Invitation for Pre-qualification to tender at Mafa Local Government

Mafa Local Government

Borno State of Nigeria

 

Invitation for Pre-qualification to tender

 

Reputable and competent contractors are hereby invited by Mafa Local Government of Borno State to Tender for the following projects:

 

1.       Extension of pipelines to Mafa Township

2.       Construction of shopping complex at Ajiri North

3.       Construction of shopping complex at Ajiri South

4.       Electrification of Mafa Township phase IIA

5.       Drilling of borehole at Maiwa Kura village

 

To qualify for the bidding the following are required:

 

  1. Certificate of incorporation of the company
  2. Evidence of registration as a contractor with Borno State
  3. Certificate of tax clearance for at least 3 years
  4. Evidence of financial strength of the company
  5. List of key personnel with evidence of proficiency and experience
  6. Strength of plant equipment
  7. Record of previous execute projects

 

Pre-qualification documents should be sealed in an envelope and submitted to the Mafa Local Government Secretariat. Submission of the profile shall be done on or before 8th August, 2013 and successful contractors will only be contacted to tender after screening.

 

Signed:

Mohammed Lawan Sheriff

(Local Government Secretary)

(Tender Board Secretary)

For: Chairman

Invitation to Tenders/Bids at Federal Government College Buni Yadi

Federal Government College Buni Yadi

PMB 1008 Buni Yadi, Yobe State

 

Invitation to Tenders/Bids

In compliance with the relevant provisions of the public procurement Act 2007, the Federal Government College Buni Yadi Yobe State intends to undertake the under listed projects under the 2013 appropriation. Consequently, the College wishes to invite competent and reputable Companies to submit bids/tenders to participate in the execution of the projects.

 

LOT1 –        Renovation of Classrooms

LOT2 –        Renovation of Student Hotel

LOTS –       Construction of Access Road and Drainages

LOT4. –       Construction of Perimeter Fence

 

Tender Requirements

The following under-listed documents are required and world serve as basis for consideration.

  1. Registration with Corporate Affairs Commission (CAC)
  2. Evidence of compliance with Pension Reform Act 2006 and up to date remittance to employee’s pension fund contribution.
  3. Company tax clearance for the last three years
  4. Evidence of VAT registration.
  5. Verifiable list of similar jobs executed In the past
  6. Company profile to include among others office address, current telephone numbers), e-mail address and evidence of technical and professional qualification.
  7. Evidence of financial capability.
  8. Bidders should indicate the lot category they intend to bid for
  9. Any other relevant information that will be helpful in determining the company’s suitability for the supply.
  10. Evidence of compliance with the provision of the industrial training fund amendment act as in section 6(1) (3).

Payment of Tender Fee/Collection of Tender Document

Interested bidders/companies are to pay a non refundable tender processing fee of Ten Thousand Naira only (10,000.00) per lot.

There upon may collect tender documents on presentation of payment receipt to the secretary of the Tender Board.

Submission of Tenders/Bids

All completed tender documents should be submitted in sealed envelope one original and photocopy and addressed to the Secretary Tender Board on or before 12:00 noon Monday 16th September, 201 3

Opening Of Tenders/Bids

The tenders received will be publicly opened immediately after the closing of submission of Tenders/Bids at the college conference room on Monday 16th September, 2013 12:00 the general public civil society, press, Bidders or representatives are invited to witness the opening of tenders/bids. Late bids will be rejected.

Additional Information

Preference shall be given to Tenders within the North-East Geo-Political zone and those with previous experience in executing projects of similar scope for Federal Government Colleges.

 

Sign:

Secretary Tenders Board

Invitation for Tender at Federal Roads Maintenance Agency (FERMA).

Federal Roads Maintenance Agency (FERMA).

Headquarters

Plot 163, Aminu Kano Crescent, Wuse II – Abuja

Invitation for Tender

General and Special Maintenance Repairs of Some Federal Roads Network Nationwide and Renovation of Ferma Headquarters Building

 

Introduction:

In pursuance of the extant guidelines of the Public Procurement Act 2007, the Federal Roads Maintenance Agency (FERMA) in furtherance to her statutory mandate is desirous of carrying out General and Special Maintenance Works. To this effect, suitably qualified Contractors are invited to tender for General and Special Maintenance Repairs of Some Federal Roads Network Nationwide

Package 1: General and Special Maintenance Repairs Of Some Federal Roads Network Nationwide

Scope of Works

The Scope of works includes, but not limited to:

Site clearance, desilting of existing drains and culverts, construction of new drains and culverts, scarification of failed sections, earth works on completely failed areas, general bridge maintenance, protective works, kerbs, laterite/cement stabilized sub base, crushed stone base course, asphaltic concrete binder and wearing courses, surface dressing, side drains, road markings and other road furniture.

List of Projects

Package Lot No

 

Project

 

State

 

Contract No.

 

1

 

1

 

Completion Of 18km Road From It As To Atafowa in Itas/Gadau LGA BAUCHI State Bauchi

 

GM13-10

 

1

 

2

 

Maintenance/Rehabilitation Of Udi – Siding Road Of Spur Enugu – Onitsha Express Road Enugu

 

GM13-11

 

1

 

3

 

Construction Of A 3 Cell Box Culvert ( 12m. 3.5m) At Km. 5+000 Along Amechi – Adiagu Road Spur Enugu – Port Harcourt Expressway Enugu

 

GM13-12

 

1

 

4

 

Emene – Nkwubor – Ugwu – Omu – Odobido Road Project Enugu

 

GM13-13

 

1

 

5

 

Rehabilitation Of Nkwo Nnewi Motor Park. Road. Nnewi North LGA Anambra

 

GM13-U

 

1

 

6

 

Drainage Renovation At Dideolu Estate, Ogba, Ifako-Ijiaye, Lagos State & Infrastructural Renovation Of Road At Okoba Scheme 1 , Ojokoro Ifako-Ijaye Fed, Const., Lagos State. Lagos

 

GM13-15

 

1

 

7

 

Rehabilitation Of Owerri – Umuahia Road, Imo State

 

Imo

 

GM13-16

 

1 8

 

Rehabilitation Of Okigwe – Owerri Road, Imo State

 

Imo

 

GM13-17

 

1

 

9

 

Construction Of Bridge 150 Feet On Omo-River At Eti-Omi, Linking Oshoko To Abeku East, Ijebu-Igbo, Ijebu North LGA, Ogun East Senatorial District, Ogun State.

 

Ogun

 

GM13-18

1 10

 

Construction Of 3.8km Road From Ogijo Market/Garage To Abule-Oba Via Ilara Village Ogijo, Sagamu LGA, Ogun East Senatorial District, Ogun State .

 

Ogun

 

GM13-19

 

1 11 Rehabilitat1on/Ashpalt Overlay Of Ajele Road, Eguare Ubiaja. Esan South East Local Government, Edo Central Senatorial District. Edo State

 

Edo

 

GM 13-20

 

1

 

12

 

Construction /Repairs Of Culverts. Drainages, Bridges Etc In Kano Central Senatorial District

 

Kano

 

GM 13-21

 

1 13

 

Maintenance of Wamba-Bokkos Road

 

 

 

GM 13-22

 

1

 

14

 

Construction Of Agbani, Nara, Nkerefi Road In Nkanu East LGA. Enugu State

 

Enugu

 

GM 13-23

 

1 15

 

Construction Of Nkwubor, Ugwuomu Road in Enugu East LGA, Enugu State

 

Enugu

 

GM 13-24

Package 2:Renovation of FERMA Headquarters Building

 

Package Lot No

 

Project

 

State

 

Contract No.

 

2

 

P-01

 

Provision and Laying Of Granite Floor Tiles On Corridors And Staircase Area Of The Cooperate Headquarters Building.

 

FCT/HQ

 

ES/13-04

 

2

 

P-02

 

General Painting Of The Walls. Ceiling And Guard Rails At The Cooperate Headquarters I Building.

 

FCT/HQ

 

ES/ 13-05

 

Conditions to Tender

i.            Colour copy of evidence of registration with CAC as a contractor.
ii.            Colour copy of Tax Clearance certificate for the last 3 years
iii.            Colour copy of PENCOM compliance certificate.
iv.            Colour copy of VAT Registration Certificate
v.            Colour copy of ITF (Industrial Training Fund) compliance certificate.
vi.            Equipment and technology capacity
vii.    Verifiable list of previous similar works successfully carried out within the last three years with names of client, evidence of award and job completion
viii.  Verifiable evidence of ownership of functional Asphalt Plant (For Package 1only)
ix.            Company profile including among others, organizational structure and key professional staff with their names, and telephone numbers, at least one of which must be a COREN registered Engineer.
x.            Audited annual financial report of the company for the last three years
xi.            Evidence of financial strength, credit worthiness to the tune of not less than N15m/bank reference in addition to evidence of a turnover of at least N500m in the last three years.
xii.  A sworn affidavit indicating that all document submitted are genuine and verifiable.
xiii.  A sworn affidavit that none of the directors has been convicted of any criminal offence in any country including financial impropriety.
xiv.  A Bid Security of 2% with a validity period of 1 80 days clearly attached to in front of submitted bid document
xv.  The offer must be properly signed.
xvi  All schedules provided in bid documents must be completed.
xvii.  All bids must be submitted in English language.
xviii.  Documentary evidence that the bidder accepts the General and Special Conditions of Contract as indicated in all the forms provided in the bid document.
Collection of Tender Documents

Interested Bidders are to make payment of a non refundable sum of Twenty Five Thousand Naira (N25.000.00) only in bank draft per bid in favour of Federal Roads Maintenance Agency payable in Abuja and which must have been converted to a receipt at Revenue Office, Accounts Department, Ground Floor of the FERMA Headquarters.

 

Bidders are to collect Bidding documents after showing original and Photostat copies of payment receipt between the hours of 10.00am and 3.00pm, Mondays to Fridays on or before 12noon Thursday 26th September, 2013 from:

The Assistant Genera/ Manager (Procurement)

Federal Roods Maintenance Agency (FERMA)

Headquarters Annex Abuja;

No. 7 Eldoret Close, Off Aminu Kano Crescent.

Wuse 11 – Abuja.

Ground Floor, Room GF003

 

Submission/Opening of Tender Documents:

Interested firms are to submit their bids per Lot in one envelope, sealed and clearly marked on the top left hand corner “CONFIDENTIAL” and top right hand corner “TENDER FOR ___ (indicate Package No./ Lot No./ Project Description/Contract No.)_____ “clearly marked “Original” at the bottom right hand corner and addressed to:

The Managing Director,

Federal Roads Maintenance Agency,

Plot 1 63, Aminu Kano Crescent,

Wuse II, Abuja.

 

Attention: GM (Procurement)

And hand delivered not later than 12noon on Thursday 26th September, 2013 to the Office of the Assistant General Manager (Procurement), FERMA Headquarters Annex Abuja, No. 7 Eldoret Close, Off Aminu Kano Crescent, Wuse II-Abuja. Ground Floor, Room GF 003 (include 1 copy clearly marked “Copy” at the bottom right hand corner).

All Bids will be publicly opened immediately after the close of bid submission at the Rockview Royale Hotel, Adetokunbo Ademola Crescent, Wuse II, Abuja.

The Representatives of Companies that submitted bids, Representatives of Professional Bodies and the Civil Societies are invited to witness the opening.

Please Note that:

i.            The Construction works may not attract advance payment.
ii.            Construction works attract a minimum guarantee period of six (6) month
iii.            Contractors who have worked  for the Agency  and  have history  of abandonment, termination and/or lack capacity need not apply,
iv.            No Bidder is to write the Company name on any of the envelopes.
v.            Only correctly addressed bids will be received,
vi.            The Agency will not enter into unnecessary correspondence with any Contractor except when deemed fit and in the interest of the bid.
vii.     All costs incurred by any Company in respect of this advertisement are at her own expense and the Agency shall not entertain any claim whatsoever in this regard.
viii.        The Agency reserves the right to verify any claim made by any of the Bidders.
ix.            Late submissions will be rejected.

 

Non Adherence to any of the Instruction Above Attracts Automatic Disqualification. 

 

Signed

Management

Invitation to Tender at Ministry of Housing and Urban Development

Ondo State Government

Ministry of Housing and Urban Development

Oyemekun Road, Akure

 

Invitation to Tender

 

Tenders are hereby invited from interested contractors for the execution of the following jobs:

 

Lot 1:          Renovation of QTR 55 Alagbaka, Akure TYPE III/IV DITTO External Works.

Lot 2:          Renovation of Building Dept. Office Complex, Akure

Lot 3:          Renovation of Glass Chalet Akure

 

2.       All tenders must be accompanied with the following documents:

(i)      Evidence of registration of company with Corporate Affairs Commission.

(ii)     Evidence of registration of company with the Works Registration office of the Ministry of Works for the year 2013.

(iii)    Original Tender receipt for payment of N50,000.00 (Fifty Thousand Naira) to the Ondo State Government Treasury as Tender fee.

(iv)    Three years Tax Clearance Certificate for 2010, 2011 and 2012 or Federal Tax Clearance in the case of Limited Liability Companies.

(v)     Evidence of payment of Ondo State Development Levy for three (3) years: (2011, 2012 and 2013)

(vi)    Company profile and job experience.

3.       Each tender should be properly completed, sealed with wax and the job being sought for indicated at the left hand side of the back of the envelope and be forwarded to:

 

The Permanent secretary,

Ondo State Tender’s Board,

Cabinet and Special Services Department,

Governor’s Office, Akure.

 

4.       Specifications and the un-priced Bill of Quantities and Evaluation are available at office of the director, Public Buildings Department, Ministry of Housing and Urban Development, Akure.

5.       Please note that the closing date of submission of Tender is Thursday, 22nd August, 2013 at 4:00p.m. opening of bids will take place at the STB secretariat at a date to be communicated to the contractors.

6.       Please note that violation of any of the above conditions may render a tender invalid and Government is not bound to accept the lowest bid or give reason(s) for rejecting and tender.

 

Arc. Gray Eshofonie

Permanent Secretary,

Ministry of Housing and Urban Development, Akure

 

Invitation for Pre-qualification for 2012 TETFUND Normal Intervention Projects at Federal College of Education (Technical) Bichi

Federal College of Education (Technical) Bichi

P.M.B. 3473 Kano, Kano State

 

E-mail: fce(t)bichi@ecnx.net

Tel:   064-231236-7

Invitation for Pre-qualification for 2012 TETFUND Normal Intervention Projects

The Federal College of Education (Technical) Bichi wishes to bring to the notice of interested, competent and reputable Contractors that the College would carry out the following projects.

(a)     Construction of Technical Complex, Class Room, Offices & Studio

(b)     Construction of Business Education Complex, Class Room, Offices & Studio

Interested, skilled and reputable contractors are hereby invited for Pre-qualification

Pre-qualification Requirements:

Photocopies of the following documents are required

  • Certificate of Incorporation/Business Registration
  • Current Tax clearance Certificate for the last three (3) years
  • Value Added Tax Registration Certificate
  • Verifiable Evidence of previous experience in area of interest
  • Company Profile
  • Three years Audited Accounts/Evidence of financial Capability
  • Evidence of compliance with Pension Reform Act, 2004
  • Evidence of compliance with the statutory provision of Sections (l)-(3) of the industrial Training Fund Amendment Act, 2011

Submission of Pre-qualification Documents:

Pre-qualification documents should be enclosed in sealed marked envelope Pre-qualification for………….Name of Project and submitted to the Provost office Tender Box not later than 22nd August, 2013.

Closing Date

Eligible Contractor are expected to submit relevant documents on or before 22nd August, 2013 and the Pre-qualification will be publicly opened for processing at 12:00 noon on 22th August, 2013. at the College council chamber. All Contractors and the general public are hereby invited to the public opening.

 

Please note:

1)      This is not an invitation to Tender

2)      In respect of Pre-qualification information, Fce(t)Bichi is neither committed nor obliged to shortlist any Contractor or award Contract to any Contractor or agent.

3)      The College reserves the right to reject any or all Pre-qualification packages.

4)      The publication for invitation to Prequalification shall neither be considered as a commitment on any part of fce(t)Bichi nor shall it entitle any contractor to make any claim(s) whatsoever or seek indemnity from Fce(t)Bichi

 

Signed

Engr. Sani Umar D/Kudu MNSE

PPC Secretary