Expression of Interest for Installation of Prepaid Meters at Eko Electricity Distribution Company of Nigeria

Power Holding Company of Nigeria Plc

Eko Electricity Distribution Company of Nigeria

Public Notice

 

Expression of Interest for Installation of Prepaid Meters

 

1.0     Introduction

In view of’ the urgent need to meter all our customers within the next one year, The Management of Eko Electricity Distribution Company hereby invites interest reputable and competent companies to express interest to install Non MD Meters (Single Phase and Three Phase Meters) in Eleven (II) Business Units under the Company’s converge area.

 

2.0     Description of Work

1.       Installation of Pre-paid Single Phase Meters

2.       Installation of Pre-paid Three Phase Meters

 

3.0     Requirements

1.       Evidence of company registration/certificate of incorporation

2.       Photocopies of Current Company Tax Clearance Certificate for the last (3) Three years.

3.       Photocopies of VAT registration Certificate and evidence of VAT remittance

4.       Evidence of compliance with Pension Reform Act 2004.

5.       Evidence of past experience in installation of Meters and or other Metering devices

6.       Evidence of Payment of Non-Refundable Tenders fees

7.       Evidence of Financial capability to executing project with certified ban statement to buttress claim.

8.       Company’s audited account for the last (3) three years.

9.       Evidence of technical, operational and managerial capabilities

10.     Any other related documents that will enhance verification of experience and competence.

 

4.0     Submission of Documents

Interested applicants should submit their spirally bound documents in line with requirement stated above in sealed envelope marked “Tender for Meter Installation” indicating Single Phase and Three Phases on the back of separate envelope(s) respectively. Submission of document must be accompanied with N10,000.00 bank draft in favour of Eko Electricity Distribution Company of Nigeria. The document must be delivered by hand to reach the following address on or before 8th June, 2012 by 10:00am.

 

The Chief Executive Officer

Eko Electricity Distribution Company

24/25 Marina, Lagos.

 

General Information

1.       Any submission that is not substantially responsive will not be processed

2.       Contractors/companies are advised to adhere to the following instructions        given above.

3.       Non compliance with the provision of the Procurement Act 2007 will result      in automatic disqualification

4.       Any company/contractor that submit fake document shall be disqualified.

5.       Only contractor/companies that are prequalified by a consultant after the evaluation of the expression of interest submission will be contacted to provide financial Bid.

6.       No communication shall be entered into with any unsuccessful applicant.

7.       The closing date of submission of expression of Interest shall be on or before 18th June 2012.

8.       Tender documents shall be opened on same day by 2.00pm at Management Board Room 24/25 Marina, Lagos.

 

Two sets (Original & Copy) plus Soft copy are to be submitted. All information shall be provided in English language.

 

This advertisement shall not be construed as a commitment on the part of Eko Electricity Distribution Company’s Management nor shall it entitle responding Contractors to seek any indemnity from Eko Electricity Distribution Company by virtue of such Contractors having responded to this advertisement.

 

Further clarification can be obtained from:

Principal Manager (Procurement)

Eko Electricity Distribution Company (9th Floor) 24/25, Marina Lagos Nigeria

 

Signed

Management

Eko Electricity Distribution Company

 

Procurement for Various Works at the Nigerian College of Aviation Technology, Zaria (NCAT)

Nigerian College of Aviation Technology Zaria

 

Invitation for Tenders

 

The Federal Government has provided funds in the 2012 Appropriation for The Nigerian College of Aviation Technology, Zaria (NCAT). NCAT intends use the funds for procurement of various Works. Goods and Serves as listed below. NCAT hereby invites reputable contractors to tender for the following projects for Year  2012 Capital Budget.

 

Lot Project Title Location Tender Fee
1 Upgrading of Aero-medical Centre NCAT, Zaria N20,000.00
2 Provision of Electricity NCAT, Zaria N20,000.00
3 Equipping of Airborne Radio Workshop Equipments NCAT, Zaria N20,000.00
4 Supply of Teaching Laboratories/Workshop Equipments NCAT, Zaria N20,000.00
5 Upgrading of English Language Laboratory for ATS/COM School NCAT, Zaria N20,000.00
6 Supply of Equipment/Kits for Non Destructive Testing Laboratory for AMES NCAT, Zaria N20,000.00
7 Upgrading of Classrooms NCAT, Zaria N20,000.00
8 Renovation of Offices:

(a) Management School (Ground Floor) Offices No.1&2 (Former Head of ATE School Office)

 

(b)  Management School (Ground Floor) Offices No. 3 & 4 (Deputy Rectors Office)

 

(c) Management School (Ground Floor) Offices No. 7 & 8 (Former Library and Librarian Offices)

NCAT, Zaria N20,000.00
9 Upgrading of PABX Machine and Accessories NCAT, Zaria N20,000.00
10 Rehabilitation of Gymnasium Centre NCAT, Zaria N20,000.00

 

2.       Tendering Requirements:

Interested and competent contractors wishing to carry out any of the above jobs are to submit the following documents attached with their bid which will be subjected to verification by NCAT:-

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

2.       VAT registration Certificate.

3.       Current Tax Clearance Certificate.

4.       Names of Bankers with References.

5.       Comprehensive Company Profile with CV’s of key personnel including photocopies of relevant professional/technical Qualifications.

6.       Verifiable evidence(s) of successful completion of similar works within the past three (3) years and attached copies of letters of awards and certificates of successful completion;

7.       Refundable Bid Security of 2% of Bid Sum in Bank Guarantee, valid for 180 days.

8.       Evidence of compliance with the provisions of the Pension Reform Act, 2004.

9.       Affidavit disclosing whether or not any officer of NCAT or BPP is a former or present director, shareholder or has any Pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct.

10.     Evidence of compliance with the provisions of the Amended Industrial    Training Fund Act 2011.

 

3.       Collection of Tender Documents:

To collect bid documents, a prospective bidder is required to contact the Procurement Unit NCAT Zaria Aerodrome, Zaria between the hours of 8am-4pm, Monday to Friday, from Monday, 21st May, 2012 to Monday, 2nd July, 2012 after a payment of a non-refundable tender fee of N20,000.00 in Bank Draft from a reputable bank payable only to the Nigerian College of Aviation Technology, Zaria

 

4.       Deadline for Submissions of

The completed Tender Documents should be submitted in two (2) envelopes marked “Original” and “Copy” and addressed to:-

 

The Secretary,

NCAT Tenders Board,

Nigerian College of Aviation Technology,

PMB 1031, Zaria Aerodrome,

Kaduna State

 

And dropped in the Tenders Box at the Procurement Unit, NCAT Zaria Aerodrome, Zaria on or before 2nd July 2012 by 12 noon.

 

5.0     Opening Tender Documents

Opening of Tender Documents will hold immediately after the deadline in the

Presence of Bidders’ Representatives and interested members of the public at ATS/Com School Lecture Theatre, NCAT Zaria at 12 noon 2nd July 2012.

 

6.       Important Notice

 

Please note that:

i.        Bidding will be conducted through National Competitive Bidding (NCB) Procedure as specified in the Public Procurement Act 2007

ii.       Nothing in this advert shall be construed to be commitments by NCAT to award any or all of the above-listed projects

iii.      Only companies/firms that meet the above-stated requirements would be contacted.

iv.      Failure to comply with the above-stated instructions will earn automatic disqualification.

V       Late bids submission will be rejected.

 

Signed

Management

Invitation to Participate in Technical and Financial Bidding for Various Projects in 2012 Appropriation at Hadejia Jama’are River Basin Development Authority

Federal Ministry of Water Resources

Hadejia Jama’are River Basin Development Authority

PMB 3168 Maiduguri Road, Hotoro, Kano.

 

Invitation to Participate in Technical and Financial Bidding for Various Projects in 2012 Appropriation

 

The Hadejia – Jama’are is one of the River Basin Development Authorities under the Federal Ministry of Water Resources is responsible for surface and underground water resources development in Kano, Jigawa and Bauchi States.

 

In pursuance of the policy objectives of the present democratic Government, this Authority as part of its statutory mandate is undertaking various projects in the year 2012 within its area of operation. Therefore reputable and interested companies are invited to tender for any of the following categories of works:

 

A.      Consultancy

Reputable Consulting firms including Joint Venture (JV) to submit technical and financial proposals in response to the Request for proposals to be issued by the Authority for Consultancy Services for:

 

Lot 1:          Design/Tender Document of Earth Dam or Rain Harvest at Kwatalo Village in Kafin Hausa LGA, Jigawa State.

Lot 2:          Design Tender Document of Earth Dam or Rain Harvest at Turabu Village in Kirikasamma LGA, Jigawa State.

Lot 3:          Design Tender Document of Earth Dam or Rain Harvest at Abunabo Village in Guri LGA, Jigawa State.

Lot 4:          Design of Earth Dam at Kirikasamma and Guri LGAs. Jigawa State.

Lot 5:          Design/Tender Document of Earth Dam at Dagolo Village in B irnin Kudu LGA, Jigawa State.

Lot 6:          Study, Design/ Tender Document of Earth Dam at Zindawa Village in Gamawa LGA, Bauchi State.

Lot 7:          Study, Design/ Tender Document of Earth Dam at Gulka Village in Giade LGA, Bauchi State.

 

B.      Works

B1     Establishment of Small Scale Irrigation Schemes

Lot 1:          Construction of Small Scale Irrigation Scheme in Kano State.

Lot 2:          Construction of Small Scale Irrigation Scheme in Jigawa State.

Lot 3:          Construction of Small Scale Irrigation Scheme in Bauchi State.

 

B2     Rehabilitation of Large Scale Irrigation Infrastructures

Lot 1:          Rehabilitation of North Main Canal at Hadejia Valley Irrigation Project, Jigawa State.

Lot2:           Desilting of West Branch Canal including repairs of DCs Main Drain and lateral Canal and road rehabilitation at Kano River irrigation Project – West. Kano State.

Lot3: Desilting of East Branch Canal including repairs of DCs Main Drain and lateral Canal and road rehabilitation at Kano River Irrigation Project – East, Kano State.

 

B3     Rehabilitation of Large Dams

Lot 1:          Rehabilitation works at Ruwan Kanya Reservior and Tiga Dam upstream side of the embankment, Kano State.

Lot2: Construction of Erosion Control works at Challawa Gorge Dam Project, Karaye.

Lot 3:          Rehabilitation works at Hadejia Valley Irrigation Project Barrage.

 

B5     Katagum Irrigation Project

Construction of additional 120HA Small Scale Irrigation Scheme. Zaki LGA, Bauchi State.

 

B6     Flood/Erosion Control Projects

Lot 1:     Construction of 100m storm drainage in Kano State.

Lot 2:     Construction of 100m storm drainage in Jigawa State.

Lot 3:     Construction of 100m storm drainage in Bauchi State.

 

B7          Hydro met Program

Re-equipping of 2Nos Hydro met stations at Challawa Gorge Dam Project and

Tiga Dam in Kano State.

 

B8     Construction of Ten (10) Nos. Solar Powered Boreholes with over head tank and 3 Nos. hand pump Boreholes at Jigawa South West.

B9     Water Supply Scheme in Jigawa North West

B10   Drilling and Equipping of Solar Powered Boreholes in Jigawa North West

B11   Completion of Irrigation Scheme in Jigawa North West

B12   Construction of Small Irrigation Project in Kano North Senatorial District

B13   Construction of 15 Nos. Solar Powered Boreholes in Kano North Senatorial District

B14   Motorized Borehole with overhead tank at Kusi, Kundun District, Bauchi State

B15   Motorized Borehole with overhead tank at Makarantar Sabon Layi. Turun District, Bauchi State

B16   Motorized Borehole with overhead tank at Tudun Gokaru, Galambi, Bauchi State

B17   Hand pumps Boreholes at Ningi LGA, Bauchi State.

B18   Hand pump at Jigawa Taura

B19   Construction of 3 Nos. Solar Powered Boreholes with overhead tank and reticulation at Gamawa, Udubo and Gololo, Gamawa LGA, Bauchi State.

B20   Construction of 2Nos. Panel Solar Boreholes at Gamawa LGA, Bauchi Slate.

B21   Hand pumps Boreholes in Jama’are and Itas-Gadau LGAs, Bauchi State.

B22   Construction of Hand pumps Boreholes in Babura and Garki LGAs, Jigawa State.

B23   Small Irrigation Schemes in Babura and Garki LGAs, Jigawa State.

B24   Construction of Hand pumps Boreholes in Dutse/Kiyawa Federal Constituency, Jigawa State.

B25   Construction of Hand pumps Boreholes in Kirikasamma, Birniwa and Guri Federal Constituency, Jigawa State.

B26   Erosion Control at Wasai Dam, Minjibir LGA, Kano State.

B27   Erosion Control at Sindimina,Birnin Kudu LGA, Jigawa State.

B28   Pipe laying works from Wudi Regional Water Treatment Plant to Indabo, Dongumawa, Tudun Gunsau, Limere. Danin and Environs in Wudil and Garko LGA

B29   Water Supply and Irrigation Project at Kofa in Kiru LGA, Kano State.

B30   Provision of Hand pumps Boreholes at Darazo and Ganjuwa LGAs, Bauchi State.

B31   Motorized Borehole at Ningi/Warji Federal Constituency, Bauchi State.

B32   Provision of Community Based Water Supply with Public stand post (Motorized) at Alumri Misau, Misau LGA, Bauchi State.

B33   Provision of Community Based Water Supply with Public stand post (Solar) at Unik Gana, Auyo LGA; Sharbu and Majewa in K/Hausa LGA, Jigawa State.

B34   Community Based Water Supply with Public stand post (Motorized) at Bimiwa LGA, Bauchi State.

B35   Provision of 12Nos Hand pumps Boreholes in Kiyawa LGA, Jigawa State.

B36   Community Based Water Supply with Public stand post (Motorized) at   K/Tsalle, Taura LGA, Jigawa State.

B37   Provision of 10Nos Hand pumps Boreholes al Karaye and Rogo LGAs, Kano State.

B38   Community Based Water Supply with Public stand post (Solar Powered) at Rogo, Sabon Gari, Kano State.

B39   Provision of 18Nos Hand pumps Boreholes at Bagwai and Shanono LGAs, Kano State.

B40   Provision of 12Nos Hand pumps Boreholes at Ba’awa, Kiru, Bebeji, Ranka, Yako and Kuki, Kano Stale.

B41   Provision of 18Nos Hand pumps Boreholes in Dala Federal Constituency, Kano State.

B42   Provision of 18Nos Hand pumps Boreholes in Fagge Federal Constituency, Kano State.

B43   Provision of 7Nos Hand pumps Boreholes in Tsanyawa/Kunchi Federal Constituency, Kano State.

B44   Provision of 18Nos Hand pumps Boreholes in Gwale Federal Constituency, Kano State.

B45   Community Based Water Supply with Public stand post (Solar Powered) at W.T.C. Gezawa in Gezawa LGA, Kano State.

B46   Provision of 12Nos Hand pumps Boreholes in Bichi Federal Constituency, Kano State.

B47   Community Based Water Supply with Public stand post (Solar Powered) at Waziri Primary School, Kura Town Unguwar Malamai, Kano State.

B48   Provision of 7Nos Hand pumps Boreholes in Kabo and Gwarzo LGas, Kano State.

B49   Provision of  18Nos Hand pumps Boreholes in Gaya/Albasu/Ajingi Federal Constituency, Kano State.

B50   Motorized Boreholes in Gamawa Federal Constituency, Bauchi State.

B51   Motorized Boreholes in Miga/Jahun Federal Constituency, Jigawa State.

B52   Motorized Boreholes in Dutse/Kiyawa Federal Constituency, Jigawa State.

B53   Motorized Boreholes in Wudil/Garko Federal Constituency, Jigawa State.

B54   Erosion Control Project at Wasai Dam side, Minjibir LGA, Kano State.

B55   Motorized Boreholes in Kano Municipal Federal Constituency, Jigawa State.

B56   Provision of Solar Powered Boreholes at Ringim, Taura, Babura and Garki LGAs, Jigawa State

B57   Provision of Solar Powered Boreholes at Gumel, Sule Tankarkar, Gagarawa and Maigatari LGAs, Jigawa State

B58   Provision of Solar Powered Boreholes at Roni, Gwiwa, Yankwashi and Kazaure LGAs, Jigawa State.

B59   Solar Powered/Hand pumps Boreholes Hadejia/Auyo/Kafin-Hausa LGAs, Jigawa State.

B60   Solar Powered Boreholes at Kiru LGA, Kano State.

B61   Provision of Hand pumps Boreholes of the 24 LGAs Federal Constituency of Kano State.

B62   Provision of Hand pumps Boreholes of the 11 LGAs Federal Constituency of Jigawa State.

B63   Provision of Hand pumps Boreholes in Tudun Wada/Doguwa LGAs of Kano State.

B64   Provision of Hand pumps Boreholes in Gamawa LGA of Bauchi State.

B65   Provision of Solar Boreholes in Kano North Senatorial District.

B66   Motorized Boreholes at Kundila Housing Estate Phase III, Sabuwar Unguwa, Kano State.

B67   Removal of Typher grass in Auyo LGA, Jigawa State.

 

C       Goods

C1.    Plants and Machineries

Procurement of 1 No CAT Excavator (Belgium) 3305 or equivalent.

 

2.0     Eligibility Criteria

2.1     For Consultancy Services

a.       Full name and address of the company including GSM number of contact official.

b.       Evidence of Registration with Certificate of Incorporation (CAC) by        inclusion of certificate of incorporation and Article of Association

c.       Evidence of payment of Tax for the year 2009, 2010 and 2011.

d.       Copies of Auditors report and Financial Statement of the Company for 3          years (2009, 2010 and 2011)

e.       Evidence of execution of similar jobs at least for 5 jobs of similar nature and complexity with verifiable letters of contract award and certificate of job completion

f.       Copies of VAT Registration and evidence of past remittance completed plus     FIRS PIN Number.

g.       Evidence of payment of Pension Contribution in respect of staff.

h.       Evidence of financial capability/reference letter from a reputable bank

i.        For JVs include MOU

j.        Evidence of Registration with professional bodies such as ARCON, COREN, ICCON and IPAN. etc.

k.       Possession of satisfactory Quality Assurance/Quality Control Manual

l.        Evidence of Registration with Financial Reporting Council of Nigeria (FRC) as contained in Sections41 and 42, Act No 6,2011.

 

2.2     For Works:

a.       Evidence of registration with Corporate Affairs Commission by inclusion of certificate of incorporation and Articles of Association.

b.       Last 3 years 2009,2010 and 2011 Tax Clearance Certificate

c.       Detailed Company Profile

d.       Possession of experience as a Main Contractor in at least five (5) projects of similar nature and complexity with verifiable letters of award and certificates of completion within the last 5 years (to comply with this requirement, works quoted should be at least 70% physically completed).

e.       Evidence of pension and social security Contribution

f.       Copies of VAT Registration and evidence of past remittance completed plus FIRS PIN Number.

g.       Copies of Auditors report and Financial Statement of the Company for 3 years (2009, 2010 and 2011.)

 

2.3     For Goods:

a.       Evidence of registration with Corporate Affairs Commission by inclusion of certificate of incorporation and Articles of Association.

b.       Last 3 years 2009,2010 and 2011 Tax Clearance Certificate

c.       Detailed Company Profile

d.       Evidence of experience in at least five (5) projects of similar nature and complexity with verifiable letters of award and certificates of completion within the last 5 years

e.       Evidence of pension and social security Contribution

f.       Copies of VAT Registration and evidence of past remittance completed plus FIRS PIN Number

g.       Copies of Auditors report and Financial Statement of the Company for 3 years (2009, 2010 and 2011.)

h.       Evidence of financial capability/reference letter from a reputable bank

i.        Full account detail including SORT code.

j.        For Joint Venture include Memorandum of Understanding.

 

3.0     Collection of Tender Documents

Qualified companies shall on application collect (Standard Bidding Documents Technical and Financial), from 12 noon Monday 28th May, 2012 from:

 

Office of the Ag Head of Procurement,

Hadejia-Jama’are River Basin Development Authority,

Maiduguri Road, Hotoro, Kano.

 

Upon the presentation of evidence of payment of non-refundable tender fee of N30,000.00k for works and N10,000.00 for goods paid into the Authority’s account.

 

The request for proposal (RFP) for projects under (A) i.e. Consultancy will be collected at no cost.

 

4.0     Submission of Tender Documents

4.1     Completed Technical and Financial bids (Two copies) shall be submitted in two different sealed envelopes and labeled “Technical Bid” and “Financial Bid” with the Company name indicated at the back of each envelope. Both envelope marked “Project Name” at the top right hand corner and addressed to:

 

The office of the Managing Director

Hadejia-Jama’are River Basin Development Authority,

Maiduguri Road, Hotoro, Kano.

 

4.2     The closing date for the submission for all the projects on or before 25th June 2012 by 12:00 noon.

4.3     The Technical bids will be opened same day by l:00p.m. at the Ni’ima Guest Palace Conference Hall Suleiman Crescent Kano.

4.4     Only firms whose Technical bids fulfils the minimum requirements would have their financial bids considered.

4.5     All enquiries should as the case may be directed to:

The Executive Director (Planning & Design)

Hadejia-Jama’are River Basin Development Authority,

P.M.B. 3168, Maiduguri Road, Hotoro, Kano.

 

5.0     Disclaimer and conclusion

5.1     This announcement is published for information purposes only and does not constitute an offer by the Authority to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the Authority to procure concession services.

 

5.2     The Authority will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry.

 

5.3     The Authority pledges fair and equal treatment of all participants but is not bound to short list any bidder and reserves the right to annul the selection process at any time without incurring any liabilities.

 

Signed

Alhaji Abdu Dahlru

Managing Director,

Hadejia-Jama’are River Basin

Development Authority, Kano.

 

Invitation for Tender for General Maintenance Repair Works at Federal Roads Maintenance Agency (FERMA)

Federal Roads Maintenance Agency (FERMA).

Headquarters

Plot 163, Aminu Kano Crescent, Wuse II – Abuja

 

Invitation for Tender for General Maintenance Repair Works

 

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 Maintenance of some Federal Roads nationwide. To this effect, suitably qualified Contractors are invited to tender for the General Maintenance Repairs of Some Federal Roads in the Federal Highways Network for the 2012 Appropriation.

 

Scope of Works:

The Scope of works include, but not limited to:

Shoulder 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 Roads

 

S/N Lot Name of Road Route No. State

 

Contract No.
1 Rehabilitation of Roads and Bridges in Kabuir- Langshi- Baban Lamba Road in Plateau State A324 Plateau GM 1201
2 Maintenance of Garba – Chedi Beli Serti – Gembu Road in Taraba State R.474/478

 

Taraba GM  1202
3 Maintenance of Wukari- Ibi Road in Taraba State. R. 470 Taraba GM 1203
4 General Maintenance Repairs of Kano – Gwarzo – Dayi road in Kano State R.269 (F.128) Kano GM 1204
5 General Repairs and Pavement Strengthening (Overlay) of Birnin Gwari – Kaduna Road in Kaduna State. R.20A Kaduna GM 1205
6 General Maintenance Repairs of Gumel  – Malam Madori – Hadejia Road in Jigawa State. R.369 Jigawa GM 1206
7 General Repairs and Pavement Strengthening (overlay) and burnt bridge along Kaduna -Zaria Dual Carriageway (Section II) in Kaduna State. R.50 Kaduna GM 1207
8 General Repairs and Pavement strengthening of 9th Mile- Obollo Afor -Benue State Border (Otukpo Junction) Road in Enugu State. R.70 (A.3) Enugu GM 1208
9 General Maintenance Repairs of 2nd Interchange, Enugu – Port Harcourt Road, Enugu State R.70 (A.3) Enugu GM 1209
10 Maintenance of Ikot Ekpene -Umuahia – Bende Road in Akwa Ibom State. R.25A Akwa GM 1210
11 General Repairs and Pavement Strengthening of Benin – Shagamu (Ofosu – Ajebandele) Road Section I (KM. 72+000 -KM. 92+000) (Both lanes) in Ondo State. R.25 Ondo GM 1211
12 General Maintenance Repairs of Mayo Belwa   –   jada   –   Genye Roadin Adamawa State General Maintenance Repairs of Argungu – Biu Road in Kebbi State R.478 Adamawa GM 1212
13 General Maintence Repairs of Argungu – Biu Road in Kebbi State. R.210 (F.133) Kebbi GM 1213

 

Tender Requirements

i.        Evidence of registration with CAC, as an Engineering contractor.

ii.       Tax Clearance certificate for the last 3 years

iii.      Registration with PENCOM

iv.      VAT registration and evidence of past VAT remittance

v.       Equipment and technology capacity

vi.      Verifiable list of previous similar works successfully carried out within the last three years with names of client, evidence of award and practical completion.

vii.     Company profile including among others, Memorandum of Understanding and Article of Association, organizational structure and key professional staff with their names, and telephone numbers, at least one of which must be a COREN registered Engineer

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

ix.      Evidence of financial strength, credit worthiness to the tune of not less than N24m/bank reference in addition to evidence of a turnover of at least N100m in the last three years

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

xi.      Evidence of ownership of/access to asphalt plant.

xii.     A sworn affidavit that none of the directors have been convicted of any

criminal offence in any country including financial impropriety.

 

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 copy of payment receipt between the hours of 10.00am and 5.00pm, Mondays to Fridays on or before Wednesday 4th July, 2012 by 12noon 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 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 Lot/Name of road /state/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: General Manager (Procurement)

And hand delivered on or before Wednesday 4th July, 2012 by 12noon 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 the 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 maintenance works may not attract advance payment.

ii.       Road Maintenance works attract a minimum guarantee period of six (6) months.

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 opened .

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 submission of bids will be rejected.

 

Non Adherence to any of the Instructions Above Attracts Automatic Disqualification

 

Signed:

Management

 

Tender for Framework Contract for the Supply of Health Commodities at Kano State Drugs and Medical Consumables Supply Agency (DMCSA)

Invitation To

Kano State Drugs and Medical Consumables Supply Agency (DMCSA) Kano

 

Tender for Framework Contract for the Supply of Health Commodities

 

Tender No. Dmcsa-1-2012

1.       The Drugs & Medical Consumables Supply Agency (DMCSA), KANO has responsibility to procure, store and distribute Medicines, Medical and Laboratory Supplies and other Medical consumables in Kano State. The DMCSA was established on 23rd June 2009, as per Kano State Drugs and Medical Consumables Supply Agency Law 2009 (1430 A.H).

 

2.       The DMCSA invites sealed bids for eligible bidders for the supply and delivery of health commodities (Pharmaceuticals, Pharmaceutical raw materials and Medical supply).

 

3.       The quantities specified are estimated quantities only. Any supplies to be provided under the contract to be agreed shall be ordered by the issue of table of award under a framework contract for one year with the following features:

a.       One full year fixed price starting from contract signing date.

b.       Delivery shall be affected on partial installment as shall be specified in the schedule of delivery.

c.       Quantities delivered shall be 25% (Fixed range variation) of quantities in the schedule of Requirements depending on the actual need of DMCSA.

 

4.       Bidding will be conducted through the national open competitive bidding procedures as described in the DMCSA procurement Procedures Manual.

 

5.       Interested eligible bidders of their representatives may obtain the bidding documents from the DMCSA. Further information may be obtained at the address given below from 8:30am to 5:00pm local time (Monday to Friday, except national public holidays).

 

6.       In order to bid, a complete set of the bidding documents has to be purchased by interested bidders up to 1:00pm (local time) before the closing date upon payment of a non-refundable fee of Twenty Thousand Naira Only (N20.000:00) paid in bank draft payable in the name of: DRUGS AND MEDICAL CONSUMABLE SUPPLY AGENCY, KANO.

 

7.       Bids must be delivered to the address below on or before 12/06/2012 at 12:30pm. Electronic bidding will not be permitted. Late bids will be rejected.

 

8.       Bids will be opened in the presence of the bidders or their representatives who choose to attend at the address below at 12:30 pm local time on 12th June, 2012 .  All supplier’s bids be accompanied by a Bid Security of not less than Two percent (2%) of the bid amount. The Bid Security must be in form of a Bank Certified Cheque or Bank Guarantee issued by a reputable bank agreeable to the Purchase. The Purchaser shall not be liable for any bid not deposited in the tender Box.

 

9.       For purchase of bid document, submission and any other information, please contact:

 

Drugs & Medical Consumable Supply Agency (DMCSA);

No. 2, Ibrahim Taiwo Road, Kano

 Tel: 07032090206, 08059881487