Rehabilitation of Spillway Discharge Channel and Grouting of Auxiliary Dam at Niger Basin Water Resources Development and Sustainable Ecosystems Management Project (NBWRDSEMP)

Federal Government of Nigeria

Niger Basin Water Resources Development and Sustainable Ecosystems Management Project (NBWRDSEMP)

 

Credit No. 43480-UNI

Rehabilitation of Spillway Discharge Channel and Grouting of Auxiliary Dam No. 3 at Jebba Hydro Power Station

 

Bid No.: ICB-JR6

Specific Procurement Notice

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project published in dgMarket/UNDB on January 24, 2008.

 

2.       The Federal Republic of Nigeria has received a credit from the International Development Association of the World Bank toward the cost of the Niger Basin Water Resources Development and Sustainable Ecosystems Management Project (WRDSEMP), and it intends to apply part of the proceeds toward payments under the contract for: Rehabilitation of Spillway Discharge Channel and Grouting of Auxiliary Dam No. 3 at Jebba Hydro Power Station -Bid No.: ICB-JR6.

 

3.       The Power Holding Company of Nigeria now invites sealed bids from eligible and qualified bidders for the Rehabilitation of Spillway Discharge Channel and Grouting of Auxiliary Dam No. 3 at Jebba Hydro Power Station involving, but not limited to: Dewatering during construction, embankment construction and backfill, surface and underwater excavation, rock reinforcement and wire mesh, drilling and grouting, construction of cofferdam and protection walls.

 

The delivery period is twelve (12) months.

 

4.       Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Bidding Documents.

 

5.       Interested eligible bidders may obtain further information from Power Holding Company of Nigeria Plc – Project Management Unit and inspect the Bidding Documents at the address (I) given below from 10:00 a.m. to 5:00 p.m. on week days Nigeria time starting from 23rd May, 2012.

 

6.       Qualifications requirements include:

  • Bidder must have participated in at least Two (2) contracts within the last Five (5) years, each with a value of at least Eight Hundred and fifty Million Naira (NG N850,000,000.00), or equivalent in foreign currency that have been successfully and substantially completed and that are similar to the proposed Works.

 

  • Bidder must possess minimum average annual turnover of Two Billion, Two Hundred and Twelve Million Naira (NGN2, 212,000,000.00), or equivalent in foreign currency calculated as total certified payments received for contracts in progress or completed, within the last five (5) years.

 

  • The Bidder must demonstrate access to, or availability of financial resources to meet the cash-How requirement of Two Hundred and Thirty Seven Million Naira (NG Hundred and Thirty Seven Million Naira (NG N237,000,000.00) or equivalent in foreign currency.

 

A margin of preference for eligible national contractors/joint ventures shall not be applied.

 

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address (I) below and upon payment of a non-refundable fee of fifteen thousand Naira (NG N15,000.00) or one hundred US Dollars (US $100.00). The method of payment will be Certified Bank Cheque in favour of Power Holding Company of Nigeria. The Bidding Documents will be sent by courier upon additional payment of six thousand Naira (NG N6,000.00) for places within Nigeria or fifteen thousand Naira (NG N15,000.00) for Europe and West Africa and twenty-eight thousand Naira (NG N28,000.00) for all other countries as Demand Draft payable to the General Manager -PHCN-PMU at Abuja on or before 16th July 2012 to cover the delivery.

 

8.       Bids must be delivered to the address (I) below at or before 18th July, 2012 by 12:30pm. Electronic bidding shall not be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address (1) below on 18th July, 2012 by 12:30pm.

 

9.       All bids shall be accompanied by a Bid Security of Twenty One Million Five Hundred Thousand Naira (NGN 21,500,000.00) or an equivalent amount in foreign currency.

 

10.     The addresses referred to above are:

 

Address (1)

Engr. B. C. Nwozor

General Manager, Project Management Unit

No. 7 Kampala Street, Off-Adetokunbo Ademola Crescent, Wuse II,

Abuja, Nigeria

Tel/Fax: 234-9-8746412

E-mail: bc_nwozor@yahoo.com

Website: http://www.nepapmu.org

 

Address (2)

Engr. H. S. Labo

Managing Director/CE

Power Holding Company of Nigeria

PHCN Corporate Headquarters

No. 14, Zambezi Crescent, Maitama

Abuja, Nigeria.

Attention: General Manager – Project Management Unit

Invitation for Pre-Qualification of Consultants and Contractors for Procurement of Goods, Services and Construction Works for 2011 Tertiary Education Trust Fund (Tetfund) Special & Normal Intervention Projects; and Year 2010-11 Tertiary Education Trust Fund Intervention in Library Development at Federal College of Education, Abeokuta

Federal College of Education

P.M.B 2096, Osiele Abeokuta

 

Invitation for Pre-Qualification of Consultants and Contractors for Procurement of Goods, Services and Construction Works for 2011 Tertiary Education Trust Fund (Tetfund) Special & Normal Intervention Projects; and Year 2010-11 Tertiary Education Trust Fund Intervention in Library Development at F.C.E Abeokuta

 

1.0     Introduction

The Federal College of Education, Abeokuta intends to execute some TETF projects. The Management is desirous to acquire and construct the projects in the current fiscal year to enhance teaching, learning and research for the realization of National goals in Education.

 

In view of the above, the College is inviting interested, competent and reputable consultants and contractors to pre-qualify for the following projects:

 

2.0     Scope of Works

The scope of works has been divided into three:

 

A)      Special Intervention

i.        Programme upgrade

ii.       Improvements of teaching and learning environment projects

 

B)      Normal T.E.T Fund

C)      Library Development

Further details are as follows:

Part (Special)

 

A(i)   Programmes Upgrade

Lot A1:      Construction of School of Vocational Education 300 Capacity Smart                          hall

Lot A2:      Construction of School of Voc. Educ HOD and Academic staff office building

Lot A3:      Rehabilitation of Agric lab, Business Education class & Technical Educ. workshop

Lot A4:      Construction of School of Education, CET Early Childhood guidance and Counseling Building

Lot A5:      Construction of Non-formal and adult Education Lecture Room

Lot A6:      Construction of General Education staff offices

Lot A7:      Construction of School of Languages Library

Lot A8:      Construction School of Languages 500 capacity lecture auditorium Lot A9:          Construction of School of Arts & Social Science SMART Hall

Lot A10:    Construction of School of Arts Twin Lecture Hall

Lot A11:    Construction of School of Arts, Deans & staff Offices

Lot A12:    Construction of School of Science Academic staff Offices

Lot A13:    Construction School of science 500 capacity lecture auditorium

Lot A14:    Refurbishment of Chemistry & Physics Laboratories

Lot A15:    Reroofing of PHE Complex

Lot A16:    Resurfacing of Science Extension access road

Lot A17:    Roof cladding, suspended ceiling and illumination of Gani Belo                                   Library and Sokoya lecture Hall

Lot A18:    Resurfacing of student hostel road

 

Goods

Lot A19:    Rehabilitation of School of Languages laboratory furniture and equipment

Lot A20:    Procurement of furniture and equipment for School of Science

Lot A21:    Procurement of furniture and equipment for School of Arts & Social Sciences

Lot A22:    Procurement of furniture and equipment for School of Vocational Education

Lot A23:    Procurement of furniture and equipment for School of Languages

Lot A24:    Procurement of furniture and equipment for School of Education

Lot A25:    Procurement of academic & office equipment

Lot A26:    Procurement of academic & office equipment

Lot A27:    Procurement of academic & office equipment

Lot A28:    Procurement of academic & office equipment

Lot A29:    Procurement of academic & office equipment

Lot A30:    Procurement of academic & office equipment

Lot A31:    Procurement of 2 nos. utility cabster vans

 

A (ii) Improvement of Teaching and Learning Environment Projects

Lot A32:    FCE Abeokuta mini water scheme

Lot A33:    Energy 33/11 KV transformer installation

Lot A34:    3 Numbers Schools, 500 capacity lecture auditoria

Lot A35:    College parks, landscaping and environmental beautification

 

Part B (Normal)

Lot B1:       Academic theatre and offices complex (11)

Lot B2:       PHE gymnasium and sporting equipment

 

Part C (year 2010-11 Tertiary Education Trust Fund Intervention in Library Development

Lot C1:       Procurement of KOHA Library Integrated system, installation and training

Lot C2:       Procurement and Installation of E-Granary Digital Library

Lot C3:       Supply of text and reference books

Lot C4:       Procurement and installation of Circulation Desks for the Main and E-Library

Lot C5:       Procurement, Installation and Commissioning of 150KVA Mikano Generator

 

3.0     Pre-qualification Requirements for Consultants

Interested consultants are invited to submit the following pre-qualification documents:

i)       Corporate Registration with Professional Bodies-ARCON, COREN, QSRBON, CORBON e.t.c.

ii)      Evidence of Registration/ Incorporation with Corporate Affairs Commission. iii)          Verifiable Corporate address of firm; NOT P.O.BOX addresses.

iv)     Company’s profile to include managerial and professional staff list, their resume and relevant professional registration no.

v)      Previous jobs handled with financial magnitudes indicated.

vi)     Evidence of TAX clearance for the last three (3) years.

vii)    Evidence of VAT payment.

 

Arrangement of documents should follow the order in the list above with each parcel containing a Table of Content.

 

4. 0    Pre-Qualification Requirements for Contractors/Suppliers.

Interested contractors are invited to submit the following pre-qualification documents:

i)       Verifiable evidence of Incorporation with Corporate Affairs Commission with incorporation no boldly indicated on a letter of introduction.

ii)      Verifiable evidence of registration with Federal College of Education, Abeokuta in category ‘G’ minimum.

iii)     TAX clearance certificate for the last three (3) years with Tax Identification Number (TIN) boldly indicated on a letter of introduction.

iv)     VAT registration.

v)      An ICAN/ANAN member audited account of the firm for the last three (3) years indicating the share per capital.

vi)     Verifiable office and workshop address(es); Not  P.O. Box but should include telephone nos of company directors.

vii)    Verifiable list of executed similar jobs (i.e. Letters of Awards and Certificates of Practical Completion)

viii)   Evidence from the company’s Bankers as to its financial capability to undertake the project.

ix)     A comprehensive company profile for contractors to include verifiable key Nigerian professional body registration certificate of staff (e.g. COREN for Engineers, CORBON for Builders e.t.c.), equipment, workshop machines, tools e.t.c.

x)      Registration with Bureau of Public Procurement (BPP), Federal Ministry of Works/ Environment, Housing & Urban Development may be required for contractors who are interested in construction works (or Lot A1 to Lot A35, Lot B1 to Lot B2 & Lot C1 to Lot C5 listed above) as it has added advantages.

 

Arrangement of documents (in soft and hard copies) should follow the order in the list above, appropriately numbered. Each parcel should have a Table of Content indicating the pages on which these items are to be found.

 

5.0     Eligibility/Pre-Qualification Documents

The complete pre-qualification documents must be forwarded in sealed envelopes and marked at the top left hand corner Confidential and boldly written Pre-Qualification for (———–) and addressed to:

 

Secretary

Tenders Board

Federal College of Education,

P.M.B. 2096, Abeokuta.

 

6.0     Pre-Qualification Process Period

The schedule of the pre-qualification process is as follows:

 

Opens Tuesday, 19th June, 2012

Closes Tuesday 3rd July, 2012

 

Incorrect address or labeled submission and those received after the close date shall be rejected.

 

This advertisement of invitation for pre-qualification shall not be construed as a commitment on the part of FCE, Abeokuta nor shall it entitle any company to make any claim whatsoever or compensation having responded to this advertisement.

 

All expenses incurred in preparing pre-qualification response and all expenses otherwise associated with this pre-qualification response shall be borne solely by the prospective company that has been successfully pre-qualified, screened and found suitable to provide the services.

 

This is not an invitation to tender.

 

Full tendering procedure will be provided only to the companies that have been successfully pre-qualified, screened and found suitable to provide the services.

Pre-qualification documents received will be opened at1:00pm on the closing date at FCE New Conference room.

 

Akinola R.A

Registrar.

Invitation for Pre-Qualification of Consultants and Contractors for Services and Construction Works for 2012 Core Capital Projects at Federal College of Education, Osiele, Abeokuta

Federal College of Education, Osiele, Abeokuta

 

Invitation for Pre-Qualification of Consultants and Contractors for Services and Construction Works for 2012 Core Capital Projects at F.C.E Abeokuta

 

1.0     Introduction

The Federal College of Education, Abeokuta intends to execute some capital projects. The Management is desirous to acquire and construct the projects in the current fiscal year to enhance teaching, learning and research for the realization of National goals on Education.

 

In view of the above, the College is inviting interested, competent and reputable consultants and contractors to pre-qualify for the following projects:

 

2.0     Scope of Works

 

A)      Pre & Post Contract Consultancy Services On:

i)       Construction of Bursary complex

ii)      Rehabilitation of existing student hostel

iii)     Construction of new roads

iv)     Construction of a new administrative office complex

 

B)      Construction Works On:

i.        Construction of Bursary complex

ii)      Rehabilitation of existing student hostel

iii)     Construction of new roads

iv)     Construction of a new administrative office complex

 

3.0     Pre-Qualification Requirements for Consultants

Interested consultants are invited to submit the following pre-qualification documents:

i)       Corporate Registration with Professional Bodies- ARCON, COREN,       QSRBON, CORBON etc.

ii)      Evidence of Registration/ Incorporation with Corporate Affairs Commission.

iii)     Verifiable Corporate address of firm; NOT P. O. BOX addresses.

iv)    Company’s profile to include managerial and professional staff list, their resume and relevant professional registration no.

v)     Previous jobs handled with financial magnitudes indicated.

vi)    Evidence of TAX clearance for the last three (3) years.

vii)   Evidence of VAT payment.

 

Arrangement of documents should follow the order in the list above with each parcel containing a Table of content.

 

4.0     Pre-Qualification Requirements for Contractors/ Suppliers

Interested contractors are invited to submit the following pre-qualification documents:

i)       Verifiable evidence of Incorporation with Corporate Affairs Commission with incorporation no boldly indicated on a letter of introduction.

ii)      Verifiable evidence of registration with Federal College of Education, Abeokuta in category ‘G’ minimum.

iii)     TAX clearance certificate for the last three (3) years with Tax Identification Number (TIN) boldly indicated on a letter of introduction.

iv)     VAT registration.

v)      An ICAN/ANAN member audited account of the firm for the last three (3) years indicating the share per capital.

vi)     Verifiable office and workshop address(es); NOT P.O.BOX but should include telephone nos of company directors.

vii)    Verifiable list of executed similar jobs (i.e. Letters of Awards and Certificates of Practical Completion)

viii)   Evidence from the company’s Bankers as to its financial capability to undertake the project.

ix)     A comprehensive company profile for contractors to include verifiable key Nigerian professional body registration certificate of staff (e.g. COREN for Engineers, CORBON for Builders e.t.c.), equipment, workshop machines, tools e.t.c.

x)      Registration with Bureau of Public Procurement(BPP), Federal Ministry of Works/ Environment, Housing & Urban Development may be required for contractors who are interested in construction works (or items B(i),(ii), &(iv) listed above) as it has added advantages.

 

Arrangement of documents (in soft and hard copies) should follow-the order in the list above, appropriately numbered. Each parcel should have a Table of Content indicating the pages on which these items are to be found.

 

5.0     Eligibility/Pre-Qualification Documents

The complete pre-qualification documents must be forwarded in sealed envelopes and marked at the top left hand corner Confidential and boldly written Pre-Qualification for (———) and addressed to:

 

Secretary

Tenders Board

Federal College of Education,

P.M.B. 2096, Abeokuta

 

6.0     Pre-Qualification Process Period

The schedule of the pre-qualification process is as follows:

 

Opens:        Tuesday June 19th 2012

Closes:        Tuesday 19th July 2012

 

Note:

Incorrect address or labeled submission and those received after the closes date shall be rejected.

This advertisement of invitation for pre-qualification shall not be construed as a commitment on the part of FCE, Abeokuta nor shall it entitle any company to make any claim whatsoever or compensation having responded to this advertisement.

 

All expenses incurred in preparing pre-qualification response and all expenses otherwise associated with this pre-qualification response shall be borne solely by the prospective company that has been successfully pre-qualified, screened and found suitable to provide the services.

 

This is not an invitation to tender.

Full tendering procedure will be provided only to the companies that have been successfully pre-qualified, screened and found suitable to provide the services.

Pre-qualification documents received will be opened at 1:00pm on the closing date at FCE New Conference room.

 

Signed:

Akinola R.A

Registrar.

Invitation for Pre-Qualification at National Agency for the Prohibition of Traffic in Persons and Other Related Matters (NAPTIP)

National Agency for the Prohibition of Traffic in Persons and Other Related Matters (NAPTIP)

 

Plot 2028, Dalaba Street, Wuse Zone 5, P.M.B. 5161, Wuse – Abuja

 

Invitation for Pre-Qualification

 

National Agency for Prohibition of Traffic in Persons and Other Related Matters (NAPTIP) in accordance with the Public Procurement Act, invites competent and reputable companies/contractors to submit pre-qualification documents as pre-requisite to tender for the following projects.

 

A       Scope of Work:

Lot i:          Renovation and Upgrading of Facilities at the Agency’s Headquarters in Abuja.

Lot ii:         Erection of a new permiter fence/gate house in Benin Zonal Office (Location:  Benin, Edo State)

Lot iii:        Renovation and Upgrading of Facilities in Benin Zonal Office. (Location: Benin, Edo State)

Lot iv:        Renovation and Upgrading of Facilities in the NAPTIP Abuja Shelter. Lot v:          Production of Sensitization Materials.

 

B.      Pre-Qualification Requirements:

Prospective Contractors are required to submit the following pre-qualification documents;

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

ii.       Company’s Audited Accounts for three years.

iii.      Evidence of verifiable similar job executed within the last three years.

iv.      Evidence of Financial capability in form of Bank’s reference.

v.       Up to date Tax Clearance Certificate

 

C.      Submission of Pre-Qualification Documents:

1.       The pre-qualification documents are to be submitted in A4 sizes and neatly bound.

2.       The documents must be sealed in an envelope and the job reference number must clearly written at the top hand corner of the envelopes e.g. LOT III.

3.       All documents must be submitted to:

 

The Head (Procurement Unit),

National Agency for the Prohibition of Traffic in Persons and Other Related Matters (NJAPTIP), Plot 2028, Dalaba

Street, Wuse Zone 5, P.M. B. 5161, Wuse -Abuja.

 

4.       Submission of pre-qualification tenders shall close exactly on 6th August 2012

 

Signed

Management

 

Invitation for Pre-Qualification of Contractors for the year 2012 Capital Appropriation Projects at National Centre for Women Development, Abuja

National Centre for Women Development Better Life Street, Central Business District, Abuja

 

Invitation for Pre-Qualification of Contractors for the year 2012 Capital Appropriation Projects in the National Centre for Women Development, Abuja.

 

Applications are hereby invited from reputable and interested Contractors with relevant cognate experience and good track record of performance for prequalification on year 2012 Capital Appropriation Projects in The National Centre for Women Development, Abuja. The Projects are:

 

Lot 1:          Rehabilitation and renovation of selected Women Development Centres in Ebonyi State

 

i.        Afikpo South LGA

ii.       Afikpo North LGA

iii.      Ohaozara LGA

iv.      Onicha LGA

v.       Ivo LGA

 

Lot2:          Supply of Training Equipment and Machinery for the Rehabilitated Women Development Centres in Ebonyi State

i.        Afikpo South LGA

ii.       Afikpo North LDA

iii.      Ohaozara LGA

iv.      Onicha LGA

v.       Ivo LGA

 

 

LotS. Lot 6. Lot 7. Lot 8. Lot 9.

 

Lot 3:       Supply of Training computers & software items

Lot 4:       Supply of Vocational training equipment

Lot 5:       Construction of Women War and Development Centre in Ikot Abasi LGA

Lot 6:       Rehabilitation Works in the Nigeria Hall of Fame

Lot 7:       Supply and Installation of Central Air-conditioning System for the NCWD Main Auditorium

Lot 8:       Upgrade and setup of NCWD-NGDB Management System

Lot 9:       Establishment of Palm Oil Processing Mill (Construction and Equipping) at Eket LGA of Akwa Ibom State

Lot 10:     Supply of Empowerment Equipment and Machinery in Six (6) LGAs of Zamfara State

 

i.        Bakura LGA

ii.       Gumi LGA

iii.      Anka LGA

iv.      Maradun

v.       Talatan Mafara

vi.      Bukuyun

 

Lot 11:     Establishment of Cassava Cottage Industry at Nikporo Ohafia, Abia State.

Lot 12:     Completion and Equipping of the NCWD Clinic/Cancer Screening Centre

 

Pre-Qualification Criteria

Pre-qualification Documents should include:-

1.       Evidence of incorporation/Registration with Corporate Affairs Commission      (CAC)

2.       Company Current Tax Clearance Certificate for the last Three (3) years (2009-2011)

3.       Company Audited Account for the last three(3) years (2009-2011) certified by a Chartered Accountant/Auditor

4.       VAT Registration and evidence of remittances in the last three years (2009-2011) to be attached.

5.       Evidence of Financial capability to execute the project. Bank reference and a letter of credit facility from a reputable Commercial Bank with a commitment to provide loan facility for the execution of the contract if eventually won

6.       List of similar, verifiable and successfully executed projects or ongoing by the Company with letters of award and completion certificates, in the last four years 2008-2011 only. Letters of award and interim certificates of payment should be attached for projects that are ongoing.

7.       List of Managerial, Key Technical and Administrative Staff of the Company which should include names, curriculum vitae and copies of certificates for each key staff.

8.       List of equipment owned or on lease hold by the Company relevant for smooth execution of the project. Evidence of ownership and pictures with company logo is an added advantage

9.       Evidence of remittance of Pension Contributions Funds for Staff of the Company from reputable Pension Funds Administration (PFA) as provided in section 16, subsection 6(d) of the Public Procurement Act 2007.

10.     Evidence of Registration with Financial Reporting Council(FRC) of Nigeria

11.     Original documents should be available for sighting on demand during or after the opening of pre-qualification documents.

12.     Telephone (GSM) numbers(s) of the Contractors/Company’s Representative(s)

 

Submission of Pre-Qualification Documents

Pre-qualification documents should be bound in wax sealed envelope with “pre-qualification as contractor” written at the top right hand corner and addressed to The Director-General, National Centre for Women Development, Better Life, Central Business District, Abuja, should be hand delivered into the Prequalification box in the Director-General’s Office, 1st Floor, Room 101 on or before 17th July 2012 by 12noon.

 

Opening of Pre-Qualification Documents

Pre-qualification documents will be opened on Tuesday, 17th July, 2012 by l:30pm at the Boardroom ground floor, room 015.

 

Please note:

  • This is not an invitation to tender for the jobs.
  • Submission of pre-qualification document to NCWD is not a commitment or an obligation to award contract to any contractor or her/his agent.
  • This advertisement for pre-qualification should not be construed as a commitment on the part of NCWD or shall it entitle any contractor to make any claims whatsoever or seek any indemnity from NCWD, Abuja.
  • Late submission will be rejected.
  • Due diligence would be followed as all documents submitted would be verified. Past executed works, contractors’ offices, plants and equipment may be visited for verification. Any discrepancies found would summarily disqualify the contractor.

 

Signed

Management