowe

Account No.          0033022787

Sort Code:             044321350

 

You are expected to present an evidence of payment to enable you collect the bid documents. Endeavour to collect receipts for all payment made. Details of the technical bid requirements will be made available to suppliers at the point of collection of bid documents from the procurement officer.

 

1.       Submission of Financial Documents

Financial bid documents from the suppliers should reach the Polytechnic on or before 7th January, 2013. The submission of bid documents closes by 12.00 noon on Thursday 10th January, 2013 and the opening of bid documents will be by 1:00 noon of Thursday 10th January, 2013 at the Polytechnic Liason Office, Opposite New Commissioners’ Quarters, Opolo, Yanagoa Bayelsa State. Completed Financial bid documents should be sealed in an envelope indicating the “LOT no” and corresponding title, and dropped in the tender Box marked “Tender Box” at Polytechnic Liason Office, Opposite New Commissioners’ Quarters, Opolo, Yanagoa Bayelsa State.

 

Please Note:

1.         The participation in the bid does not guarantee any company the right to be selected or given any job.

2.         That by the submission of tender documents, the Polytechnic is neither committed nor obliged to award any contract to any contractor/supplier or Agency.

3.         That this advertisement for invitation to collect bid documents and tender shall not be misconstrued as a commitment on the part of the Polytechnic, nor shall entitle any contractor/firm to make any claims whatsoever and/or seek indemnity from the Polytechnic.

4.         Polytechnic reserves the right to reject any or all bid documents and/or to terminate the selection process without any liability to the Polytechnic

5.         Any bid submitted after the closing date shall not be considered.

 

Signed

Chairman, Expanded Management Committee

Federal Polytechnic Ekowe,

Bayelsa State

 

 

Re-Invitation to Tender at National Agency for Science and Engineering Infrastructure (NASENI), (Federal Ministry of Science and Technology)

National Agency for Science and Engineering Infrastructure (NASENI)

(Federal Ministry of Science and Technology)

Idu Industrial Area, P.M.B. 391, Garki, Abuja

 

Re-Invitation to Tender

 

  1. With reference to our earlier advertisement notice in the Guardian and Daily Trust Newspapers of Tuesday 30th October, 2012 Caption: “Invitation to Tender” for four projects in the Agricultural Machinery and Equipment Development Institute (AMEDI) Mbutu, Aboh Mbaise, Imo State, we wish to publish an addendum to the publications.

 

The National Agency for Science and Engineering Infrastructure (NASENI), in her continuous effort to implement its mandate is currently establishing the

“Agriculture Machinery and Equipment Development Institute (AMEDI)” in Mbutu Aboh-Mbaise, Imo State

 

NASENI is therefore desirous to invite competent and reliable Contractors to bid for the following Projects for the immediate take-off of the Institute before the end of 2012.

 

Lot 1:         Construction of Perimeter Fencing and Gate House for AMEDI at its

Permanent Site at Mbutu Aboh-Mbaise, Imo State

 

Lot 2:         Construction of Administrative Block Building for AMEDI at its

Permanent Site at Mbutu Aboh-Mbaise, Imo State

 

Lot 3:         Construction of Mechanical/ Fabrication Workshop Building for

AMEDI at its Permanent Site at Mbutu Aboh-Mbaise, Imo State

 

Lot 4:         Procurement of Mechanical/Fabrication workshop Equipment such as:

 

a).   Workshop Hand Tools;

 

b).   Conventional lathe and milling machines;

c).   Sheet Metal Bending Machine;

 

d).   Sheet metal Guillotine Machine;

 

e).   Arc Welding Machines;

 

f).   Gas welding & cutting Facilities;

 

g).   Standing Drilling and grinding Machines; and

 

h).   Plasma cutter

 

2.       Interested Companies in the fields of engineering business as stated in 1 above are invited to submit Bids for Tender with the following requirements:

 

2.1.    Evidence of Incorporation.

 

2.2.    Evidence of possession of Competence and experience in jobs similar to the one described in 1 above in Nigeria along appropriate company profile.

 

2.3.    Evidence of Current Registration with NASENI

 

2.4.    Evidence of tax clearance and audited /Accounts for the last three years.

 

2.5.    Evidence of financial capability and provision of Advance

Payment Guarantees.

 

2.6.    Reference letter from a reputable Bank.

 

2.7.    Evidence of registration with PEN-COM and remittance.

 

2.8.    Evidence of registration with ITF and remittance

 

2.9.    Payment of non-Refundable fee of N25, 000.00. Payments are to be made by Bank Draft payable to “National Agency for Science and engineering Infrastructure” Abuja.

 

2.10.  Only Pre-qualified bidders shall have their financial bid opened same day immediately after the pre-qualification exercise

 

3.0.    Interested Companies should pick up the bidding document from the Procurement Unit Room 5 at the Agency’s Headquarters, Idu, Industrial Area, Abuja on payment of a non-refundable fee of N25, 000.00.

4.       Qualified contractors should submit their two (2) sealed bids marked “Technical bid and Financial bid respectively” at the left hand corner of the envelop specifying the item appropriately and addressed to:

 

The Director General / Chief Executive,

National Agency for Science & Engineering Infrastructure,

Idu Industrial Area, P.M.B 391,

Garki, Abuja

 

  1. Closing date and Time for the submission of Tenders: 11th December, 2012 at 12:00 Noon.

 

  1. Opening of Technical Bid 11th December, 2012 at 12:15 pm.

 

  1. Opening of financial Bid takes place immediately after the Technical Bid.

 

All late tenders will be rejected.

 

Signed:

Management