Invitation to Tender at Office of the Honourable Commissioner, Plateau State Ministry of Works Headquarters.

The Plateau State Government

Office of the Honourable Commissioner,

Plateau State Ministry of Works Headquarters.

 

J.D. Gomwalk Secretariat Complex

P.M.B. 2070, Jos Plateau State.

 

Invitation to Tender

 

 

The Plateau State Government through the Ministry of Works is to undertake the Design and Construction of the following roads.

 

1.       The Dualization of Bukuru Express Road-Bukuru Town-New Government House Road With Spur to Uma Bread And Kugiya Phase 1 (25km)

2.       Construction of Rukuba Road-Miango-Farin Lamba-Kassa Road with Spur to School of Accountancy, Dochai, Wereng Phase 1 (24km)

3.       Jingre-Amo-Katako-Karanbana Road (26km)

4.       Jebbu Bassa-Binchi-Buyu Road with Spur to zagun (18km)

5.       Gunji-Shiwer-Dokpai Road with Spur to Tiplik (33km)

6.       Bisichi-Korot-Fan-Mangu   Halle   Road   with   Spur   to Heipang, Nding, Kassa, Kwi and Rawuru (70km)

7.       Construction of 2No. Roads within Jos and Bukuru

(i)      Rafield-Rahol-Top-Fwavwei Road (8km)

(ii)     Kuru-Kanadap-Rahol Vwana-Hwak Road (10km)

 

8.        Tahoss-Rim-Bisichi-Shunung Road with Spur to Lwa and Jol-Rankung-Gashish 50km)

9.       Pankshin-Duk-Tambes-Jeneret Fier-Takkas With Spur to Mile 8 (35km)

10.     Bet-Lobiring-Dorowa-Mazat-Kuba   Road   with   Spur to Nding Phase 1(14km)

11.     Mangu-Bwai-Mushu Road (16.5km)

12.     Jos-Mazah Road (10km)

13.     Langtang-Garkawa-Yelwa-Shendam Road with Spur to Lalin (70km)

14.     Construction of a Flyover and Interchange Including Under Pass and Slip Roads at Old Airport Junction

15.     Construction of a Flyover and Interchange Including Under Pass and Slip Roads at Secretariat Junction

16.     Construction of a Flyover and Interchange Including Under Pass and Slip Roads at British America Junction

17.     Construction of Parks at J.  D.  Gomwalk Secretariat Complex Jos

18.     Construction Of Bukuru  Lowcost-Nyango Gyel Road Network

19.     Dualization of Miango Junction-Wildlife Park-Rukuba Barracks-Satelite Market Road (14km)

 

1.0       Scope of Work:

The scope of works essentially involves but not limited to the following:-

(a)     Site Clearance and Scarification works

(b)     Earthworks

(c)      Drainage works (drains, pipe culverts and box culverts)

(d)     Bridge works

(e)      Pavement and surfacing with two coat and surface dressing

(f)      Asphaltic concrete surfacing

(g)    Stone pitching, grassing, Road markings, Road signs and

 

 

2.0     Tenders are hereby invited from reputable contractors who must be registered with the Federal Works Registration Board and the Plateau State Tender Board as a road contractor.

 

Furthermore applicants shall meet the following Pre-qualification criteria:

(i)                A substantial turnover in construction works supported by evidence from highly reputable banks

(ii)             Evidence that the contractor has equipment and personnel to execute projects of this nature and complexity

 

3.0     Interested Civil Engineering Contractors should collect the relevant Documents on or before 10th October, 2012 at the office of the Director of Planning, Research and Statistics, Plateau State Ministry of Works Headquarters, Jos.

 

Contractors are expected to pay a non-refundable tender fee of N250, 000.00 (Two hundred and fifty thousand naira only) for each of the listed road projects above to the Finance and Accounts Department of the Plateau State Ministry of Works Headquarters, Jos. However contractors who had purchased Tender documents on any of the mentioned road earlier advertised are to collect the documents free of charge for resubmission. Completed Tender documents are to be signed, sealed in an envelope clearly marked-CONFIDENTIAL and boldly written:

 

The Honourable Commissioner,

Plateau State Ministry of Works, Jos.

 

Tenders are to reach the above Office not later than 17th October, 2012 and accompanied with photocopies of the following documents:

1.       Company Registration Certificate

2.       Tender Fee Receipt

3.       Tenderer’s   Current   Tax   Clearance   Certificate   and   VAT Registration Certificate

4.       Company’s audit accounts

5.       A bid security in an amount not less than 2% of bid price in the form of Bank Guarantee issued by a reputable bank.

 

 

All submitted documents are subject to verification by the Ministry

 

All Tenders will submit their tenders in compliance with clause 12(1) of standard Conditions of Contract (Road Works) Vol. I Revised Edition July 1999 which spells out the need for sufficiency of tenders.

 

In addition, all tenders are requested to:

(a)     Inspect the roads and the works required to be constructed and assure themselves of the scope and nature of works

(b)     Ensure that tender price will adequately cover the execution of the works without further demand on Government.

 

Please note however, that the Ministry is not bound to accept the lowest or any tender.

 

The tenders received shall be publicly opened after the closing date of Tenders. Tenderers or their representatives shall be invited to witness the opening.

 

The Permanent Secretary,

Ministry of Works Plateau State Jos

 

Request for Expression of Interest for Consultancy Services for the preparation of Feasibility Report on the Kogi Special Agricultural Project at Kogi State Government of Nigeria

Kogi State Government of Nigeria

 

Request for Expression of Interest for Consultancy Services for the preparation of Feasibility Report on the Kogi Special Agricultural Project

 

The Kogi State Government of Nigeria (KGSG) hereby invites interested Consulting Firms or Consortia to express interest in the preparation of feasibility report on the Kogi Special Agricultural Project under the Federal Government of Nigeria’s Agricultural Transformation Agenda (ATA).

 

KGSG desires to collaborate with the Federal Ministry of Agriculture & Rural Development (FMARD) on various aspects of the ATA. Specifically, KGSG intends to partner with FMARD, the Central Bank of Nigeria (CBN), financial institutions, and private sector investors on the production of Cassava and Rice using the Value Chain approach. The overall aim of the projects is to unlock the potentials of the state to create wealth and employment, and reduce the level of poverty in the state in particular and Nigeria in general.

 

The Expression of Interest (EOI) should be for:

 

Feasibility Studies and Preparation of a Comprehensive Report for Cassava and Rice Value Chain Development in Kogi State to Meet the Requirements of Financial Institutions and Investors’

 

The submissions should contain the following information:

 

1.       The EOI should be boldly written on the envelope and a cover letter conveying all other documents.

2.       Corporate profile(s) and evidence of technical capability, including brief description of the firm’s or consortium’s experience on similar assignments, its or their familiarity and understanding of the state’s terrain, and list of its or their key resource persons.

3.       A resume or Curriculum Vitae of the Team Leader of the firm or consortium.

4.       Office address, telephone and e-mail of a key contact person.

5.       Copy of the firm’s certificate of incorporation and evidence of registration with KGSG.

6.       Clear photocopy or scanned copy of receipt of payment of a non-refundable pre-qualification fee of NGN100, 000.00 (One hundred thousand naira only) into Kogi State Government IGR Account (No. 1015503782) at UBA Plc, IBB Way, Lokoja.

 

Two hard copies and one soft copy of the Expression of Interest documents should be addressed to: The Chairman, Kogi State Agricultural Transformation Committee, Office of the Special Adviser on Agriculture, Government House, Lokoja, in sealed, clearly marked envelope with ‘EOI Kogi Special Agricultural Project’ and delivered on or before 17th October 2012 to the address below:

 

The Chairman,

Kogi State Agricultural Transformation Committee,

Office of the Special Adviser on Agriculture,

Government House, Lokoja,

Kogi State.

 

Note: Only pre-qualified firms/consortia will be invited for further discussions please.

 

The lead firm in a consortium must meet all the requirements above.

Invitation to Tender for the Construction of Roads at Ministry of Works and Transport, Jigawa State Government

Jigawa State Government

Ministry of Works and Transport

Block 46 – 53, Old Secretariat, P.M.B. 7023 Dutse Ref: MOW&T/POL/S/GEN/147/I

 

Invitation to Tender for the Construction of Roads

 

Reference to our invitation for Pre-qualification of Civil Engineering Construction Companies dated 3rd September, 2012; the following have qualified to tender for the road projects:

 

1. M. Atara Construction

 

2. Alren Construction Company Limited

 

3. Kareto Development Company

 

4. Desert Merchants Limited

 

5. Golden Construction Company

 

6. Triacta Nigeria Limited

 

7. H&M Nigeria Limited

 

8. SKY Technical & Construction Company Limited

 

9. De-Pacific Investment Limited

 

10. Alkab Nigeria Limited

 

11. China Zhonghao Nigeria Limited

 

12. Gerawa Global Engineering Limited

 

13. Watlinx Limited

 

14. Mother cat Limited

 

15. Masbel Nigeria Limited

 

16. RSM Nigeria Limited

 

17. Dantata & Sawoe Construction Co. Limited

 

18. Rocad Construction Limited

 

19. CGC Nigeria Limited

 

20. Datum Construction Nigeria Limited

 

21. Hayat Roads Construction Limited

 

22. NOL Group of Companies

 

23. Stateco Nigeria Limited

 

24. Roc Rock Construction Limited

 

25. Qumecs Nigeria limited

 

26. Birak Engineering & Construction Co. Limited

 

27. Changshu Central South Construction Limited

 

28. G2 Construction Limited

 

29. Phil co Limited

 

30. Santex Engineering Limited

 

31. AG Vision Construction Nigeria Limited

 

32. Vicinanza Construction Limited

 

33. Edil Belmonte Limited

 

34. Retro Construction Limited

 

35. NBH Nigeria Limited

 

36. Borini Prono & Co. Nigeria Limited

 

37. Amirco Universal Concept

 

38. Performance Engineering Company Limited

 

39. Lemna Nigeria Limited

 

40. Cosmos Engineering LimitedX

 

41. AS Yudin Nigeria Limited

 

42. Global Trust Engineering

 

43. RHAS Nigeria Limited

 

44. Comvil Nigeria Limited

 

45. Foundation Solid limited

 

46. Mayinco Construction

 

47. ALBAK Nigeria Limited

 

48. Kaibo International Nigeria limited

 

49. Starmex ES Limited

 

50. Asasco Nigeria limited

 

51. Les Maison Properties Limited

 

52. ZAP Construction Limited

 

53. SANBUKR Limited

 

54. AL-MOPUL Global resources limited

 

55. Hamacontruct Limited

 

56. AL-Usabs Nigeria Limited.

 

57. ATITY Construction Company Limited

 

These Companies are therefore to obtain the Tender Documents from the office of the Secretary Ministerial Tenders Board, after the payment of non-refundable fee of three hundred and fifty thousand naira (#350,000.00) only per project in cash or certified draft in favour of the Ministry of Works and Transport, Dutse – Jigawa State.

 

The projects are as follows:

  1. Construction of Limawa – Warwade – Jidawa –  Sakwaya -Dutse Road

 

  1. Construction of Unguwar Mani – Korayel – Maraganta – Gwiwa

Road and (Spur from Korayel – Rorau).

 

  1. Construction of Danladi Hammado-Sule-Tankarkar Road

 

  1. Construction of Babaldu – Wurno – Jangargari – Buji – Falageri –

Sagu Road

 

  1. Construction of Sukullufi – Kale – Gunka – Darai – Kuka Kwance –

Harbo – Tsaku wawa and (Spur from Kuka Kwance -Aujara).

 

 

All bidders are also requested to:

  1. Inspect the road site and the works required to be accompanied to ensure that there is no deficiency in the scope.
  2. Ensure that their bids adequately cover the execution of the works without further demands on Government.
  3. It has to be noted that the process is not bound to consider the lowest bidder
  4. Submit their proposed Work Plan, methodology and Logistics
  5. Submit all bids and other tender documents in sealed envelope and the title of project clearly stated
  6. Enclosed a photocopy of the receipt as evidence for the payment of the fee for tender documents
  7. Submit a bid security in an amount not less than 3% of the bid price and address to:-

The Secretary,

Ministerial tenders Board,

Ministry of Works & Transport,

Block 46-53 Old Secretariats

Dutse – Jigawa State

 

Tenders are to be submitted not later than 10th October, 2012. The opening of bids shall be performed on Wednesday, the 10th October, 2012 at the Conference Hall of Staff Development Centre, Dutse – Jigawa State by 12.00noon.

 

Signed

Permanent Secretary

Ministry of Works & Transport

Dutse

 

 

Request for Expressions of Interest (EOI) at Lagos Water Corporation

The Federal Republic of Nigeria

Lagos State Government

Lagos Water Corporation

2nd National Urban Water Sector Reform Project

(Cr 4088-UNI)

 

Implementing Agency: Lagos Water Corporation (LSWC)

 

Non-Governmental (Civil Society)

Organizations Consultancy services for services for citizen’s Financial Responsiveness

 

Request for Expressions of Interest (EOI)

 

  1. This request for expression of interest follows the general procurement notice of the project which appeared in UN Development Business No. 673 of 28th February, 2006.
  2. The Federal Government have received the credit of USD$200million from the International Development Association (IDA) and intend to apply parts of the proceeds of the credit for eligible payments under the contract mentioned below.
  3. The service seeks to improve reliability and financial viability of LSWC by complementing the technical and the operating improvements in a stakeholder outreach programme (Citizen Participation System) which would be established to strengthen relationships of LSWC with the World Bank, Civil Society, Customers and other stakeholders.
  4. This consultancy service will provide selected community organizations with training and engage as the LSWC and community’s primary contact during the project implementation
    1. Period and possibly beyond
    2. Obtaining the long-term support and acceptance of consumers through effective consumer outreach is vital for the LSWC to provide services on a sustainable basis. Therefore, complementing the technical and operating improvement will be a comprehensive stakeholder outreach program that will be geared towards achieving improved revenue generation, cost recovery, financial viability, re-building relations between the communities and utilities, thereby furthering the sustainability of the project’s achievements. In this context, the project will establish a citizen’s Financial Responsiveness System to ensure that water service provision reflects demands of all user groups and water is treated as an economic good.

Scope:

The objectives of the Citizen’s Financial Responsiveness System are:

  1. To establish relationship between the World Bank, LSWC and Civil Society based on partnership for the delivery of water services
  2. To promote citizens participatio0n in water supply services
  3. To promote willingness to pay from customers and enable LSWC’s financial sustainability by stimulating stakeholder actions that are geared towards improving willingness-to-pay on the part of water-served stakeholders
  4. To sensitize and mobilize water consumers towards achieving cost recovery for water supply services
  5. To educate consumers, organize workshops/seminars on water supply and sanitation, conservation, revenue generation and environmental issues
  6. To educate water consumers on responsibilities to LSWC under existing water law
  7. To refer consumers complaints to LSWC for prompt response
  8. To build knowledge and capacity of CSO partners, consumers and representatives in key water provision issues
  9. To re-establish a database of Community Based Associations.

 

Selected Criteria:

The Consultant will be selected in accordance with the World Bank Guidelines: Selection and Employment of Consultants by World Bank Borrowers (2004, revised 2010) and required to provide documents showing:

  1. To be a legal non-profit, non-governmental organization in Nigeria, with adequate capacity at both community and high levels, based in Lagos state with at least 4 (four) years of experience in urban community development/local service provision
  2. To have good standing in the society to allow for credibility in carrying out this assignment
  3. To have an established relationship with the institutes responsible for water provision (any state in Nigeria)
  4. The availability of qualified staff to prepare and timely deliver the deliverables
  5. Knowledge of main urban water sector issues in Nigeria, preferably in the project areas and demonstrate capacity and interest to increase skills and knowledge as part of assignment
  6. To be a member of an established Organizations with Networks of Civil Society Organization in Nigeria

Submission:

With the renewed focus of LSWC on Commercial viability, and the re-engagement of a CSO Consultant, LSWC now invites interests from qualified Civil Society Organizations (CSO)/Non-Governmental Organizations (NGO) to develop and then implement a stakeholder Financial Responsiveness System as described above. This consultancy will engage the CSO partners to draw the attention of the public to the services rendered by LSWC. The contracts with the selected CSO partners will be for 12 months.

All Documents should be submitted in 4 copies not later than 16th October, 2012 or latest 4pm 16th October, 2012 at the address below:

Office of the Group Managing Director

Lagos Water Corporation

5th Floor, Lagos Water Corporation Headquarters

Water House, Ijora Causeway

Ijora Lagos

Attention: Project Coodinator

Email: raimi.ipaye@yahoo.co.uk, ripaye@lagoswater.org +234 017741973

 

 

 

Invitation for Expression of Interest (EOI) to Participate as Contractors at Rubber Research Institute of Nigeria

Rubber Research Institute of Nigeria

Iyanomo-Benin City

P.M.B 1049

 

Invitation for Expression of Interest (EOI) to Participate as Contractors

 

The Rubber Research Institute of Nigeria in pursuance of the execution of her year 2012 Capital Projects invites interested companies to participate as contractor in the execution of the projects.

 

2.       The Projects are:

Lot A: 2012           Supply of Project Vehicles

Lot B: 2012          Supply and Installation of Equipment/Machines

 

3.       Scope of works:

Lot A 2012:          Supply of 2No. four wheel drive Double Cabin Pick-up Vans.

Lot B 2012:   Fabrication and installation of rubber value addition plants and supply/installation of laboratory scientific equipment.

Lot C 2012:          Rehabilitation of dilapidated buildings

 

4.       Requirement:

(a)     Evidence of registration with the Cooperate Affairs Commission (CAC).

(b)     Evidence of Tax clearance for the past 3 years.

(c)      Evidence of VAT registration certificate.

(d)     Evidence of Financial capacity.

(e)      Evidence of having executed similar jobs in the past.

(f)      Evidence of registration with PFA and remittance to pension commission.

(g)     Technical qualification: Illustrating management team, professional qualification of staff, plants and machinery, e.t.c.

 

5.       Note:

(a)     This is not an invitation to bid.

(b)     Shortlisted firms will be invited to bid.

 

6.       Submission of (EOI):

(a)     Submission of ‘Expression of Interest’ opens on 28th September, 2012

(b)     Submission of ‘Expression of interest’ closes on 12th October, 2012

(c)      No firm should indicate interest in more than one project.

(d)     Interested firms should send their submission in sealed envelope marked EOI and the Lot of interest on top right corner of the envelope addressed to:

 

The Executive Director,

Rubber Research Institute of Nigeria

P.M.B. 1049 Iyanomo, Benin City, Nigeria.