Execution of Projects at Federal Government College Rumuokoro, Port Harcourt

Federal Ministry of Education

Federal Government College Rumuokoro, Port Harcourt

 

Invitation to Tender

 

1.0     Preamble

In compliance with the requirement of the public procurement Act 2007 and Extract Regulation of Government on procurement of goods and services by Federal Government Ministries and Parastatals. The Federal Ministry of Education wishes to invite suitable qualified Companies for projects of Federal Government College, Port Harcourt in the areas specified hereunder,

 

2.0     Project Areas Specified

Procurement of work category A No: CP/FGC/PH/WKS/NS/01/2012

 

Lot Description of item Quantity Bid Security

 

Bid Validity

 

Delivery         date Location
1 Construction of 3 nos block of 6 classrooms. Various

 

2.5% of total cost or Bank guarantee 60 days 90 days FGC PH
2 Construction of 8nos of 3 Bedroom flats Various 2.5% of total cost or Bank guarantee 60 days 90 days Boys and Girls Hostels FGC

PH

3 Renovation of Home Management Workshop Various

 

2.5% of total cost or Bank guarantee 60 days 90 days FGC PH
4 Construction of ceiling and rails of Multi – purpose Hall Various

 

2.5% of total cost or Bank guarantee 60 days 90 days FGC PH
5 Renovation of Kitchen/Dining Hall Various

 

2.5% of total cost or Bank guarantee 60 days 90 days FGC PH
6 Renovation of 1 no of 6 classrooms and Shell blocks Various

 

2.5% of total cost or Bank guarantee 60 days 90 days FGC PH
7 Renovation of 1 no, 2 storey building classrooms Various

 

2.5% of total cost or Bank guarantee 60 days 90 days FGC PH
8 Renovation of 1no, 2 storey Girls Hostel (Structure and

Electrical)

Various

 

2.5% of total cost or Bank guarantee 60 days 90 days FGC PH

 

Procurement of Goods Category B: NO CP/FGC/PH/GDS/NS/02/2012

 

Lot Description of item Quantity Bid Security

 

Bid Validity

 

Delivery         date Location
1 Supply of science equipment to laboratories Various

 

2.5% of total cost or Bank guarantee 60 days 60 days FGC PH
2 Supply of classroom furniture (tables and chairs and white board) Various

 

2.5% of total cost or Bank guarantee 60 days 60 days FGC PH
3 Supply of 480 3 Various 2.5% of 60 days 60 days FGC PH

 

NB: Projects must be delivered on or before the Delivery Date specified above.

 

3.0     Qualification to Tender

Interested contractors should submit the following qualification/information / documents along with their proposals.

i.        Registration with Corporate Affairs Commission including memorandum of Articles of association, form C02 and C07 where applicable

ii.       Tax Certificate for the last three years, to be valid up to 31st December, 2011

iii.           Evidence of payment of non-refundable tender fee of N10, 000 in favour of       The Principal, Federal Government College, Port Harcourt.

iv.      Tender/Bid security (2.5% of the contract cost) or bank Guarantee

v.       Any additional information that may enhance the chances of the company. E.g. company profile, application for tender etc

 

4.0     Collection and Submission for Tender

Tender documents are to be collect from the Secretary School Tender Board (STD) upon presentation of evidence of payment of non-refundable tender fee of N10,000 only. Completed Tender Documents should be submitted in two (2) envelopes duly marked original and copy and enclosed in a sealed envelope marked “Tender for 2012 Capital Project” works or goods addressed to the Principal.

(STD) Federal Government College, Port Harcourt and deposited same in the Tender Box at the Secretary’s Office on or before 13th June 2012.

 

5.0     Opening of Tenders:

The Tender will be opened at 12.00 noon on the closing date at the Assembly Hall, Friday, 15th June 2012.

 

Please Note:

a.       Late submission of Bid will be rejected

b.       False claims and failure to comply with the instruction above or to provide any of the fisted documents may automatically lead to disqualification,

c.       Nothing in this advertisement shall be construed to be a commitment on the part of the Ministry/college for acceptance of the tender.

d.       Any company not formally suitable or qualified, is not entitled to make any claims whatsoever in respect of any expenses incurred in preparing a tender response.

 

Signed

Management

 

Invitation for Tender for the Procurement of Toyota 4×4 Pick-Up Vehicles at Federal Roads Maintenance Agency (FERMA)

Federal Roads Maintenance Agency (FERMA)

Headquarters

Plot 163, Aminu Kano Crescent, Wuse II – Abuja

 

Invitation for Tender for the Procurement of Toyota 4×4 Pick-Up Vehicles

 

Introduction:

In pursuance of the Federal Government policy on Procurement in line with the Procurement Act 2007, the Federal Roads Maintenance Agency (FERMA) in furtherance to her statutory mandate is desirous of procuring Toyota 4×4 Pick-Up Vehicles to consolidate on the gains of the already procured ones for the sole purpose of facilitating Road Maintenance activities across the country from the 2012 Appropriation.

 

Specification

The specification of these Vehicles are contained in the Agency’s Bidding Document.

 

Conditions to Tender

Interested Bidders are expected to meet the following minimum technical requirements.

i.        Evidence of registration with CAC as a Contractor.

ii.       Tax Clearance certificate for the last 3 years

iii.      Registration with PENCOM

iv.      VAT registration and evidence of past VAT remittance

v.       Audited annual financial report of the company for the last three years

vi.      Terms of Warranty.

vii.     After- Sales Service.

viii.    Spare parts availability

ix.      Evidence that the Bidder is either an Original Equipment Manufacturer or is an accredited Representative/Dealer of the Original Equipment Manufacturer in Nigeria

x.       Comprehensive Company profile to include verifiable list of previous similar Contracts successfully executed within the last three years with names of client, evidence of award and practical completion.

xi.      A sworn affidavit indicating that all document submitted are genuine and verifiable.

xii.     A sworn affidavit that none of the Directors have been convicted of any criminal offence in any country including financial impropriety.

xiii.    Other information to help facilitate the evaluation of your submission.

 

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 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 copy of the receipt between the hours of 10.00am and 5.00pm, Mondays to Fridays on or before Wednesday 4th July, 2012 by 12 noon from:

 

The Assistant General Manager (Procurement)

Federal Roads Maintenance Agency (FERMA)

Headquarters Annex Abuja;

No, 7 Eldoret Close, Off Aminu Kano Crescent.

Wuse II-Abuja.

Ground Floor, Room GF 003

 

Submission/Opening of Tender Documents:

Interested Suppliers 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 Procurement of Toyota 4×4 Pick-Up Vehicles” clearly marked “Original” at the bottom right hand corner and addressed to:

 

The Managing Director,

Federal Roads Maintenance Agency,

Plot 163, Aminu Kano Crescent,

Wuse II, Abuja.

 

Attention: General Manager (Procurement)

 

and hand delivered on or before Wednesday 4th July 2012 by 12 noon 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 3 duplicate copies clearly marked “Duplicate” at the bottom right hand corner).

 

All Bids will be publicly opened immediately after the close of bid submission at Rockview Royal 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 job may not attract advance payment.

ii.       Contractors who have worked for the Agency and have history of abandonment, termination and/or lack capacity need not apply.

iii.      No Bidder is to write the Company name on any of the envelopes.

iv.      Only correctly addressed bids will be opened.

v.       The Agency will not enter into unnecessary correspondence with any       Contractor except when deemed fit and in the interest of the bid.

vi.      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.

vii.     The Agency reserves the right to verify any claim made by any of the Bidders.

viii.    The Agency reserves the right to terminate the bidding process at any stage prior to signing of the contract agreement.

ix.      Late submission will be rejected.

 

Non Adherence to any of the Instructions above Attracts Automatic Disqualification.

 

Signed:

Management

 

Invitation for Pre-qualification TETFUND Special Intervention 2011 at Zamfara State College of Education

Zamfara State College of Education

P.M.B 1002, Maru

(Office of the Registrar)

 

Invitation for Pre-qualification TETFUND Special Intervention 2011

 

The Management of Zamfara State College of Education, Maru wish to pre-qualify competent and experienced Contractor/Consultants who wish to tender for TETFunds 2011 of the following projects in the various areas specified.

 

1.         Construction of Laboratories, Lecture Rooms and Office Complex

2.         Furnishing of Lecture Rooms, Laboratories, & Office

3.         Procurement of  1 Nos 32-Seater Toyota Coaster Bus, Air conditioner, 2.7 Liters, Petrol Engine

4.         Procurement of I No Toyota Hiace, 16-5, WAC Standard Roof

5.         Procurement Tractor 2011, Massey Ferguson HD Series, 26002660HD 4WD Complete with Trailer Plough Accessories,

6.         Procurement of 20 No HP Pavilion Desktop Computers, 6No Digital Projectors, 6No Sharp 5520 Photocopiers, 6No LaserJet P2055 Printers, 6No Whiteboard, 6Nos Flipchart, 6Nos 5KVA Binatone Stabilizers and other accessories.

7.         Procurement of Conventional Meteorological Instruments.

Interested contractors are required to include evidence of registration and remittance of contributory pension fund for employees as provided in the section 16 sub-section (6) of the procurement Act 2007.

 

Pre-Qualification Criteria

The   following   requirement   for   the   pre-qualification must be submitted,

a.         Evidence of company incorporation in Nigeria,

b.         Evidence of Valid Tax clearance and VAT certificate,

c.         Evidence of Pension  compliance  from National pension Commission,

d.         Company profile with list of Technical Management   Staff  with   evidence   of

previous work experience detailed client, nature/contract sum etc.

e.         Articulated   work   planned   and methodology.

f           Evidence of Finance Capability

g          Experience in handling similar job is an added advantage.

h.         Evidence of registration of COE Maru

 

 

Pre-Requisite for Processing of  Pre-Qualification

Payment of non-refundable pre-qualification fee of N20,000.00 in Bank Draft payable to College of Education, Maru.

 

Submission of  Pre-Qualification Documents

The completed pre-qualification documents should be sealed and marked “Confidential at the left hand comer of an envelope to reach the address stated above on or before 8th June, 2011. Head of Physical Project, through the Office of the Registrar, Zamfara State College of Education, Maru.

 

The advertisement of invitation for qualification should not be considered as a commitment on the part of College of Education, Maru nor shall it entitle firms to make any claims whatsoever and or seek any indemnity from COE Maru, It is not an invitation to bid. Names of pre-qualified contractors shall be published on the notice board at College of Education Maru and COE Maru Liason Office, Malam Yahaya Gusau Secretariat Gusau, Zamfara State.

 

Bidding:

All pre-qualified contractors are to collect tender documents from the office of the Head of Physical Project on payment of a non-refundable fee of N20,000.00 in Bank Draft payable to College of Education, Maru, Zamfara State. With evidence of payment from COE Finance and Account Division, pre-qualified companies are to pick up tender documents from office of the Head of Physical project.

 

Signed

Registrar

Invitation to Tender for Approved Projects in the 2012 Appropriation at Administrative Staff College of Nigeria (ASCON)

Administrative Staff College of Nigeria (ASCON)

 

PMB 1004. Topo – Badagry

 

Public Notice

Invitation to Tender for Approved Projects in the 2012 Appropriation

In compliance with the requirements of Public Procurement Act 2007, for certification  of procurement  for procurement of goods, works and services in Federal Government  Ministries. Parastatals Agencies and Institutions, the Administrative Staff College of Nigeria (ASCON) wishes to invite interested, competent and reputable companies for  the execution of the projects listed below: –

 

S/N Lot Project
1. Lot 01 Completion of Akarakumo Electricity Project: Connecting PHCN from Akarakumo to ASCON, Topo-Badagry

 

2. Lot 02 Supply/ Installation of 1no 1250 KVA Generator, Phase II Complex, Topo- Badagry

 

3. Lot 03 Renovation of Offices at ASCON Maintenance Building. Phase II Complex, Topo- Badagry

 

4. Lot 04 Renovation of Offices at ASCON Warehouse          Building, Phase I Complex, Topo- Badagry

 

5. Lot 05 Supply of Bandwith at ASCON, Phase I Complex. Topo- Badagry

 

6. Lot 06 Installation of e-learning in ASCON. Topo-Badagry

 

2.         Scope of work

The detailed specifications for each project are as contained in the Tender documents which are available for collection in the Procurement Department. Room 17, Administrative-Teaching Block, ASCON Phase I Complex, Topo- Badagry.

 

3.         Requirements

To qualify for consideration, prospective bidders must submit a corporate profile of the Company containing among other things, the following documents.

(I)         Certificate of incorporation with corporate Affairs Commission

(ii)        Articles of Association/Memorandum

(iii)       VAT certificate

(iv)       Evidence of compliance with Pension Reform Act 2004;

(v)        Tax clearance certificate

(vi)       Evidence of company’s registration with ASCON

(vii)      Documented evidence of financial capacity to execute the job

(viii)     Evidence of execution of similar jobs in the last three (3) years.

 

4.         Collection of Tender Documents

Tender documents should be collected from the Office of the Director (Procurement), Room 17, Administrative/Teaching Block, ASCON Phase I, Topo – Badagry on evidence of payment of non-refundable fee of N25,000.00 (Twenty-Five Thousand Naira) only.

 

5.         Submission of Tender Documents

Each Financial Proposal must be submitted in sealed envelope and clearly marked Invitation to Tender for the specific Project being tendered” (any of the above projects) with appropriate Lot number, addressed to the Director-General, ASCON, P.MB. 1004, Topo – Badagry, All tenders must be dropped in the designated Tender Box in the Office of the Director-General on or before Friday, 13th July, 2012. The Opening of Tenders will take place at 12 noon same day, at the Boardroom of the Administrative Staff College of Nigeria (ASCON), Topo – Badagry in the presence of all bidders or their representatives.

 

Signed

Director (Procurement)

For: Director-General

Request for Expressions of Interest (Consulting Services) at Federal Republic of Nigeria/Republic of Cameroon

Federal Republic of Nigeria/Republic of Cameroon

 

Request for Expressions of Interest (Consulting Services)

 

Programme:

Transport Facilitation Programme for the Bamenda-Mamfe-Abakaliki-  Enugu Road Corridor

 

Project:

Consulting Services for the Design of a Two-Lane Bridge over the Cross

River at the Cameroon/Nigeria Border at Ekok/Mfum including Approach

Roads

 

Sector:          Transport

 

Financing Agreement reference:

Loan No. 2100150019643

 

Project ID No.: P-Z1-DBO-023

This request for expressions of interest follows the General Procurement Notice for this project that appeared in Development Business No. 733 of August 31,2008.

The Federal Republic of Nigeria and the Republic of Cameroon have received financing

from the African Development Bank (AfDB) toward the cost of the Transport Facilitation

Programme for the Bamenda – Mamfe – Abakaliki – Enugu Road Corridor, and intends to apply part of the agreed amount for this loan to payments under the contract for

Consulting Services for the Design of a Two-Lane Bridge over the Cross River at the Cameroon/Nigeria Border at Ekok/Mfum including Approach Roads

 

The services included under this project are:

i)          Site Investigation (including Gee-technical investigation) and Design of a two-lane two-way divided highway bridge (approximately 280m long and not less than 11.0m width) from preliminary to final engineering design;

ii)         Design of the Approach Roads to both ends of the bridge. The approach roads will be two-lane two-way single carriageways of approximately 0.5 km length each on either end of the bridge and should safely merge with the newly rehabilitated Mamfe-Ekok-Border Bridge and Ikom-Mfum-Border Bridge Roads on the Cameroonian and Nigerian sides of the border respectively. The Approach Road on the Nigerian side should not bypass the Joint Border Post located on the Nigerian side of the border.

 

iii)        Preparation of Final Engineering Drawings for the Bridge and Approach Roads;

iv)        Preparation of Priced and (in-priced Bills of Quantities;

v)         Participation of the selected firm in the bid evaluation for the selection of the Works Contractor;

vi.        Any other thing that is necessary for the successful execution of the assignment

 

The intended contract duration shall be six (6) months for the design and one (1) month for the bid evaluation.

The Road Sector Development Team of the Federal Ministry of Works on behalf of the Joint Technical Committee (JTC) constituted of representatives from Republic of Cameroon, Federal Republic of Nigeria, ECOWAS and ECCAS, now invites consultants to indicate their interest in providing these services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). Specifically, consultants are to provide the following information:

i.          Full profile with all details (address, contact person, telephone/fax numbers, email).

ii.         General organizational capability and resources (staffing, years of experience

in the above field), iii. Experience profile (services description, services amount and contracting\ organization/ entity),

iii.        Ability to provide innovation in design to ensure a cost-effective and functional bridge with low adverse impact on the environment,

v.         Evidence of intended joint venture partnership agreements where consultants intend to associating

Consultants may constitute joint-ventures to enhance their chances of qualification. Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the African Development Bank’s “Rules and Procedures for the use of Consultants” • May 2008 edition, which is available on the Bank’s  website at http://www.afdb.org . Borrowers are under no obligation to shortlist any consultant who expresses interest.

 

Interested consultants may obtain further information at the addresses below during office hours from 09.00am  to 4.00pm  Monday to Friday.

 

In Cameroon:

For The Attention of the Minister of Public Works,

Project   Execution   Unit:   African   Development   Bank/World   Bank

Unit/Department of Road Investments and Road Environment Protection,

Geographic Address:  Ministry  of Public Works,  Yaounde.  Republic of Cameroon.

 

Tel: (237)22 22 44 51 or 22 22 22 94, Fax: (237)22 23 48 78 or 22 22 22 94.

E-mail: csepr_badbm@yahoo.fr

 

Attn: Mr. MBELLAEBOUMBOU Jean Michel, Unit HeadADB/WB Unit in Nigeria:

The Unit Manager,

Road Sector Development Team (RSDT)

6, Niagara Close, Off Erie Crescent, Off Nile Street,

Maitama, Abuja, Nigeria.

Attn: Engr. Ishaq D. Mohammed, Unit Manager

Tel: +234-7036609082

E-mail: unitmgr.rsdt@yahoo.co.uk  or unitmanager@rsdt.gov.ng

Expressions of Interest must be delivered in English Language exclusively to the address below on or before Wednesday June 27th , 2012  by 4.00pm and must indicate the name of the project on the envelope.

 

The Unit Manager,

Road  Sector Development Team (RSDT)

6, Niagara Close, Off Erie Crescent, Off Nile Street Maitama, Abuja, Nigeria

 

Attn: Engr.Isaq D. Mohammed, Unit Manager

Tel: +234-7036609082

Email: unitmgr.rsdt@yahoo.co.uk or unitmanager@rsdt.gov.ng