Procurement of Goods and Construction of Projects at Federal Ministry of Water Resources

Federal Republic of Nigeria

Federal Ministry of Water Resources

 

Upper Niger River Basin Development Authority

 

KM5, Minna-Zungeru- Road, PMB 68, Minna.

 

(A)    Consultancy: Request For Proposal For Consultancy Services For LOTS A1-AV

(B)     Goods: Procurement of Goods for Lots Bi- Bii

(C)     Works: Construction Works For Projects Cl.0-C6.0

 

1.0     INTRODUCTION

UPPER NIGER RIVER BASIN DEVELOPMENT AUTHORITY, MINNA which is a Parastatal under the Federal Ministry of Water Resources intends to carry out procurement of rehabilitation works, construction of Small Earthdams/Irrigation projects and boreholes, consultancy services etc under the Financial year 2012 Appropriation.

 

1.2     The Authority therefore wishes to invite as follows:

 

(A)    Consultancy

Reputable and experienced consulting firms to submit Technical and Financial proposal in response to the request for proposals to be issued by the Authority for consultancy services for the following projects:

 

LOT Ai:      Design of Small Earthdam and Irrigation Scheme in Kaduna Central Senatorial District.

LOT Aiii     Design of Boyi Small Earthdam in Niger State.

LOT Aiv:    Design of 3Nos Reservoirs for Suleja Dam in Niger State.

LOT Aiv:    Design of Bagoma Small Earthdam in Kaduna State.

LOT Av:      Design of Small Scale Irrigation Scheme in Kogi State.

LOT Avi:    Office Complex/ Estate Cleaning.

LOT AVii:  Budget monitoring, evaluation and public procurement activities.

 

 

(B) GOODS:

LOT Bi:      Supply of 2HP Irrigation pumps and accessories to eight different locations in Niger State (N10,000).

LOT Bii:     Supply of 10,000 bags of 50kg fertilizer to 2 locations in Niger State. (N 10, 000).

(C) WORKS:       Scope of works is as specified in the bidding document.

CI.0            Construction of Small Earthdams and Irrigation projects as in LOTS Ai-Av above. (N 30,000).

C1.1            Construction 3Nos reservoirs for Suleja Dam in Niger State (N25,000).

C1.2            Rehabilitation/ Turn around maintenance of Suleja Dam in Niger State (N 25,000).

IC1.3           Construction of Small Irrigation Schemes at Garu, Maigana and Madarzai in Kaduna State. (N 25,000).

 

 

C2.0 Construction of Boreholes.

C2.1   Construction of Hand Pump boreholes in Niger State (N 10,000).

C2.2   Construction of motorized boreholes in Niger State (N20,000).

C2.3   Construction of Solar Powered Motorized boreholes in Niger State (20,000).

C2.4   Construction of Hand Pump boreholes in Kaduna State (N10,000).

C2.5   Construction of motorized boreholes in Kaduna State (N20,000).

C2.6   Construction of Solar Powered Motorized boreholes in Kaduna State (N20,000).

C2.7   Construction of Hand Pump boreholes in FCT (N10,000).

C2.8   Construction of motorized Hand Pump boreholes in Kogi State (N20,000).

C2.9   Construction of motorized boreholes in Kogi State (N 20,000).

C3.0   Construction of fish ponds in Niger State (N15, 000).

C4.0   Headquarter/Area Office Development: Rehabilitation of Headquarters in Minna (N 10,000).

C5.0   Rehabilitation of Office building: Rehabilitation of Swashi project Guest house and Rehabilitation of 2 bedroom duplex in Minna (N 10,000).

C6.0   Production and printing of Authority’s year 2011 Annual Reports and Statement of Accounts (N 10,000).

 

2.0 Eligibility Criteria

2.l Consultancy Services

(a)  Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certificate of incorporation and Article of Association;

(b) Last three years Tax clearance certificate;

(c)      Detailed company profile;

(d)     Evidence of experience in at least five jobs of similar nature and complexity executed with in the last five years with verifiable letters of contract award and certificate of job completion;

(e)      Evidence of Financial capability/reference letter from a reputable bank;

(f)      For joint ventures, include memorandum of understanding (MOU)      ‘

(g)     Evidence of registration with Professional bodies such as ARCON, COREN, ICCON, IPAN etc

(h)     Evidence of strict compliance with the provisions of Pension Reform Act 2004-

(i)      Possession of satisfactory Quality Assurance/Quality Control Manual;

(j)      VAT registration with evidence of remittances-

(k)     3 years Audited Accounts (2009-2011)

(l)      Full Account details including SORT CODF

 

2.2     GOODS

(a)     Evidence of registration with Corporate Affairs Commission by inclusion of certificate of incorporation and Article of Association.

(b)     Last three years tax clearance certificate

(c)      Detailed company profile

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

(e)      Evidence of financial capability/ reference letter from a reputable bank.

(f)       For JVS include MOU.

(g)     Full Account details including SORT CODE.

(h)      Evidence of strict compliance with the provisions Pension Reform Act 2004.

(i)       Possession of satisfactory Quality Assurance/ Quality Control Manual.

(j)       VAT registration with evidence of remittances.

(k)      Three (3) years Audited Accounts (2009-2011).

 

2.3      WORKS

(a)     Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certificate of incorporation and Article of Association;

(b)      Last 3 years Tax Clearance;

(c)      Detailed company profile;

(d)     Evidence of experience as a main contractor in at least five (5) projects of similar nature and complexity with verifiable letters of contract award and certificates of job completion within the last five years (To comply with this requirement works quoted should be at least 70% physically completed).Evidence of at least two (2) similar projects completed 100% in the last 3years.

E)      Having liquidity and/or evidence of access to or availability of confirmed credit facilities from a reputable bank;

f)       Full account details including SORT CODE;

g)       Evidence of strict compliance with provisions of Pension Reform Act 2004;

h)      Possession of satisfactory Quality Assurance/Quality Control Manual;

i)       Having annual Auditors report in construction in any of the last 3years;

 

NON   COMPLIANCE   WITH   ANY   OF   THE   CRITERIA   WILL   LEAD   TO DISQUALIFICATION

3.0      COLLECTION OFTENDER DOCUMENTS;

3.1     Qualified companies are to collect from the procurement unit of the Authority bid documents upon presentation of evidence of payment of NON-REFUNDABLE Tender fee as indicated against each LOT from 12:00noon Wednesday, 16th May 2012.Tender fees are to be paid into the Authority’s Account as follows;

NAME OF BANK:        Unity Bank Plc, Minna.

ACCOUNT NAME:      Upper Niger River Basin Development Authority, Minna.

ACCOUNT NO: 3010514253001000300

A copy of the evidence of payment is to be attached to each financial bid Request for proposal (RJEF) for projects under (A) ie. Consultancy are to be collected at no cost.

 

4.0         Submission of Bid;

4.1     Completed Technical and Financial Bids shall be submitted in two separate envelopes marked “Technical” and “Financial” both enclosed in a larger envelope and labeled bidding documents for projects/lot at the top right hand corner. The bidder is to indicate name and address including GSM on the reverse side;

 

4.2      The envelope should be addressed to;

The Managing Director,

Upper Niger River Basin Development Authority,

P.M.B 68,

KM5, Minna-Zungeru Road Minna, Niger State.

 

To reach him not later than 27th June, 2012. Bids for Goods and Works will be opened on this same date at 11:00am on Wednesday, 27th June, 2012 in the Authority’s Board Room. For consultancy, only shortlisted consultants will be invited for opening of their Financial Bids.

 

5.0     Disclaimer and Conclusion

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

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

5.3     Late submission will not be entertained;

5.4     The Authority pledges fair and equal treatment to all participants but is not bound To shortlist any bidder and reserves the right to annual the selection process at anytime without incurring any liabilities.

 

Signed

Management

 

 

Invitation for Pre-Qualification and Tender Notice at Nasarawa State Millennium Development Goals

 

Nasarawa State Millennium Development Goals

Conditional Grants Scheme, Office of the Executive Governor

 

Re: Invitation for Pre-Qualification and Tender Notice

 

In compliance with the public procurement requirement of the Federal Government of Nigeria, Nasarawa State Government hereby invites interested, qualified and reputable Contractors with relevant experiences to apply for pre-qualification and Tender Process for the Construction, Renovation and Fencing of 54 PHCs, Drilling of Solar Powered Boreholes in 54 PHCs and Supply of hospitals equipment and Consumables under the 2011 Millennium Development Goals Conditional Grants Scheme (MDGs-CGS) Intervention.

 

A.      Pre-Qualification Requirement

Bidders are required to submit the following:

(i)      Evidence of registration with the Corporate Affairs Commission (CAC).

(ii)     Company Audited Accounts for the last three (3) years,

(iii)    Tax Clearance Certificate and TIN number for the last (3) years.

(iv)    List and source of equipment to be used for the work,

(v)    Evidence of Competent Technical and Administration Staff with Academic professional qualification and years of experience of key personnel available for the project.

(vi)    Bank reference from a reputable Bank

(vii)   Evidence of relevant verifiable experience on similar works in Nigeria over the last three years stating cost and duration of execution

(viii) Evidences of VAT remittance

(ix)    Comprehensive Company profile and Organizational Structure

(x)     Any other relevant document that will place the company on a more competitive advantage.

(xi)   Provision of Bid security. Contractors who were earlier qualified are to submit same (2.5%) of the total contract sum.

 

B.      Collection of Documents

Tender documents shall be made available to interested Companies on presentation of receipt issued at the Accounts Department of the Project Support Unit MDGs Office, Lafia.

 

C.    Submission of Tender Documents

Completed tender Document shall be forwarded to the address below in one envelope. The envelopes containing the tender document should be clearly mark on the top” right Corner of envelope pre-qualification/Tender” (for project Name)” and addressed to the Focal Person, MDGs-CGS Office, Planning House, Shendam Road, Lafia, Nasarawa State.

 

The pre-qualification and Tender shall be submitted on or before 28th May, 2012 by 12.00 noon.

 

Note:

Participation in the Pre-qualification and Tenders exercise is not a guarantee for consideration for the Tender process. In the same vein, all contractors that were pre-qualified in the recently concluded exercise need not re-apply.

 

Also, a pre-bidding conference will be organized on Thursday 24th May, 2012 for all bidders at the investment Conference Hotel, Shendam Road, Lafia by 10:00am prompt.

 

Jafaru Yakubu Loko

Focal Person

Recruitment of an International Consultant (Firm) for the Formulation of a Socio-Economic Development Project for the Trans-Border Onchocerciasis-Free Zone at ECOWAS Commission

ECOWAS COMMISSION

Expression of Interest (EOI)

 

Recruitment of an International Consultant (Firm) for the Formulation of a Socio-Economic Development Project for the Trans-Border Onchocerciasis-Free Zone in the ECOWAS Sub-Region

 

1.         The Economic Community of West African States (ECOWAS)’ seeks to engage the services of an international consultant (firm) for the formulation of a Socio-Economic Development Project for the Irans-Border Onchocerciasis-Freed Zone in the Area of ECOWAS.

 

2.         The rationale for the Socio-Economic Development Project for the Transbordcr Onchocerciasis-freed zone of Burkina Faso /Ghana is to provide a learning platform for longer term strengthening of cross-national policy frameworks and institutional capacities to support socio-economic development in the Oncho-freed zones to be handled by ECOWAS, within an integrated regional food security development and poverty reduction framework.

 

3.         Despite the efforts that were undertaken and the results so far obtained during the pilot phase, much remains to be done due to the degree of poverty that characterizes the area, the persistence of lots of problems such as chronic lack of infrastructure, the degradation of ecosystems and biodiversity, conflicts resulting from the transhumance and lack of involvement of actors in development at the grass root level.

 

4.         These different factors coupled with the small geographical coverage of the pilot phase, are essential aspects to be considered according to the conclusion of the evaluation report, and to extend the project with the view to consolidating the results achieved during the pilot phase and mainly to better meet the basic needs of several hundreds of thousands of people living in the zone.

 

5.         The objective of the mission is to undertake an analysis of the socio-economic situation of the entire Onchocerciasis-Free  Zone  and  on  the  basis  of the achievements of the pilot project, to make proposals for operational  actions across the onchocerciasis-Free Zone of  ECOWAS.

 

6.         For the realization of the mission, the firm shall present to at least the following profile:

  • Be a major and internationally renowned firm;
  • Have at least 3 years of experience  in  formulation of Socio-Economic Development Project.
  • Have the capacity to produce and provide the project report in English and French languages
  • Perfect knowledge of the  area (in Economics)

 

7.         The Selection procedure will be based on quality and cost in and Cost in accordance with the ECOWAS Commission is under no obligation to shortlist any Consultant who expresses interest.

 

8.         The minimum number of points required is seventy-five (75) and a shortlist of a maximum of six shall drawn up after the expression of interest.

 

9.         The firms that are part of an international network are to submit one expression of interest.

 

10        The ECOWAS Commission now invites eligible Consultants (Firm) to indicate their interest in providing these services. Interested Consultants must provide information showing that they are qualified to perform the services:

  • List of staff and expertise of the consultant for the Mission;
  • List of verifiable technical references similar to this mission:
  • List of previous clients  and contacts for this type of mission stating the year and the cost of the mission;

 

The   Office  Address   (location,   contact,   BP, Telephone, Fax, e-mail).

 

11.       Interested Consultants may obtain further information at the address below during office hours: Monday to Friday from 9:00am. GMT+1 to 5:00pm GMT+1. Procurement Division,  Directorate   of  General Administration, ECOWAS Commission, Plot 101, Yakubu Gowon Crescent, Asokoro District, P. M. B. 401 Abuja Nigeria.

 

Courriel: nkuakor@yahoo.fr  kabirnfr@vahoo.fr : bangoura53@yahoo.fr

 

12.       Expression of Interest must be delivered in sealed envelope and clearly marked”Recruitment  of an InternationalConsultant for the  formulation of a Socio-Economic Development Project for the Transborder Onchocerciasis-Free Zone in the Area of ECOWAS, Do not open except in the presence of the Tender Committee” to the  address below by Tuesday, June 19th, 2012 at 4.00pm GMT+1:

 

Registry, ECOWAS commission

Plot 101, Yakubu Gowon Crescent

Asokoro District, P.M.B 401 Abuja Nigeria.

 

Halima Ahmed (Mrs.)

Director of General Administration

Invitation for Pre-Qualification and Tender for the Implementation of 2012 Capital Projects at Federal Ministry of Education

Federal Government of Nigeria

Federal Ministry of Education

Federal Secretariat Complex, Phase III Ahmadu Bello Way, Central Business Area, Abuja

 

Invitation for Pre-Qualification and Tender for the Implementation of 2012 Capital Projects

 

The Federal Government of Nigeria has provided funds in the 2012 Appropriation for the Federal Ministry of Education (FMF) and the Ministry intends to utilize part of the funds for various construction works as listed below:

 

Section A: Project for Prequalification

Lot 1:          Construction of Faculty of low Building, University of Calabar, Calabar

 

Section B:

Lot 1:      (i)- Lot l (xliii): Construction of 1 Block of 3 Classrooms in 43 locations spread across the country

Lot 2:      Construction of 2 Blocks of 3 Classrooms at Shanono LGA, Kano State

Lot 3:      Construction of 2 Blocks of 3 Classrooms at Bagwai LGA, Kano State

Lot 4:      Construction of Science Laboratory at Oke Odun Grammar School, Yewo LGA,Ogun State

Lot 5:      (i) – Lot 5 (ix): Construction of 1 Block of 4 Classrooms with Headmaster’s Office in 9 locations across Ondo State.

Lot 5A:   Construction of 4 VIP Toilets in 9 Locations across Ondo State

Lot 6:      Construction of 2 Block of Boys Hotel at Government Technical College, Otukpo, Benue State

Lot 6A:   Construction of 2 Blocks of Girls Hostel at Government Technical College, Otukpo, Benue State

Lot 7:      Construction of 3 Blocks of 4 Classrooms at Technical College, Igarra, Edo State

Lot 8:      Renovation of Egwuodo Primary School, Ehor, Uhunmwode LGA, Edo State

Lot 9:      Construction of Entrepreneurship Development Centre in Odode/Idanre Federal Constituency; Ondo State

Lot 10:    Construction of Entrepreneurship Development Centre in Ondo West/East Federal Constituency, Ondo State e

Lot 11:    Construction of Entrepreneurship Development Centre in Akure South/North Federal Constituency, Ondo State

Lot 12:    (i)-Lot 12 (x): Construction of 1 Block of 3 Classrooms with office in 10 locations across Benue State.

Lot 13:    Rehabilitation of funtua Central Library, Funtua LGA, Katsina

Lot 14:    (i)- Lot 14 (vii): Construction of 1 Black of 4 Classrooms in locations across Abia State

Lot 15:    Renovation of Obuba Primary School in Umunna Auto Community, Isiala Ngwa South LGA, Abia Central, Abia State:

Lot 16:    Renovation of Ebeyi Nvosi Primary School in Ehi-na-Uguru Auto Community, Isiala Ngwa South LGA, Abia Central, Abia State

Lot 16:    (i)- Lot 16 (xv): Renovation of Schools in 15 locations across Anumbra State

Lot 17:    Completion of ICT Classroom at Government College, Runji Sambo, Sokoto State

Lot 18:    Completion of ICT Classroom at Government College, Sokoto, Sokoto State

Lot 19:    Construction of 1 Block of 2 Classrooms, Staff Room and Djning Room at Gidan Dare Sokoto State

Lot 20:    Construction of 400 Seater Library at the Kaduna State University, Kafanchan Compus

Lot 21:    (i)- 21 (vi): Construction of 6 Blocks of 2 Classrooms in 6 locations in Jigawa South, Wes Federal Constituency

Lot 22:    (i)- Lot 22 (x): Construction of 1 Block of Classrooms with 1 office in 10 LGAs of Kano North Senatorial District, Kano State

Lot 23:    Construction of 1 Block of 3 Classrooms at Migrant Primary School, Ihieorji, Isiala Ngwa Noth LGA Abia State

Lot 24:    Construction of 2 Block of 3 Classrooms in Okoko, Abia State

Lot 24A: Construction of 2 Block of 3 Classrooms in Item, Abia State

Lot 25:    Construction of 1 Block of 3 Classrooms with Staff Room and Dining Room at Isiala Community Secondary School, Akoli, Abia State

Lot 26:    Construction of 1 Block of 3 Classrooms at Technical College, Idim Nsang, Akwa Ibom State

Lot 27:    (i)-Lot 27 (x): Construction of 1 Block of 3 Classrooms in 10 locations across Imo State

Lot 28:    (i)-Lot 28 (ix): Construction of 1 Block of 3 Classrooms in 9 locations across Delta State

Lot 29:    Construction of 4 Block of 3 Classrooms at Ogheye Primary School, Eghoroke Town, Delta State

Lot 29:    Construction of 4 VIP Toilets at Ogheye Primary School, Eghoroke Town, Delta State

Lot 30:    Construction of 1 Block of 4 Classrooms at Ogbudugbudu Community, Egbema, Bayelsa State

Lot 30A: Construction of 4 VIP Toilets at Ogbudugbudu Community, Egbema, Bayelsa State

Lot 31:    Construction of 1 Block of 4 Classrooms at Ogbe-Ijah Community, Bayelsa State

Lot 31A: Construction of 1 VIP Toilets at Ogbe-Ijoh Community, Bayelsa State

Lot 32:    Renovation of 3 Nos. Classroom Blocks at Comprehensive Secondary School, Ukpom, Akwa Ibom State

Lot 32A: Construction of 1 Block of 3 Classrooms at Primary School, Usung Ito/TSIT Ikpe Akwa Ibom State

Lot 33:    (i)-Lot 33 (x): Construction of 1 Block of 6 Classrooms in 5 locations across Akwa Ibom State

Lot 34:    (i)-Lot 34 (xiii): Construction of 13Nos. Model Primary Schools in 13 locations across Rivers State

Lot 35:    Construction of 2 Block of 3 Classrooms with office in Mbatiav Community Science Secondary School Akpagher Mbaliav, Benue State

Lot 36:    (i)-Lot 36 (xix): Construction of 1 Block of 3 Classrooms with office in 19 locations across Benue State

Lot 37:    (i)-Lot 37 (iii): Construction of 1 Block of 2 Classrooms with Staff Room and Dining Room in 3 locations across Benue State

Lot 38:    Construction of Community Hall in Federal Staff School, Dendo Road, Sokoto South Local Government, Sokoto.

Lot 39:    Construction of Library in Hafsat Ahmadu Bello Model Arabic School Sarkin Zamfara word 8, Sokoto South LGA Sokoto State

Lot 40:    Construction of 1 Block of 3 Classrooms in Giden Keya, Gwadabawa LGA, Sokoto State

Lot 41:    (i)-Lot 41 (iii): Construction of 1 Block of 2 Classrooms in 6 locations across Kubbi State

Lot 41A: Construction of 6 VIP Toilets in 6 locations across Kubbi State

Lot 42:    Construction of 1 Block of 3 Classrooms near General Hospital, Kankora LGA, Katsina State

Lot 43:    Construction of 1 Block of 3 Classrooms in Modobi Primary School, daura LGA Katsina State

Lot 44:    Construction of 1 Block of 3 Classrooms in Sharawa Primary School, Daura LGA Katsina State

Lot 45:    Construction of 1 Block of 3 Classrooms in Insharuwa Primary School Maiadua LGA Katsina State

Lot 46:    Construction of 1 Block of 3 Classrooms in 10 Katsayal /Primary School Sandam LGA, Katsina State

Lot 47:    Construction of 1 Block of 3 Classrooms in Giwn/Birnin Federal Constituency, Kaduna State

Lot 47A: Construction of 1 VIP Toilets in Giwa/Birnin Gwari Federal Constituency, Kaduna State

Lot 48:    Construction of 3 Block of 3 Classrooms in Mallam Madori Kaugama Federal Constituency, Jigawa State

Lot 48A: Construction of 3 VIP Toilets in Mallam Madari Kaugama Federal Constituency, Jigawa State

Lot 49:    (i)-Lot 49 (vii): Construction of 1 Block of 2 Classrooms in 7 locations in Jahun/Miga Federal Constituency Jigawa State

Lot 50:    Construction of 1 Block of 3 Classrooms in I.D.C Primary School, Oja, Bale Village, Akinyele LGA, Oyo State

Lot 51:    Construction of 1 Block of 3 Classrooms in Baptist Primary School, Okpko, Iwajowa LGA, Oyo State

Lot 51A: (i)-Lot 51A (iv): Construction of 1 Block of 3 Classrooms each in 4 locations across Ogun State

Lot 52:    Construction of 1 Block of 3 Classrooms in Ogun Waterside LGA of Ogun State

Lot 53:    Construction of 1 Block of 3 Classrooms in Ijebu North LGA of Ogun State

Lot 54:    Construction of 1 Block of 3 Classrooms in Ijebu East LGA at Ogun State

Lot 55:    Construction of 1 Block of 3 Classrooms in Sodubi Primary School, Abeokuta South LGA of Ogun State

Lot 56:    Construction of 1 Block of 2 Classrooms at Igbile, Odagbofu LGA, Ogun State

Lot 57:    Rehabilitation of Saint Saviour Primary School, Alagbodo, Ifako/Ijaye/ Ojkokoro LGA, Lagos State

Lot 58:    Rehabilitation of Primary School at Ojakora Farm / and, Oke Aro, Ijaye/ Ojkokoro LGA, Lagos State

Lot 59:    Rehabilitation of Saint Teresa Calhalic Church Primary School, Ifako/Ijaye LGA, Lagos State

 

Lot 60:    Construction of 1 Block of 4 Classrooms at Abeokuta North LGA, Ogun State

Lot 61:    Construction of 1 Block of 4 Classrooms at Obafemi Owode LGA, Ogun State

Lot 62:    Rehabilitation of 1 Block of 6 Classrooms at L.A Primary School, Oke Alafia Word 5, Ondo West LGA, Ondo State

Lot 62A: Construction of 1 Block of 3 Classrooms at Itagbolu, Akure North LGA, Ondo State

Lot 63:    Construction of 1 Block of 3 Classrooms and 1 Block of 2 Classroom at Ibadan North East LGA, Oyo State

Lot 64:    Construction of 1 Block of 3 Classrooms and 1 Block of 2 Classroom at Ibadan South East LGA, Oyo State

Lot 65:    Construction of 1 Block of 4 Classrooms at Ifo LGA, Ogun State

Lot 66:    Construction of 1 Block of 3 Classrooms at Jamatul Islamiul School, 39, Patey Street, Lagos Island, Lagos State

Lot 67:    Construction of 1 Block of 3 Classrooms at Igboora Grammar School, Igboora, Ibarapa LGA, Oyo State

Lot 68:    Partitioning of Office Space in Department of Tertiary Education at the FME Headquarters

Lot 69:    Construction of Access Control Measure /Aluminium Security Control Barricade at the FME Offices at the Headquarters.

 

2.             Tender Requirements:

Interested and competent Contractors wishing to carry out the above listed jobs

are required to submit the following documents which will be subjected to

verification by the Ministry:

(i)      Evidence of registration with Corporate Affairs Commission (CAC);

(ii)     Evidence of Current Tax Clearance Certificate for the last three (3) years ending in December 2012;

(iii)    Evidence of VAT registration Certificate with TIN No, and past remittances for the last 3 years;

(iv)    Names of Bankers with references

(v)     Evidence of financial capability to execute the projects

(vi)    Company profile with CVs of key officers including photocopies of relevant professional/technical qualifications

(vii)   Evidence of registration with relevant professional bodies such as ARCON, COREN, CORBON etc

(viii)  List of verifiable Construction Equipment indicating ownership or lease agreement

(ix)    Verifiable evidence of successful completion of similar works within the past three (3) years and attach copies of letters of awards and certificates of successful completion

(x)     Evidence of issuance of compliance Certificate to all Organizations by PENCOM in line with Pension Reform Act 2004 (as amended)

(xi)    Evidence of compliance with the amended industrial Training Fund Act, 2011

(xii)   A sworn affidavit disclosing whether or not any officer of FME or BPP is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bids are true and correct in all particular,

(xiii)  Bid Security of 2% of Bid sum in Bank Guarantee, valid for 180 days, must accompany all bids valued Fifty Million Naira (N50,000.00) and above.

(xiv)  Bidders shall not bid for more than two (2) Lots

 

Note:

The above listed requirements shall form part of the  bids evaluation criteria and non compliance with any of the state conditions shall result in automatic disqualification and the bidder.

 

3.       The general public is invited to note that details of  what constitute Lots (i) – (xliiii)  5(i)-(ix), 12 (i)-(x), 14(i)- (vii), 16 (i)-(xv), Lot 21 (i)-(iv), 22 (i)-(x), 28 (i)-(ix), 33(i) –(v), 34 (i)- (xiii), 36 (i)-(xix), 37 (i)- (iii), 41 (i)- (iii),  Lot 49 (i)-(vii) and Lot 70 (i)-(vi) are contained in Invitation for Bid (IFB) page and schedule of Requirement of the Bid Documents.

 

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

 

5.       The general public is also invited to note that procurements below the National Competitive Bidding threshold would be carried out during the course of the year

6.       Interested eligible bidders may obtain further information from Procurement Department and inspect the Bidding Documents between 9.00am till 3.30pm (Mondays-Fridays) except public holidays. The address is:

Department of Procurement

Federal Ministry of Education

Room 3.09, Padium L, Federal Secretariat Complex, Phase III

Ahmadu Bello Way, Central Business Area, Abuja

 

Collection of Documents

7.       A complete set of Bidding Documents shall be collected by interested bidders for Lots 1-6

9 from the address in paragraph 8 below on the submission of written application for not more than two (2) lots accompanied by a non refundable tender fee of Ten Thousand Naira (N10,000.00) in certified Bank Draft payable to Federal Ministry of Education.

 

The bidding documents will be collected by hand by bidder’s representative

 

Submission of Pre-qualification and Tender Documents

8.       Prequalification documents for Lot I under Section A must be delivered to Podium L, Room 3.09, 3rd Floor, Federal Ministry of Education, Federal Secretariat Phase III, CBD, Abuja on or before Monday 28th May, 2012 at 12.00 Noon and clearly marked “Prequalification Documents for Law Building Unical”. Also bids for the remaining Lots 1-70in section B shall be submitted to the same address above (Room 3.09, 3rd Floor, Federal Ministry of Education, Federal Secretariat Phase III, CBD, Abuja) on or before 12.00 Noon, Tuesday 26th June, 2012 in two (2) separate sealed envelopes and marked “Technical Bid for Lot…” or Financial Bid for Lot…” at the top left hand corner of each envelope. Bids shall be submitted at Podium L, 3.09. Late bids will be rejected.

 

Public Opening of Bids

9.       Prequalification documents for Lot I in Section A shall be opened at 12.30pm on Monday, 28th May 2012 while bids for Lots I-70 in Section B shall be opened on Tuesday 26th June, 2012 at 12.30pm in the address below in the presence of the bidders’ representatives and interested members of the public. Bid opening venue shall be at:

Federal Ministry of Education Conference Room

2nd Floor

Federal Secretariat Complex

Phase III, Ahmadu Bello Way

Central Business Area –Abuja

 

10.     Nothing in this advertisement shall be construed as a commitment on the part of the Ministry to award any or all the above listed projects.

 

Signed

Permanent Secretary

Federal Ministry of  Education

Abuja.

 

Invitation for Pre-Qualification of Contractors for 2012 Recurrent/Capital Projects of the Nigeria Police Force at Nigeria Police

 

Nigeria Police

Force Headquarters Purchasing and Tenders Board

Shehu Shagari Way, Louis Edet House, Force Headquarters, Abuja

 

Invitation for Pre-Qualification of Contractors for 2012 Recurrent/Capital Projects of the Nigeria Police Force

 

A.         Preamble:

Furtherance to earlier advert and in compliance with Due Process requirement for the certification of procurement of goods and services in Federal Government Ministries and Parastatals, the Nigeria Police Force invites competent contractors in categories ‘B’ and above to pre-qualify for consideration in tendering for Consultancy/Procurement of Goods and Services in category ‘B’ below (Lots 12-21).

 

B.        The Scope of Works Shall Consist of the Followings:

 

Lot 12 Research & Development

12a        Consultancy Services on Police

Research and Development Programmes.

 

Lot 13 Community Policing

13a     Consultancy Services on Community Policing Conflict Resolution Guidelines.

13b     Consultancy Services on   Safety and Crime Prevention Strategy.

 

Lot 14 Budget

14 a    Procurement   of   Office   Equipment   for   Police Formations/Commands nationwide.

 

Lot 15 Band

15a     Procurement and upgrade of Police Band Instrument and Accessories.

 

Lot 16 Insurance

16a     Procurement of Group Personal Accident insurance for officers and men of the Nigeria Police Force.

 

Lot 17            Medical

17a     Procurement of Hospital Equipment and Consumables.

17b     Health Systems Management Services

 

Lot 18 Fib

18a     Procurement of Discreet Surveillance Devices.

18b     Procurement of Interrogation Devices.

18c      Procurement of Counter Intelligence Devices.

18d     Procurement of Photo Surveillance.

 

Lot 19            Printing

19a     Procurement of Computer Sets (Terminal & Digital).

19b     Procurement of Digital Colour Separation Machine; Speed Master 74 Colour Heidelberg and Auto-Mina Binder

19c      Procurement of MOZ Kord and 201  Colour Printing Machines

19d     Procurement of 800KVA Sound Proof Generator.

19e     Procurement of Modern Folding, Modern Cutting, Modem sing, Laminating and modem Sewing Machines.

 

Lot 20  Peacekeeping

Operational Equipment for Peacekeeping

20a     Procurement of Observation Equipment

20b     Procurement of Body Armour

20c      Procurement of Personal Sustainment Items.

 

 

Lot 21 Force Public Relation

21a.    Supply of HP Desktop computer, colour Photo Printers and Split unit Air-Conditioners;

21b.    Supply of Photo & Video Cameras

21c.     Supply of books and other library materials, majorly on public relations, law and relevant humanities;

21d.    DSTV Decoders and Installation;

21e.    Seminars, symposia and workshops on Police/ Public Relations;

21 f.    Electronic media services.

21g     Supply of Video Processing/Editing.

 

C.        Pre-Qualification Requirements

Submission of Company Profile containing the following:

1.         Company Organogram

2.         List of key personnel (Technical and Administrative) including photocopies of staff qualification and current pay

3.         List of Plant and Equipments owned or to be hired with proof of ownership if owned.

4.         Previous works successfully completed with letters of award and completion certificates attached.

5.         On-going works and their details including locations.

6.         Financial statements and bankers.

7.         Tax clearance certificate [for past three(3) years] to be strictly verified by FIRS Hqtrs.

8.         Evidence of company Registration with Cooperate Affairs Commission (C.A.C.).

9.         Evidence of PENCOM Registration.

10.       VAT Certification.

11.       Auctioning Licence (LOT 8e only)

 

D.        Submission of Pre-Qualification Documents:

The Pre-qualification documents should be neatly packaged in a sealed envelope and marked at the top left-hand coner “Confidential Pre-qualification Document” stating the LOT and addressed to “The Secretary, Nigeria Police Procurement Committee, ‘C’ Department (Procurement), FHQ, Nigeria Police Force. Louis Edet House. Abuja.

 

The sealed envelope should be deposited in the tender box provided for this purpose on or before 25th June, 2012 by 12.00 noon while the bids shall be opened at 1.00pm of same day at the same venue. Bidders or their representatives are strongly advised to be present.

 

E.        Please Note

This is NOT an invitation to tender. Notwithstanding the submission of Pre-qualification information, the Nigeria Police is neither committed nor obliged to include any company’s name in any bid list or award any contract to any Company on the bid list.

There shall be no mobilization fees as any payment shall strictly be based on evaluation of work already done on site.

 

Force Headquarters Purchasing and Tender Board reserves the right to reject any or all pre-qualification packages This notice of ‘Invitation to Pre-qualify shall not be construed as commitment on the part of the FHP and TB, nor shall it entitle any company to make claims whatsoever or seek any indemnity from the Nigeria Police.

 

SIGNED;

Secretary

Force Headquarters

Tenders Board,

The Nigeria Police

Force Headquarters,

Shehu Shagari Way

Louis Edet House, Abuja.