Invitation for Pre-Qualification for Highway Construction /-Rehabilitation Projects and Expression of Interest(s) for Consultancy Services for Engineering Design and Construction Supervision Projects at Federal Tenders Ministry of Works Headquarters, Mabushi, Abuja

Federal Tenders Ministry of Works Headquarters, Mabushi, Abuja


Invitation for Pre-Qualification for Highway Construction /-Rehabilitation Projects and Expression of Interest(s) for Consultancy Services for Engineering Design and Construction Supervision Projects

 

1.0     Introduction

The Federal Ministry of Works in furtherance to her statutory mandate intends to implement some capital projects under various works and services in line with the approved budget of the Financial Year 2012. The Ministry hereby invites interested competent Construction Companies and Civil Engineering Consultancy Firms to submit pre-qualification/expression of interest documents for the projects. The projects consist of Construction, Rehabilitation, Engineering Design and Construction Supervision of Highways projects.

 

2.0     Scope of Works and Services

The scopes of works to be carried out include the following:

 

A.      Highways Projects: Construction/ Rehabilitation (For Pre-qualification)

The Highways projects for construction/rehabilitation are listed under category A, B and C as shown in the table below. Contractors are requested to submit tender for Categories A, B or C based on an understanding of the Specific Requirements of each category as stated in this publication and a realistic self assessment of the Contractor’s capacity.

 

Lot No. Projects
                 

                   Category A

1 Dualisation of Obajana Junction-Benin Phase 2 Section I: Obajana-Okene in Kogi State
2 Dualisation of Obajana Junction-Benin Phase 2 Section II: Okene-Auchi in Kogi /Edo State
3 Dualisation of Obajana Junction-Benin Phase 2 Section III: Auchi-Ehor in Edo State
4 Dualisation of Obajana Junction-Benin Phase 2 Section IV: Ehor-Benin City in Edo State
5 Construction of Nguru-Gashua-Bayamari road, Section II (Gashua-Bayamari), Yobe/Borno States
               

                   Category B

1 Rehabilitation of Vandeikya-Obudu Cattle Ranch Road (Vandeikya-Obudu Section) in Benue State
2 Design and Construction of Wudil-Utai-Acika-Darki-Jigaware (Kano/Jigawa States)
3 Gulu Bridge (Kano State)
4 Construction of Falali Bridge in Sumaila LGA, Kano State
5 Construction of Mbaise-Ngwa Road in Imo/Abia States with a bridge at Imo State (Section 1)
6 Rehabilitation of Umana-Ndiagu-Agba-Amansi-Ebenebe-Awka Section II with Spur to Ob inofia Ndiagu-Olie Engine-Ugwuoba and Aguobu Umumba-Ndiagu-Ebenebe, Enugu State
7 Construction of Abriba-Arochukwu-Ohafia Road, Abia State
8 Rehabilitation of Makurdi – Gboko Road (Wannunne – Yandev Section) in Benue State
9 Rehabilitation of Kontagora – Rijau – Tunga Magaji Road in Niger State
10 Construction of Mbaise-Ngwa Road in Imo/Abia States with a Bridge at Imo River (Section I)
11 Construction of Ohafia (Abia State)-Oso (Ebonyi State), 20KM, Abia/Ebonyi States
12 Rehabilitation of Sokoto-Tambuwal-Jega-Kontagora-Makera (Sokoto/Kebbi/Niger States). Section I
13 Reconstruction of Sokoto-Jega-Kontagora-Makera Road (Sokoto/Kebbi/Niger States). Section II
 

                   Category C

1 Construction of Mararaban Panlisawa-Yorro Road in Taraba State
2 Rehabilitation of Kunya – Kanya – Babura – Babban Mutum in Jigawa State
3 Construction of Nsukka – Npologu – Nimbo – Opanda – Adani (Enugu State) – Omo -Aguleri – Nkwelle – Ezunuka (Anumbm State)
4 Construction of Zing-Yakoko-Monkin Road, Taraba State
5 Construction of Suleja-Bakinlku-Abuja Link Road in Niger State
6 Construction of Pedestrian Bridge at Cement Bus Stop Lagos – Abcokuta Express Way, Lagos State
7 Construction of Zing-Yakoko-Monkin Road in Taraba State
8 Rehabilitation of Agbor – Sakpoba – Ogharefe Road Section II (With Spur to Ewuru -4km
9 Technical Evaluation and Rehabilitation of Gada Kasanga Bridge (CH. 46+200) and Rafin Gora Bridge (CH, 53+350) along Kontagora-Tegina Road, Niger State
10 Rehabilitation of Alkareri-Bauchi Road, Bauchi State
11 Construction of Oyolb-Iwollow Road, Enugu State
12 Technical Evaluation and Replacement of Bridge at Lafiagi (22+800) along .Jebba-Mokwa-Tegina-Birnin Gwari-Kaduna Road, Niger State
13 Construction of Offa By Pass in Offa LGA, Kwara State
14 Construction of Falili Bridge in Sumaila LGA, Kano State

 

B.      Engineering Design Projects (for Expression of Interests)

The Consultant shall perform all engineering analysis, field investigations and related works described in the Request for Proposals (RFP) and shall be required to attain the set objective. In carrying out the work, the consultant shall be solely responsible for the analysis and interpretation of all data received and for the findings, conclusion and recommendations contained in the reports

 

C.      Construction Supervision of Road Projects

(For Expression of Interests) Consultants for Project Supervision and Management shall be required to produce Programmes of Work and submit periodic Progress Reports of the project during the construction period. Resident supervision of the works includes checking the quality of materials being used for all the works; ensuring that quality tests are conducted on all materials used for the works and that the specifications are adhered to in all instances and ensure that the works are executed according to the approved design and drawings; including Quality Assurance/Quality Control Statements, Audits and Procedures. Joint measurement of works executed and impacting knowledge on modern design software to person/persons assigned to the consultant: etc

 

3.0     General Pre-qualification Requirements:

The Ministry in compliance with the Public Procurement Act, 2007 (PPA2007) and Bureau for Public Procurement (BPP) guidelines will carry out pre-qualification of companies who respond to this advert based on the following requirements:

a)       Certified true copy of Certificate of Incorporation;

 

b)      Certified true copy of particulars of Directors;

 

c)       Certified true copy of Tax Clearance Certificate for the last three (3) years;

 

d)      Evidence of VAT Registration and remittance;

 

e)       Unabridged company Audited Annual Report for the immediate past (3) years

 

f)       Certified true copy of Company Annual returns to CAC for the immediate

past three (3) years;

 

g)       A sworn affidavit that no partner/director have been convicted in any country for criminal offences related to fraudulent or corrupt practices, or criminal misrepresentation or falsification of facts relating to any matter and that all the required documents are both Genuine and up to Date;

 

h)      Evidence of registration with National Pension Commission (PENCOM) and remittance of pension deduction to Pension Fund Administrations (PFAs);

 

I)       A statement indicating that the company does not at the time of this bid have any existing loan or financial liability with a bank, other financial institutions or third party that is classified as doubtful, bad or whose repayment portion has been outstanding for the last three months; and

 

J)       Evidence of compliance with the provisions of section 6 (1) of the Amended Industrial Training Fund (ITF) Act,2011 which stipulates that – companies bidding for contracts from MDAs must pay a training contribution equivalent to 1% of total annual payroll on behalf of the employees.

 

K)     Nigeria Content

Nigerian Content (NC) is “The quantum of composite value added to created in the Nigerian economy by a systematic development of capacity and capabilities through deliberate utilization of Nigerian human/material resources and services in the Nigerian construction industry skilled and unskilled”.

Bidders shall consider Nigerian Content as an important element of their overall approach and management philosophy for project execution.

Thus, in responding to this invitation, Tenderers are required to:

  • Submit a plan on how it intends to give first consideration to services provided from within Nigeria, raw Materials and manufactured goods of Nigerian origin in line with the requirements of NC;
  • Demonstrate key Management positions that are Nigerian Nationals and the percentage of the company’s total workforce that will be beneficial to youth employment and community development in Nigeria; and
  • All bidders should include description of current Health, Safety and Environment (USE) procedures, plan, manuals and HSE performance statistics over the last 3 years, e.g. accidents, fatalities.

 

4.0     Specific Requirements:

i)       for Construction/ Rehabilitation works:

 

Category    A:

A)      Annual Turnover of at least 25 billion Naira (as stated in a verifiable tax clearance certificate) in the last 3 years;

 

b)      Experience as a prime contractor on at least 3 (three) projects of similar nature and complexity comparable to the works under consideration within the last five (5) years (copies of letters of award/certificates of completion to be attached);

 

c)       Evidence that the Contractor has the requisite plants and equipment to execute project of this nature and complexity including Asphalt and Quarry Plants in the geopolitical zone of the project.

 

d)      Evidence of access to or availability of credit facilities confirmed by reputable bank equivalent of one billion Naira minimum amount of Liquid Assets; net of other contractual commitments of the successful bidder shall be required

 

e)       Full details of key human resources of the organization whose experience and competencies are relevant to the project with their respective curriculum vitae, academic and professional qualifications including attestation of availability and contact phone numbers (please indicate where available,  evidence of membership of professional bodies).

 

f)       Contractors must restrict their submission of tenders to a maximum of two (2) lots, in this category, located in a geopolitical zone where they are already mobilized, they have comparative advantage in terms of logistics and community social relations.

 

No bidder should submit tenders for more than two lots

 

Category   B:

a)       Annual Turnover of at least five billion Naira (as stated in a verifiable tax clearance certificate) in the last 3 years;

 

b)      Experience as a prime contractor on at least 2 (two) projects of similar nature and complexity comparable to the works under consideration within the last five (5) years (copies of letters of award/certificates of completion to be attached);

 

c)       Evidence that the Contractor has the requisite plants and equipment to execute project of this nature and complexity.

 

d)      Evidence of access to or availability of credit facilities certified by the bankers equivalent of five hundred million Naira minimum amount of  Liquid Assets; net of other contractual commitments of the successful bidder shall be required

 

e)       Full details of key human resources of the organization whose experience and competencies are relevant to the project with their respective curriculum vitae, academic and professional qualifications (please indicate where available, evidence of membership of professional bodies).

f)       Contractors must restrict their submission of tenders to a maximum of three (3) lots located in a geopolitical zone where they are already mobilized.

 

No bidder should submit tenders for more than three lots

 

Category C:

a)       Annual Turnover of at least one billion Naira (as stated in a verifiable tax clearance certificate) in the last 3 years

b)      Experience as a prime contractor on at least 1 (one) projects of similar nature and complexity comparable to the works under consideration within the last five (5) years (copies of letters of award/Certificates of completion to be attached)

c)       Evidence that the Contractor has the requisite plants and equipment to execute project of this nature and complexity

d)      Evidence of access to or availability of credit facilities certified by the bankers equivalent of two hundred million Naira minimum amount of Liquid Assets; net of other contractual commitments of the successful bidder shall be required

 

e)       Full details of key human resources of the organization whose experience and competencies are relevant to the project with their respective curriculum vitae, academic and professional qualifications (please indicate where available, evidence of membership of professional bodies).

 

f)       Contractors must restrict their submission of tenders to a maximum of three (3) lots located in a geopolitical zone where they are already mobilized.

 

No bidder should submit tenders for more than three lots

 

ii)      For Engineering Design/Construction Supervision. Consultancy

Services:

 

a)       Evidence of firm’s registration with COREN and/or relevant professional bodies;

 

b)      Evidence of Execution of Similar Projects in Federal or State agencies;

 

c)       Methodology/Work Plan for Project Implementation and Validity of Offer; and

 

d)      Full details of key human resources of the organization whose experience and competencies are relevant to the project with their respective curriculum vitae, academic and professional qualifications (please indicate where available, evidence of membership of professional bodies);

 

e)       Consultants are requested to indicate the preferred geopolitical zone(s) of project locations based on the area they are already mobilized experience logistics and knowledge of work environment that offers best advantage to their firms.

 

5.0     Method of Submission:

i.        Pre-qualification documents for Construction/Rehabilitation of roads/bridges and Expression of Interest for Consultancy Services must be submitted on or before Thursday, 14th June, 2012  by 12 noon.

 

ii.       Pre-qualification, Engineering Design or Construction supervision documents must be submitted in separate envelopes clearly marked ‘Pre-qualification’ ‘Engineering Design’ or ‘Construction Supervision’ with the specific lot and name of the project (where applicable) and returned to:

 

The Secretary, Ministerial Tenders Board, Public Procurement Department (Room All, Block A), Federal Ministry of Works, Headquarters, Mabushi, Abuja.

 

6.0     Opening of Bids:

i.        Pre-qualification and Expression of Interest documents are to be opened immediately after closing of submission of bids;

 

ii.       For Consultancy Services only shortlisted Consultants will be invited to submit technical and financial bids;

 

iii.      Pre-qualified contractors for Construction/Rehabilitation of Federal Highways projects are to be invited to submit tenders after evaluation and verification of claims, where necessary; and

 

iv.      Companies or their representatives, Civil Societies, NGOs, Professional Bodies and members of the general public are invited to witness the bids opening exercise.

 

7.0     Additional Information:

i.        The Ministry may verify any or all the claims made by applicants and shall disqualify any company whose claims are found to be false;

 

ii.       Contractors who have worked for the Ministry and have history of poor performance, abandonment, termination and/or prolonged contract period need not to apply;

 

iii.      This advertisement shall not be construed as a commitment on the part of the Ministry to award contract to any contractor;

 

iv.      This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from the Ministry by virtue of such companies having been prequalified;

 

v.       The Ministry reserves the right to reject any and/or all prequalified contractors at its sole discretion and at no costs whatsoever

 

vi.      All costs incurred in responding to this advert and prequalifying for the projects shall be borne solely by the contractors

 

vii.     Non compliance to the instructions will lead to disqualification.

 

Signed:

Permanent Secretary,

Federal Ministry of Works

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

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Pre-Qualification/Tender for the Survey Layout of the Following Projects

 

The Federal Capital Development Authority (FCDA) through the Department  of Survey and Mapping intends to procure the Survey of Layout Of 1300 Plots within Kagini District and Survey Layouts within the Area Councils and  Satellite Towns within the year 2012 budget.

 

2.         Description of Work:

 

Lot I:    Survey of Layout of 1300 plots within Kagini District.

Lot II:   Survey Layout of 1,187 plots within Orozo, AMAC, FCT

Lot III:  Survey Layout of 1,386 plots within Bmuko Layout, Bwari ,FCT

Lot IV: Survey Layout of 718 plots within Tunga Maje Extension, gwalada, FCT.

Lot V:  Survey Layout of 1232 plots within Kuchiyako IV Extention Layout, Kuje FCT.

 

3.         Scope of Work

The scope of work includes:

1.         Physical demarcation of the boundaries of the plots by the use of setting out data obtained from the Department of Survey & Mapping, FCDA.

2.         Monumentation using pre-cast survey beacon measuring 18cm square and 90cm in length with 12mm twisted iron rod of 100cm in length placed at the center of the concrete beacon which marks the station. A pre-cast boundary beacon shall consist of cement, sand and rubbles properly mixed with water in the ratio of one part of cement to five pans of sand and rubbles. The beacon is capped using cement mortar and the identification numbers and marks stamped on it.

3.         Determination of post beaconing coordinates of the corner points in UTM.

4.         All survey should be properly connected to existing ground control network with linear accuracy not below 1:5000.

5.         All computations are to be done using standard survey computation software and products submitted in hard and soft copies.

6.         All plottings are to be done using AutoCAD computer software.

7.         Final survey data is to be prepared for the layout and submitted in bounded booklets.

 

4.         Preparation of Proposals

Interested Consultants are to collect tender documents from the Office of the Director, Department of Procurement. FCDA Area 1 1 Garki Abuja upon the evidence of payment of non refundable fee of N50,000.00 (Fifty Thousand Naira only) in favour of Federal Capital Development Authority for each Lot in Aso Savings and Loans Plc.

 

 

4.1       Technical Proposals.

All survey companies engaged to carry out any survey work in the Federal Capital Territory (FCT) must be fully registered withthe Surveyors Council of Nigeria.

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 w.th the C AC (forms C 02, &0/7 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 ofremittance to pension fund Administrator

/TEND

(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)       List and verifiable documentary evidences of similar and other jobs 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.

(e)       Evidence of company’s enlistment with the Surveyors Council of Nigeria (SURCON).

(f)        List of Principal Partners and evidence of their registration with the Surveyors Council of Nigeria (SURCON).

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

(h)       The company must sign all the pages of the Bill of quantities and Form of Tender.

(i)         Audited Accounts of the Company for the last three (3) years duly endorsed by a firm of Chartered Accountants

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

(k)        Letter authorizing FCDA and her representatives to cross-check

 

 

The Submitted company’s Bank account.

NB:   Originals of documents (3.1) (3.7) 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

A Tender Brief document shall be issued to interested Land Surveying Consultants as the basis for the Financial Proposals. The Financial proposal shall include the following:

I.     Completion Period for the Survey Works

ii.    Validity Period of the Proposals from the date of submission.

III.   Two copies of the Receipt of payment of Tender Fees.

 

5.         Submission of Documents

The completed Tender shall be submitted as follows:

A hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals shall be placed in a sealed envelope clearly marked ‘TECHNICAL PROPOSAL”. However, Two copies of the Financial Proposal shall be signed and scaled 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   SURVEY   OF   LAYOUT   OF       PLOTS   (SPECIFY   LOT   NUMBER   AND   PROJECT 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 11th June 2012 by  12.00 noon .  All bid documents will be opened on the same day and venue by 2.00 pm in the presence of all Bidders or their representative

 

Signed:

Director. Procurement

For: Executive Secretary

 

 

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

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Pre-Qualification/Tender for the Survey Layout of the Following Projects

 

The Federal Capital Development Authority (FCDA) through the Department of Public Building is desirous of Constructing a Concrete Fence to the Residence of the Honourable  Minister FCT and the Rehabilitation and Upgrading  of the Palaces of Four Chiefs at Abaji, Karshi, Bwari and Gwagwalada.

 

2.         Description of Works

Lot 1:  Construction of reinforced Concrete Perimeter Fence and Acccssories to the Residence of the Honourable Minister FCT

Lot II:   Rehabilitation and Upgrading of Chief Palace at Abaji

Lot III:  Rehabilitation and Upgrading of Chief Palace at Karshi

Lot IV: Rehabilitation and Upgrading of Chief Palace at Bwari

Lot V:  Rehabilitation and Upgrading  of Chief Palace at Gwagwalada

 

3.         Scope of Works

3.1       The Scope of Works for Lot 1 is as follows:

The Reconstruction work comprises excavating for new line fence; casting reinforced  concrete foundation and mounting precast concrete colums and panel walls complete with plastering and painting ; installation of high quality Gate and repair of the existing  Gate House. The works also include the provision of electrified wire to the top of the fence wall.

 

3.2      The Scope of Works for Lot II- V are as follows:

The works are of simple nature and involve the renovation of some facilities which includes but not limited to painting, removal and replacement of dilapidated building fabrics. Additional facilities comprising the construction of new works with reinforced concrete and blocks bedded and jointed in cement mortar (1:6) on strip foundation and plastered both sides and painted in emulsion.

 

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 N 100,000.00 (One Hundred Thousand Naira only) for LOT I and N50.000.00 (Fifty Thousand Naira only) for each of LOTS II-V in favour of Federal Capital Development Authority for each Lot in Aso Savings and Loans PLC.

 

 

4.1       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 pro-qualification bid are not only genuine but correct

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

(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 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 leased.

(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 stuff are to be attached.

(i)         Company’s policy on Community Social responsibility with verifiable evidence.

(j)         Letter authorizing FCDA and her representatives to cross-check The submitted company’s Bank account. Bank statement of the company’s Bank account.

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

(l)         Interested companies must show evidence of their ability to\Perform under restricted high security environment and the capability of providing temporary enclosure to the property during construction.

 

N.B     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 DOCT MENTS ISA FRAUDULENT PRACT1CF 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 In addition to the pricing of the Bills of Quantities a responsive Bid must be inclusive of the following:

(c)        Completion Period for the Construction of the Works

(d)      Validity Period of the Proposals from the date of submission,

(e)      A Bid Security of 2% of the tender price from a reputable Bank.

(f)        Two copies of the Receipt of payment of Tender Fees.

 

5.         Submission of Documents

The completed Tender shall be submitted as follows:

A hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals 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) Please NOTE that any company showing interest in more than one lot shall be considered non-responsive

 

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. 11th June., 2012 by 12.00 noon. All bid documents will be opened on the same day and venue by 2.00 pm in the presence of all Bidders or their representatives.

 

Signed:

Director, Procurement

For: Executive Secretary

 

 

 

 

Invitation for Prequalification/Expression of Interest for the Projects Under The 2012 Appropriation of the Authority at Lower Niger River Basin Development Authority, Ilorin Kwara State

Federal Republic of Nigeria

Lower Niger River Basin Development  Authority, Ilorin Kwara State

 

Invitation for Prequalification/Expression of Interest for the Projects Under The 2012 Appropriation of the Authority

 

1.0       Introduction

1.1       The Lower Niger River Basin Development Authority, a parastatal under the  Ministry of Water Resources(FMWR) hereby invites application from interested and competent companies to bid for pre-qualification and expression of interest for the execution of various projects of the Authority under the 2012 Appropriations.

 

Scope of Works

LOT 1 Rural Water supply/Borehole Drilling

LOT 2 Hydromet Data collection Equipment

LOT 3 Irrigation & Drainage Works

LOT 4 Consultancy for Irrigation Works and El A reports

LOT 5 Irrigation Equipment and associated works

LOT 6 Rehabilitation of Existing Boreholes

LOT 7 Dams and Reservoirs Operation works

LOT 8 General works

LOT 9 Genera/Goods

LOT 10  Genera/ Services

 

 

2.0       Eligibility Criteria For Consultancy Services

Interested Bidders wishing to express interest in providing consultancy services for the Authority projects are to provide the following as minimum pre-qualification requirements-requirement for the project of their choice

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

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

(c)        Evidence of Pension and Social Security Contribution and evidence of remittances of employee pension.

(d)       VAT Registration and Remittance

(e)       Detailed Company Profile

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

(g)       Evidence of financial capability/reference letter from a reputable bank for joint venture, include memorandum of understanding

(i)         Evidence of Registration with relevant professional bodies such as ARCON COREN, ICCON or IPAN etc

(j)         Full account details  including SORT code

(k)        Possession of satisfactory quality Assurance/ Quality control Manuals

(l)         Annual Report for the last  3 years (2009, 2010 & 2011)

 

2.2       Eligibility for Supply of Goods and Services

a)         Evidence of Registration with Corporate Affairs Commission (CAC).

b)         Last 3 years 2009,2010 and 2011 Tax Clearance Certificates

c)         Evidence of Pension and Social Security Contribution and evidence of remittances of employee pension.

d)         VAT Registration and Remittance

e)         Detailed Company Profile

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

g)         Evidence of financial capability/reference letter from a reputable bank

h)        For joint venture, include memorandum of understanding

i)          Full account details including SORT code.

j)          Possession of satisfactory Quality Assurance/Quality Control Manuals;

k)         Annual Reports for the last 3 Years (2009,2011 & 2011)

 

2.3       Eligibility for Works

a)         Evidence of Registration with Corporate Affairs Commission ( CAC)

b)         Last 3 years 2009,2010 and 2011 Tax Clearance Certificates

c)         Evidence of Pension and Social Security Contribution and evidence of remittances of employee pension.

d)         VAT Registration and Remittance

e)         Detailed Company Profile

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

g)         Evidence of financial capability/reference letter from a reputable bank

h)        For joint venture, include memorandum of understanding

i)         Evidence of Registration with relevant Professional bodies such as ARCON,

COREN, ICCON OR IPAN etc

j)          Full account details including SORT code.

k)         Possession of satisfactory Quality Assurance/Quality Control Manuals;

l)          Annual Reports for the last 3 Years (2009,2010 & 2011)

m)        Bidders are to provide evidence of ownership/lease of relevant construction  equipment. Non compliance will lead to disqualification

 

1.0       Collection of Pre-Qualification/Expression of Interest Documents

3.1       Interested companies are to collect bid documents upon presentation of written application and evidence of payment of the prescribed non-refundable Tender Fee of N20,000.00 for Works and N10,000.00 for Goods /Services at the Procurement Unit of the Authority.

 

3.2       All terms and conditions in the collected pre-qualification must be strictly adhered to please.

 

2.0       Submission of Documents

 

4.1      Completed Technical and Financial bids (Two sets of hard copy and One

Electronic copy in compact disk or Flash Drive) shall be submitted in sealed envelopes labeled with ‘PRE-QUALIFICATION/EXPRESSION OF INTEREST marked ‘LOT NUMBER ‘being bided for at the top right hand corner and addressed to.

 

The Managing Director,

Lower Niger River Basin Development Authority,

P.M.B.1529,Ilorin.

 

Attention:   Procurement Unit,

Lower Niger River Basin Development Auth.,

P.M.B. 1529, Ilorin.

 

The Closing Date for the Submission of bids

4.2       The closing date for the submission of Bid/Expression interest document shall be on Friday the 8th  June, 2012.

 

Opening Of Bids

4.3       Bids for Prequalification and Expression of Interest shall be opened at the Authority Headquarters on Monday 11th June, 2012.

Only successful bidders at the technical stage shall have their tender bid open on a date to be communicated to such successful bidders. Financial Bid document shall be returned upon open to any non pre-qualified bidder if required.

 

All Bidders shall be expected to bring along original COPIES OF THE DOCUMENTS attached to their bids as evidence of their eligibility.

 

5.0       Disclaimer and Conclusion

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

 

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

 

4.4       All inquiries should be directed to the address below:

The Deputy Director (Procurement Unit),

Lower Niger River Basin Development  Authority,

P.M.B, 1529, IIlorin Kwara State

 

Signed

Engr. A. T.A. Aduragba

Managing Director.

 

 

Invitation to Tender for the Execution of 2012 Capital Projects at Defence Headquarters, Abuja

Defence Headquarters

Area 7 Garki Abuja

 

Invitation to Tender for the Execution of 2012 Capital Projects for the Defence Headquarters

 

1.       The Federal Government, through the Defence Headquarters intends to undertake the execution of under listed Capital Projects for the year 2012 Capital Budget of the Defence Headquarters. To this end, competent contractors are invited to apply for the projects.

 

Description of Work

 

2.       The list of Projects include:

LOT 1.-       Construction of Lecture Hall/Work shop for AFEME Apprenticeship Training School, Abuja.

LOT 2.        Furnishing of Quarters at Niger Barracks and Niger Transit Camp, Abuja.

LOT 3.        Renovation of 4 x 3 Bedroom Flats Giwa Project Barracks Ikoyi Lagos.

LOT 4.        Renovation of 1 x 3 Bedroom Bungalow, Giwa Project Barracks Ikoyi Lagos.

LOT5.         Sand Filling, improvement of drainage and landscaping of Giwa Project Barracks Ikoyi Lagos.

 

 

Pre-Qualification Requirements

3.       Interested  companies  should submit the following documents/information   for   assessment   and consideration to the Secretary, DHQ Tenders Board, Defence Headquarters Abuja.

a.       Certificate of Company registration with corporate Affairs Commission.

b.       Tax Clearance Certificate for the last 3 years.

c.       Company   profile   and   organizational   structure, including registered address, functional contact e-mail address and GSM phone numbers.

d.       Evidence of good performance of past jobs, including list of similar projects previously undertaken, letters of award, job completion certificate, job completion Period/project cost.

e.       VAT   Registration   Certificate/Evidence   of remittances.

f.       Three years audited accounts.

g.       List/type of construction equipment, an indication of whether owned or on lease for owned equipment, evidence  of ownership   shall     be  required(for construction projects only).

h.       Curriculum vitae of key technical staff including individual attestation of availability,

i.        Evidence of participation in or exemption from PENCOM.

j.        Non-refundable tender fee receipt.

k.       Evidence of remittance of training contributions to the Industrial Training Fund (ITF).

 

Collection of Bid Documents

4.       Interested and competent contractors wishing to carry out the above jobs should collect BOQs/Technical Specifications from the Secretary DHQ Tenders Board, Defence Headquarters on the payment of non-refundable fee.

 

Submission

5.       The submission will be in 2 separate envelopes:

a.       Pre-qualification requirement should be submitted in one wax sealed envelope boldly marked at the top left corner: TECHNICAL,

b.       Financial bids should be submitted in a wax Sealed envelope  boldly  marked  at  the  top  left corner: FINANCIAL indicating Lot(s).

 

6.       The submission should be addressed to:

The Secretary

DHQ Tenders Board Area 7, Garki, Abuja

 

Closing of Submission

7.       All pre-qualification requirements should reach the above address on or before Friday 22 June 2012, while the financial bids should be submitted to the Secretary on or before Thursday 28 June 2012 by 10:00 am.

 

Bid Opening

8.       The Tenders shall be opened on Thursday 28 June 2012 in the CDS Conference room DHQ at 11:00 am.

 

General/Special Information

9.       DHQ shall consider all applications.

10.     Only successful pre-qualified companies will have their Financial Bids evaluated.

11.     Late submission will not be considered under any’ circumstance.

12.     Nothing in this advert shall be construed to be a commitment on the part of DHQ.

13.              The successful companies will be contacted.

 

 

BM MONGUNO

Major General

for Chief of Defence Staff