Invitation for Pre-Qualification at FAGGE Local Government

FAGGE Local Government

Invitation for Pre-Qualification

 

Applications for pre-qualification are hereby invited from reputable companies/ contractors for the following projects:

 

1.       Construction of Drainage at layin Kunya Chemist (300m)

2.       Repairs of Drainage at layin in Kashin Rago

3.       Construction of Drainage 1,410m Drainage and 14 culverts at Court Road Sabon Gari.

4.       Construction of Drainage 444m and laterite at Galadima Market Sabon Gari.

5.       Construction of Antenatal care ward/room at Sabo Garba Clinic.

6.       Renovation of Sabo Garba Health Clinic.

7.       Construction of Culvert, V.I.P. 3 seater latrine, security room, 86m long drainage and patient waiting shade at R/Lemo Health Clinic.

8.       Renovation of Junior Sec. Sch. Wapa, Security room & V.I.P latrine

9.       Construction of Culvert at Fagge layin Plaza.

10.     Construction of wall fence at Kwachiri Health center (557m)

11.     Rehabilitation of Hiyatudeen Islamiyya  Sch. Layin Kunya Chemist.

12.     Rehabilitation of Naharatu Islamiyya Sch. Layin Kunya Chemist.

13.     Construction of 8No culverts at various location in Darerawa yammata Gabas.

14.     Procurement of water pump generator (for Agric Department).

15.     Procurement of seed and sprayers for Agric Department.

16.     Procurement of NPI Vehicle.

17      Rehabilitation of L.G Secretariat.

 

Pre-Qualification Criteria:

i.        Evidence of Incorporation with Cooperate Affairs Commission (C AC)

ii.       Evidence of Tax clearance

iii.      Evidence of Registration with Kano State ministry of works

iv.      Evidence of Financial capability/Equipment manpower

v.       All pre-qualification documents should be submitted to the secretary Due process Committee on or before 29th October 2012.

 

Signed:

Secretary Due process

Invitation for Tender at the National Assembly Service Commission

Invitation for Tender

 

1.       Introduction

The National Assembly Service Commission hereby invites interested and reputable contractors with requisite experience and good track record to tender for the following contracts under the 2012 Capital Budget:

 

Lot No.       Project/Contract Title

1.                Supply of Office Furniture and Fittings

2.                Supply of Vehicle 2.5L Engine Capacity, 4 Cylinders, Automatic Transmission, Leather, Petrol and Air Conditioner.

3.                Supply of Vehicle 2.0.L Engine Capacity, Automatic Transmission, Fabric, Petrol and Air Conditioner.

4.                Supply of Vehicle 1.8GLi, Auto Transmission, Fabric, Petrol, Air Conditioner.

5.                Supply of Vehicle 4WD WT-1 Model, Double Cabin, Petrol and A/C.

6.                Supply of 36 Sealer Bus, Petrol, Manual and Air Conditioner.

7.                Supply of 16 Seater Bus, Petrol, Manual, Air Conditioner and Higher Roof Standard.

8.                Supply of Computers and Printers.

9.                Supply of Photocopy Machines.

10.              Supply of Library Books and Equipment.

11.              Supply and Installation of Security Equipment.

12.              Procurement of Electronic Document Management System and  Internet Bandwidth Service Provider.

 

2.       Tender/Bid Requirements

Interested contractors are expected to submit the following documents.

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

b.       Current Tax Certificate for the last 3 years (2009,2010,2011).

c.       Evidence of VAT Registration and Remittances.

d.       Company profile including Curriculum Vitae and details of key personnel where applicable.

e.       Verifiable list of similar jobs successfully executed within the last 3 years

including letters of award and completion certificates.

f.       Audited Accounts of the Company for the 3 years (2009, 2010 and 2011)         duly stamped by a Professional and registered Auditor;

g.       Evidence of compliance with Pension Reform Act 2004 and remittances to

PFAs.

h.       Evidence of Compliance with Employees Compensation Act, 2011 and

remittances to NSITF.

i.        Evidence of Technical capacity for construction/ICT works.

 

3.       Collection of Tender/Bid Documents

Interested contractors are to collect Tender documents in room 1.17, on the first floor of the Commission’s Office Complex upon presentation of evidence of payment of non- refundable Tender fee of Twenty Thousand naira (N20,000.00).

 

4.       Submission of Bid Documents

Technical and Financial Bids should be submitted in two (2) separate envelopes clearly marked “Technical” or “Financial” with lot No. specified and put in an envelope addressed to the Chairman, National Assembly Service Commission, Plot 664, T.O.S. Benson Crescent, Off Ngozi Okonjo-lweala Way, Utako District, PMB 558, Abuja. The envelopes are to be dropped in the Tender Box in Room 1.17, National Assembly Service Commission office Complex, on or before 26th November 2012 with effect from the 15th day of October, 2012. Submission of bids closes on 26th November 2012 at 12 noon.

 

5.       Opening of Tender Bid Documents

The Tenders shall be opened publicly in the National Assembly Service Commission’s Conference Room, 2nd Floor, by 2pm on 26th November, 2012. Representatives of all responding contractors, Civil Societies, NGO’s and Members of the General Public are invited to witness the Tender exercise.

 

Please note that:

(i)      Late submission of tender documents will not be entertained.

(ii)     The NASC reserves the right to verify the authenticity of any information         provided or claims made in the tender documents submitted.

(iii)    The NASC is not bound to accept the lowest tender.

 

Signed:

Management

 

Invitation for Technical and Financial Bids at Revenue Mobilization Allocation and Fiscal Commission

Revenue Mobilization Allocation and Fiscal Commission

Plot 210 Tarawa Balewa Way, Central Area, Abuja

 

Invitation for Technical and Financial Bids 

 

1.0     Introduction

The Revenue Mobilization Allocation and Fiscal Commission by virtue of Paragraph 32(a), Part III of the Third Schedule to the 1999 Constitution of the Federal Republic of Nigeria (as amended) has the mandate to monitor the accruals into and disbursement of revenue from the Federation Account.

 

In pursuance of the above mandate, the Commission wishes to engage the services of a consultant to carry out Federation Account Revenue Monitoring and Evaluation (FARME) in respect of Nigerian National Petroleum Corporation (NNPC) and Department of Petroleum Resources (DPR) from January, 2011 to June, 2012 and therefore request for both technical and financial proposals from interested firms.

 

2.0     The Scope of the Work are as follows:

i)       Compilation of the revenue in flow into the Federation Account from NNPC and DPR.

ii)      Documentation of the system and procedures applied by the Nigerian National Petroleum Corporation (NNPC) and Department of Petroleum Resources (DPR) in generating revenue for the Federation.

iii)    Analysis and reconciliation of revenue generated in the period to ensure that what was reported at the Federation Account Allocation Committee (FAAC) is a fair representation of the revenue generated by those Agencies for the period

vi)     Production of a comprehensive Report on its findings and suggestions on ways and means to generally ensure improvement and transparency in the reporting system in order to enhance the revenue accruing into the Federation Account.

 

Technical and Financial Bid Submission Requirements

In order to be considered for the bids, the Firm or Company must submit the following documents:

a)       Evidence of Valid Certificate of Incorporation / Registration with the Corporate Affairs Commission including photocopies of Form CO2 and CO7.

b)      Current Tax Clearance Certificate for the last 3 years (2009, 2010, & 2011).

c)      Evidence of VAT Registration and Remittances.

d)     Company Profile including names, Qualifications) and Experience(s) of key personnel.

e)       Evidence of Financial Capability to handle the job including

letter of reference from your Banker.

f)       Evidence of Execution of similar Service.

g)       Certified Audited Account of the Company for the past 3 years

(2009, 2010 & 2011).

h)     Evidence of PENCOM Registration and Remittance

i)       Evidence of compliance with Industrial Training Fund (ITF) Act.

j)       Any other document that will place the company on comparative advantage.

 

4.0     Collection/Submission of Technical and Financial Documents

(i)      Collection of Bid Documents:

The Firms/Companies that meet the above requirements should pay a non-refundable tender fee of twenty five thousand Naira (N25,000) only in bank draft in favour of Revenue Mobilization Allocation and Fiscal Commission before the collection of bid documents from the Head of Procurement between the hours of 10:00am and 4:00pm, Monday to Friday.

 

(ii)     Submission of Bid Documents:

The complete documents should be enclosed in an envelope sealed and marked (a) “Pre-qualification for……,”, (b) Financial Bid for……” indicating the “Revenue Monitoring and Evaluation” and must be addressed and returned on or before 26th November 2012 to”:

 

The Secretary to the Commission,

Revenue Mobilization Allocation and Fiscal Commission,

Plot 210, Tarawa Balewa Way, Central Area, Gark1-Abuja.”

 

Att: Head of Procurement

 

5.0     Closing Date

The closing date for submission of duly completed technical and financial bidding documents is Monday, 26th November 2012 by 12:00noon

 

6.0     Bid Opening and Venue

The Bids will be opened on the closing date of submission, Monday, 26th November, 2012 in the Commission’s Board Room, Ground Floor of the Commission by 1.00pm. All bidders, NGO’s and the general public are invited to the opening of the Bids.

 

7.0     Please Note That:

(i)      The Revenue Mobilization Allocation and Fiscal Commission reserves the right to reject any or all Pre-qualification documents that fails to meet expected standards.

(ii)     Late Submissions will not be entertained.

 

Signed:

Head of Procurement

For: RMA & FC

 

Invitation for Expression of Interest (EOI) for the Design and Production of Contract Documents for Proposed Head Office Complex at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

Satellite Towns Development Agency (STDA)

 

Invitation for Expression of Interest (EOI) for the Design and Production of Contract Documents for Proposed Head Office Complex

 

The Federal Capital Territory Administration has allocated Funds to the Satellite Towns Development Agency in the year 2012 appropriation for the Construction of its Corporate Headquarters. The office which is to be located at Kuje Area Council in the FCT would be tailored to meet the operational demand for the Agency’s Headquarters.

 

2.       Accordingly, the Agency is inviting interested Professional Firm (Consortium) to submit Expression of Interest (EOI) for the Design and Production of Contract Documents.

 

3.       Participation is open to all fully registered and current Professional Firms whose Principals must be Nigerians. The Principals must have current Practice License. A Nigerian Architectural Firm shall be the Lead Consultant in association with other firms.

 

A.      Brief Scope of Service

The professional services involved amongst others:-

i.        Architectural Design.

ii.       Structural Engineering Design.

iii.      Mechanical Engineering Design.

iv.      Electrical Engineering Design.

v.       Bill of Quantities; and

vi.      General and Particular Specifications.

 

The proposed Head Office Complex is a four (4) floors structure covering an average floor area of 5735m2 for Offices, Conference Hall, Library and Restaurant.

 

B.      Eligibility Requirements:

i.        Evidence of Registration of the firm with Corporate Affairs Commission (CAC).

ii.       Tax Clearance Certificate for the last 3 years expiring December, 2012.

iii.      Evidence of compliance with the Provision of Pension Reform Act 2004 which stipulate Registration and up to date Remittance of employee Pension Fund contributions in line with Part IV, section 16 subsection 6d of the Public Procurement Act, 2007.

iv.      Evidence of Firm’s Contributions to Industrial Training Fund (ITF).

v.       Copies of Professional Bodies and related Regulatory Agency Registration Certificates for Individual or Firms.

vi.      Copies of Registration issued by the Professional Bodies for Graduate and Associate Membership.

 

C.      Additional Requirements:

vii.     Evidence of being financially up to date with the Professional Bodies and Regulatory Agency for any of the membership categories.

viii.    Copies of Instruments binding  Group/Team submission such as a Memorandum of Understanding (MoU).

ix.      Corporate Profile of the firm including CVs of key personnel, registered address, functional contract e-mail address and GSM phone number(s).

x.       Evidence of Registration of Key Personnel with Professional Bodies.

xi.      Evidence of up to date Annual returns with CAC (2011).

xii.     Evidences of similar jobs successfully executed or being executed.

xiii.    Sworn affidavit in line with the provision of Part IV, Section 16, subsection 6(e & f) of the Public Procurement Act, 2007.

xiv.    Evidences of Technology capacity-/ equipment / relevant software for the project.

xv.     Evidences of compliance with local content requirements.

 

D.      Submission and Opening Expression of Interest

The Documents for Expression of Interest for Design and Production of Contract Documents are to be submitted in Three (3) copies (One Original two photocopies) each should be sealed and labeled as Expression of interest for Design and Production of Contract Documents for the Proposed Head Office Complex. All pages to be duly endorsed by representative of the firm. The documents are to be dropped in the Tender Box in Room 043 (Former Public Building Block), FCTA Tenders Abuja. On or before 29th October, 2012 by 10.00am. The representatives of the Firms and members of the public who choose to attend are invited to witness the opening of the on the same day by 12:00 noon at FCT Tenders Board Annex, Room G9 Akinola Aguda Hall, FCT Archives & History Bureau, Behind AGIS Building, Peace Drive, Area 11, Garki Abuja.

 

Notes:

i.        Due Diligence could be carried out on the companies to verify claims included in the submissions.

ii.       Interested members of the Public especially Civil Right Organization are invited to attend the opening exercise. They are expected adhered the Code of Conduct tor Public Procurement Observers stipulated by the Bureau of Public Procurement

iii.      Response to this Invitation shall not obligate FCTA /SIDA to consider any responding company for the award of any contract. All cost incurred shall be   borne by the responding company.

iv.      The advert should not be construed as a commitment on the part of the FCTA/STDA, nor shall it entitle responding companies to seek any indemnity from FCTA/STDA by virtue of such Company having responded to this advert.

 

Signed:

Management

 

Re: Invitation to Tender for the Construction Projects and Procurement of Goods under Satellite Towns Development Agency at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

Addendum to Specific Public Procurement Notices

 

Re: Invitation to Tender for the Construction Projects and Procurement of Goods under Satellite Towns Development Agency

 

The attention of the General Public is hereby drawn to the amendments made in the Specific Procurement Notices as follows:-

1.       The Procurement published in the Federal Tenders Journal, Tribune and Central Post Newspapers of 1st October, 2012 for the Establishment of Plant Nursery and Botanical Planting at Pegi (Lot PG 2) and Acquisition of Light Equipment and Tools for Plant Nursery at Pegi (Lot PG1) have been Stepped Down.

 

2.       The Procurement published in Daily Trust. Tribune and Central Past Newspapers of 17th September, 2012 and Federal Tenders Journal of 17th  September and 1st October, 2012 for Development of Markets at Gwagwalada and Bwari, Establishment of Vocational and Training Centre at Apo Resettlement Site (Lots BCM1, BCM2, BC1, PG2, PG1) and Expression of Interest for Post Contract Consultancy Services under the Satellite Towns Development Agency (STDA) have been Restructured and Repackaged as follows:

 

A.      The Projects:

1.       Development of Market at Gwagwalada

Lot BCGM1                   Construction of Administrative Block.

Lot BCGM2         Construction of 2No. Warehouse.

Lot BCGM3         Construction of Informal Sector Hall.

Lot BCGM4         Construction of 2No. Type ‘1’ Shops A & B.

Lot BCGM5         Construction of 2No. Type ‘1’ Shops C & D.

Lot BCGM6         Construction of Fence and 2No, Gate Houses.

Lot BCGM7         Construction of Restaurant and Public Toilet,

Lot BCGM8         Construction of 2No. Type ‘2’ Shops A & B.

Lot BCGM9         Construction of 2No.Type ‘2’ Shops C & D.

 

2.       Development of Market at Dutse-Alhaji in Bwari Area Council.

Lot BCBM1         Construction of Administrative Block.

Lot BCBM2         Construction of 2No. Warehouses.

Lot BCBM3         Construction of Informal Sector Hall.

Lot BCBM4         Construction of 2No. Type ‘1’ Shops A & B.

Lot BCBM5         Construction of 2No Type ‘1’ Shops C & D.

Lot BCBM6         Construction of Fence and 2No. Gate Houses.

Lot BCBM7         Construction of Restaurant and Public Toilet

Lot BCBM8         Construction of 2No. Type ‘2’ Shops A & B.

Lot BCBM9         Construction of 2No. Type ‘2’ Shops C & D.

 

3.       Establishment of Youth Development and Vocational Training Centre in Apo Resettlement Site.

Lot BCVT1          Construction of 1 No. Workshop Type A.

Lot BCVT2          Construction of 1 No. Workshop Type B.

Lot BCVT3          Construction of 1 No. Multi-Purpose Hall.

Lot BCVT4                    Construction of 1 No. Hostel Block.

 

4.       Establishment of Plant Nursery At Abuja @ 30 Village in Kpegi

Lot CWPNI         Construction of Full Water Reticulation with Modern Irrigation Network.

 

Scope:

i.        2No.50m3 Overhead Tanks

ii.       I No. 180m3 Underground Tank

iii.      4No. Boreholes

iv.     Installation of Drippers and Sprinklers.

v.       Laying of Pressure Pipes and other Accessories.

 

Lot CWPN2        Construction of Production Area

 

Scope:

i.        2No. Green House for Vegetable

ii.       2 Hectares Open Air Planting

Lot CWPN3 Construction of Perimeter Mesh Wire Fencing and Gate House

Lot BCPN1 Construction of Office Block

Lot BCPN1 Construction of Workshop and Store Block

 

B.      Pre-Qualification Requirements:

Eligibility Requirement (without which a Company shall be disqualified

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

ii.       Tax. Clearance Certificate for the last 3 years expiring December, 2012.

iii.      Evidence of compliance with the Provision of Pension Reform Act 2004 which stipulate Registration and up to date Remittance of employee Pension Fund contributions in line with Pan IV, section 16 subsection 6d of the Public Procurement Act, 2007.

iv.     Evidence of Firm’s compliance with the provisions of industrial Training Fund (ITF) Act as amended.

 

C.      Additional Requirements

v.       Corporate Profile of the firm including Company’s registered address, functional contact e-mail address and contact GSM phone numbers(s)

vi.      Evidence of Academic and Professional Qualifications of the Company’s key personnel endorsed by the individual professional complete with their respective Curriculum Vitae.

vii.     Evidence of up to date Annual Returns with CAC (2011).

viii.   Verifiable Evidence of similar projects executed in Nigeria (only award letters, certificates of valuation, completion certificates will be considered).

ix       Chartered Accountant prepared Audited Account for the last three (3) years.

x.       List of equipment for the project whether  owned or to be hired; complete with proof ownership and/ or Lease.

xi.      Evidence of Financial Capability including Company’s Current Bank Reference and Statement of Account for the last 12 months; Only companies with a minimum Annual turnover of N10 Million (Ten Million Naira) should apply.

xii.     Compliance with Local Content Requirements and History of Company’s Policy and Community Social Responsibility.

xiii.    A sworn Affidavit certifying as follows.

 

a.       The company is not in receivership, insolvency or bankruptcy.

b.       The company does not have any director who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or financial impropriety.

c.       That no officer in of STDA or BPP is a former or present director or shareholder of the company.

d.       That there has been no promise of a gift in any form to any of the STDA or BPP staff.

 

5.       Expression of Interest (EOI) for Post Contract of Engineering Consultancy Services

Lot EPC5:   Post Contract Supervision for the Construction of Bwari –Kau Road.

Lot EPC6:   Post Contract Supervision for the Construction of ONEX- Bwari Road

Lot EPC7:   Post Contract Supervision for the Construction of Township Roads in AMAC and Bwari Area Councils.

Lot EPC8:  Post Contract Supervision for the Construction of Township Roads in Gwagwalada and Kuje Area Councils.

Lot EPC9:            Post Contract Supervision for the Construction of Township Roads in Kwall and Abaji Area Councils.

Lot EPC10: Post Contract Supervision for the Construction of Karshi – Ara Road.

 

Lot EPC11: Post Contract Supervision for the Construction of  Gwagwalada-Dobi –Izom Road.

Lot EPC12: Post Contract Supervision for the Construction of Kuje-Gaube Road.

Lot EPC13:          Post Contract Supervision for the Construction of Mpape-Galuwyi Shere Road.

Lot EPC14: Post Contract Supervision for the Construction of Karshi-Apo Road.

 

A.      Scope of Services:

The scope of services required is as follows;

i.        Provision of Resident Supervision for the Construction of the Roads.

ii.       Review of Engineering Design as required:

iii.     Production of Progress Reports.

 

Eligibility Requirements:

i.        Evidence of Registration of the firm with Corporate Affairs Commission (CAC).

ii.       Tax Clearance Certificate for the last 3 years expiring December, 2012.

iii.      Evidence of Compliance with the Provision of Pension Reform Act 2004 which stipulate Registration and up to date Remittance of employee Pension Fund contributions in line with Part IV, section 16 subsection 6d of the Public Procurement Act, 2007.

iv.      Evidence of Firm’s Contributions to Industrial Training Fund (ITF).

v.       Evidence of firm current registration with CORES.

vi.      Evidence of firm’s valid Practicing License (2012) issued by COREN (Expatriates only).

 

C.      Additional Requirements:

vii.     Corporate Profile of the firm including CVs of key personnel, registered address, functional contract e-mail address and GSM phone number(s).

viii.    Evidence of Registration of Key Personnel with COREN.

ix.      Evidence of up to date Annual returns with CAC (201l).

x.       Evidences of similar jobs successfully executed or being executed.

xi.      Sworn affidavit in line with the provision of Pan IV. Section 16, subsection 6(e & f) of the Public Procurement Act, 2007.

xii.     Evidences of Technology capacity/equipment / relevant software for the project.

xiii.   Evidences of compliance with local content requirements

 

6.       Collection of Tender Documents for Projects 1 – 4

Interested companies are to collect Tender Documents from the Office of the Secretary, FCTA Tenders Board, Room 043, Block B (Former Public Building Block), FCTA Secretariat, Area 11, Garki – Abuja upon the presentation of a payment of N20,000.00 (Twenty Thousand Naira only) per Lot non-refundable Tender Fee into FCT Treasury Revenue Account at Fidelity Bank (Central Area) Account No: 051503010000426

 

7.       Submission and Opening of Tender Documents:

The Technical (Pre-qualification) and Financial bid documents in respect of Projects 1 – 4 should each be sealed and labeled ‘Technical and Financial bids’ as appropriate separately, and the two separate envelopes shall be put in another envelope that should also be sealed and labeled as:” Construction of______ (stating the Project Title)” at______. The financial bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the authorized representative of the bidder. The document is to be dropped in the Tender Box in Room 043 (Former Public Building Block), FCTA Tenders Board Secretariat. Area 11, Garki -Abuja, on or before 26th November, 201.2 by 10.00am. The Documents for Expression of Interest for Post Contract Consultancy Services are to be submitted in Three (3) copies (One Original two photocopies) each should be sealed and labeled as Expression of Interest for Post Contract Consultancy Services for (as appropriate). All pages to be duly endorsed by representative of the firm. The documents are to be dropped in the Tender Box in Room 043 (Former Public Building Block), FCTA Tenders Board Secretariat, Area 11, Garki – Abuja, on or before 29th October, 2012, by 10.00am. The representatives of the bidding Companies/Firms and members of the public who choose to attend are invited to witness the opening of the tenders-on the respective closing dates by 12:00 noon at FCT Tenders Board Annex, Room G9 Akinola Aguda Hall, FCT Archives & History Bureau. Behind AGIS Building, Peace Drive, Area 11, Garki Abuja.

 

Please Note That:

i.        Due Diligence could be carried out on the companies to verify claims included in the submissions:

ii.       Interested members of the Public especially Civil Right Organization are invited to attend the opening exercise. They are expected adhered the Code of Conduct tor Public Procurement Observers stipulated by the Bureau of Public Procurement

iii.      Response to this Invitation shall not obligate FCTA /SIDA to consider any responding company for the award of any contract. All cost incurred shall be   borne by the responding company.

iv.      The advert should not be construed as a commitment on the part of the FCTA/STDA, nor shall it entitle responding companies to seek any indemnity from FCTA/STDA by virtue of such Company having responded to this advert.

v.       Company is not allowed to quote for more than two (2) Lots. Violation of this rule could attract disqualification.

 

Signed:

Management