Invitation for Pre-Qualification for Design of Engineering Infrastructure and Production of Tender Documents at Federal Capital Development Authority, Abuja

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Pre-Qualification for Design of Engineering Infrastructure and Production of Tender Documents

 

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends engage Consultants for the Production of electricity Master Plan  for Phase IV of FCC.

 

In line with the 2007 Public Procurement Act, the Authority is inviting interested, competent and reputable Engineering Consultants to submit pre-qualification document for the:

 

2.       Scope of Work

The scope of work involves

(i)         Estimation of Loads for the various land uses and Submission of Inception report

(ii)        Study and Evaluation of Phases I, II and III Electricity Networks and projection for phase IV.

(iii)       Determination of source of Power,

(iv)       Determination of Locations and capacities of the Phase IV I32J33KV substations

(v)        Estimation of the Districts’ 33K.V substations capacities.

(vi)       Determination Location of cable routes to the District’s injection substations

(vii)      Presenting options for cable route arrangements, and recommending the best option for the Phase IV Master plan,

(viii)     Preparation and submission of Design Reports, Drawings and other Tender Documents including Bill of Engineering Measurement and Evaluation (BEME)

 

3.       Pre-Qualification Requirements

Interested Electrical Engineering Consultancy Firms 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)        A sworn Affidavit certifying as follows:

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

(ii)        The Company does not have any Director 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 shall be employed by the company at various levels for the execution of this project (to be confirmed with each valuation).

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

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

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

(h)       Evidence of work experience as the Prime Consultant executing or having executed a minimum of Ten (10) 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 tor on-going projects, Completion Certificate and Final Maintenance Certificates where applicable are to be enclosed.

(i)         List of key technical personnel slating 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.

 

NOTES:

Items 3a – 3d 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 Initialled, 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.

 

4.0       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 Consultancy Works For The ‘Roduction Of Electricity Master Plan for Phase IV of FCC”

 

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 12.00 Noon of Monday 28th May, 2012. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of lids in the presence of all prospective bidders or their Representatives.

 

Further Notes:

v.         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,

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

vii.       The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions,

viii.      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.

 

Signed

Director, Procurement

For: Executive Secretary

Provision of Engineering Infrastructure to Dape District, Abuja at Federal Capital Development Authority, Abuja

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Pre-Qualification to Tender for the Following Project

 

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to procure the underlisted projects within the year 2012 budget.

 

2.         Description of Works:

Provision of Engineering  Infrastructure to Dape District, Abuja.

 

3.         Scope of Work

3.1       The scope of work includes

(i)         Site Clearance and Earthworks.

(ii)        Surface Water Drainage

(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

(x)       Telecommunication ducts.

 

4         Pre-qualification Requirement

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)       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 swom 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 shall be employed by the company at various levels for the execution of this project (to be confirmed with each valuation).

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

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

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

(h)       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,

(i)         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(l) No. Asphalt plant

(vii)      ne (1) No Concrete Batching Plant

(viii)     three (3) Nos Asphalt Pavers

(ix)       Ten 110) Nos Water Tankers

(x)        Three(3) Nos Diesel Tankers

(xi)       Ten (10) Nos Mobile Concrete Mixers

(xii)      Fifteen (15) Nos various type of Cranes

(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 80k V Hypotronics, Megger, Earrth-Resistant  tester etc.

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

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

(I)         Company’s policy on Community Social Responsibility with verifiable evidence.

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

 

Notes:

Items 4a-4d lire 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.

 

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 DAPE DISTRICT, ABUJA.

 

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 12 noon, 11 the 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.

 

Signed:

Director, Procurement

For: Executive Secretary

 

Invitation for Technical and Financial Tender for the Execution of 2012 Capital/Recurrent Projects at Federal Ministry of Lands, Housing and Urban Development Mabushi, Abuja

Federal Ministry of Lands, Housing and Urban Development Mabushi, Abuja

 

Re: Invitation for Technical and Financial Tender for the Execution of 2012 Capital/Recurrent Projects

 

Addendum

The Federal Ministry of Lands, Housing and Urban Development had published an Advert in the Thisday/Vanguard Newspapers and the Federal Tenders Journal of 23th February, 2012 inviting qualified, interested and eligible vendors, suppliers, contractors, Original Equipment Manufacturers (OEMs) or their Representatives and consultants to tender for participation in the procurement of goods, works and services in the 2012 Budget Bill under various Departments and Units of the Ministry.

 

2.       The Ministry has already received many technical and financial bids submitted based on the above Advert. However, the 2012 Appropriation that was signed into law and released for the Ministry did not accommodate some of the projects earlier advertised but introduced new ones.

 

3.       Consequently the Ministry is compelled to cancel all project lots that have not been appropriated for in the 2012 budget and invite fresh technical and financial bids for the newly introduced and appropriated projects as specified in the list below for the affected Departments and Units:

 

List of Cancelled Advertised Project Lot Numbers in Depts/Units

A.      Engineering Services.

2A. 2B, 2C, 2D, 2E, 2F, 2G, 2H, / 3A, 3B, 3C, 3D, 4

B.      Planning, Research and Statistics:

5B, 5C, 5D, 5E, 5F, 5G, 6, 8, 9A, 9B, 9C, 9D, 9E, 9F, 9G, 10, 11, 12

C.      Human Resources: 10

Lands and Housing Development-NII

E.      Architectural Services: 41

F.      MDG TT- Specific Lots in Modified Project Categories

G.      Building and Quantity Survey-NII

H.      Urban & Regional Development: 44, 55

 

Table of Newly Introduced and, or Revised Project Lots for New Bids and, or Replacement of Bids:

 

Lot/ No Planning, Research And Statistics Brief Description of Works/Services Location General/Specific Description of Works/Services
1-12 Establishment of e-Libraries and supply of e-library books and equipment for 2No each in the Ministry’ ssix geo-political zonal offices as indicated below Abuja, Enugu, Owarri, Ibadan, Osogbo, P/H, Calabar, Yola, Maiduguri, Katsina, B/Kebbi, Jos & Makurdi Enugu, Owerri, Ibadan, Osogbo, P/H. Calabar, Yola, Maiduguri. Katsina, B/Kebbi Jos & Makurdi

 

As contained in Standard Bidding Documents or Schedule of Requirements

 

Lot/ No Human Resources MGT Brief Description of Works/Services Location             General/Specific Description of Works/Services
13 Provision of security services for the new FMLHUD Office Complex Headquarters, Mabushi, Abuja As contained in Standard Bidding Documents or Schedule of Requirements
14 Supply of Audio Visuals materials and equipment Headquarters, Mabushi, Abuja As contained in Standard Bidding Documents or Schedule of Requirements
15 Supply of First Aid Boxes and HIV/AIDs equipment Headquarters, Mabushi, Abuja As contained in Standard Bidding Documents or Schedule of Requirements
Lot/ No Urban and Regional DEV. Brief Description of Works/Services Location             General/Specific Description of Works/Services
16 The Preparation Of Development Plans For Human Settlements In Nigeria Bonny, Rivers State; Ipele, Ondo State, lyin-Ekiti, Ekiti State; Song, Adamawa State; Wudil, Kano State As contained in Standard Bidding Documents or Schedule of Requirements
Lot/ No Land And Housing Brief Description of Works/Services Location General/Specific Description of Works/Services
17-26 Establishment and Provision of Equipment for Land use and Allocation Committee (LUAC) Secretariat at Headquarters and States field offices Hqtrs Abuja and States field offices

 

As contained in Standard Bidding Documents or Schedule of Requirements
27 Implementation of Federal Lands. Information System (FELIS) (Documentation and Computerization of Federal Land Records) Hqtrs Abuja
28-29 Development and Implementation of Mortgage and Housing Finance Infrastructure Hqtrs Abuja

 

Lot/ No Building and Quantity Services (BQS) Brief Description of Works/Services Location General/Specific Description of Works/Services
30 Provision of Training and Testing Equipment at 2 Nos Building Craft Training Schools at Ikeduru in Imo and Yaba, in Lagos Ikeduru (Imo) &Yaba, Lagos As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
31 improvement to Auditorium Libratory, Administration Block, Yaba As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
32 Improvement of Bricklayer, Carpentry & iron Mongery As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
33 Production of Auditorium lecture halls, of Staffs Room and U.C.b.C at Ikeduru Ikedure As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
34 Provision & Improvement of Bricklayer, Carpentry and Iron Mongery Workshop, at Ikeduru As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
35 Provision & Improvement of workshop, at Yaba. Yaba As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
36 Provision of Drains & Slabs and external works, Vegetation control at Ikeduru. Ikeduru As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
37 Provision and improvement of Workshop Canteen, at Yaba. Yaba As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
38 Provision of school canteen, at Ikeduru. Ikeduru As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
39 Major Maintenance of Federal Ministry of works, Mabushi, Hqtrs Hqtrs Abuja As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
40 Major Maintenance of New Office, Mabushi, Hqtrs Hqtrs Abuja As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
41-51 Major Maintenance of 11No Field Offices in States without Fed. Secretariats in Ebonyi, Nassarawa, Anambra, Osun, Zamfara, Taraba, Abia, Ilorin, Damaturu, Maiduguri, Port-Harcourt, Ebonyi, Nassarawa, Anambra, Osun, Zamfara, Taraba, Abia, Ilorin, Damaturu, Maiduguri, Port-Harcourt, As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
Lot/ No Cadastral Surban Brief Description of Works/Services Location             General/Specific Description of Works/Services
52 Large Scale (As Built) Survey of 374 plots at Umunya Site and Services Estate, Anambra State (Phase II). Anambra State As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
53 As-Built survey of 920 Units Federal (Shagari) Low Cost Housing Estate at Trans-Ekulu, Enugu. (Phase II), Enugu state Enugu State As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
54 As-Built survey of 477 Units Federal (Shagari) Low Cost Housing Estate at Makurdi site A and B. (Phase 1), Benue state. Benue State As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
55 As-Built survey of 490 Units Federal (Shagari) Low Cost Housing Estate at Kotangora, Maikenkule and Kagara, Niger State. Niger State As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
56 Large Scale Cadastral (As-Built) survey of 1242 units (Phase 1) at Federal Low Cost Housing Estate Oregbemi and Ugbowo Edo State. Edo State As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
57 As-Built survey of 472 units of Federal (Shagari) Low Cost   Housing Estate at Kuje, Karshi and Robochi, FCT, Abuja. (Phase II), FCT.

 

FTC, Abuja As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
58 Large Scale Cadastral (As Built) Survey of 497 Units at Federal Low Cost Housing Estate, Umuguma, Mgbidi,Orlu, and Egbu Road II, Imo State Imo State As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
59 As-Built survey of 357 units of Federal (Shagari) Low Cos Housing Estate Ogbo Hill, Aba and Olokoro (Phase III) Umahia, Abia State. Abia State As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
60 Large Scale Cadastral (As Built) Survey of 250 Units (phase II) at Federal Low Cost Housing Estate Argungu, Kebbi State Kebbi State As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
61 Large Scale C adastral (As Built) Survey of 268 Units at Federal Low Cost Housing Estate, Oyo Town, Oyo State Oyo State As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
62 Large Scale Cadastral (As Built) Survey of 254 Units at Federal Low Cost Housing Estate Trans Nkisi, Onitsha, Anambra State Anambra State As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
63 Conversion of Analogue Cadastral Plans and Maps to digital  equivalent

 

HQ Abuja As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
64 Up-grading of Cadastral Geographic Information System (CADGIS) Laboratory

 

HQ Abuja As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
65 Procurement of Cadastral and Legal Survey Equipment.

 

HQ Abuja As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
66 Uploading of Cadastral information into Federal Land Information system (FELIS)

 

HQ Abuja As contained in BOQ; BEME; Standard Bidding Documents (SBD) or, Schedule of Requirements
  MDGs TT Brief Description of Works/Services In Broad Projects Category Location: Specific Project lots In LGs of the following States General/Specific Description of Works/Services

 

67 Rehabilitation and Expansion of Township Roads Under Slum Upgrading Jigawa, Kano Plateau, Kwara, Imo, Yobe, Cross  River, Sokoto

 

As contained in standard bidding documents and Technical Appendix in form of tender

 

68 Construction of Feeder and Access Roads Jigawa, Oyo Katsina, Kano, Enugu, Nasarawa, Niger, Edo Kaduna, River, Benue

 

As contained in standard bidding documents and Technical Appendix in form of tender
69 Flooding Remedial And Drainage Works Nafada, (Gombe) Kontagora, ( Niger) Sarada main Access road, Shida , (Kaduna). As contained in standard bidding documents and Technical Appendix in form of tender
Community Based Boreholes As contained in standard bidding documents and Technical Appendix in form of tender
70 Construction of Motorized boreholes In all Federal Constituencies across the six geo-political zones As contained in standard bidding documents and Technical Appendix
71 Construction of Solar Power Bore holes In all Federal Constituencies across the six geo-political zones As contained in standard bidding documents and Technical Appendix
72 Bore hole Hand pumps In all Federal Constituencies across the six geo-political zones As contained in standard bidding documents and Technical Appendix in form of tender
73 Power supply projects, including procurement of transformers In LGs of the following States:

Plateau, Ogun, Kogi, Anambra, Abia, Bauchi, Ebonyi, Niger, Ogun, Ekiti, Lagos, Imo, Edo, River, Kaduna Katsina, Kano, FCT, Benue

As contained in standard bidding documents and Technical Appendix in form of tender

 

Community Based Solar Street Light As contained in standard bidding documents and Technical Appendix in form of tender
74 Construction of Solar Powered Street Light In LGs of the following States:

Abia, Taraba, Imo Anambra, Lagos, Oyo, Kano, Kaduna, Yobe, Kogi, Plateau Kebbi, Akwa Ibom Bayelsa, Cross River, Ondo, Ekiti, Bauchi, Anambra, Kogi

As contained in standard bidding documents and Technical Appendix in form of tender

 

75 Construction of Solar Powered Street Light In LGs of the follows State Taraba, Kaduna, Kogi, Plateau, Kebbi, Bauchi, Kogi As contained in standard bidding documents and Technical Appendix in form of tender
Classrooms As contained in standard bidding documents and Technical Appendix in form of tender
76 Construction of 2 & 3 blocks of classrooms with furniture, finishing/toilets All federal Constituency across six geo-political zone As contained in standard bidding documents and Technical Appendix in form of tender
Construction of Community Buildings
77 Construction of ICT Centre, Library and Skill Acquisition Centres In LGs of the following States:

Bayelsa, Yobe Zamfara, Plateau Benue, Corss River, Enugu, Abia, Imo Anambra, Adamawa, Osun, Ondo, Lagos, River, Kaduna, Jigawa, Nasarawa, Bauchi, Sokoto.

As contained in standard bidding documents and Technical Appendix in form of tender

 

78 Construction of Women /Youth Counseling and Development Centres In LGs of the following States:

Ogun, Edo & Lagos

As contained in standard bidding documents and Technical Appendix in form of tender

 

79 Construction of Health Centres In LGs of the following States:

Imo Ogun, Plateau, Edo

As contained in standard bidding documents and Technical Appendix in form of tender
80 Construction of Community Halls/Civic Centres In LGs of the following States:

Edo, Ogun, Enugu, Plateau, Yobe Delta.

As contained in standard bidding documents and Technical Appendix in form of tender

 

 

Qualification Criteria and Tender Requirements

 

Cancelled Project Lots

4.       All bidders that had responded to the earlier Advert and their selected project lots have been cancelled, are invited to collect the Standard Bidding Documents for any of the new or revised projects lots specified above on showing the original evidence of the payment of a ntender fee of N 10,000.00 only per project;

 

5.       All bidders who had responded to the earlier Advert or new bidders interested in the 2012 on-going and new MDG projects under the five projects categories are invited to choose and collect the Standard Bidding Documents for only one specific project lot under each of the five Categories on showing evidence of the payment of anon-refundable tender fee of N10,000.00 only per project lot.

 

New and, or Revised Projects

6.       All qualified, interested and eligible vendors, suppliers and contractors for new and, or revised project lots listed above must submit their tender/bid documents supported with the following documents;

i.        Evidence of registration with Corporate Affairs Commission (CAC) and forms CO7

ii.      Provide detailed Company Profile

iii.      Detailed evidence of compliance with Pensions Act 2004;

iv.      Company Audited Accounts for the last 3 years;

v.       Copy of current Tax Clearance Certificate and verifiable from Federal Inland Revenue Service (FIRS);

vi.      Evidence of VAT Registration & past VAT remittances;

vii.     Evidence of financial capability, supported with letter of reference from a reputable bank and bank statements for the last six months.

viii.    Evidence of payment of non- refundable Tender Fee of N10,000.00 only in favour of the Federal Ministry of Lands, Housing and Urban Development

ix.      Evidence of 3 similar jobs, previously executed or currently being executed          (including letters of award, completion certificates, payments);

x.       Submission of technical details & brochures of items being tendered for and evidence of Manufacturers Authorization or dealership/distributorship appointment;

xi.      All other document(s) to support the qualification and tender documents as may be contained in the Standard Bidding Documents;

xii.     Evidence of valid registration of key staff/company with appropriate Professional Bodies like COREN, CORBON; SURCON. ESVARBON, etc. for all Building Construction, Lands Survey, Urban/Regional Development and Engineering Services Projects,

xiii.    Bidders must not bid for more than one project lot;

xiv.             All bids above N50 million must be supported with a Bid Security of 2% of the total Bid Price;

xv.     All the requirements shall be enclosed in the Technical Bid envelopes.

 

Collection of Tender Documents

7.       Qualified, interested and eligible vendors, suppliers and contractors are to collect tender/bid documents for only one lot from the address below, upon the presentation of an evidence (original receipt) for the payment of a non-refundable tender fee of N10,000.00 per lot into the Ministry’s Account, which details are given below or a Bank Draft in favour of the Ministry:

 

Account Name:    Federal Ministry of Lands, Housing and Urban Development;

Account Number:          0005001000503944

Bank:                   Access Bank Plc (Formerly Intercontinental Bank Plc)

 

8.       The Address referred to above is:

The Director,

Procurement Department,

Federal Ministry of Lands, Housing and Urban Development,

New Block; Room B 314

Mabushi, Abuja.

 

Submission of Tender Documents

9.       The completed “Technical” and “Financial” tender documents must be submitted in three (3) copies each; including one (1) original and two (2) copies, in a separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” and both sealed in a third envelop marked with the Appropriate Project Title, Lot Number and Company Name at the top right hand corner and delivered to the address below; on or before Monday 10th June, 2012 by 12.00 noon:

 

The Secretary;

Ministerial Tenders Board;

Procurement Department,

Federal Ministry of Lands, Housing and Urban Development

Headquarters, Mabushi, Abuja

 

Opening of Bid Document:

10.     The “Technical Bid” documents will be publicly opened in the Conference Room of the Federal Ministry of Lands, Housing and Urban Development, Mabushi, Abuja, at 12.30 pm, immediately after the close of bids submission on Monday 10th June, 2012. Only prequalified companies will subsequently be invited to witness the public opening of their “Financial Bids” documents.

 

11.     Contractors or their representatives, interested members of the public and relevant Non-Governmental Organizations (NGOs) are invited to witness the opening of the “Technical Bid” documents.

 

Additional Information/Disclaimer

(i)      This advertisement that is published in the Thisday &Vanguard Newspapers & the Fed Tenders Journal of 14th May, 2012 shall not be construed as a commitment on the part of the Federal Ministry of Lands, Housing & Urban Development; nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Ministry by virtue of such company having responded to the advertisement;

 

(ii)     Notwithstanding the submission of your tender data, the Ministry is neither committed nor obligated to include your company in any bid list or award any form of contract to a company or agent.

 

(iii)    The Ministry reserves the right to make available the tender/bid documents to qualified bidders only;

 

(iv)    Contractors who have worked for the Ministry or sister MDAs and have history of poor performance, abandonment, termination and/or prolonged contract period need not to apply;

 

(v)     The Ministry may verify any or all the claims made by applicants and shall disqualify any company, whose claims are found to be false;

 

(vi)    Bidders must not bid for more than one lot and late submission of bids will be rejected.

 

(vii)   In order to save precious time for other serious official engagements, the Ministry will not process requests for payment of 15% Mobilization Fee for projects valued below N100,000.000.00 (One hundred million Naira) only.

 

(viii)  The final conclusion of the procurement process for all projects listed above is adequate cash-backing for the projects in the 2012 Appropriation and the evolving priority projects/programmes in the “Housing Revolution” under the Transformation Agenda of Federal Government.

 

Signed:

Ibrahim Mahe

Permanent Secretary

 

Invitation for Pre-Qualification of Contractors for Civil Engineering Projects at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No. 3799

 

Invitation for Pre-Qualification of Contractors for Civil Engineering Projects 

 

1.0     Introduction

The Nigerian Ports Authority hereby invites reputable and competent Contractors to submit expression of interest documents for the under listed capital projects;

 

Lot 1 Rehabilitation of Escravos Breakwaters, Warri, Delta State.
Lot 2 Rehabilitation of Ikorodu Lighter Terminal Sheet Pile and Quay Walls, Ikorodu. Lagos State.

 

2.0     Scope of Projects

The scope of each project Lot shall consist of reconstruction and restoration works at on- shore and off-shore locations as would be provided for in the Bill of Engineering Measurement and Evaluation (BEME) to be issued to the pre-qualified companies.

 

3.0     Pre-Qualification Requirements

Interested companies should submit the following documents as outlined:

a.       Evidence of company registration with Corporate Affairs Commission

(CAC) inclusive of Articles and Memorandum of Association.

b.       Verifiable proofs of company’s technical ability to undertake consultancy services for projects so tendered for.

c.       Evidence of at least (5) projects of similar nature and complexity executed within the last 5 years, including letters of award, completion certificates etc.

d.       Company’s financial details & audited accounts for the last three (3) years

(2008, 2009 & 2010).

e.       Evidence of VAT Registration/Remittance Certificate.

f.       Evidence of TAX Clearance/Remittance Certificate for the 2008, 2009 & 2010.

g.       Evidence of firm/personnel registration with relevant Professional bodies such as COREN, ARCON etc.

h.       Evidence of compliance with Pension Reform Act 2004.

i.        Company profile to include names, qualifications, experiences of key Personnel.

j.        All relevant information concerning contacts, telephone, fax and e-mail

address of the company’s representative.

k.       For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.

 

 

4.0     Submission of Pre-Qualification Documents:

Each completed bid should be submitted in triplicate hard copies and a soft copy, sealed in an envelope addressed to the “Secretary to Tenders Board, Nigerian Ports Authority and clearly marked with “The Appropriate Project Title, Public Notice No. and Lot Number” and dropped into the designated Tender Box located on the

2nd floor, Nigerian Ports Authority Corporate Headquarters, 26/28 Marina, Lagos on or before 1st June, 2012 by 10.00am. All tenders will be opened on the 1st June, 2012 by 11.00am in the Conference Room, N.P.A.

 

Annex Building No. 1 Joseph Street, Off Marina, Lagos in the presence of all bidders or their representatives.

 

For further enquiries, please contact the “General Manger (Capital Projects)” on e-mail: projectinfo@nigerianports.org

 

Please Note:

This is not an invitation to tender. Response(s) to this invitation do not place any obligation on the Authority to consider any responding company for:

1.       Award of Contract

2.       Information of any resultant action

3.       Each lot must be applied for totally independent of any other lot

4.       All costs incurred as a result of this tender invitation and any subsequent requests for information shall be borne by the bidding companies.

5.       Late submission will not be entertained and only short-listed companies will be contacted.

 

Signed:

Management  

Nigerian Ports Authority

Invitation for the Pre Qualification of Contractors for Ongoing Rehabilitation of Railway System Nationwide at Nigerian Railway Corporation

Nigerian Railway Corporation

 

Invitation for the Pre Qualification of Contractors for Ongoing Rehabilitation of Railway System Nationwide

 

1.       Introduction:

In furtherance to the Federal Governments Railway rehabilitation programme, the Nigerian Railway Corporation (NRC) invites interested and reputable Contractors with relevant and verifiable experience to apply for pre-qualification for consideration to tender for the projects indicated below under its 2012 budget.

 

2.       Description of the Projects:

The projects fall under the following categories:

i.        Procurement of Tools, Equipments and Materials for emergency track     repairs and maintenance.

ii.       Procurement / Rehabilitation and Installation of equipment for Mechanical/Electrical, Printing and ICT workshops.

iii.      Training services and Human Capacity Development.

 

3.   Pre Qualification Criteria:

Interested Contractors are required to submit the under listed documents:

i.        Valid Certificate of Incorporation.

ii.       Company Profile including CV of key personnel.

iii.      Income Tax Clearance Certificate for last 1 year.

iv.      VAT Registration/Certificate.

v.       Verifiable evidence of compliance with the Pension Reform Act 2004 (where applicable).

vi.      Power of Attorney.

vii.     Verifiable experience and evidence of works of similar nature executed, including their value.

viii.    Verifiable evidence of major plants/equipment relevant for the work.

ix.      Audited Account for the last 1 year.

x.       All documents submitted must be accompanied with an affidavit

sworn in a magistrate court/high court to confirm their authenticity.

 

Failure to submit any of the listed documents may be grounds for disqualification.

 

4.       Submission of Pre-Qualification Documents:

Three hard copies of the application and pre-qualification documents must be submitted in a sealed envelope marked “Pre Qualification of Contractors for the Ongoing Rehabilitation of Railway System Nationwide”, and indicate the Project Category for which you wish to be pre-qualified. The documents should be delivered either by hand or by registered mail to reach the address given below on or before 28th May 2012 by 1.00 pm.

 

Applicants are invited to witness opening of the submissions at 2.00 pm on the same day at the address below:

 

Deputy Director Procurement,

Procurement Unit,

Okeira Road, Railway Compound

Nigerian Railway Corporation (HQ)

P.M.B. 1037,

Ebute Metta,

Lagos.

 

Only short-listed companies shall be invited to tender for works stated above.

 

Signed:

Management