Invitation for Expression of Interest for the Provision of Engineering Consultancy Services for Projects under Satellite Towns Development Agency (STPA) at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

Abuja, Nigeria

 

Satellite Towns Development Agency (STDA)

 

Invitation for Expression of Interest for the Provision of Engineering Consultancy Services for Projects under Satellite Towns Development Agency (STPA)

 

The Federal Capital Territory Administration (FCTA), through the Satellite Towns Development Agency (STDA) is inviting competent and interested Companies / Consultants to submit documents for the Expression of Interest (EOI) in any of the following projects.

 

 

A.   The Projects:

I.       Engineering Designs of Infrastructures

 

Lot ECI1:    Detailed Engineering Designs of Infrastructures for the Relocation Site of Gidan Mangoro.

 

Lot ECI2:    Detailed Engineering Designs of Infrastructures for the Peg Relocation Site;

 

Lot ECI3     Detailed Engineering Designs of Infrastructures for the Kuchiko

Relocation Site;

 

 

II. Engineering Designs of Roads

 

Lot ECR1: Detailed Engineering Design of Yebu – Kuje Road (about 45KM);

 

Lot ECR2: Detailed Engineering Design of Pandagi – Alowoyi Road (about 6KM);

 

Lot ECR3: Detailed Engineering Design of Karshi – Gadoro Road (about 44KM);

 

Lot ECR4: Detailed Engineering Design of Gadoro – Rubochi Road (about 3 5KM).

 

III.     Engineering Designs of Dam

 

ECD:          Detailed Engineering Design of Dam, Treatment plant. Tanks and Bulk Water Supply Infrastructure to Karshi Satellite Town.

 

IV. Post Contract Consultancy Services

 

Lot EPC l:   Post Contract Supervision for the Provision of Engineering Infrastructure to Kubwa Satellite Town (Districts 4 & 5);

 

Lot EPC2:   Post Contract  Supervision  for the  Provision of Engineering

Infrastructure to Karshi Satellite Town (Districts 1 & 2);

 

Lot EPC3:   Post Contract Supervision for the Provision of Engineering

Infrastructure to Bwari Satellite Town (Districts 1 & 2);

 

Lot EPC4:   Post Contract Supervision for the Provision of Roads, Water and Electricity Supply to the Resettlement Site of Galuwyi / Shere.

 

 

B.    Scope of Services:

I.    Scope of Services for Lots ECI (1-3)

The Scope of Services required is as follows:

  • Detailed Engineering Survey;
  • Detailed Engineering Design of Roads and Drainage Structures;
  • Detailed Sub-soil Investigation along the Route and at Drainage Structures including Bridges;
  • Detailed Engineering Design of Water Distribution Network;
  • Detailed Engineering Design of Electricity Supply Distribution;
  • Preparation of Engineering Specifications and Reports;
  • Preparation of Bills of Engineering Measurement and Evaluation (BEME) and
  • Preparation of all other relevant Tender Documents

 

 

II.    Scope of Services for Lots ECR (1-4)

The Scope of Services required includes but not limited to the following:

  • Detailed Engineering Survey;
  • Detailed Engineering Design of Roads and Drainage Structures;
  • Detailed Sub-soil Investigation along the Route and at Drainage Structures including Bridges;
  • Preparation of Bills of Engineering Measurement & Evaluation (BEME);
  • Preparation of Engineering Specification and Reports;
  • Preparation of all other relevant Tender Documents.

 

 

 

 

III     Scope of Services for ECD

The scope of services required is as follows:

  • Detailed Engineering Survey of Dam Site;
  • Detailed Geological survey of Dam Site;
  • Detailed Engineering Design of Water Distribution Network;
  • Detailed Design of Dam, Treatment Plant, Tanks and Bulk Water Supply Infrastructure
  • Preparation of Bill of engineering Measurement and evaluation (BEME);
  • Preparation of all other relevant Tender Documents.

 

IV.    Scope of Services for Lots EPC (l-4)

The scope of services required is as follows:

  • Provision of Resident Supervision for the Construction of Engineering Infrastructures;
  • Review of Engineering Design;
  • Production of Progress Report

 

Pre-Qualification Requirements:

Eligibility Requirements (without which the firm shall be disqualified)

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

(ii)             Tax Clearance Certificate for the last 3years 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 COREN;

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

 

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 C AC (2011);

(x)             Evidences of similar jobs successfully executed or being executed;

(xi)           Sworn affidavit in line with the provision of Part 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.

 

 

 

D.      Submission   and   Opening   of   Pre-Qualification Documents.

Three (3) copies of Pre-qualification Documents (one original and two other copies) must be enclosed in a sealed envelope clearly marked at top right hand corner CONFIDENTIAL and boldly written “Expression of Interest for Engineering Design of ………………. (Title of Project) …………….for Lot (…. )    or “Expression of Interest for Post Contract Consultancy Services for…………… Lot (…..) as appropriate. The pre-qualification documents should be sealed and labeled as “Prequalification Bid” in three (3) copies (one original & two copies) and be dropped in the Tender Box in Room 043 , First Floor, Block B, FCTA Tenders Board Secretariat, Area 11, Garki – Abuja, not later than 10:00am 3rd  October, 2012. The representatives of the bidding companies and members of the public who choose to attend are invited to witness the opening of the pre-qualification bids 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:

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 to adhered to the Code of Conduct for Public Procurement Observers stipulated by the Bureau of Public Procurement.

iii)              A company is NOT allowed to bid for more than two (2) Lots under Engineering Design and one (1) Lot under Post Contract Consultancy Services. A company that violates this rule shall automatically be disqualified.

iv)              Only pre-qualified firms shall be invited to submit Technical and Financial proposals for the projects;

v)                Response to this Invitation shall not obligate FCTA /STDA to consider any responding firm for the award of any contract. All cost incurred shall be borne by the responding firm;

vi)              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

Invitation to Bid for the Supply of Medical, Traffic Control and Rescue Equipment at Federal Road Safety Corps

Federal Road Safety Corps

National Headquarters Abuja

 

Invitation to Bid for the Supply of Medical, Traffic Control and Rescue Equipment

 

The Federal Road Safety Corps is committed to achieving the road safety goals of the UN Decade of Action and thus, braced up for the sustained pursuit of zero tolerance to road traffic crash. In its continued efforts to optimize performance and ensure a safer motoring environment for Nigeria, the Corps hereby invites competent companies to bid for the supply of the under-listed medical, traffic control and rescue equipment.

 

Lot No Item

 

Description Quantity
1 Rain Coats

 

Long Sleeve and fit -in cap in FRSC colour (aquamarine)

 

3,000
2 Rain Boots

 

size 8 to 11 3,000

 

3 Reflective Jackets

 

Battery powered visibility vest

 

2,000
4 Hand gloves Hard, Red on Black

 

4,500
5 First Aid Kits

 

In aluminium box

 

250
6 Body Bags

 

Stain resistant leather 250
7 Stretchers

 

Aluminium, collapsible, stain resistant

 

250
8 Traffic Cones

 

400
9 Search Lights

 

100
10 Reflective C-Caution Signs

 

100
11 Patrolites

 

100
12 Cordoning Tapes Customized in FRSC colours

 

200 rolls
13 Digital Alcholizers

 

100
14 Nose Guards

 

100 packs
15 Radar Guns

 

20
16 Hospital Equipment

 

1 Set
17 Assorted Drugs Lot

 

2.       Pre-Qualification Requirements

Pre-qualification requirements are listed hereunder:

a.       Comprehensive company profile

b.       Evidence of Registration with Corporate Affairs Commission

c.       Evidence of payment of tax for the last three years

d.       Evidence of VAT Registration/Remittance Certificate

e.       Verifiable proof of company’s financial capacity to deliver (Bank Reference)

f.       Evidence of payment of training contributions to ITF (Industrial Training Fund)

g.       Evidence of experience in other similar jobs

 

3.       Submissions

Four (4) sealed copies of submissions should be appropriately marked stating the preferred lot and submitted at the Corps Procurement Office, Federal Road Safety Corps, Head Quarters, Wuse Zone 3, Abuja on or before 29th October 2012.

 

4.       Opening of Bids

Opening of bids shall take place at 2.00pm on the day of expiration of deadline. The venue will be the Visitors’ Room, FRSC Head Quarters, Wuse Zone 3, Abuja

 

5.       Important Information

  • Submission should be made for each item separately
  • Technical and financial submissions should be in two separate envelopes
  • A bidder can only make submissions for a maximum of three (3) items
  • For ease of identification, the reverse side of envelopes should bear the company’s name, address and phone number of contact person.
  • Please adhere strictly to closing date of bids

 

Signed:

Management.

Invitation to Tender for the Under Listed Projects at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No. 3815

 

Invitation to Tender for the Under Listed Projects

 

1.0     Introduction

The Nigerian Ports Authority hereby invites reputable and competent companies to submit tenders for the following projects;

 

Lot1

 

Supply of 3Nos Multiple Casualty Customized Ambulances with Advance Cardiac Life Support Facilities

 

Lot 2

 

Proposed Clearing of Drainages in Designated Areas of Apapa GRA, Lagos.

 

Lot 3

 

Replacement of Faulty Paper Impregnated 185mm2 X 3 Core Xlpe HT Cable from Metering Panel to Power Station, Delta Port, Warri

 

Lot 4

 

Monthly end Users Support and Maintenance for is & IT Systems for Nigerian Port Authority HQTS Building

 

 

 

2.0     Scope of Works

The scope of works for the projects will be provided in the standard bidding documents to be issued in connection with the projects.

 

3.0     Tender Requirements:

Interested Companies are required to submit three (3) bound copies of Bids with the specific chapters, paginated and separated by dividers, in the same order as set out here under;

a.       Evidence of registration with Corporate Affairs Commission (CAC), inclusive of Memorandum of Association.

b.       Evidence of compliance with Pension Reform Act 2004 (Remittance documents should be attached)

c.       Evidence of audited account and tax clearance certificate for the past three (3) years (2009, 2010 & 2011)

d.       Evidence of VAT registration and remittances

e.       Evidence of payment of Training Contribution to Industrial Training Fund

f.       All relevant information concerning physical addresses, telephone, e-mail of the company and its representatives

h.       Resume of key personnel to be involved in the project, detailing experience and registration with relevant professional bodies.

i.        Details of verifiable past experience on similar projects executed by the

company

j.        Company profile indicating structure and staff.

k.       For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be

provided.

 

4.0     Collection of Bid Documents

Bid document for each project will be collected from the office of the General Manager, Procurement on the 2nd floor, Room 227 NPA Headquarters at 26/28 Marina Lagos on evidence of payment of non-refundable fee of N10,000.00 (Ten thousand Naira) only in bank draft in favour of Nigerian Ports Authority.

 

5.0     Submission of Tender Documents

The completed technical and financial bids for each lot should be submitted separately in triplicate copies in separate sealed envelopes. The envelops should be clear­ly marked as either Technical or Financial Proposal, and enclosed in a larg­er envelop addressed to “Secretary to Tenders Board, Nigerian Ports Authority”, and clearly marked “Tender for the Under Listed Proj­ects – Title of the Lot”, Public Notice No. —-& Lot……., and dropped into the designated tender box at the 2nd floor of the Nigerian Ports Authority Corporate Headquarters, 26/28 Marina, Lagos. The submission of the tender closes on 16th October, 2012 @ 11.00am. All tenders will be opened @ 12.00noon on the same day (16th October, 2012) in the Conference room, Nigerian Ports Authority Annex building, No. 1, Joseph Street, Lagos in the presence of bidders or their rep­resentatives.

 

For further enquiries, please contact the General Manager Procurement. E-mail: projectinfor@nigerianports.org

 

Please Note

i.        Late submission and wrongly placed documents will not be entertained.

ii.       Management is not bound to accept any offer.

 

Signed:

Management

Nigerian Ports Authority

 

 

Invitation for Pre-Qualification and Tender Exercises for TETFUND 2011 Normal Intervention Projects at Kwara State Polytechnic, Ilorin (Office of the Registrar)

Kwara State Polytechnic, Ilorin (Office of the Registrar)

 

Invitation for Pre-Qualification and Tender Exercises for TETFUND 2011 Normal Intervention Projects.

 

1.0     Introduction

         

The Polytechnic wishes to execute the following Projects under 2011 TETFUND Normal Intervention projects:

 

(i)      Construction of 500 capacity Library Complex   Lot A

(ii)     Construction of 250 capacity Lecture Hall           Lot B

(iii)    Construction of 250 capacity Lecture Hall           Lot C

(iv)    Construction of a block of Two (2) Classrooms  Lot D

 

2.0     Pre-Qualification Requirements:

(i)      Certificate of Company’s Incorporation with Corporate Affairs Commission (CAC)

(ii)     Evidence of Registration with the Polytechnic for the year 2012

(iii)    Evidence of Registration as a Contractor with relevant Federal or State Ministries.

(iv)    Evidence of Tax Clearance Certificates for the last three years (2009, 20l0, 20l1) corresponding to declared turnover.

(v)     Evidence of Certificate/Examination from PENCOM in accordance with  the pension Reform Act, 2004 including evidence of remittances of Employee Pension Contributions/Deductions.

(vi)    Evidence of VAT Registration and past remittances for the last three years.

(vii)   Company Audited Accounts for the last three years (2009, 2010, 2011)

showing Annual turnover.

(viii)  Evidence of execution and completion of similar job with evidence of

names of clients, location of projects, letter of contract award, certificate  of practical completion and cost of projects in the last three years.

(ix)    Evidence of financial Capability to execute the Projects From reputably Banks (Bank Reference).

(x)     Company Profile and Technical Qualifications of key personnel with evidence of experiences on similar Jobs with their Curriculum Vitae.

(xi)    List of Veritable Equipments to be used for the Construction

(xii)   A Sworn Affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the Federal Ministry/State ministry of Education/ tertiary institution is a former or present Director, or has any pecuniary interest in the bidder

(xiii)  Annual Returns for the Corporate Affairs Commission (CAC) for the last three years.

(xiv)  Evidence of compliance with section 6 (1.3) of Industrial Training Fund Acts of 2011 as they relate to Training contributions of liable Organizations.

(xv)   Evidence of payment of pre-qualification fee.

 

3.0     General Information

All enquiries regarding this advertisement should be directed to the Director of Works, Kwara State Polytechnic, Ilorin, between 10.00am and 4.00pm Monday to Friday.

 

4.0     Pre-Qualification and Tender Fees

The payments of the stipulated non-refundable fee indicated against each Lot below should be made through a Bank Draft payable to Kwara State Polytechnic, Ilorin or by paying cash to the Bursary Department, Kwara State Polytechnic, Ilorin.

 

N

Lot A                                       100,000.00

Lot B                                                 50,000.00

Lot C                                       50,000.00

Lot D                                                50,000,00

 

Each LOT shall attract a non-refundable Fee as specified

 

5.0     Submission of Documents

All submission for each LOT should be in duplicate copies in a wax sealed Envelope and identified with the Projects reference and LOT number at the top left hand corner and marked “Pre-Qualification for Tender for Tenderer and Tender Documents” (Seperately) and delivered either by hand or courier service to reach the address stated below on or before 1st October 2012. All Submissions, in sealed envelope, should be delivered to the address below not later than 12 noon.

 

The Registrar & Secretary to Council,

Kwara State Polytechnic, Ilorin,

P.M.B. 1375, Ilorin.

 

Pre-qualification and Tender Documents will be opened immediately thereafter at Conference Room, Dr. Abubakar Olusola Saraki, Central Administration Complex, Main Campus, Kwara State Polytechnic, Ilorin 12:30prn on the same day.

 

Failure of a bidder to follow the order of any of the instructions above or to provide any of the listed documents may automatically result to disqualification.

 

N:B

(i)      Only pre-qualified bidders Tender Documents will be opened during opening of Tender Document Exercise.

 

(iii)    Notwithstanding the Submission made by the bidders, Kwara State Polytechnic, Ilorin is neither committed nor under obligation to include any Contractors/Suppliers on the Tender list.

 

Signed:

M.O. Salami

Registrar and Secretary to Council

 

 

Invitation to Bid for the Supply of Relevant Books and Upgrade of FRSC Library at Federal Road Safety Corps

Federal Road Safety Corps

National Headquarters Abuja

 

Invitation to Bid for the Supply of Relevant Books and Upgrade of FRSC Library

 

The Federal Road Safety Corps is committed to achieving the road safety goals of the UN Decade of Action and thus, braced up for the sustained pursuit of zero tolerance to road traffic crash. In its continued efforts to optimise performance of personnel and thereby, ensure a safer motoring environment for Nigeria, the Corps hereby invites competent companies to bid for the supply of the under-listed items.

 

S/No Description

 

Quantity
1 Local Area Network Connection with 12 ports

 

Lot
2 e-book Catalogue Software

 

Lot
3 HP Touch Smart 610-1280qd desktop PC (Flat panel PC with Screen and System Unit built together to conserve space)

•  Touch Screen

•  Windows 7 installed

•  Antivirus installed

•  Optical Mouse

•  25OGD HDD

•  2GB RAM

•  2.4 GHZ Processor speed (etc)

•  Note: 1 of the PCs will be used to Host    (Server Computer) e-book Catalogue Software mentioned

 

 

 

 

 

 

5

4 Double-sided Static book shelves

 

3
5 Internet facilities for up to 20 Pcs (inclusive of one year bandwidth subscription)

 

 Lot
6 Annual subscription to 2 online journals and database in Road Safety.

 

* Note: The 12 Zones of the Commission, the Training School, the FRSC Academy, the COMACE office and the eight Department s in the Head quarters will have access to these material with their log in details that will be provided

 

 

 

 

Lot

7 Training of Library personnel on the use of e-book Catalogue Software Application

 

Lot
8 Library Furniture

 

9 Renovation (interior) of the library

 

10 e-books (Encyclopaedia)

  • Road Traffic Encyclopaedia
  • Road Safety Audit Encyclopaedia
  • Online TDM Encyclopaedia – evaluation Safety & Health impacts
  • Online TDM Encyclopaedia – Traffic Strategies
  • Fatality Analysis Reporting System (PARS) national highway (Dec 8, 2011)
  • Road Traffic Injuries
  • FARS Encyclopaedia – the FARS encyclopaedia provides statistics on injuries and death from vehicle accidents that …… state

 

11 Relevant Road Safety Books Lot

 

2.       Pre-Qualification Requirements

Pre-qualification requirements are listed hereunder:

a.       Comprehensive company profile

b.       Evidence of Registration with Corporate Affairs Commission

c.       Evidence of payment of tax for the last three years

d.       Evidence of VAT Registration/Remittance Certificate

e.       Verifiable proof of company’s financial capacity to deliver (Bank Reference)

f.       Evidence of payment of training contributions to ITF (Industrial Training Fund)

g.       Evidence of experience in other similar jobs

 

3.       Submissions

Four (4) sealed copies of submissions should be appropriately marked stating the preferred lot and submitted at the Corps Procurement Office, Federal Road Safety Corps, Head Quarters, Wuse Zone 3, Abuja on or before 29th October 2012.

 

4.       Opening of Bids

Opening of bids shall take place at 2.00pm on the day of expiration of deadline. The venue will be the Visitors’ Room, FRSC Head Quarters, Wuse Zone 3, Abuja

 

5.       Important Information

  • Technical and financial submissions should be in two separate envelopes
  • For ease of identification, the reverse side of envelopes should bear the company’s name, address and phone number of contact person.
  • Please adhere strictly to closing date of bids.

 

Signed:

Management