Invitation for Pre-Qualification/Tender for the Following Projects at Federal Capital Development Authority Abuja, Nigeria

Federal Capital Development Authority Abuja, Nigeria

Office of the Executive Secretary

 

Invitation for Pre-Qualification/Tender for the Following Projects

The Federal Capital Development Authority (FCDA) through the Department of Public Building is desirous of carrying out Renovation/Rehabilitation of FCTA/FCDA Secretariat at Area 11, Garki, Abuja.

 

2.         Description of Works.

  • Lot I:    Renovation/Rehabilitation   of  FCTA/FCDA Block (Block B).
  • Lot II:   Renovation/Rehabilitation   of FCTA/FCDA Block (Block C).
  • Lot lll: Renovation/Rehabilitation   of FCTA/FCDA Block (Block D).

 

3.         Scope of Works

3.1       The Scope of Works is as follows:

The Buildings were constructed with slender prefabricated concrete structure covered with longspan   aluminum   roofing   sheet  on suspended concrete roof structure.  The work therefore  entails  repair  of  leaking  roof; refurbishing of office space and conveniences and provision of essential facilities like fire

fighting equipment, central telecommunication  equipment and CCTY

 

4.         Preparation of Proposals

Tendering Companies are to collect tender documents from the Office of the Director Department of Procurement, FCDA Area 11 Garki Abuja upon the evidence of payment of non – refundable fee of N100,000,00 (One Hundred Thousand Naira only) for each LOT in favour of Federal Capital Development Authority at Aso Savings and Loans PLC.

 

4.1       Technical Proposals

Interested Companies are invited to express their interest in not more than one lot by submitting the following 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 returns with the CAC (forms C 02 & 07 to be included).

(b)       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

 

(c)        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

 

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

(e)       Audited Accounts of the Company for the last three (3) years Duly endorsed by a firm of Chartered Accountants.

(f)        List and verifiable documentary evidences of similar and other jobs, not less than N500:000,000.00 each successfully executed (or being executed) within the last three years including their letters of award, contract agreements and relevant completion certificates or certificates of valuation where the jobs are on -going.

(g)       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, hired or released.

 

(h)       List of key technical personnel stating their roles, designation,  qualifications   and   years   of experience with the guarantee that a minimum of three (3) relevant Registered Professionals shall be deployed to the project. Copies of endorsed educational and professional certificates of key staff duly sealed, signed and currently dated are to be attached.

 

(i)         Evidence   of  current  employment   of  the professional staff with at least 3 years of post qualification experience and their last pay slips,

(j)         Company’s   policy   on   Community   Social responsibility with verifiable evidence,

(k)        Letter authorizing FCDA and her representatives as follows to cross-check the submitted company’s Bank account.

(l)         Bank statement of the company for the last one (1) year.

 

NB: Originals of documents (4.1 (a)- (4.1 (d) above must be produced for sighting during the opening session. Please note that submission of fake documents is a  fraudulent practice which is punishable under the relevant laws. All companies will be assessed strictly on proofs of  documents submitted to back up their claims.

 

4.2       Financial Proposals

The following documents shall be issued to interested companies as the basis for the Financial Proposals

 

(a)       A set of drawings for the works giving the specifications required for the construction.

(b)       A blank copy of the Bills of Quantities for the works to be priced by the interested company strictly in compliance to the Instruction therein.

(c)        A bid security of 2% of the tender price from a  reputable Bank

(d)       Two copies of the Receipt of payment of tender fees.

 

5.         Submission of document

 

The completed Tender shall be submitted  as follows. A hard Copy and an Electro      copy (PDF format in CD) of the Technical Proposes shall be placed in a sealed   envelope   clearly   marked   “Technical Proposal”. However, Two copies of the Financial Proposal shall be signed and sealed separately and placed them in a bigger envelope clearly marked “Financial Proposal” and with a warning ‘DO NOT  OPEN  AT  THE  SAME  TIME  WITH  THE TECHNICAL PROPOSAL”

Only companies whose technical proposals are adjudged successful shall have their financial proposals opened for assessment.

 

The envelopes containing the Technical and Financial Proposals shall be placed into an outer sealed envelope marked “PROPOSALS FOR THE (Specify the Lot number and Description).

 

The Bid shall be returned to Capital Procurement Division of the Department of Procurement FCDA, Room 0.005 F.C.D.A. Secretariat, Area 11, Garki Abuja on or before 25th June, 2012 by 12.00 noon . All l bid documents will be opened on the same day and venue by 2.00 pm in the presence of all Bidders or their representatives.

 

Further Notes:

1 .        Only Companies with a minimum of Five Hundred Million Naira (N500 Million) annual turnover need Nigerians  apply.

 

2.         Only pre-qualified firms will have their tender bids opened. Others may know their performance by a formal request to the Accounting Officer of FCDA,

 

3.         The Authority shall carry out Due Diligence on the Companies to verify claims included in their submissions.

 

4.         Interested members of the Public especially Civil Rights organisations 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

Request for Expression of Interest International Competitive Bidding at Federal Ministry of Agriculture and Rural Development

Federal Ministry of Agriculture and Rural Development

FCDA Secretariat Area 11, Garki, Abuja

 

Media and Public Relations Firm (Consultant) to the Federal Ministry of Agriculture and Rural Development, Nigeria

 

Request for Expression of Interest International Competitive Bidding

 

The Federal Government of Nigeria is currently engaged in transforming its agriculture sector, with sharp focus on agribusiness development and commercialization of agriculture in order to drive food security, income growth and jobs creation. At the core of this strategy is the decision by the government to drive agriculture as a business, and move away from treating agriculture as a development program.

 

The government has developed a comprehensive agricultural transformation agenda which focuses on improving agricultural value chains in several commodities, including rice, maize, soybeans, cassava, sorghum, cocoa, plam oil, livestock and aquaculture.

 

The Agricultural Transformation Agenda of the Federal Ministry of Agriculture has been developed, as part of the wider Transformation Agenda of the President of the Federal Republic of Nigeria. The implementation of the action plan requires the development and implementation of a comprehensive public relations/media plan with various strategies targeted toward a wide range of constituents, via numerous channels including print, radio, media, and social media.

 

The Federal Ministry of Agriculture and Rural Development seeks the services of an internationally reputable consulting firm, with global expertise and reputation in strategic communications, to develop and implement a comprehensive campaign for mobilizing agricultural investments in Nigeria, strategically enhance Nigeria in global food and agricultural markets and brand Nigeria as a destination for investments by global food and agribusinesses.

 

Terms of Reference:

  • Develop and implement a comprehensive positioning and awareness campaign, including public relations/media plans that convey core messages to each constituent. This may include earned and purchased media such as promotional films for CNN, AI Jazeera, or
  • Develop and communicate core messages for each of the following constituencies: 1) international private sector investing in agriculture; 2) international banking community: 3) multi-lateral banks and bilateral agencies; 4) Nigerian private sector investing in agriculture; 5) Nigerian banking community; 6) Nigerian farmers; 7) NGOs operating in Nigeria; 8) civil society; and 9) others to be identified.
  • Identify strategic, highly visible opportunities for reaching wide audiences with core messages, at global forum and events, including but not limited to: Clinton Global Initiative; World Economic Forum/Davos; G-8 Summits; and others. Develop and implement PR/media plan for agreed upon opportunities.
  • Develop portfolio of agricultural success stories and convey information to appropriate constituents via written documents, radio, video, social media, and other outlets.
  • Design and implement public relations/media strategy for Nigerian agriculture delegation visits to other countries and visits from foreign delegations.
  • Collaborate with Federal Ministry of Information and the News Agency of Nigeria to craft and convey to the national, regional and global media the progress and achievements of the Agricultural Transformation Agenda of the Government.
  • Organize agribusiness investment drives for Nigeria and position Nigeria for significant flow of investments in food and agribusiness, and develop media efforts to enhance exports of agricultural commodities from Nigeria.
  • Design and prepare other materials and public relations/media activities as needed.

 

Duration of Assignment:

One year at the first instance with the possibility of multiple one year renewals based on performance.

 

Estimated annual budget, including staff and all expenses:

 

Response to this TOR is due by: June 18th, 2012. Shortlisted firms will be expected to make a presentation in either Abuja or Washington, DC at a date to be communicated.

 

Qualification Criteria

3.       In order to be considered, interested companies must submit Expression of Interest in line with the above Terms of Reference accompanied with the following:-

i.        Evidence of registration with relevant professional body or certificate of competence and qualification by appropriate regulatory agency;

ii.       Provide details of the company profile including the curriculum vitae of key professional staff and other resources;

 

iii.      Verifiable evidence of similar jobs done previously;

iv.      Evidence of payment of due taxes, charges, pensions or social insurance contributions;

v.       Company Audited Accounts for the last 3 years; (2009, 2010, 2011);

 

Submission of Documents

The documents must be submitted in a sealed envelope marked with the Project Title at the top right hand corner and must be delivered to the address below on or before Monday 18th June, 2012, by 12noon to:

 

The Secretary

Ministerial Tenders Board;

Federal Ministry of Agriculture and Rural Development

2nd Floor, Room213;

FCDA Secretariat, Area 11, Garki Abuja

 

Opening of Bids:

All EOIs will be opened at 1p.m on same date at the Honourable Minister’s Conference Room, Ministry Headquarters, Area 11, Abuja in the presence of all the interested firms, who choose to attend.

 

Please Note

  • Only shortlisted firms will be invited for further consideration.
  • Late submission will be rejected.
  • This advertisement will not be construed as a commitment on the part of FMA&RD to appoint any consultant nor shall it entitle any Consultant submitting documents to claim any indemnity from FMA&RD.
  • FMA&RD reserves the right to take final decisions on any of the documents received in your proposals.
  • Interested applicants may obtain further information at the address above from 8a.m to 5p.m, Monday through Friday.

 

Signed:

Dr. Ezekiel O. Oyemomi

Permanent Secretary

Invitation for Pre-Qualification for 2012 Capital Projects at Adekunle Ajasin University

Adekunle Ajasin University

PMB 001, Akungba-Akoko. Ondo State, Nigeria

 

Invitation for Pre-Qualification for 2012 Capital Projects

 

A.      Introduction: Adekunle Ajasin University, Akungba-Akoko, Ondo State, is about to execute some new projects, and hereby invites interested and reputable Contractors with requisite competence and expertise to apply for pre-qualification for the said projects in the University.

 

Projects

Lot A                    Road Network & Drainages on Campus

Lot B          IPTP/GST/CED Building (Phase I)

Lot C          Electrification of University Campus

Lot D          Switch Yard (Electricity Distribution)

Lot E          Furniture for the Vice Chancellor’s Lodge

Lot F          Furniture for the University Guest House

 

B.      Pre-qualification Requirements: Each interested pre-qualification applicant is to submit the following:

i.        Evidence of incorporation/registration with the Corporation Affairs Commission

ii.       Evidence of Tax Clearance Certificate for the past three years

iii.      Evidence of VAT registration and remittance

iv.      Evidence of registration with the appropriate professional bodies (where applicable)

v.       Company’s profile and office address

vi.      Evidence of similar jobs done in the past five years (i.e. Letters of Award and Certificates of Practical Completion)

vii.     Audited Account of the Company for the past three years

viii.    Evidence from Company’s bankers as to its financial strength, worthiness and solvency

ix.      Technical qualification and experience of key technical personnel (i.e. professional certificates and, where applicable C.Vs are to be attached).

x.       List of equipment (for construction)

  • Arrangement of documents should follow the order in the list above, appropriately numbered. Each parcel should have a Table of Content indicating the pages or folios on which these items are to be found.

 

C. Submission: Pre-qualification documents are to be submitted with the above-stated requirements

 

The envelope for each tender should be wax-sealed and marked at the top left corner:

 

Pre-qualification Documents on……………………….

 

Addressed and enveloped to:

 

The Registrar,

Adekunle Ajasin University,

P.M.B. 001,

Akungba-Akoko, Ondo State.

 

Pre-qualification documents should be submitted on or before Thursday, 14th June, 2012, by 11:00am. Pre-qualification documents shall be opened on Thursday, 14th June, 2012, at the University’s Council Chamber at 12 noon on the same day.

 

Important Notes

i.        The submission of pre-qualification documents does not in any way compel Adekunle Ajasin University, Akungba-Akoko, to short-list any of the Contractors for Tender.

ii.       The University or its agents reserve(s) the right to verify any submission or claims by Companies. Companies shall, therefore, by their response to this invitation, grant the University necessary authority and guarantee for such verification; and

iii.      Only companies adjudged to be competent at the end of the pre-qualification exercise shall be short-listed and invited to obtain and submit tenders for the project. The University shall not enter into any correspondence with any Company which tails this pre-qualification exercise, or provide reasons for such failure.

 

The University is not liable to any firm(s)/Contractor(s) not considered as qualified

 

Signed

R.B. Olotu

Registrar and Secretary to Council

Provision of Electrical and Cabling Maintenance Services at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited (RC No. 333615)

 

Tender Opportunity

 

Provision of Electrical and Cabling  Maintenance Services

 

1.         Introduction

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “ADDAX”) seeks interested and pre-qualified Contractors for the Provision of Electrical and Cabling Maintenance Services, as detailed in item 2 below. The contract is proposed to commence in 2013 and continue for a duration of two (2) years with an option to extend the duration for a further period of one (1) year.

 

2.      Scope of Services:

This service is indeed critical to the smooth running of Company’s operations and the Contractors shall provide the services of technicians who shall be on call-off to Company’s locations in Lagos, Calabar, Port-Harcourt, Abuja, Offshore/Onshore Rigs and Floating Production & Storage Offshore (FPSO) and shall be available to work at any of the Company’s residences in ail the locations. The Scope shall include but not be limited to the following:

Installation of indoor, outdoor surface, overhead or buried cabling, switch gear, protective devices, all manner of electrical appliances on single and three phase circuits up to 440 volts AC50Hz.

Construction and installation of Communication masts and towers.

Trenching, laying  of conduit, boring of masonry, provision of electrical grounding, liaison with Power Holding Company of Nigeria whenever necessary to restore main  power supply or provide assistance with billing conflicts.

Construction and/or renovation of Communication Equipment Rooms and Facilities,

Installation of single and multi-pair telephone  cables and distribution points within the companies premises/residences

Installation of UPS equipment , batteries, DC cabling, distribution of UPS output AC supply

Installation of communication coaxial cables and antennas including  rigging  and working  at height

supply of electrical, electronic and  communication materials at competitive rates as may be  requested by company from time to time  at competitive market prices.

 

3.      Mandatory Requirements:

3.1.      To be eligible for this tender exercise, interested Tenderers are required to be pre-qualified in the Other Construction / Maintenance Services 3.05.99 (Product/Service) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Contractors in this category will receive invitations to Tender.

 

3.2       To determine if you are pre-qualifted and view the services category you are listed for: You may visit NipeX NJQS Website at www.nipexng.com  and access NJQS with your log in details, click on ‘continue Joint Qualification Scheme tool, click on ‘check my supplier status’ and thereafter click on ‘ supplier product group’.

 

3.3       If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX’ office at 30, Oyinkan Abayomi Street, Ikoyi, Lagos, with your DPR certificate as evidence for verification and necessary update.

 

3.4       To initiate the JQS Pre-qualification process, you may access www.nipexng.com  to download the requisite application form, make necessary payments and contact NipeX office for further action.

 

35.       In addition, Tenderers shall also be required to comply with the Nigerian Content requirements in the Nigerian Oil & Gas Industry Content Development Act 2010.

 

4.         Nigerian Content Requirements:

The Nigerian Content Development Monitoring Board (NCDMB) will require each Tenderer to:

  • Demonstrate that the entity proposed for execution of the service, is a Nigerian Registered Company or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria
  • Furnish details of company ownership and share holding structure. With photocopies of its CAC Forms CO2 and CO7.
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentageof the total work force are Nigerians . And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop.
  • Provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).
  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities
  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.
  • Provide details on any other Nigerian Content initiative the company is involved in.

 

 

5.         Closing Date

Only Tenderers who are registered with NJQS Product Group 3.05.99 Other Construction /Maintenance Services as at 4.00pm on the 12th day of June, 2012 being closing time/date shall be invited to submit  Technical Bids.

 

 

6.         General Conditions

Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert. …

All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.

This Advert shall neither be construed as any form of commitment on the part of ADDAX to award any contract to any Contractor and or associated contractors, sub contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek any indemnity from ADDAX and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.

The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner.-

(i)         Pre-Qualified contractors in the relevant Services category in NJQS will be requested to submit their Technical Tenders.

(ii)        Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.

ADDAX will communicate only with authorised officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will NOT communicate through individuals or appointed Agents.

 

Please visit the NipeX portal at www.nipexng.com  for this Advert and other relevant information. Tenderers are to note that they will be requested during the technical tender to provide details of their relevant strategy to ensure that they fully company with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at www.nnpcgroup.com    and www.nigcontent.com , in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

 

Invitation for Pre-qualification Construction Works for Nigeria Field Office at African Development Bank Group

African Development Bank Group

Temporary Relocation Agency

 

General Services and Procurement Department

Corporate Procurement Division

Fax Number: + (216) 71835249

 

Invitation for Pre-qualification Construction Works for Nigeria Field Office

ADB/CGSP/ICBP 2012/01/100

 

1.         The African Development Bank (hereinafter referred to as “The Bank’) is looking for  qualified national or international construction companies for provision of the above services.

 

Selection will be conducted through the procedures prescribed by the bank’s rules for internal acquisition of goods and  services. The requirement  for qualification are as follows:

 

2.         Interested applicants must originate from one of the Bank’s member countries, list of which is provided at www.afdb.org

 

3.         Eligibility of goods and services: In order to be eligible, all services carried out  the contract shall have their origin in eligible member countries.

 

4.         Joint Ventures and Associations: A JVCA shall not be  constituted by more than 03 (three) partners. An Unincorporated joint venture, partnership, or association, shall be eligible  if at least  60% of its individual , or  corporate members, satisfy the eligibility requirement for individuals or corporations. If an applicant intends to subcontract major  items of supply or services, it shall include in its application details of the name and nationality of the proposed subcontractor.

 

5.         General Experience: Experience under similar contracts in the role of contractor  subcontractor for at least the last five (05) years prior to the Application submission deadline.

 

6.         Specific Experience: The applicants must have successfully provided similar services as a contractor, or management contractor or subcontractor in at least 3 contracts with the last five  years  with the value of at least the amount indicated in the evaluation table.

 

7.         Financial Capability: Turnover of an average amount USS 20,000,000 per year for three years

 

8.         Litigation History: Applicant must  provide accurate information regarding  litigation.

 

9.         The scope of services and the forms to be completed are described  in the prequalification document  that is available  for  downloading from http://www.afdb.org/en/about-us/corporate-procurement/business-opportunities/current-solicitations/. Alternatively, the  pre-qualification document may be obtained by sending  a request to tender@afdb.org

 

10.       The application for pre-qualification should  be submitted in four (05) copies (1 Original + 04 copies) in sealed envelopes delivered at the address below by June 14th 2012 at 3.00pm Abuja (Local time) Nigeria. The envelopes should be clearly markded.

 

Pre-Qualification

“Construction   Works for Nigeria Field Office.”

ADB/ICBP/CGSP/2012/0100″.

African Development Bank (ADB)

Nigeria Field Office

8 Lake Chad Crescent

Maitama, Abuja.

 

The Bank reserves the right to accept late applications, with the primary objective to ensure competition during the Request for Proposals stage .Applicants will be advised, in due course, of the results of their applications. Only eligible candidates deemed qualified under this procedure will be invited to bid.