Invitation for Pre-Qualification/Expression of Interest as Contractor for 2012 Capital Projects and Programme at Industrial Arbitration Panel

Industrial Arbitration Panel

Future View Plaza, Central Business District – Abuja

 

Invitation for Pre-Qualification/Expression of Interest as Contractor for 2012 Capital Projects and  Programme

 

The Industrial Arbitration Panel an Agency of Ministry of Labour and Productivity hereby request competent and reputable contractors to bid for the execution of its capital projects in the 2012 appropriation act as follows:

LOT’A:       Purchase of Power Generating Set:

1.       INSTALLATION OF 2 NOS GENERATING SET IN LAGOS AND ABUJA OFFICES

LOT ‘B’:      PURCHASE OF LIBRARY BOOKS AND EQUIPMENT

LOT ‘C:      REHABILITATION AND REPAIRS OF OFFICE BUILDING (6TH  7TH FLOORS, INFORMATION BUILDING, AWOLOWO ROAD, IKOYI LAGOS).

LOT ‘D:      RESEARCH & DEVELOPMENT (CAPACITY BUILDING PROGRAMME FOR ARBITRATORS & STAFF)

 

 

B.    Pre-Qualification Requirement:

Prospective contractors shall be required to possess the following pre-qualification documents:

 

a.       Valid Certificate of Registration/Incorporation from Corporate Affairs Commission (CAC);

b.       Current Tax Clearance Certificate for the last three (3) years;

c.       Value Added Tax Registration Certificate (Tin No.);

d.       Name and Address of Banker(s) including a letter of Reference/Guarantor from the Bank;

e.       Evidence of involvement and experience in similar contract showing evidence of Award and timely completion.

 

 

C.    Submission of pre-Qualification Documents

Pre-qualification documents should be enclosed in a sealed envelope marked “Pre-Qualification 2012” and must be returned to the office of the Chief Registrar, Industrial Arbitration Panel, Future View Plaza, opposite Central Mosque, Central Business District, Abuja  on or before 11th June, 20120 and addressed as follows:

The Chief Registrar,

Industrial Arbitration Panel,

Future View Plaza,

Central Business District,

Abuja.

 

D.    Note:

(a)     That late submission will be rejected;

(b)     That this advertisement for Pre-qualification to Tender shall not be construed to be a commitment on the part of Industrial Arbitration Panel, Abuja nor shall it entitle the tenderer to make any claims whatever and/or seek any indemnity from the Industrial Arbitration Panel by virtue of such Tenderer having responded to this advert.

 

Signed:

Management

Call for Expression of Interest at Federal Ministry of Information

Federal Ministry of Information

Radio House Abuja

 

Call for Expression of Interest

 

A. Introduction:

The Federal Tenders Journal is a tool for the dissemination of information on all government proposed procurements and related matters to the public. The Journal is published in both hard and soft copies.

 

The Federal Ministry of Information intends to redesign, host and manage the Federal Information Tenders Journal Web Portal under the Public Private Partnership and hereby seeks for “Expression of Interest” (Eol) from reputable and competent consultants to carry out the assignment.

 

 

B.  Scope of Work:

The scope of work involves the following:-

(i)      Design and develop a database-driven web application, which will provide online, real time access to all necessary government procurement activities.

(ii)     Procure, install and configure all necessary licensed software for the servers.

(iii)    Design, install and manage a comprehensive security framework,

(iv)    Provide, a scalable solution, with ease of integration and transference across     locations, servers and platforms.

(v)     Ensure compatibility with all forms of browsers and mobile devices like Android, Blackberry, IPAD etc.

(vi)    Provide simple interface to access complex systems (website management application in the absence of advance programming skill. In effect, the solution would provide an easy and friendly program that enables the web managers to maintain the web portal, publish relevant information, as well as pictures, without skills in HTML or computer programming).

(vii)   Create sophisticated mechanism of indexing all content on the web portal, for word and phrase searches.

(viii) Create site statistics program to analyse visitor tracking, page search analysis etc.

(ix)    Install and implement a Content Management System (CMS).

(x)     Provide for automatic data archiving of site content.

 

 

C.  Eligibility of Bidders:

Interested and reputable consultants are requested to forward the following pre-qualification documents for consideration:

(i)      Evidence of Registration with Corporate Affairs Commission

(ii)     Evidence of Tax Clearance Certificate for the last three (3) years;

(iii)    Evidence of VAT Registration and remittance;

(iv)    Evidence of Registration with National Pensions Commission;

(v)     Evidence of company’s financial capacity with inclusion of reference/support from Bank.

 

 

D.  Instructions to Interested Bidders;

Interested parties are requested to submit:

  • Information on their organization and brief summaries of the key personnel to be involved in the work, particularly their experience that directly relates to the needs of this assignment.
  • A description of similar assignments, including a brief description of the projects executed, methodology, client, budget and project start/end dates.
  • A concept note on the assignment that describes in detail how the Consultants would conduct this assignment if selected.

 

E.   Period of Performance:

The successful Consultant will manage the portal for a period of two (2) years in the first instance, renewable, subject to performance.

 

Expressions of Interest must be submitted in three (3) copies (one original and two

copies) and a soft copy in a sealed envelope clearly marked: “EXPRESSION OF

INTEREST FOR FEDERAL TENDERS JOURNAL” addressed to:

 

The Permanent Secretary

Federal Ministry of Information

Radio House

Garki, Abuja.

 

Expression of Interest must be delivered to the Procurement Department Federal Ministry of Information, 9th Floor, Radio House, Abuja not later than 12 noon on Monday, June 25th 2012.

 

Interested consultants may obtain further information at the address above from 8:00am to 5.00 pm every working day.

Please note that only shortlisted consultants will be invited for bidding.

 

Signed.

Permanent Secretary

Federal Ministry of Information.

 

Procurement of various Goods, Works and Consultancy Services at Federal Ministry of Information

Federal Ministry of Information

Invitation for Pre-Qualification to Tender

 

Introduction:

The Federal Ministry of Information intends to execute the procurement of various Goods, Works and Consultancy services in Year 2012 Capital Budget and hereby invites competent and interested suppliers, contractors and consultants with relevant experience for pre-qualification to tender for the projects.

 

 

2.       Details of Projects:

LOT1:         Computerization of Accounting Operations:    Supply & Installation of  Computers & Accessories, Scanners, Softwares and training.

LOT 2:        Production   of various   Publications   on   Government   Policies   & Programmes.

LOT 3:        Development of Audio Visual & Public Enlightenment Centres (Supply of Equipment)

LOT 4:        Construction/Completion of Zonal Federal Information Centre, Ado-Ekiti.

LOT 5:        Equipping of NIPI Clinic (Supply of Hospital Furniture & Equipment).

LOT 6:        Equipping of Federal Information Resource Centre, Sokoto. (Supply of Furniture & Equipment).

LOT 7:        Installation of Digital Printing Machines.

LOT 8:        Rehabilitation of Old Printing Machines at Federal Government Press, Lagos Factory.

LOT 9:        Purchase & Installation of Digital Printing Machines and other Equipment.

LOT 10:      Digitization of National Archives:   Supply & Installation of heavy Duty Scanners, Softwares, Computers and Accessories &Archival Shelves.

LOT 11:      Provision of Consultancy Services for Human Capital Development.

LOT 12:      Provision of Consultancy Services for Capacity Building on Budget Monitoring & Evaluation of Projects in line with Transformation Agenda.

LOT 13.      Media Consultancy Services for Public Enlightenment & Mobilization on 20:2020   and   Collaboration  with   MDAs   and   external   bodies on Transformation Agenda. Radio & TV Jingles, Drama & Documentary).

LOT 14:      Media   Consultancy   Services   for Promotion   of Made-In-Nigeria Productsand Related Activities.

LOT 15:      Media Consultancy Services for Monitoring of Projects & Media Tour Across the 36 States.

LOT 16:      IT Consultancy Services for Hosting and Management of the National Portal www.nigeria.gov.ng.

LOT 17;      Provision of Secured Window Access Network (WAN) using Virtual Private Network (VPN) for improved online communications b/w the. Zonal Information Resource Centres and the Ministry’s Headquarters

 

3      Prequalification Requirements;

Interested and eligible suppliers, contractors and consultants are required to forward the following documents for consideration:-

(i)      Evidence of Company’s Registration with Corporate Affairs Commission

(CAC);

(ii)     Company’s Current Tax Clearance Certificate for the last 3 Years;

(iii)    Evidence of VAT Registration and Past Remittances;

(iv)    Evidence of Compliance with Pensions Act 2004;

(v)     Company’s Profile reflecting experience and works of Similar Nature and

Value;

(vi)    Curriculum Vitae (CV) including relevant experience of key Personnel; (vii)      Evidence of Financial Capability and support from Bank;

(viii) Company’s Audited Account for the last three (3) Years.

 

 

4.       Submission of Tender Documents:

Interested companies are to submit two (2) copies of pre-qualification documents clearly marked: PROJECT TITLE and LOT NO addressed to the Permanent Secretary, Federal Ministry of Information, Radio House, Abuja and submitted into the Tender Box at the Procurement Department, 9th floor, Federal Ministry of Information, not later than 12.00 noon on Monday, June 11th 2012.

 

 

5.     Opening of Tenders:

Opening of the tenders will take place immediately after the close of submission at 2.00 pm on the same day in the Ministry’s Conference Room, 8lh Floor, Radio House, Abuja. Bidders or their representatives, interested members of the public professional bodies and Non-governmental Organization (NGO) are invited to witness the opening of the bids.

 

Bidders are to note that response to this invitation does not place any commitments obligation on the Ministry for award of contract.

 

Only pre-qualified bidders will be invited to tender for the projects accordingly.

 

Signed:

Permanent Secretary,

Federal Ministry of Information

 

“PRE-QUALIFICATION TO TENDER FOR THE PROVISION OF ENGINEERING INFRASTRUCTURE TO KAURA DISTRICT at FEDERAL CAPITAL DEVELOPMENT AUTHORITY,

Federal Capital Development Authority,

Abuja Nigeria

 

Invitation for Pre-Qualification to Tender for the following Projects

 

Engineering Services intendes to procure the under-listed project within the years 2012 budget

 

The Authority is inviting interested, competent and reputable Engineering Construction Companies to submit pro-qualification document for the fallowing projects:

 

 

2.       Description of Works:

Provision of Engineering Infrastructure to Kaura District Abuja.

 

3.       Scope of Work:

3.1     The scope of work involves:

(i)      Site Clearance and Earthworks.

(ii)     Surface Water Drainage Bridge

(iii)    Road Works (Asphalt Pavement)

(iv)    Bridge Works

(v)     Culverts

(vi)    Waste Water Drainage

(vii)   Water Supply Pipes Networks

(viii)  Street Lighting

(ix)    Power Supply and Conduits

(ix)    Telecommunication ducts.

 

4.       Pre-Qualification Requirements

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

(a)     Evidence of incorporation of the Company with Corporate Affairs Commission (CAC), including Articles and Memorandum of Association of the company and up to date Annual return with the CAC (mention forms C02 & C07 to be included).

(b)     Evidence of Firm Registration with Council for the Regulation of Engineering in Nigeria (COREN) and up to date payment of practicing fees (2011)

(c)      The Company must show evidence of fulfilling its Tax obligations as follows:

(i)      Tax Clearance Certificate for the last three (3) years supplied with the company’s Tax Identification Number (TIN)

(ii)     Pension and Social Security Contributions

(iii)    Evidence of registration with Pencom.

(iv)    Evidence of remittance to pension fund Administrator

 

(d)     A sworn Affidavit certifying as follows:

(i)      The Company is not in receivership, insolvency or bankruptcy

(ii)     The Company does not have any Directors who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or Financial impropriety,

(iii)    That no present or former Director of the company is a shareholder or has any pecuniary interest on any of the relevant committees of the FCDA or BPP

(iv)    That all the documents submitted for the pre-qualification bid are not only genuine but correct

(e)      A chart indicating the number of Nigerians that shall be employed by the company at various levels for the execution of this project (to be confirmed with each valuation).

(f)      Bank Statement for the past six (6) months

(g)     Audited Accounts of the Bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants.

(h)     Letter authorizing FCDA and her representative to cross-check the submitted company’s Bank account.

(i)      Evidence of work experience as the main Contractor executing or having executed a minimum of five (5) projects of similar complexity compared to the proposed work, one of which must have been within the last 5 years. Copies of Award Letters. Last Interim Certificate of Valuation for on-going projects. Completion Certificate and Final Maintenance Certificates where applicable are to be enclosed,

(j)      Verifiable list of major construction equipment and facilities including registration numbers, chassis numbers, location (where they can be inspected) and remark on whether these are owned, leased or hired.

 

 

The minimum numbers of equipment/facilities are as listed below:-

(i)      Ten (10) Nos Bulldozers

(ii)     Five (5) Nos Scrappers

(iii)    Ten (10) Nos Graders

(iv)    Ten ( 10) Nos Excavators

(v)     Fifteen (15) Nos Pay Loaders

(vi)    One (1) No. Asphalt Plant

(vii)   One (1) No. Concrete Batching Plant

(viii)  Three (3) Nos Asphalt Pavers

(ix)    Ten (10) Nos Water Tankers

(x)     Three (3) Nos Diesel Tankers

(xi)    Ten (10) Nos Mobile Concrete Mixers

(xii)   Fifteen (15) Nos various Compactors

(xiii)  Five (5) Nos Concrete Pumping Machines

(xiv)  Ten (10) Nos various type of Cranes

(xv)   Thirty (30) Nos 20 30 ton tippers

(xvi)  Ten (10) Nos dumpers

(xvii)           One (1) Insitu concrete laying equipment (Commander)

(xviii)  Five(5) Nos Cable Drum Jacks

(xix) Three (3) Nos Crane Mounted Bucket Lifts

(xx)   Two (2) Nos Cable Crimping Machines

(xxi) Electrical testing equipment such as 80KV Hypotronics, Megger, Earth-Resistant tester etc.

(xxii) One (I) No. Functional Quarry,

(k)     A functional and well equipped materials testing laboratory or evidence of ability to carry out material testing

(l)      List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of five (5) relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

(m)    History of Company’s policy on Community Social Responsibility.

(n)     Companies with a minimum of N20 billion (Twenty Billion Naira) annual turn-over in the last three years need to apply.

 

NOTES:

Items 4a 4e are the Eligibility Requirements and their Originals must be produced by the Company for sighting during the opening session.

All claims must be substantiated with verifiable facts.

The photocopies of professional certificates are to be initialed, endorsed by the owners and professional seal must be embossed on the professional certificates.

Evaluation of the pre-qualification documents will be based on the outlined pre-qualification requirements and only those that are successful will be Invited to submit Technical and Financial Proposals.

 

 

5.0       Submission of Documents:

The pre-qualification documents should be submitted in A hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals and shall be, placed in a sealed envelope clearly marked “ORIGINAL” and “Electronic Copy” with the following inscription: “PRE-QUALIFICATION TO TENDER FOR THE PROVISION OF ENGINEERING INFRASTRUCTURE TO KAURA DISTRICT. The pre-qualification documents should be submitted directly to FCDA Procurement Department, Room 005 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11, Garki Abuja on or before Tuesday 12th June, 2012. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids in the presence of all prospective bidders or their Representatives.

 

 

Further Notes:

(i)      This is not an invitation to tender. Only pre-qualified firms will be invited to tender for the project. Others may know their performance by a formal request to the Accounting Officer of FCDA.

(ii)     Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents means of delivery notwithstanding.

(iii)    The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.

(iv)    Interested members of the Public especially Civil Rights organizations could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.

 

Director, Procurement

For: Executive Secretary

Invitation for Technical and Financial Bids for the Execution of the Projects Under 2012 Appropriation at Chad Basin Development Authority

Federal Republic of Nigeria

Chad Basin Development Authority

Km 6 Dikwa Road Maiduguri

 

Invitation for Technical and Financial Bids for the Execution of the Projects under 2012 Appropriation

 

1.0     Introduction

The Chad Basin Development Authority hereby invites from reputable and interested contractors with relevant Technical experience, financial capacity and good track records for the execution of 2012 Capital Projects.

 

(A) Works

Construction / Provision of Water Facilities

Lot A1:      Small Scale Irrigation Schemes

i)       Construction of areas office, 2nos. Staff quarters, ware­house, packing shed & fencing at Gashu’a small irrigation schemes

ii)      Expansion of 50ha at Michika Small Irrigation Schemes

 

Lot A2:       Hydromet

Upgrading 1no. Hydromet Station

 

ii)      Provision of 5nos. Handpump Boreholes each in Fika/Fune and Nangere/ Potiskum Federal Constituencies of Yobe State

 

Lot A3:      Provision 10nos. Handpump Boreholes in Mafa, Dikwa & Konduga

LGAS, Borno State

 

Lot A4:      Provision of 10nos. Handpump Boreholes in Fika & FuneLGAS, Yobe State

 

Lot A5:      Provision of Solar Powered Borehole at Jali Village In Miringa District, Biu LGA Borno State

 

Lot A6:      Provision of 2nos. Solar Powered Boreholes at Kofar Yaron Wasa Gasamu, Jakusko LGA and Gidan Dansanda Talbari Ward Gashua Bade LGA, Yobe State

 

Lot A7:       i) Provision of 11nos. Handpump Boreholes at Mida, Ngabure, Bulangwa, Fadabe, Murasa, Kulusuna, Magarta, Ngubdori, Chaa and Kajir in Dikwa LGA

ii)     Provision of 10nos. Handpump Boreholes at Hamja, Jale-Jale,   Kundiye, Rumele, Isari, Wulbari, Sero, Bula Aibu, Walawa and Jilbe in Kala Balge LGA

iii)     Provision of 8no. Handpump Boreholes at Kasuwan Katako, Bash Samunaka, Ndufu, Wulgo, Tongule, Ali Dawuri, Ladari and Fuye in Ngala LGA, Borno State

iv)     Provision of 9nos. Handpump Boreholes at Walsa Mallam Kyart, Kodo Mukdo, Kushe, Abbaram, Zarmari, Amchaka, Gulumba, Bogomari and Bula Umarbe in Bama LGA

v)      Provision of 9nos. Handpump Boreholes at Yauri, Ali Dewuri, Bula Matori, Assanti, Fatime Kuti, Molai, Maiduwuri, Masau And Zabarmari in Jere LGA

vi)     Provision of 6nos. Handpump Boreholes at Maa Sherifti, Ngowom, Awada, Aiwa Balaire, Abbari and Mala Chariri in Mafa LGA

vii)    Provision of 8nos. Handpump Boreholes at Shuwari, Bulabulin Ngarannam, General Hospital Molai, Federal Lowcost, Gwange, Budum, Damboa Road Snuwari and Sulemanti in Maiduguri LGA, Borno State

 

Lot A8:      i) Provision of Washbores for Irrigation in Ngalda Garin Chindo, Dumbulwa, Gadana, Mubi, Fusami, Damagum, Dufana, Kayeri, Nyakire and Ngershengele of Fika and Fune LGA Yobe State

ii)      Drilling of 4nos. Solar Powered Boreholes at Kayeri, Fune LGA, Damamuni, Jajeri ward, Geidam LGA & Katarko, Gujba LGA in Yobe State.

iii)     Drilling of 4nos. Solar Powered Boreholes at Sogoma, Dikwa LGA, Bargozu, Kaga LGA, Government Day Secondary School Maiduguri, MMC, Maiduguri & Azare, Hawul LGA in Borno State.

 

Lot A9:      Provision of 6nos. Motorized Boreholes in Gadaka, Zadawa, Damagum, Daura/Baburum, Borno Kishi & Duffuwel in Fika and Fune LGA, Yobe State

 

Lot A10:   Provision of 1no. Motorized at Fulamiri Village Yunusari LGA Yobe State

Lot A11:    Provision of 3nos. Solar Powered Tubewells for Water Supply in Laila, Mari & Girim in Bursari LGA Yobe State

Lot A12:    Provision of 12nos. Handpumps at jakusko & Bade LGA Yobe State.

 

Lot A13:    Drilling of 2nos. Motorized Boreholes with Complete Accessories at Machina LGA Yobe State

Lot A14:    Erection of 10,000 Gallons Overhead Tank at Konkonma & Reticulation Network at Goki Barmadi & Goki Jajeri in Machina LGA Yobe State

Lot A15:    Construction of Underground Reservoir at Kaisawa with 25,000 Gallon Capacity in Machina LGA Yobe State

Lot A16:    Provision of 1no. 27.5 KVA Gen. Set, Buster Pump and Reticulation Works from Kaisawa to Goki, Barmadi and Goki Jajere in Machina LGA Yobe State

Lot A17:    Provision of Motorised Borehole 1no. at Yusufari LGA, 1no. at Karasurawa LGA and 2nos. at Nguru LGA, Yobe State

Lot A18:    Provision of 2nos. Handpumps Borehole at Garin Haru, 1no. in Rigar Musamdole, Inkibulwa, Rigar Dangira, Rigar Alh. Shudi, Kangarawa, Wachakal, Balanguwa & Inglewa in Machina & Nguru LGA Yobe State

Lot A19:    Provision of 6nos. Motorised Boreholes: 1no. each at Sangere Michika LGA; Gulak, Madagali LGA; Mutsi, Michika LGA; Bazza-Margi in Michika LGA; Watu, Michika LGA; and Pallum, Madagali LGA Adamawa State

Lot A20:    Provision of 3nos. Motorized Boreholes at Bama LGA, Borno State Lot A21:           Provision of 1no. Motorised Borehole at Ngala LGA, Borno State

Lot A22:    Provision of 1no. Motorized Borehole at Kala – Balge LGA Borno State

Lot A23:    Provision of 1no. Motorized Borehole at Kukawa LGA Borno State

Lot A24:    Provision of 2nos. Motorized Boreholes at Guzamala LGA Borno State

Lot A25:   Provision of 1no. Motorized Borehole at Mobar LGA, Borno State

Lot A26:   Provision of 1no. Motorized Borehole at Abadam LGA, Borno State

Lot A27:    Provision of 1no. Motorized Borehole at Awalari, Kaga LGA Borno State

Lot A28:    Provision of 1no. Motorized Borehole at Kullunnam, Magumeri LGA, Borno State

Lot A29:    Provision of 1no. Motorized Borehole at Ardoram Lawanti, Magumeri LGA, Borno State

Lot A30:    Provision of 1no. Motorized Borehole at Kandawumari, Gubio LGA, Borno State

Lot A31:    Provision of 1no. Motorized Borehole at Kaduwure, Gubio LGA, Borno State

Lot A32:    Provision of 1no. Free Flow Borehole with Overhead Tank and Generator set at Mafa LGA, Borno State

Lot A33:    Provision of Solar Powered Borehole (Complete with Accessories) at Dikwa LGA, Borno State

Lot A34:    Provision of Solar Powered Borehole (Complete with Accessories) at Konduga LGA, Borno State

Lot A35:    Provision of 1no. Motorized Borehole with Overhead Tank and Generator set at Dikwa LGA, Borno State

Lot A36:    Provision of Solar Powered Purification Plant at Nguriwuri in Alau Ward Jere LGA Borno State

Lot A37:    Provision of 2nos. Tubewells for Water Supply at Jantur Village &

Asanti Village in Gungolong Ward, Here LGA Borno State

Lot A38:    Provision of 2nos. Tubewells for Water Supply at Kirriwuri Village &

Mairi Village in Dusuman Ward, Jere LGA Borno State

Lot A39:    Provision of 2nos. Tubewells for Water Supply at Gide Village & Ngurnum Kole Village in Khaddamri Ward, Jere LGA Borno State

Lot A40:    Provision of 3nos. Tubewells for Water Supply at Fannammri village

& Limanti Village in Alau Ward, Wadiya Village in Galtimari Ward Jere LGA Borno State

Lot A41:    Provision of 1no. Free Flow Borehole at Debele, Monguno LGA Borno State

Lot A42:    i) Provision of 1no. Free Flow Borehole at Kumalia Village, Marte LGA Borno State

ii)                Provision of 1no. solar powered tubewell at Zaga in Marte LGA, Borno State

 

LOT A43:  Provision of 1no. Free Flow Borehole at Ngocceya Village, Marte LGA Borno State

Lot A44:    Provision of 1no. Free Flow Borehole at Ganeya Village, Nganzai LGA Borno State

Lot A45:    Provision of 6nos. Handpump Boreholes one (1) no. Each at Wala,

Kirawa, Gadamayo – Hausari Pulka, Jaje, Gava in Gwoza LGA, Borno State

Lot A46:   Provision of 6nos. Handpump Boreholes one (1) no. Each at Gayo,

Whuntaku II, Jajere, Bila Ali, Lawan Wavi in Chibok LGA Borno State

Lot A47:    Provision of 5nos. Handpump Boreholes one (1) no. Each at Ngirma,

Ba’ale Village, Alimiri Village, Chiralia Village, Kafa in Damboa LGA Borno State

Lot A48:    Provision of 3nos. Motorized Boreholes at Kofan Hamman Arvare                    Shagari street, Gadamayo A, Gwoza LGA Borno State

Lot A49:    Provision of Community Based Water Supply with Stand Post (Solar Lamps & Housinged) at Sabon Kassuwa (Ghuma) Town: Bilingwe Ward Hawul LGA

Lot A50:    Provision of 5nos. Handpump Pump Boreholes one (1) no. Each at

Saboda Allah Village – Puba Lokoja Vedeo Ward Hawul LGA, Mussa

Village in – Mussa Ward, Sabongari village in Husara Tompul Ward, Yimirali in Askira East Ward in Askira /Uba LGA, Borno State

Lot A51:    Provision of Community Based Water Supply with Public Stand Point at Sabon Garl Konduga, Konduga LGA Borno State

Lot A52:    Provision of Handpump Boreholes one (1) no. each at Adam Kolo (Bulama Buba), Layln Gawo (Kofar Counsillor), Kaleri (Bulama Aji),

Slmari (Lawan Abba), Zannari (Lawan Gujja), Gawa Town, Dogumba Village in Mafa LGA Borno State

Lot A53:    Provision of Community Based Water Supply with Public Stand Post (Motorized) at Moduri Village Guzamala LGA Borno State

Lot A54:   Provision of Community Based Water Supply with Public Stand Post

(Solar Lamps & Housinged) at Ngamdu Village, Kaga LGA Borno State

Lot A55:    Provision of Handpump Boreholes 2nos. Each at Beni Sheikh Town and Mainok Village both in Kaga LGA Borno State

Lot A56:   Provision of 2nos. Handpump Boreholes at Lafiya Jakusko LGA Yobe State

Lot A57:    Provision of Community Based Water Supply with Public Stand Post at Dufuna Village, Fune LGA Yobe State

Lot A58:    Provision of Community Based Water Supply with Public Stand Post

(Solar Lamps ft Housinged) at Dogo Nini Ward Potiskum, Yobe State

Lot A59:   Provision of 5nos. Handpump Boreholes at Nangere Town, Darin Langawa, Degubi Town, Watinani Town and Kukuri Town, Yobe State

Lot A60:    Provision of 2nos. Motorized Boreholes at Jere Federal Constituency, Borno State (on-going)

Lot A61:    Provision of 2nos. Motorized Boreholes in Bama/ Ngala / Kala – Balge Federal Constituency, Borno State (on-going)

Lot A62:    Provision of 2nos. Motorized Boreholes in Bursari/Geidam/Yunusari Federal Constituency Yobe State

Lota63:      Provision of 2nos. Motorized Boreholes in Machina/ Nguru/ Karasuwa/Yusufari Federal Constituency Yobe State

Lot A64:    South Chad Irrigation Project (SCIP) Repairs of 1no. Air Compressor, TS120 Tractor, 4nos. D5k, 1no. SD 16, 1no. 120B Motor Grader

Lot A68:   Baga Polder Project (BPP)

i)       Rehabilitation of 3nos. Staff Quarters at (BPP)

ii)      Rehabilitation of 2nos. Staff Quarters at (BPP)

iii)     Completion of Road Culvert for 2000HA Water Conveyance  Channel at Baga Polder Project

 

(B)     Consultancy

Reputable and interested consulting firms with relevant Technical experience and good track records to submit Technical and Financial proposals in response to the Request forProposals (RfP) to be issued to bidders for the execution of the following projects.

Lot B1:       Feasibility Studies and Design/EIA of Small Earth Dam at Dusuman Ward in Jere LGA, Borno State

Lot B2:       Feasibility Studies and Design/EIA of Small Earth Dam at Dala kafe in Jere LGA, Borno State

 

(C)    GOODS

Competent and interested contractors with financial capacity and good track records to submit Technical and Financial proposals in response to the bid document to be issued to them for the execution of the following projects.

 

Lot C1:      Small Scale Irrigation Schemes

Supply of Portable Irrigation Pumps (2” & 3” Water Pumps)

 

Lot C2:      South Chad Irrigation Pro

i)       Procurement of 1no. Coaster Bus

ii)      Procurement of 1no. Mobile Welding

iii)     Supply of Improved Rice Seeds, Wheat Seeds & Agro Chemicals

 

LOT C3:    Baga Polder Project (BPP)

i)       Supply of 1no. 250 KVA Power Gent

ii)      Supply of 1no. each Suction and Delivery Pipe and foot valves for 18” centrifugal pumps, spare & service parts for heavy duty machines & plants

 

2.0     Scope of Works

The scope of work and the specification will be stated as contained in the Standard Bidding Document (SBD) in respect of each project.

 

3.0     Eligibility Criteria

Bidders are to provide the following documents as minimum requirements;

 

3.1     For Works

a.       Evidence of Registration with Corporate Affairs Commission (CAC) by inclusion of certificate of Incorporation and Article of Association.

b.       Last 3years (2009, 2010 & 2011) Tax Clearance Certificates

c.       Certificate of compliance with Pension Reform Act 2004 as provided in section 16 Subsection (d) of the Public Procurement Act 2007 and evidence of remittances of employee pension.

d.       Evidence of VAT Registration and remittance.

e.       Detailed company profile and organizational structure including Names and Telephone numbers of key Personnel (Technical / Managerial).

f.       Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last 5years with verifiable letters of contract award, evidence of payment and certificate of completion.

g.       Evidence of Financial Capabilities/Reference Letter from a reputable Bank and Statement of Accounts.

h.       For joint venture include Memorandum of Understanding.

i.        Evidence of Registration with relevant Professional bodies such as COREN,

ARCON, COMEG etc.

j.        Full Account details including SORT CODE.

k.       Having annual Auditors report for at least 3years (2009, 2010 & 2011)

L.      Bidders are to provide evidence of ownership/lease of relevant construction

equipments non-compliance will lead to disqualification.

 

3.2     For Consultancy Services

a.       Evidence of Registration with Corporate Affairs Commission (CAC) by  inclusion of certificate of Incorporation and Article of Association.

b.       Last 3years (2009, 2010 & 2011) Tax Clearance Certificates.

c.       Certificate of compliance with Pension Reform Art 2004 as provided in section 16 Subsection (d) of the Public Procurement Act 2007 and evidence of remittances of employee pension.

d.       Evidence of VAT Registration and remittance.

e.       Detailed company profile and organizational structure including Names and

Telephone numbers of key Personnel (Technical / Managerial).

f.       Evidence of experience in at least five (5) jobs of similar nature and         complexity executed within the last 5years with verifiable letters of contract

award, evidence of payment and certificate of completion.

g.       Evidence of Financial Capabilities/Reference Letter from a reputable Bank and Statement of Accounts.

h.       For joint venture include Memorandum of Understanding.

i.        Evidence of Registration with relevant Professional bodies such as COREN,

ARCON, COMEG etc.

j.        Full Account details including SORT CODE.

k.       Having annual Auditors report for at least 3years (2009, 2010 & 2011)

 

3.3 For Goods

a.       Evidence of Registration with Corporate Affairs Commission (CAC) by Inclusion of certificate of Incorporation and Article of Association.

b.       Last 3vears (2009, 2010 & 2011) Tax Clearance Certificates.

c.       Certificate of compliance with Pension Reform Act 2004 as provided in section 16 Subsection (D) of the Public Procurement Act 2007 and evidence of remittances of employee pension.

d.       Evidence of VAT Registration and remittance.

e.       Detailed company profile and organizational structure including Names and Telephone numbers of key Personnel (Technical / Managerial).

f.       Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last 5years with verifiable letters of contract

award, evidence of payment and certificate of completion.

g.       Evidence of Financial Capabilities/Reference Letter from a reputable Bank

and Statement of Accounts.

h.       For joint venture Include Memorandum of Understanding.

i.        Full Account details including SORT CODE.

j.        Having annual Auditors report for at least 3years (2009, 2010 & 2011)

 

4.0     Collection of Tender Documents

Qualified Companies shall on written application collect Standard Bidding Documents (Technical and Financial) From:

 

Procurement Office

Chad Basin Development Authority,

Mohamet Lawan Building,

Km 6, Dikwa Road,

Malduguri, Borno State.

 

Upon the Presentation of evidence of payment of non refundable tender tee of N30,000.00 for works and N20,000.00 for consultancy services & goods.

 

5.0     Submission of Tender Documents

Completed Technical and Financial Bids (3sets of hard copy and 1 soft copy) shall be submitted in two different sealed envelopes and labelled “Technical Proposal and Financial Proposal” and both placed in a third envelope. All the three envelopes should bear the name of the contractor with the “Project Name” boldly written at the top right hand corner and addressed to:

 

The Managing Director,

Chad Basin Development Authority,

Mohamet Lawan Building,

Km 6, Dikwa Road,

Maiduguri, Borno State.

 

All Technical and Financial Bids must be submitted on or before Tuesday 10th July, 2012 by 12:00 noon and shall be opened in public on the same date at the Conference Hall of the Chad Basin Development Authority, Maiduguri at 1.00pm.

 

6.0     Enquiries

All enquiries on this advertisement are to be directed to

Executive Director (Engineering)

Chad Basin Development Authority,

Mohamet Lawan Building,

Km 6, Dikwa Road,

Maiduguri, Borno State.

TEL: 08035090120

 

7.0     Disclaimer

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 services.

 

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.

3.       The Authority is not bound to shortlist any bidder and reserves the right to annul the selection process at anytime without incurring any liabilities and assigning any reason thereof.

 

8.0     Important Information

Chad Basin Development Authority reserves the right to:

a.       Verify the authenticity of any claims on the documents submitted by companies.

b.       Verify the company address/location indicated in the expression of interest

c.       Failure to comply strictly with instructions above and to provide any documents may result in the disqualification of the company.

d.       Original documents under item 3.0 (3.1-3.3) above must be produced for sighting

e.       Tender documents submitted after the closing date and time shall be rejected.