Request for Expressions of Interest at Nigeria Extractive Industries Transparency Initiative (NEITI)

 

Nigeria Extractive Industries Transparency Initiative (NEITI)

 

Request for Expressions of Interest

Financial, Physical, Process Audit of the Nigerian Extractive Industry Sector: Oil and Gas 2012 and Solid Minerals 2011 – 2012

 

Background

The Nigeria Extractive Industries Transparency Initiative (NEITI) is mandated by law to promote transparency and accountability in the management of Nigeria’s oil, gas and mining revenues. NEITI is the national version of the Extractive Industries Transparency Initiative (EITI), which is a global movement aimed at ensuring that extractive resources aid sustainable development.

 

Pursuant to the above, NEITI intends to apply part of the proceeds allocated to it by the Federal Government of Nigeria for the procurement of Auditors/Consultants for the continuation of its annual audits covering Financial Physical and Process aspects of the Oil and Gas and Solid Minerals sectors.

 

 

 

1.       Scope of Work

A.      Oil and Gas Industry Audit 2012

The scope of services includes the following:

 

i)                   Report payments by companies and receipts by relevant government agencies duly reconciled in accordance to the EITI requirements

ii)                Report on the quantities of hydrocarbons (oil and gas and refined products, including condensates where appropriate) produced, exported and imported

iii)              Validate all payments by companies and government agencies to determine accuracy and completeness and report all underpayments and balances payable to the Federation

iv)              Review the policies and procedures on collection, custody and management of funds and make recommendations that will enhance the efficiency and transparency of the sector.

 

 

B.      Solid Minerals Industry Audit 2011 And 2012

The scope of services includes the following:

i)                   Report payments by companies and receipts by relevant government agencies duty reconciled in accordance to the EITI requirements.

ii)                Report on the quantities of solid minerals produced (extracted and mined) exported and imported

iii)              Validate all payments by companies and government agencies to determine accuracy and completeness and report all underpayments and balances payable to the Federation

iv)              Review the policies and procedures on collection, custody and management of funds and make recommendations that will enhance the efficiency and transparency of the sector.

 

 

The consultants would be required to carry out the assignments within a period of nine (9) months.

 

 

Accordingly, NEIT, invites Expressions of Interest from suitably qualified Auditors/Consultants with experience in Financial. Physical and Process Audit for the assignments.

 

Track record in EITI processes will be added advantage and International Consultants must partner with local counterparts to enhance their bid.

 

Pre Qualification Requirements

Expression of Interest from eligible Consultants should include the following information as basis for pre-qualification.

  • Evidence of Registration with Corporate Affairs Commission
  • Profile of firm/consortium including ownership structure;
  • Names and Curriculum Vitae of the firm’s top executives who will work on this assignment, including qualification and individual experience in handling similar assignments, preferably in EITI countries;
  • Details of similar assignment executed in the last five years:
  • Evidence of VAT Registration and Payment of Tax for the past three (3) years
  • Audited Financial statements for the last five years;
  • Evidence of compliance to the Pension Reform Act 2004
  • For firms applying as consortium, evidence of alliance/partnership between consortium members;

 

 

Consultants will be selected under Quality and Cost Selection Method (QCBS) in accordance with the provisions of the Procurement Act 2007.

 

 

SUBMISSION OF EOI

One original + five copies (and a softcopy on CD ROM) of the Expression of Interest must be submitted in a sealed envelope clearly marked “Expression of Interest for the Oil and Gas Industry Audit 2012 and Solid Minerals Industry Audit 2011 to 2012 as applicable. The EOI must be delivered not later than 5:00pm

On 15th August 2012 at the address indicated below;

The Executive Secretary

Nigeria Extractive Industries Transparency Initiative

4th Floor Murjanatu House 1, Zambezi Crescent

Off Aguiyi lronsi Street

Maitama, Abuja. Nigeria

Attention: Procurement

Tel:+234 9 290 6545

E-mail: procurement@neiti.org.ng

Website: http://www.neiti.org.ng

Only short-listed applicants will be issued Request for Proposal (RFPs)

Invitation to Tender for Goods and Services/ Request to Participate in Technical and Financial Bidding for Consultancy Services at Nigerian Shippers Council

Nigerian Shippers Council

4, Otumba .A. Yodele Soyede Lane (Formerly Park Lane) Apapa. Lagos.

Phone: 07098767065, E-mail: nsc@shipperscouncil.com. www.nigerianshipperscouncil.com

 

Invitation to Tender for Goods and Services/ Request to Participate in Technical and Financial Bidding for Consultancy Services

 

Introduction

The Nigerian Shippers’ Council, a Federal Government Parastatal under supervision of Federal Ministry of Transport, in line with the Public Procurement Act of 2007 hereby invites reputable and experienced Contractors/suppliers and Consultants to tender for Lots below:

 

Goods and Services

Lot 1.0        ICT Infrastructural Upgrade: Supply and Installation of Computer Hardware and Software Systems, Peripherals and Accessories.

 

Lot 2.0        Supply, Installation and Implementation of Operational & Administrative Computer Software Application.

 

Lot 3.0        Supply, Installation and Implementation of Shippers Information processing System.

 

Lot 4.0        Supply of Utility/Project Vehicles: Pick-up: Petrol engine, double cabin, 4whecl drive. Bus: 16 Sealer, Petrol Engine. Jeep: 4.7ltr, V8, Leather seat.

 

Lot 5.0        Supply and installation of Electricity Generating Set. Sound Proof.

 

Lot 6.0        Supply and Installation of Office Furniture and Equipment.

 

Consultancy Services

Lot 7.0        Feasibility Study for the establishment of a Maritime Shipping line Between Nigeria -Equatorial Guinea Sao Tome & Principe

 

Lot 8.0        Development of landed Property at Abuja. (Architectural Design).

 

2.0     General Eligibility Criteria.

Only Suppliers/Consultants that have proven capability, relevant experience and good track of records will be considered. The Companies wishing to carry out any job in the above listed lots must submit the following:

i.        Certificate of Registration/Incorporation with Corporate Affairs Commission.

ii.       Scanned copies of Tax clearance Certificate for the last three (3) years.

iii.      Evidence of previous detailed experience for similar jobs.

iv.      Evidence of Financial Capability dully issued from a Central Bank of Nigeria licensed commercial bank and Audited Account of last three years.

v.       Evidence of compliance and remittance with the provisions of the Pension Reform Act 2007.

vi.      Evidence of registration with Financial Reporting Council (FRC) of Nigeria.

 

Additional Requirements for Lots 1, 2, 3 and Consultancy Lots:

vii.     Evidence of registration with relevant professional Bodies such as ICT regulatory Body and Architects Registration Council of Nigeria (ARCON).

viii.    Evidence of registration of principal partners with the relevant Professional Association and Regulatory Body.

 

3.0     Collection of Tender Documents

Tender documents including Request for Proposals (RFP) are obtainable from the Office of:

 

The Secretary

Procurement Planning Committee

7th floor, Nigerian Shippers’ Council,

No. 4, Otumba Ayodele Soyede Lane.

(Formerly Park Lane)

Apapa, Lagos.

 

on payment of a non-refundable bid processing fee of N25,000.00 per Lot through bank draft payable to Nigerian Shippers’ Council, Lagos.

 

3.0     Submission of Tender Documents

The tender documents for Goods (original and a copy in separate envelopes) are to be enclosed in a sealed envelope marked at the top left hand corner “Tender for Goods” “The job for which the tender is submitted should be clearly indicated on the envelope (e.g. Supply of Utility Vehicles – Lot 4.0) The tender documents should be dropped into Bid box marked. “Goods” on the 9th floor on the above address. For Consultancy: The Technical Proposal marked “TP” and Financial Proposal marked “FP” (1 original each and 2 copies each) sealed with Company’s name and lot numbers in separate envelopes which in turn should be sealed in a larger envelope with the same marks, to be slotted into “Consultancy” Box on the 9th floor. All bids to be addressed to: The Executive Secretary/Chief Executive Officer, Nigerian Shippers’ Council 4, Otumba Ayodele Soyede Lane, (Formerly Park Lane) Apapa, Lagos.

 

Submission of bidding documents must not be later than Tuesday 7th August, 2012.

 

4.0     Important Notice

i.        All tenders for Goods and for Consultancy Services must be received not later than 11am on the above date.

Financial Bids (Goods) shall be opened on 7th August, 2012 by 11:30am, at Conference Center, Nigerian Shippers’ Council, 4, Otumba Ayodele Soyede Lane, (Formerly Park Lane) Apapa, Lagos.

ii.       Bidders or representatives of bidding companies and the general public who wish to attend the Bid Opening exercise are invited.

 

iii.      For Consultancy, only firms whose Technical Proposals fulfill the minimum requirements would have their Financial Proposals considered.

iv.      This notice shall not be construed to be a commitment on the part of Nigerian Shippers’ Council to award any form of contract to any respondent(s) nor shall it entitle any organization submitting document to claim any indemnity from the Council.

 

Signed:

Management:

 

Construction, Rehabilitation and Renovation of Public Buildings at Enugu State Ministry of Works and Infrastructure

Government of Enugu State of Nigeria

Ministry of Works and Infrastructure

 

Invitation for Pre Qualification

 

Enugu State Ministry of Works and Infrastructure, on behalf of the State Government invites Expressions of Interest (E.O.I.) for prequalification from contractors with proven experience and competence in building construction, willing to bid for the construction, rehabilitation and renovation of Public Buildings for Enugu State Government.

 

Pre-Qualification Requirements

 

A.   General Company Profile:

  • Full details of company Profile accompanied with details of ownership.
  • Evidence of company registration with Corporate Affairs Commission (CAC)
  • Current Tax Clearance Certificate for the last three (3) years, (2009, 2010, 2011)
  • Evidence of VAT registration and remittance.
  • Evidence of current registration with Enugu State Ministry of Works and Infrastructure in the appropriate category and type of work.

 

B.   Technical Capacity

  • List of CV’s of key staff and organizational structure showing Personnel with good knowledge base in building construction.
  • Relevant and verifiable work experience in similar jobs. Interested contractors are required to attach evidence of signed completion certificate, and/or letter of award from clients to support claim.
  • Implementation tools.

 

C.      Financial Capacity

  • Company’s current audited financial reports for the last three (3) years (2009, 2010, 2011) stamped and signed by a registered Chartered Accounting Firm.
  • Bank reference from reputable Commercial Bank
  • Evidence of payment of N40, 000.00 (Forty thousand naira) only, processing fee.

 

All submissions should be in two sealed envelopes clearly marked on “the top left corner “Expression of Interest for Construction, Rehabilitation and Renovation of Public Buildings for Enugu State Government”, addressed to the Permanent Secretary, Enugu State Ministry of Works and Infrastructure and submitted to the Director (Planning, Research and Statistics) Department of the Ministry on or before 18th July 2012.

 

Signed:

For: Permanent Secretary

Ministry of Works & Infrastructure

Enugu State.

Execution of Projects at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Invitation to Tender

FMENVT/2012/ITT-I

 

INVITATION TO TENDER

1.     Introduction

The Federal Ministry of Environment intends to finance the following works contract described below under the 2012 Capital Budget.

 

 

Scope: The scopes of the contracts vary for the various lots and are as follows:

 

S/N Lot Number Project Descrition
1 ITT-I-W-EC-1 Ichida Erosion Control Works. Anambra State
2 ITT-I-W-EC-2 Nimo Erosron and Flood Control Protect at Nimo, Anambra State
3 ITT-I-W-EC-3 Erosion Control at Ifite Village Aguluzigbo. Anambra State
4 ITT-I-W-EC-4 Erosion Control Along Ovoko-lbagwa-Aloragu Road. Igboeze South. Enugu State

 

5 ITT-I-W-EC-5 Udohbunka Road Ezutiti Adazi-Ani Erosion  Control, Anambra State

 

6 ITT-I-W-EC-6 Uruabor-Umuazu Erosion And Flood Control. Idimili North LGA of Anambra State
7 ITT-I-W-EC-7 Erosion Control at Unguwan Yamma Gangaren Hurumi in Kontangora LGA, Niger State
8 ITT-I-W-EC-8 Erosion Control and Flood Channelization Works in in Nri-Agukwu, Anambra State
9 ITT-I-W-EC-9 Water Harvesting and Erosion & Flood Control Works in Kangtang, Plateau State
10 ITT-I-W-EC-10 Erosion Control in Ifo, Ogun State
11 ITT-I-W-EC-11 Construction of Drainage System at Gauraka, Tafa LGA of Niger State
12 ITT-I-W-EC-12 Gully Erosion Control Project at Dikenta Avutu Obowo LGA. Imo State
13 ITT-I-W-EC-13 Construction of Asphalted Road To Control Erosion Menace In Udohbunka in Anambra State
14 ITT-I-W-EC-14 Construction of River Bank Erosion Mitigation Measures at Ebonyi River, Abakaliki, Ebonyi State
15 ITT-I-W-EC-15 Construction of Asphalted Road to Control Erosion at Ajowa-Otomu Road, Abule Ife. Ogun State
16 ITT-I-W-EC-16 Construction of Ashalted Road to Check Erosion Menace in Ifite Village, Aguluziabo, Anambra State
17 ITT-I-W-EC-17 Dredging of Oke Ira Drainage Channel Ikorodu Lane, Ogba, Lagos, Lagos State
18 ITT-I-W-EC-18 Erosion Control at Lisobo/Power Line Ore Odigbo LGA, Ondo State
19 ITT-I-W-EC-19 Erosion Control at Wase Ung, Kuyanbana, Wase LGA, Plateau State
20 ITT-I-W-EC-20 St. John’s Erosion Control Project in Katsina Ala LGA, Benue State
21 ITT-I-W-EC-21 Damaturu Erosion Control, Yobe State
22 ITT-I-W-EC-22 Erosion Control Works and Culverts in Egbale, Esun, Baruten LGAs, Kwara State
23 ITT-I-W-EC-23 Kofar Kware Flood Control/Drainage Works, Sokoto State
24 ITT-I-W-EC-24 Adebayo Ighole Erosion Control Project llorin, Kwara State
25 ITT-I-W-EC-25 Ajikobi Erosion Control Project, llorin, Kwara State
26 ITT-I-W-EC-26 Erosion /Canal Control at Ukpah Community in Bekwara LGA, Cross Rivers State.
27 ITT-I-W-EC-27 Rehabilitation of Eki-Abhiele-ld Ughulu-Okpujie-ldigun Road, Amedokhian and Construction of Side-Drains and Earth Work at Amedokhian, Edo State
28 ITT-I-W-EC-28 Erosion Control in Olugbemi to Atan River, Orire LGA, Oyo State.
29 ITT-I-W-EC-29 St. Louis College Jankwano Hospital Erosion Control, Plateau State.
30 ITT-I-W-EC-30 Erosion Control Umoh Edem Street off Ekpo Abasi Calabar South LGA, Cross Rivers State.
31 ITT-I-W-EC-31 Erosion Control at Dawakin Tofa Town, Kano State
32 ITT-I-W-EC-32 Water Harvesting through Erosion Control in Janai-Gamu Wase LGA, Plateau State.
33 ITT-I-W-EC-33 Rehabilitation and Construction of Side-Drains of Id.lyasale-Eguare-ldima-ld. Arhu Road at Ewatto, Edo State.
34 ITT-I-W-EC-34 Erosion and Flood Control at Giwa/Birnin Gwari Road, Kaduna State.
35 ITT-I-W-EC-35 Erosion and Flood Control at Tudun Wada, Kaduna State.
36 ITT-I-W-EC-36 Erosion and Flood Control at Ndua Ukpa Okpoto-Ete, Akwa Ibom State.
37 ITT-I-W-EC-37 Erosion Control in Laka Epo Area to Owode Abogunde, Ogbomosho North LGA, Oyo State.
38 ITT-I-W-EC-38 Erosion Control in Oolo Village, Orire LGA, Oyo State
39 ITT-I-W-EC-39 Completion of Erosion Control Works at Usuk/Atai Obio Ediene and Ibianang, Akwa Ibom State
40 ITT-I-W-EC-40 Erosion/Drainage Control Project at Okat-Mkpok Road, Akwa Ibom State.

 

41 ITT-I-W-EC-41 Okpula Owu Amakohia Erosion Control Phase 1, Imo State.
42 ITT-I-W-EC-42 Baban Namba Tal Younq Erosion Control, Plateau State.
43 ITT-I-W-EC-43 Flood And Erosion Control at Gopiona Avenue, Gra, Benin City, Oredo LGA, Edo State
44 ITT-I-W-EC-44 Completion of Erosion Control Works at Mbiabong and Ikpe Ikot Nkon, Akwa Ibom State
45 ITT-I-W-EC-45 Erosion and Pavement Strengthening at Doka, Kaura Wali, Gazara and Gimi Town, Kaduna State
46 ITT-I-W-EC-46 Erosion Control Along Ovoko-Alor Uno Road, Igboeze South, Enugu State
47 ITT-I-W-EC-47 Water Harvesting Through Erosion Control in Jarmai-Gamu Wase LGA, Plateau State
48 ITT-I-W-EC-48 Erosion Control at Bashar, Wase LGA, Plateau State
49 ITT-I-W-EC-49 Erosion Control at Umulewe, Umuma Ideato South. Imo State
50 ITT-I-W-EC-50 Erosion Control at Amuwo Odofin, Lagos State
51 ITT-I-W-EC-51 Surface Damwater Harvesting Through Erosion Pangnang Langang North, Plateau State
52 ITT-I-W-EC-52 Erosion and Flood Control At Kamba, Kebbi State

 

53 ITT-I-W-EC-53 Erosion Control in Monkin-Zing-Kassa-Lamma Road, Taraba State

 

54 ITT-I-W-EC-54 Erosion And Flood Control At Obulu Okiti, Delta State
55 ITT-I-W-EC-55 Jamtari -Yelude -Gubudo River Bank Erosion Control, Adamawa State

 

56 ITT-I-W-EC-56 Completion of Akanu Item Erosion and Flood Control, Abia State (Phase III)
57 ITT-I-W-EC-57 Establishment of Community Based and Automated Flood Early Warning Systems (FEWS) In The Monitoring and Management of Flood in the Country Nationwide
58 ITT-I-W-EC-58 Erosion Control Works Along Marine Beach Calabar Clerls, Cross River State

 

59 ITT-I-W-EC-59 Dredging and Channelization of Ureje River, Ekiti State
60 ITT-I-W-EC-60 Erosion Control Madufa River Bank in Zaki Lga, Bauchi State
61 ITT-I-W-EC-61 Erosion Control Project in Takum, Taraba State

 

62 ITT-I-W-EC-62 Umuneke-Obike Ngor Erosion Project Phase II, Ngor Okpala, Imo State

 

63

 

ITT-I-W-PR-1

 

Renovation & Partitioning of The Ministry’s Central Store Abuja

 

64 ITT-I-W-PC-1

 

Establishment of Ozone Village in Ikenne LGA of Ogun State
65 ITT-I-W-PC-2

 

Establishment of Waste Transfer Loading Station in Abeokuta, Ogun State
66 ITT-I-W-PC-3

 

Construction of Integrated Waste Management Facility in Ado-Ekiti
67 ITT-I-W-PC-4

 

Water Supply for the waste Recycling Facility in Owerri, Imo State.

 

 

S/N Lot Number Project Description
71 ITT-I-W-DD-1

 

Establishment of 3 Hectares Afforestation to Combat Drought & Desertification in Jat, Langtang Plateau State
72 ITT-I-W-DD-2

 

Establishment of a 10 Hectares Acacia Senegal Plantation in Kebbi State to Combat Drought & Desertification
73 ITT-I-W-DD-3

 

Development of a Green Village in Waga, Madagali LGA, Adamawa State
74 ITT-I-W-DD-4

 

Development of a Green Village in Jiddel, Michika LGA, Adamawa State
75 ITT-I-W-DD-5

 

Establishment of 12 Hectares of Acacia      Plantation in Yarda , Kaugama LGA of Jigawa State.
76 ITT-I-W-DD-6

 

Establishment of 10 Hectares Woodlot Plantation in Dukku LGA. Gombe State.
77 ITT-I-W-DD-7

 

Stabilisation of 15 Hectares Sand Dune in Gudumbali, Guzamala LGA of Borno State
78 ITT-I-W-DD-8

 

Development of 8 Hectares Rangeland in Satiru – Dange, Shiru LGA. Sokoto state

 

79 ITT-I-W-DD-9

 

Rehabilitation of 8 Hectares Oasis in Yusufan, Yusufari LGA, Yobe State

 

80 ITT-I-W-FR-1 2012 National Tree Planting Campaign: Planting of 20 -Hectares Plantation in Kaduna, Kaduna State.

 

81 ITT-I-W-FR-2 Establishment of National Arboretum: Fencing of The Proposed Site at Dangara village Kwali Area Council FCT
82 ITT-I-W-CC-1 Pilot Project (Solar) to Promote Energy Efficiency in Sokoto

 

83 ITT-I-W-CC-2 Installation of Bio-Gas System at the Keffi Prison, Nasarawa State

 

84 ITT-I-W-CC-3 Development of a Skill Acquisition Centre with Solar Powered Grinding Machines in Baruten Community of Kwara State

 

86 ITT-I-W-CC-4 Development of a Skill Acquisition Centre with Solar Powered Grinding Machines in Kaiama Community of Kwara State

 

87 ITT-I-W-CC-5 Development of a Renewable Energy Village in Kaduna

 

88 ITT-I-W-CC-6 Development of a Solar Drying Center in Bwari Abuja

 

 

 

Note: These lots do not require bid security

 

S/N Lot Number Project Description
1 ITT-I-G-FA-1

 

Procure of Equipment for the Ministry’s Account Offices (FMENV HQTRS & 36 States)
2 ITT-l-G-PR-1

 

Procurement of Physical and Electronic Storage   System (Hardware & Software) and Installation at HQ, Abuja.
3 ITT-l-G-PC-1

 

Procurement and Installation of Air Quality Monitoring and Management Station in Idu Industrial Layout, Abuja
4 ITT-l-G-EA-1

 

Procurement of   Bulk Document Storage and Archiving Facilities for the EIA Registry
5 ITT-l-G-EA-2 Procurement of Soil Study Equipment
6 ITT-l-G-HR-1 Procurement of Training Equipment
7 ITT-l-G-CC-1

 

Procurement of Clean Cook Stoves

 

8 ITT-l-G-CC-2 Procurement of Solar Powered Vaccine Cold Store
9 ITT-l-G-CC-3 Procurement of SOW, 100W and 200W Solar Kit

 

 

 

Note: These lots do not require bid security

 

 

Tender Requirements:

Interested companies are required to posses and submit the following as part of the tender documents- Tenders without any of I-XII need not apply.

(i)                Certificate of Registration with Corporate Affairs Commission (Limited Liability Only)

(ii)             Evidence of VAT Registration and Remittance

(iii)           Company’s current Tax Clearance certificate for the last three (3) years. (State Tax Identification Number TIN)

(iv)           Evidence of Compliance (Registration and Remittance) with the provision of the Industrial Training Fund (ITF) Amendment Act 2011

(v)             Evidence of Compliance (Registration and Remittance) with the provision of the PENCOM Act 2004.

(vi)           Provide details of Company’s Profile including the Curriculum Vitae of 5 most important professional staff and other resources.

(vii)        Verifiable evidence of previous experience in the Jobs of this magnitude/nature in the last five years. (Attach letters of Award and Certificate of completion

(viii)      List of Equipment owned or leased with identification numbers.

(ix)           Company Audited Account for the last 3 Years

(x)             Evidence from the company’s Bankers as to its financial capacity/Bank Support to undertake the works, if awarded.

(xi)           Name/e-mail Address and phone number of contact person.

(xii)        A Letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies.

 

Please provide ONLY coloured photocopy of the documents listed as items i, ii and iii.

 

 

Additional Information:

(i)                Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or

(ii)             The advertisement shall not be considered as commitment on the pan of the Federal Ministry of Environment: nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.

(iii)           The Federal Ministry of Environment reserves the right to make available the Tender documents to qualified bidders only,

(iv)           Bids requiring bid security must be accompanied with a 2% Bid Security from a Nigerian Commercial Bank.

(v)             All bids must be accompanied with a prepaid self addressed courier slip for right of  reply purposes.

 

Non-Refundable Tender Fee

Complete set of bidding documents are to be collected from Secretariat of MTB Federal Ministry of Environment, Room B30I. Mabushi on the payment of a non-refundable fee of N20.000 00 in bank draft issued in favour of the Federal Ministry of Environment for each of the Lots. (Bid switching after purchase will not be allowed

 

 

Submission and Deadline

The Submission is to consist of one original and two duplicate copies in the envelope marked “Confidential” on the Top Left corner and written ITT (Specify LOT at the Centre  

The submission is to be addressed to:

The Secretary,

Ministerial Tenders Board, Federal Ministry of Environment,

Abuja

Telephone: 08094912628

E-mail: mtbfmenvt_abuja@yahoo.com

Not later than 30th July, 2012

And submitted at:

Room 19 Ground Floor

Green Building

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 Funds 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) and consultants to tender for the procurement of Goods, Works and Services appropriated under the various Departments and Agencies of the Ministry in the Year 2012 Appropriation as specified in the following paragraphs:

 

A.   Rural    Development    Department    (Rural Access Mobility Program)

 

 

I.                  CONSULTANCY

 

Lot Expression of Interest Location
1 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation   of   Ubokpo – Edikwu – Opaha Road, Benue State (8km)

Benue State
2 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation of Rim Junction – Jol, Riyom Road, Plateau State (10km)

Plateau State
3 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation   of Otobi – Ujume – Edumoga -Ohuma Road, Benue State (6km)

Benue State
4 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation of Otada – Emichi – Okpamaju -Odudaje Road, Benue State (6km)

 

Benue State
5 Design, Preparation of Bidding Documents And

Supervision of the Rehabilitation of Oshigbulu — Obagaji – Okokolo Road, Benue State (7km)

Benue State
6 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation of Onobi – Icho – Ajobe – Otukpo Road, Benue State (4.0km)

Benue State
7 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation   of Oju – Ujume – Edumoga -Ohuma Road, Benue State (6km)

Benue State
8 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation of Ogoli – Ipolo – Ipum/Cho Road, Benue State (5km)

Benue State
9 Design, Preparation of Bidding Documents and

Supervision   of   the Rehabilitation      of   Ochobo   –   Adadagba   -Onyagede Road, Benue State (13km)

Benue State

 

10 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation of Ikun Ekiti Road, Moba Lga, Ekiti State (1.0km)

 

Ekiti State
11 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation of Igunmale – Ulayi – Jigban Road, Benue State (7km)

Benue State
12 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation of Efoyo- Ikpogo – Omadewu -Ebya Road, Benue State (6km)

Benue State
13 Design, Preparation Of Bidding Documents and

Supervision of the Rehabilitation of owulema     – Ajegaji – Ogene -Alagjanu Road, Benue State (6km)

 

Benue State
14 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation of Road Network At Apata Kekere Village in Oke Orogun     – Ojoo – iwo Road Express Way, Akinyele,  Oyo State (3km)                                         

Oyo State
15 Design, Preparation of Bidding Documents and Supervision of the Rehabilitation of Ubokpo – Ijantle – Okobi Road, Benue State (6km) Benue State
16 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation of Adoka – Umogidi – Opaha Road, Benue State (7km)

 

 

Benue State
17 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation of Adum East –   Adiko  – Okwutungbe Road, Benue State (6km)

Benue State
18 Design, Preparation of Bidding Documents and

Supervision of the Rehabilitation of Agba   – Esha, Igweledeoha/Ndeoke   –   Ededeagu Road In Ebonyi & Ohaukwu, Ebonyi State (3km)

Ebonyi State

 

 

B.      Federal Department Of Agriculture (Pda)

I.       Cotton Value Chain (Works)

 

Lot Works Description Location
19 Construction of Cotton Harvest Sacks See Bid document

 

ii.       SOYBEAN VALUE CHAIN (GOODS)

 

Lot Description Of Items Location
20 Seed dressing Chemicals (Fungicides)-Apron Plus, Apron Star See Bid document
21 Herbicides for soybeans and other legume weeds control See Bid document

 

22 Multipurpose Grain Legume Threshing Machines See Bid document

 

 

 

iii.      SORGHUM VALUE CHAIN (CONSULTANCY)

 

Lot Expression Of Interest Location
23

 

Commercial Feasibility Study (Business Plan) for the Establishment of Sorghum Fortified Foods Plant in Nigeria See Bid document

 

 

 

 

iv.      COCOA VALUE CHAIN (GOODS)

 

  Description Of Items Location
24

 

Procurement of 2,500 bales hydrocarbon free jute bags for cocoa

 

See Bid document

 

25 Procurement of 2,500 units Spraying equipment: Solo pump (Brass Tvpe – 18″ long made in England) 2,500 units See Bid document

 

26 Procurement of 15 2,000 Units Spraying Pump: Knapsack CP -15 (15 litres capacity) See Bid document

 

 

C.      Agro-Processing & Marketing Department (APM)

 

i.        Works:        Cassava Processing Equipment-

 

 

Lot Work Descriptions Location
27 Procurement of Motorized cassava peeler coupled with 7hp air cooled diesel engine(500kg/hr) See Bid document

 

28 Procurement of Motorized cassava peeler coupled with 7hp air cooled diesel engine (500gkg/hr) See Bid document

 

29 Procurement of Cassava Grater coupled with 5hp 3    -phase electric motor (3tons/hr, stainless Rasper) See Bid document

 

30 Procurement of Sifter coupled with 1hp electric motor (Iton/hr, stainless steel sieve and collector) See Bid document

 

31 Procurement of Dewatering Press, High Capacity Cassava mash presser coupled with 30tons hydraulic jack. See Bid document

 

32 (a)   Procurement of 1.2m x 2.4m stainless tray fryer: 3mm thick (25kg/batch)

 

See Bid document

 

  (b)   Procurement of manual Cassava chipping tool (manual chipper)-Farm gate (1000kg/hr).

 

See Bid document

 

  (c) Procurement of Motorized chipping machine coupled with 7hp diesel engine: Mild steel material tool (2tons/hr).

 

See Bid document

 

33 Procurement of Mechanical Gritter, Mild steel constructed with 6hp petrol Engine: (180kg/hr). See Bid document

 

34 Procurement of Cassava Root washing trough constructed of galvanised sheet with manually operated wash basket (100kg of fresh roots/batch) See Bid document

 

35 Procurement of improved heat exchanger See Bid document

 

36 Procurement of improved heat exchanger See Bid document
               

                      RICE PROCESSING EQUIPMENT

 

37 Procurement of Rapid Steam parboiler (200-250kg/batch See Bid document
38 Procurement of Mechanical dryer (250 -300kg/batch) at 6 batches/day                                                                                          See Bid document
39 Procurement of Mechanical dryer (250 -300kg/batch) at 6 batches/day                                                                                              See Bid document
40 Procurement of Mechanical destoner (300kg/hr) See Bid document
41 Procurement of Mechanical destoner (300kg/hr)                         See Bid document
42 (a) Procurement of Probe Moisture meter                                      See Bid document
(b) Procurement of Bag Stitching Machine See Bid document

 

 

 

 

 

Lot Description Of Items Location
42 A:     Livestock Feeds

  1. 1,500 bag Rice Brand (100kg)
  2. 1,500 Cotton Cake (100kg bag)
  3. 5,000 kg Groundnut Cake

 

 Poultry Feeds

i.    1,500 bags Broiler Starter (25kg)

ii.   1,500 bags Chick Mash (25kg)

 iii.  6 Nos. Poultry Pen (l,000chicks Capacity)

 

Abuja
43 Fish Feeds

a.   850 bag Fish Feeds (2mm size)(25kg)

b.   6 Nos. Fish Tanks (2,500 fingerlings   capacity)

c. 50,000 Fish Fingerlings

 

 
  Cassava Processing Equipment:  
 
  • 6 Nos. Cassava Grater coupled with 5HP 3-phase electric motor (3tons/hr, Stainless Steel Rasper)
  • 18 Nos. Dewatering Press High Capacity Cassava Mash Presser
  • Coupled with 30tons Hydraulic Jack (500kg/batch)
  • 24 Nos. Collapsible Raised Wooden Drying Platform (nos.)
  • 8 Nos. Motorized Chipping Machine coupled with 7HpDiesel Engine: Mild Steel material (2tons/hr)
  • 34 Nos. manual Cassava Peelers
  • 6 Nos. Washing Tank (Bowl) (200 Litres)
  • 6 Nos. Bur Mill (2A)
  • 12 Nos. Stainless Steel Tray Fryer (1.2m x 2.4m): 3mm thick (25kg/batch)
  • 6 Nos. Deep Well with Overhead Tank (2,500gals)
  • 6 Nos. Weighing Scale (0-50Kg)
 
45 Rice Processing Equipment:

 

 
 
  • 6 Nos. Rice Pre-Cleaner Powered by 5 -7 HP Diesel Engine
  • 6 Nos. Rice Milling Machine (0.5ton/hr) 42 Nos. Rapid Steam Parboilers (250-300g/batch)
  • 6 Nos. Mechanical Dryers
  • 6 Nos. Destoners
  • 6 Nos. Probe Moisture Meter
  • 6 Nos. Bag Sewing Machine
  • 6 Nos. Collapsible Raised Wooden Drying Platform
 
46 Rice Production Equipment:  
 
  • 6 Nos. Rice Reaper (0.5tons/hr)
  • 6 Nos. Rice Thresher (Multi-Purpose throwing type) (0.75 – l.5tons./batch)
  • 30 Nos. Rice Planter

 

 
47 Oil Palm Processing Equipment:

 

 
 
  • 4Nos.   Oil Palm Digester
  • 10 Nos.   Screen Separator/Stripper
  • 10 Nos.   Screw Press
  • 10 Nos.   Fruit Cooker
  • 6 Nos.   Flat Top Weighing Scale
  • 6 Nos.   Deep Well with Overhead Tank
  • 6 Nos.   Plastic Containers
  • 6 Nos.   Oil Palm Processing Accessories
 
48 Small Scale Oil Seed Processing Equipment:  
 
  • 1 No. Oil Expeller/ Extractor Unit
  • 2 Nos. Roaster (nos.)
  • 2 Nos.   Filter Press & Pump (nos.)
  • 1 No.   Oil Storage Tanks (nos.)
  • 2 Nos.   Packaging Unit
  • 2 Nos.   Deep Well with Overhead Tank (nos.)
 
49 Fruits & Vegetable Processing Equipment:  
 
  • 8 Nos.   Collapsible Drying Platform
  • 2,000 Nos.   Storage Containers/Baskets(Raffia)
    • 80 Nos.   Fruit & Vegetable Slicer
 

 

 

 

D.      Federal Department of Fisheries

i.        (Consultancy)

 

Lot Expression of Interest Location:
51 Upgrade of Facilities of Small-Scale Fish Farms, Fingerling Producers, Fish Processors, e.tc. See Bid document
52 Intensive Training of fish farmers, researchers, fish processors, extensionist and FDF Staff in 6 States to start (One State/ geo -Zone) for 250 trainees per state See Bid document
53 Baseline Studies and inventorisation of public fish farm and hatcheries in 36 States and FCT See Bid document
54 Evaluation of 18 public fish farm and hatchery Establishment See Bid document
55 Assessment of 12 selected Water Bodies for Fish Cage Culture under the Implementation of Aquaculture Value Programme See Bid document

 

 

Qualification Criteria and Tender Requirements

3.       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

  1. Forms; CO7;

     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 verifiable from Federal Inland Revenue Service (FIRS);

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

  1. Evidence of VAT Registration & past VAT remittances;
  2. Letter of Financial Capability & Banking support;

  ix.            Evidence of payment of non- refundable Tender Fee of N 10,000.00 only 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.            Submission of technical details & brochures of items being tendered for and evidence of Manufacturers’ Authorization of dealer/distributorship appointment;

  1. Any other document(s) to support the qualification and tender documents as may be contained in the Standard Bidding Documents;
  2. Bidders for Roads Construction Lots must be registered with COREN;
  3. Bidders must not bid for more than two Lots;
  4. Any Bid above 50million must be accompanied with Bid Security of 2% of Bid Price;
  5. Only existing functional Textile Mills will be eligible considered to apply and make the supplies to LOT B(i)- Cotton Harvesting Bags
  6. All the requirements stated in paragraph 3(i – xviii) shall be enclosed in 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 into the Ministry’s Account for goods and works as follows:

Account Name: Federal Ministry of Agriculture and Rural Development

Account Number: 321-207270113

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

 

 

5.       Submissions of Tender Documents

The completed tender documents must be submitted in three (3) copies each; including one (1) original and two (2) copies, in 2 separate sealed envelopes clearly marked “Technical” and “Financial” and both sealed in a third envelop marked with the appropriate project title and lot number at the top right hand corner and delivered to the address below not later than 12.00 noon of Monday 6th   August, 2012, (for works and goods) and 12.00 noon of Monday 23rd July, 2012, (for EOI):

The Secretary;

Ministerial Tenders Board;

Federal Ministry of Agriculture and Rural Development;

2nd Floor, Room 213;

FCDA Secretariat, Area 11, Garki Abuja.

 

 

6. Opening of Bids

Technical bids will be opened at 1.00pm on same date at the NATIONAL AGRICULTURE RESEARCH COUNCIL, Mabushi, Abuja after the close of the submission date and only qualified bidders, relevant NGOs and CSOs will be invited to witness the public opening of the financial bids documents.

 

 

Please Note:

7.       Contravention of the conditions in Paragraph 3(i to xviii) could lead to disqualification of bid.

8.       Late submission of bids will be rejected.

9.       This advertisement shall not be construed as a commitment on the part of the Federal Ministry of Agriculture and Rural Development nor shall it entitle any bidder submitting documents to claim any indemnity from the ministry.

 

Signed;

Dr Ezekiel O Oyemomi

Permanent Secretary