Invitation for Bids at Nigeria Erosion and Watershed Management Project (NEWMAP)

Federal Republic of Nigeria

Nigeria Erosion and Watershed Management Project (NEWMAP)

Federal Ministry of Environment

 

Invitation for Bids

Credit No. P124905

 

Procurement of NEWMAP Operational Vehicles

IFB No. NEWMAP/FPMU/GD/PPA/NCB/01/12

 

1.       This invitation for Bid follows the General Procurement Notice (GPN) for the Nigeria Erosion and Watershed Management Project (NEWMAP) which appeared in “Development Business issue no. WB 1990-07/12 of 12th July 2012 and “Punch” and Guardian Newspaper of 27th September 2012.

 

2.       The Federal Government of Nigeria has received a Project Preparation Advance from the International Development Association (herein referred to as IDA) for the preparation cost of Nigeria Erosion and Watershed Management Project (NEWMAP), and it intends to apply part of the proceeds of this credit to eligible payments under the contract for procurement of operational vehicles for the project.

 

3.       The Nigeria Erosion and Watershed Management Project (NEWMAP), Federal Project Management Office (NEWMAP-FPMU) now invites sealed bids from eligible and qualified bidders for the supply of the Goods described below:

 

Lot Item No Description of Items Qty Bid Security Delivery Period Delivery Location
Lot 1 NEWMAP OPERATIONAL VEHICLES
1 Four Wheel Drive, Double Cabin Pick-Up

 

8 Nos.

 

N500,000 60 Days Abuja

 

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

 

2.       Interested eligible bidders may obtain further information from and inspect the bidding document between the hours of 9.00a.m. to 4.00p.m. Monday to Fridays, except on public holidays at the Nigeria Erosion and Water Shed Management Project (NEWMAP), Federal Project Management Office (NEWMAP-FPMIU) Room  320, Second Floor, Federal Ministry of Environment (Green Building), Plot No 14 Aguiyi Ironsi Street, Maitama, Abuja.

 

3.       Qualifications Requirement:

Company must be registered in Nigeria and have Valid Tax Certificates for the  last three years, Audited Financial Statement for the last three years and up to date with its fulfillment of PENCOM and ITF obligations. Additional details are provided in the Bidding Document. (Foreign bidders are excluded from this requirement)

Evidence of previous supply (sale) of similar Vehicles proposed for the last 5 years.

 

  • Audited Financial Statements for the last 3 years to demonstrate the financial’ capability of the Bidder in terms of Profitability and adequate working capital
  • A Manufacturer’s Authorization for vehicles when bidder is not the manufacturer.

 

4.       A complete set of Bidding Document in English Language may be purchased by interested bidders upon the submission of a written application to the above address and upon payment of a non refundable fee of Ten Thousand Naira (N10, 000.00) The method of payment will be Bank Draft in favour of the Nigeria Erosion and Water Shed Management Project (NEWMAP).  The Bidding Document will be collected by the Bidder or by courier services on request.

 

5.       Bids must be delivered to the above office on or before Wednesday, 31st October 2012 by 12 Noon and must be accompanied by a bid security as specified above. Electronic bidding not allowed. Late bids will be rejected.

 

6.       Bids will be opened in the presence of bidders’ representatives who choose to attend on Wednesday, 31st October 2012 by 12.00 Noon, at the Auditorium, Ground Floor, Federal Ministry of Environment (Green Building), Plot No 14 Aguiyi Ironsi Street, Maitama, Abuja. E-Mail: newmapfpmu@gmail.com .

 

The Permanent Secretary

Federal Ministry of Environment,

Mabuchi, Abuja

 

Invitation to Tender at Nigeria Erosion and Watershed Management Project

Federal Republic of Nigeria

Nigeria Erosion and Watershed Management Project

Federal Ministry of Environment General Procurement Notice P124905

 Invitation to Tender

The Government of the Federal Republic of Nigeria is processing a strategic investment credit from the International Development Association (IDA) in the amount US$ 500 Million and grant from both the Global Environment Facility (GEF) Trust Fund and the Special Climate Change Fund (SCCF) to finance the Nigeria Erosion and Watershed Management Project (NEWAMP).

 

The core objective of this project is to reduce vulnerability to soil erosion in targeted sub-watersheds. The Project (NEWMAP) will address its objective by (a) investing in the public environmental goods; (b) improving institutional performance, governance and multi-sector coordination, and information access: and (c) by establishing replicable investment models and institutional solutions that can be scaled up inside and outside the project.

 

The NEWMAP project is an 8-year multi-sectoral and multi-scale project. The project components are: (1) Erosion and Watershed Management Infrastructure Investments: (2) Erosion and Watershed Management Institutions and Information Services; (3) Climate Change Response; and (4) Project Management. Participating States under the guidance of the Federal Project Management Unit are expected to prepare subprojects for implementation. The subprojects will include but are not limited to the following:

 

Consultancies:

i.        Procurement Consultant.

ii.       Engineering Designs, Feasibility Studies, Drawing and Supervision Consultants

iii.      Consultancy for Preparation of site specific Environmental and Social Impact Assessments (ESIAs)

iv.      Consultancy for Preparation of Sustainable Environmental Management Plan (SENP).

v.       Consultancy for Preparation of site specific Resettlement Action Plans (RAPs)

vi.      Consultancy for Community Advocacy on Watershed Management and Risk Preparedness

vii.     Consultancy for Preparation and Implementation of Integrated Sub-watershed Management

viii.    Consultancy for Monitoring and Evaluation

 

Works:

Engineering/structural and vegetative measures (International Competitive Bids) packaged to stabilize targeted gullies and erosion sites in the 11 participating States.

 

Goods:

i.        Procurement of HydroMet systems, Erosion monitoring and landslide risk early warning system

ii.       Information Technology (IT) and Management Information System (MIS) equipment

 

Procurement of contacts financed by the World Bank will be conducted through the procedures as specified in the World Bank’s Guidelines: Procurement of Goods, Works, and Non-Consulting Services under IBRD Loans, IDA Credits and Grants January 2011, and is open to all eligible bidders as defined in guidelines. Consulting services will be selected in accordance with the World Bank’s Guidelines: Selection and Employment of Consultants under IBRD Loans and IDA Credits and Grant by World Bank Borrowers, January 2011. Some contracts may be financed out of tied trust funds that would further restrict eligibility to a particular group of member countries.

 

Specific procurement notices for contracts to be bid under the World Bank’s international competitive bidding (ICB) procedures and for contracts for consultancy services will be announced, as they become available, in UN Development Business and dgMarket and local newspapers.

 

Interested eligible bidders who wish to be included on the mailing list to receive invitations to prequalify/bid under ICB procedures, and interested consultants who wish to receive a copy of advertisement requesting expressions of interest for consultancy contracts, or those requiring additional information, should contact the address below.

 

The Permanent Secretary

Federal Ministry of Environment,

Mabuchi, Abuja

Email: newmapfpmu@gmail.com

 

Invitation for Technical and Financial Tender for the Execution of 2012 Capital Projects at Federal Ministry of Agriculture and Rural Development

Federal Ministry of Agriculture and Rural Development

FCDA Secretariat, Area 11, Garki, Abuja.

 

Invitation for Technical and Financial Tender for the Execution of 2012 Capital Projects

 

The Federal Government of Nigeria has allocated Fund to the Federal Ministry of Agriculture and Rural Development in the Year 2012 Appropriation for the Procurement of Goods. Works and Services for the execution of policies,  Programmes and projects towards achieving the mandate of the Ministry.

 

2.       Accordingly, the Federal Ministry of Agriculture and Rural Development invites qualified, interested and eligible vendors; suppliers: contractors: Original Equipment Manufacturers (OEMs) to tender for the Procurement of the following Goods and Works, Express interest in the Consultancy Services appropriated under the various Departments and Agencies of the Ministry in the Year 2012 Appropriation as specified in the following paragraph

 

A X Planning, Research and Statistic Department (Works)

 

Lot Item Location

 

XI Procurement and installation of  400 Units of GPS Venture HC

 

As in the Bidding Document

 

BX.  National Agricultural Seed Council (Goods and Works)

 

Lot Item Location

 

X2 Procurement of Laboratory Equipment for Seeds Tests As in the Bidding Document

 

X3 Procurement and installation of  150 Units Garmin Etrex GPS

 

As in the Bidding Document

 

CX   Food Reserve and Storage Department (Consultancy Services and Goods)

 

Lot                                  EOI Location

 

X4 Licensed buying Agent for Agricultural produce As in the Bidding Document

 

X5 Supply of Storage/Environmental Chemicals/Equipment Protective Gears As in the Bidding Document

 

DX    Department of Livestock and Pest control services (Consulting Services)

 

Lot Expression of Interest (EOI) Location

 

X6 Consulting Services on the Establishment of Halal  Certified Meat Processing and Packaging Centres

 

As in the Bidding Document

 

 

Ex      Rural Development /Ram P (Works)
Lot                       Item Location

 

X7 Rehabilitation of 5km Adoka –Umogidi – Opaha Rd, Otukno LGA. Benue State As in the Bidding Document

 

X8 Rehabilitation of 5km Igunmale – Ulayi Jigban Road, Ado LGA. Benue State

 

As in the Bidding Document

 

X9 Rehabilitation of 4.5km Oshigbudu – Obagaji  –  Okokolo Rd, Agatu LGA, Benue State

 

As in the Bidding Document

 

X10 Rehabilitation of 6km Ugbokpo – Edikwu – Opaha Rd, Apa LGA, Benue State

 

As in the Bidding Document

 

X11 Rehabilitation of 10km Ochobo- Agadagba – Onyagede Rd, Ohimini LGA, Benue State

 

As in the Bidding Document

 

X12 Construction of 4km Rural Feeder roads in Ubokpo – Ijantle – Okobi. Benue State

 

As in the Bidding Document
X13 Construction of 3.5km Rural Feeder roads in Ogoli – Ipolo – Ipum/Cho. Benue State As in the Bidding Document

 

X14 Construction of 4km Rural Feeder roads in Awulema – Ajegaji – Ogene – Alaglanu, Benue State

 

As in the Bidding Document

 

X15 Construction of 4km Rural Feeder roads in Efoyo – Ikpogo – Omadewu -Ebya, Benue State

 

As in the Bidding Document

 

X16 Construction of 5.2km Rural Feeder roads in Adum East – Adiko –Okwutungbe, Benue State

 

As in the Bidding Document

 

X17 Construction of 4km Rural Feeder roads in Otada – Emichi – Okpamaju –Odudaje, Benue State

 

As in the Bidding Document

 

X18 Construction of 4km Rural Feeder roads in Otobi -Ujume – Edumoga – Ohuma, Benue State.

 

As in the Bidding Document

 

X19 Construction of 3km Rural Feeder roads in Oju – Ujuma – Edumoga – Ohuma, Benue State

 

As in the Bidding Document

 

X20 Construction of 2.5km Rural Feeder roads in Onobi – Icho – Ajobe – Otukpo, Benue State

 

As in the Bidding Document

 

X21 Construction of 6km Rural Feeder roads in Rim Junction – Jol, Riyom, Plateau State

 

As in the Bidding Document

 

X22 Construction of 1.5km Road Network at Apata Kekere Village in Oke Orogun that links Ojoo – Iwo Road Express way, Akinyele, Oyo State

 

As in the Bidding Document

 

X23 Construction of 3km Agba – Esha,  Igweledeoha/Ndeoke – Ededagu Road Ebonyi & Ohaukwu, Ebonyi State

 

As in the Bidding Document

 

X24 Construction of hydraulic structures and grading of 5.5km Rural Feeder Road in Ikun Ekiti, Moba LGA, Ekiti State

 

As in the Bidding Document

 

 

3.       Qualification Criteria and Tender Requirements

In order to be considered, interested companies, which must be Nigerian companies, must submit tenders/bid documents accompanied with the following:

i.        Evidence of registration with Corporate Affairs Commission (CAC) and Forms; C07.

ii.       Provide detailed Company Profile.

iii.      Detailed evidence of compliance with Pensions Act.

iv.      Company Audited Accounts for last 3 years.

v.       Detailed copy of current Tax Clearance Certificate (2009 -2011) verifiable from Federal Inland Revenue Service (FIRS).

vi.      Evidence of Contribution to Industrial Training Fund (ITF)

vii.     Evidence of VAT Registration & past VAT remittances.

viii.    Letter of Financial Capability & Banking support.

ix.      Evidence of payment of non- refundable Tender Fee of N10,000.00 only for the Goods and Works in favour of Federal Ministry of Agriculture and Rural Development.

x.       Evidence of 2-3 similar jobs previously executed or currently being executed (including letters of award, completion certificates, payment).

xi.      Bidders for (Environmental Chemical-Lot X7) must be from Agro- Chemical Manufacturer or their accredited Representations, Distributors or Agents.

xii.     Any other document(s) to support the qualification and tender document as contained in the Standard Bidding Documents.

xiii.    Expression of Interest as Licensed Buying Agent has the following additional requirements:

  •  Availability of Accessible warehouse or storage facilities capacity of 1,000mts (a unit should not be less than 500mts. Capacity.
  • Evidence of ownership/access to storage facilities
  • Availability of essential grains or food items handling equipment like cleaning facilities, weighing scale and moisture meter
  • At least 3 years experience in commodity trading
  • Minimum staff of one warehouse and one Store officer (attach their CV’s)
  • Evidence of relationship with out-growers (optional)
  • Bidders should state the crops, tonnage available and indicate prices

xiv.    Expression of Interest for Consulting Services on the Establishment of Halal certified Meat Processing and packaging centres has the following additional requirements:

  • Proven experience in undertaking consulting assignments in the livestock and agriculture sector, internationally with governments and with sector players.
  • Experience and ability to provide first hand case study from other countries and sectors.
  • Proven experience in undertaking Consulting assignment with the private sector. Investors and the Public sector.
  • Several years of proven work experience in Nigeria particularly
  • Evidence of experience in at least five 5 jobs of similar nature and complexity executed within the last three years by the proposed leadership team; working in complex stakeholder situations in Agriculture with a need to create alignment and buy-in of diverse stakeholders.

xv.     Bidders are free to bid for as many lots as possible, but shall not be offered more than two lots for award of contract.

xvi.    Any Bid above 100 million Naira (Goods and Services) and 300 million Naira (for Works) must be accompanied with Bid Security of 2% of Bid Price.

xvii.   All the requirements stated in paragraph 3(i – xvi) shall he enclosed m the Technical Envelopes.

 

4.       Collection of Tender Documents

Qualified Companies shall on application collect tender documents from the Ministry’s Office of:

 

The Director, Procurement Department

Federal Ministry of Agriculture and Rural Development

Area 11, Garki, Abuja.

 

Upon the presentation of evidence of payment of non-refundable tender fee of N10, 000.00 (Goods and Works only) into the Ministry’s Account as follows:

 

Account Name:             Federal Ministry of Agriculture and Rural Development

Account Number:         321-207270113

Bank:                            Guaranty Trust Bank Plc, Area 3, Garki, Abuja.

 

5.     Submission of Tender and Expression of Interest Documents

The completed tender, Pre-qualification and Expression of Interest (EOI) documents must be submitted in three (3) copies each; including one (1) original and two (2) copies Each of the documents should have two (2) separate sealed envelopes clearly marked “Technical” and “Financial” and both sealed in a third envelope marked with the appropriate project title, Company Name and lot number at the top right hand corner of each of the three envelopes and delivered to the address below on or before Monday 22nd October 2012 by 12.00 noon.

 

The Secretary,

Ministerial Tenders Board,

Federal Ministry of Agriculture and Rural Development,

Ground Floor, Room 213,

FCDA Secretariat, Area 11, Garki Abuja.

 

6.       Opening of Bids

Technical bids and Expression of Interest will be opened publicly opened at 1.00pm on 22nd October 2012, at the National Agriculture Research Council, Mabushi, Abuja after the close of the submission, but only qualified bidders, relevant NGOs and CSOs will be invited to witness the opening of the financial bids documents.

 

Please Note:

7.       Contravention of the conditions in Paragraph 3(i to xv) could lead to disqualification of bid. On no account should bidders combine technical and financial bids in the same envelope.

8.       Late submission of bids will be rejected.

 

Signed:

Dr. Ezekiel O. Oyemomi

Permanent Secretary

 

Invitation for Pre-Qualification at AFAM Power Plc

AFAM Power Plc

P.M.B. 6151 Port-Harcourt Rivers State

 

Invitation for Pre-Qualification

 

Preamble:

AFAM Power Plc (PHCN) in Okoloma Afam, Oyigbo L.G.A. of  Rivers State invites interested Reputable Contractors, manufactures and  manufacturers’ representatives to apply for pre-qualification to bid for the following works and supplies. The procurements are to be funded from Afam Power Plc 2012 Budget for GT20.

 

Lot 1:                   Supply of Mechanical Spares

Lot 2:          Supply of Electrical Spares

Lot 3:          Supply of Cable and Motor Feeders

Lot 4:          Supply of Instrument & Control Spares

Lot 5:          Supply of Electrical Tools

Lot 6:          Supply of Fire Truck

Lot 7:          Rehabilitation of Cooling System of GT20

Lot 8:          Reactivation of Air Intake System of GT20

Lot 9:          Reactivation of Black Start

Lot 10:        Supply of Consumables

Lot 11:        Supply of Maintenance Tools

Lot 12:        Rehabilitation of Electric Fire Fighting Pump

 

Pre-qualification Requirements:

1.       Evidence of Incorporation by Corporate Affairs Commission (CAC).

2.       Current Tax Certificate for the last three (3) Years

3.       Evidence of Financial capability of executing the projects

4.       Evidence of experiences and technical qualification of key personnel if applicable

5.       Evidence of similar jobs executed (Award Letters, Completion Certificate etc).

6.       VAT Certificate.

7.       Company’s Annual Audited Account for at least 3 years if applicable.

8.       Evidence of payment of non-refundable processing  fee of Ten Thousand Naira (10,000.00) for each lot.

 

Submission of Pre-Qualification Documents:

All pre-qualification documents must be submitted in sealed envelope(s) indicating the Lot and marked “Pre-qualification for 2012 Projects” and will be delivered on or before 15th October 2012 to the:

 

Chief Executive Officer

Afam Power Plc

P.M.B. 6151

Port-Harcourt

Rivers State.

 

Opening of Pre-Qualification Documents

The pre-qualification documents will be opened a day after the expiration by 12noon in the Company’s Conference Room. All tendering company’s representatives, NGO’s, professional bodies are invited to witness the opening of the expression of interest.

 

Enquires:

All enquiries regarding this advertisement should be directed to the

Principal Manager (Procurement)

Afam Power Plc

P.M.B6151

Tel: 07066940534

 

Important Information:

Contractors should note that:

a.       This is not an invitation to tender.

b.       Afam Power Plc Tender Board is not obliged to invite any company to bid not withstanding submission of pre-qualification document.

c.       Only pre-qualified companies will be invited to participate in the competitive tendering.

d.       Afam Power Plc reserves the right to verify any claim by any Company.

 

Closing date:

Pre-qualification documents must be submitted on or before 15th October 2012, failure to do so disqualifies the applicant.

 

Management                     

Afam Power Plc.

 

Invitation to Tender for the Construction Projects under Satellite Towns Development Agency, Federal Capital Territory, Abuja at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

Satellite Towns Development Agency (STDA)

 

The attention of the general public is hereby drawn to the projects advertised on the Federal Tenders Journal/Monday September, Sunday September 30, 2012 and Daily Trust, Tribune and Central Post Newspapers of 17th September, 2012 please.

 

2.         The Advertisement for the following:

 

Lot BCM l:  Construction of Market at Gwagwalada.

Lot BCM2:           Construction of Market at Bwari.

 

BC1:           Construction of Buildings at Youth Development and Vocational Centre within Apo Resettlement Site.

 

Lot PG2:     Botanical Planting for FCT Plant Nursery at Pegi.

Lot PC 1:    Acquisition of Light Equipment and Tools for FCT Plant Nursery at Pegi.

 

These projects are now being restructured as follows:

 

 

Invitation to Tender for the Construction Projects under Satellite Towns Development Agency, Federal Capital Territory, Abuja

 

A       The Projects

  1. Development of Markets at Gwagwalada

Lot BCGM1    Construction of Administrative Block

Lot BCBM2    Construction of Shop Type 2 Block

Lot BCBM3    Construction of Warehouse Block

Lot BCBM4    Construction of Public Toilet Block

Lot BCBM5    Construction of Informal Sector Hall Block

Lot BCBM6    Construction of Restaurant Block

 

2.       Development of Markets at Bwari (Dutse Alhaji)

Lot BCBM1                   Construction of Administrative Block

Lot BCBM2                   Construction of Shop Type 2 Block

Lot BCBM3                   Construction of Warehouse Block

Lot BCBM4                   Construction of Public Toilet Block

Lot BCBM5                   Construction of Informal Sector Hall

Lot BCBM6                   Block Construction of Restaurant Block

 

 

3.       Development of Vocational Training Centre at Apo Resettlement Site

Lot BCVT1                    Construction of Workshop Block Type A

Lot BCVT2                    Construction of Workshop Block Type B

Lot BCVT3          Construction of Hostel Block

Lot BCVT4                    Construction of Multipurpose Hall

 

 

4.       Establishment of Plant Nursery at Abuja @30 Village in Pegi-Kuje

Lot CWPN 1        Construction of Full Water Reticulation with Modern Irrigation Network.

Scope: i.              2No.50m3 Overhead Tank

ii.               1 No. 180m3 Underground Tank

iii.               4No. Boreholes

iv.               Installation of Drippers and Sprinklers

v.                Laying of Pressure Pipes and other Accessories

 

 

 

Construction of Production Area

Scope: i.      2No. Green House for Vegetable

ii.       2No. Green House for Ornamental Plants

iii.      2 Hectares Open Air Planting

Lot CWPN3         Construction of Perimeter Mesh Wire Fencing and Gate House

Lot BCPN 1         Construction of Office Block

Lot BCPN2 Construction of Workshop and Store Block

 

 

B.      Pre-Qualification Requirements:

Eligibility Requirements (without which a Company shall be disqualified)

  1. Evidence of Registration of the Company with Corporate Affairs Commission (CAC);
  2. Tax Clearance Certificate for the last 3 years expiring December, 2012;
  3. 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;
  4. Evidence of Finn’s Contributions to Industrial Training Fund (ITF);

 

 

 

Lot CWPN2                   Construction of Production Area

Scope: i.               2No. Green House for Vegetable

ii .               2No. Green House for Ornamental Plants

iii.               2 Hectares Open Air Planting

Lot CWPN3                   Construction of Perimeter Mesh Wire Fencing and Gate House Lot BCPN 1                Construction of Office Block

Lot BCPN 2                   Construction of Workshop and Store Block

 

 

B. Pre-Qualification Requirements:

Eligibility Requirements (without which a Company shall be disqualified)

  1. Evidence of Registration of the Company with Corporate Affairs Commission (CAC);
  2. Tax Clearance Certificate for the last 3 years expiring December, 2012;
  3. 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;
  4. Evidence of Firm’s Contributions to Industrial Training Fund (ITF);

 

 

Additional Requirements

  1. Corporate Profile of the firm including Company’s registered address, functional contact e-mail address and contact GSM phone numbers(s);
  2. Evidence of Academic and Professional Qualifications of the Company’s key-personnel endorsed by the individual professional complete with their respective Curriculum Vitae.
  3. Evidence of up to date Annual returns with CAC (2011);
  4. Verifiable Evidence of experience with similar projects executed in Nigeria (Only award letters, certificates of valuation, completion certificates will be considered)
  5. Chartered Account prepared Audited Account for the last three (3) years;
  6. List of equipment for the project whether owned or to be hired; complete with proof ownership and/or Lease.
  7. Evidence of Financial Capability including Company’s Current Bank Reference and Statement of Account for  the last 12months; Only companies with a minimum Annual Turnover of N10 Million (Ten Million Naira) should apply:
  8. Compliance with Local Content Requirements and History of Company’s Policy and Community Social Responsibility
  9. A sworn Affidavit certifying  as follows:
  10. The Company is not in receivership, insolvency or bankruptcy
  11. 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.
  12. That no officer of STDA or BPP is a former or present director or shareholder of the company
  13. That there has been no promise of a gift in any form to any of the STDA or BPP staff.

 

 

D.      Collection Tender Documents

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 per Lot (Twenty Thousand Naira only) non-refundable Tender Fee into FCT Treasury Revenue Account at Fidelity Bank (Central Area) Account No-051503010000426.

 

 

E. Submission and Opening of Tender Documents

The Technical (Pre-qualification) and Financial bid documents 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, not later than 10:00am 12th November, 2012. The representatives of the bidding companies and members of the public who choose to attend are invited to witness the opening of the tenders 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.

 

 

Please Note That:

  1.        i.            Due Diligence could be carried out on the companies to verify claims included in the submissions;
  2.      ii.            Interested members of the Public especially Civil Right Organization are invited to attend the opening exercise. They are expected to adhered to the Code of Conduct for Public Procurement Observers stipulated by the Bureau of Public Procurement
  3.   iii.            Response to this Invitation shall not obligate FCTA /STDA to consider any responding company for the award of any contract. All cost incurred shall be borne by the responding company;
  4.   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