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

Nigerian Railway Corporation

 

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

 

Introduction

1.       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 equipments 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 not later than 1:00pm on the 28th of May 2012.

 

Applicants are invited to witness opening of the submissions at 2.00pm 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

 

Execution of Projects at Ondo State Government Electricity Board

Ondo State Government

Ondo State Government Electricity Board

 

Tender Notice

Ondo State Electricity Board, Akure invites interested contracting firms/vendors with requisite expertise to bid for the following underlisted projects.

 

1.    Construction Works:

LOTA1/2012        Improvement  of  power  supply  to  Ipele  Township,  Owo  Local Government

LOTA2/2012        Rural Electrification Project of Here Community in Akure South Local Government.

LOT A3/2012       Rural Electrification Project of Olorunda (Igbara-Oke) in Ifedore Local Government.

LOT A4/2012       Improvement of power supply to Familusi Gaga Oke-Aro, Akure.

LOT A5/2012       Improvement of power supply to Housing Estate Igba, Ondo East.

LOT A6/2012       Improvement of power supply to Ibaram-Akoko.

LOT A7/2012       Improvement of power supply to Olokunwolu Oyinlusi Community Behind School of Nursing, Igbatoro Road, Akure.

LOTAS/2012       Improvement of power supply to Ife Round About/Plant Seller

Area/lfeoluwa Street, Ondo.

 

 

2.       Supply of Electrical Materials/Operational Equipments.

LOT 2A/2012       Supply of Transformers.

LOT 2B/2012       Supply of Transformers.

LOT 2C/2012       Supply of Feeder pillars.

LOT 2D/2012       Supply of 4 x 120Mm2, 4 x 185mm2 Steel Wired Armoured Cable.

LOT 2E/2012       Supply of 100mm2 Aluminium Conductor (AAC).

LOT 2F/2012       Supply of 100mm2 Aluminium Conductor (AAC).

LOT 2G/2012       Supply of 100mm2 Aluminium Conductor (AAC).

LOT 2H/2012       Supply of 100mm2 Aluminium Conductor (AAC).

LOT 2I/2012        Supply of 100mm2 Aluminium Conductor (AAC).

LOT 2J/2012        Supply of 35mm2 AAC, 70mm Bare Copper Conductor and 70mm2 PVC Cable.

LOT 2K/2012       Supply of 1x500mm2 and 1x300mm2 Steel Wired Armoured Cable, Pot insulators, Tension Insulators, Gang Isolator, Bi-metal Line Taps and Steel Cross Arms.

LOT 2L/2012       Supply and Installation of l00kVA Soundproof FG Wilson Generating Set for Alagbaka G0052 A Streetlight network.

LOT 2M/2012      Supply of Testing/Electrical Measuring Equipment.

LOT 2N/2012       Supply and Installation of lx350kVA Soundproof Generating Set at OSEB Headquarters, Alagbaka.

LOT 2O/2012       Supply and Installation of Ix350kVA Soundproof Generating Set for Adekunle Ajasin Road Streetlight.

LOT 2P/2012       Supply and Delivery of Basket Service Truck for the maintenance of Streetlight.

 

Interested Bidders are to collect tender documents from:

Ondo State Electricity Board,

Quarter 102, Alagbaka GRA, Akure,

Ondo State.

 

On the payment of non-refundable tender fee of N10,000.00 for each LOT except for the under listed.

 

ITEM TENDER
LOTs 2M/2012-2P/2012 N20,000.00each

 

Payments are to be made in certified bank draft payable to Ondo State Electricity Board, Akure.

 

Tender documents are to be enclosed in sealed and waxed envelope marked at the top left corner quoting the LOT number for both Construction and Supply items.

 

The Following documents must accompany the completed tender document:

1.       Three (3) Years Tax Clearance Certificate covering the period, 2009, 2010 and 2011 for Enterprises.

2.       Federal Tax Clearance for 2009, 2010, 2011 to expire 31st December, 2012 for Limited Liability Companies.

3.       Three (3) Years Development Levy receipt from Ondo State covering the period 2010, 2011 and 2012.

4.       Original copy of evidence of payment of non-refundable Tender fee.

5.       Evidence of Company registration with Corporate Affairs Commission.

6.       Original copy of evidence of current registration with Ondo State Ministry of Works.

7.       Evidence of current registration with Ondo State Electricity Board, Akure 8.     Evidence of similar projects successfully completed/Company profile.

 

The completed Tender Documents are to be submitted to:

The Secretary,

Ondo State Tenders Board,

Cabinet and Special Services Department,

Governor’s Office, Akure.

Tender closes on 4th June, 2012 at 12noon.

 

Late submission of Tenders will not be entertained.

Bidders will be informed of date for tender opening.

Bidders are to note that the State Tenders Board (STB) is not bound to accept the lowest tender bid.

 

Engr. O.J. Adeloye

General Manager

2012 Procurement Notice for Works and Services at Federal College of Education, Kontagora

Federal College of Education, Kontagora

2012 Procurement Notice for Works and Services

 

Introduction:

Federal College of Education, Kontagora, Niger State intends to carry out the Procurement of works and services under the 2012 Budget appropriation.

 

Scope of Works/Services

Federal College of Education, Procurement activities are classified under the following sub heads:

 

A       Works

Lot 1 – Construction of Gymnasium Complex Phase I & II

Lot 2 – Construction/Rehabilitation of Roads and Drainages

Lot 3 – Rehabilitation of Classroom and Offices

Lot 4           – Rehabilitation of Male & Female Hostels

Lot 5 – Construction of College Guest House

Lot 6           – Construction of Administrative Block

 

B.      Consultancy

Competent, experienced and reputable consultants in the under listed areas are required for engagement. The categories of consultants anticipated are:

 

(a)     Architects

(b)     Quantity Surveyors

(c)      Structural Engineers

(d)     Mechanical/Electrical Engineers

 

Scope of Work for Consultancy Services:

1)      Lead Consultant, Architectural designs

2)      Design of structures

3)      Quantity Surveying

4)      Service Engineers

5)      Preparation of Tender documents

6)      Monitoring of projects and issuance of valuation certificate

 

Eligibility Criteria/Requirements

 

Interested consultants and contractors are requested to forward for consideration the following Pre-qualification documents:

 

(a)     Evidence of registration with relevant Professional bodies

 

(b)     Evidence of registration with Corporate Affairs Commission (CAC)

 

(c)      Evidence of Tax clearance certificate for Three years

 

(d)     Evidence of VAT registration certificate

 

(e)      Verifiable evidence of similar jobs successful executed by the firm including location, cost, letter of award and completion certificate

 

(f)      Evidence of financial capability which should include statement of Account and Audited reports of the company, assets and liabilities.

 

(g)     Evidence of compliance with Pension Act 2007.

 

(h)     List of Names of Key Personnel with Professional qualification and experience

 

(i)      Proof of Registration of company with Professional body.

 

(j)      List of equipment available for the Project(s).

 

Note:-

Original copies of the above listed documents should be available for sighting on demand during the opening of Pre-qualification applications. Also, this is not an invitation to Tender. Full Tendering Procedures will apply only to bidders that have been Pre-qualified and found capable of executing the Projects.

 

Submission of Pre-qualification Documents:

The Pre-qualification documents should be enclosed in sealed envelope and marked “Pre-Qualification Documents for Tender” and Tenderer’s Name written on the reverse side of the envelope addressed to:

 

The Registrar,

Federal College of Education,

P.M. B. 39,

Kontagora,

Niger State.

 

The Pre-qualification documents should be deposited in the Tender Box at the Registrar’s office on or before 11th June 2012. Opening of documents submitted will take place by 1:00pm on 11th June 2012.

 

Finally, note that only Pre-qualified bidders would be invited to pick Tender documents.

 

Signed:

Hajiya Aisha Y. Bukar, College Registrar

 

1st National Urban Water Sector Reform Project at Kaduna State Water Board (KDSWB)

Specific Procurement Notice

 

Invitation for Bids (NCB)

Federal Republic of Nigeria

Kaduna State Government

 

1st National Urban Water Sector Reform Project (CR. 47890-UNI) (Project No.: P071075)

 

1.       This invitation for bids follows the general procurement notice for this project that appeared in Development Business, issue No. 633 dated 30th June. 2004

 

2.       The Federal Government of Nigeria (FGN) has received a credit facility from the International Development Association (IDA) toward the cost of the First National Urban Water Sector Reform Project and it intends to apply part of the proceeds of this credit to payments under the contract for Rehabilitation of Water Treatment Plants, Construction of Booster Station, Rehabilitation of Transmission Mains and Extension of Distribution Network

 

3.       The Kaduna State Water Board (KDSWB) now invites sealed bids from  eligible bidders for the under listed works:

 

Lot No Contract Description Location

 

Construction Period

 

Bid Security

 

1 Rehabilitation of Transmission Mains, Steel /tank and supply and Installation of bulk Water Meters in Zaria Metropolis Zaria Metropolitan Water Supply Scheme in Kaduna State

 

12 Months

 

NGN 1,500,000.00 OR USS 9,494.00

 

2 General civil works, laying of new Pipework and Supply /installation of raw water pumps   in Kafanchan/ Kagoro Water Supply Systems. Zaria Metropolitan Water Supply Scheme in Kaduna State

 

12 Months

 

NGN 8,000,000.00 OR USS 5,633.00

 

3 Rehabilitation of Transmission Mains, Steel Tank and Supply   and Installation of Bulk Water Meters, and Pumps in Zonkwa Metropolis Zaria Metropolitan Water Supply Scheme in Kaduna State

 

12 Months

 

NGN 3,500,000.00 OR USS 22,152.00

 

4 Supply and Installation of scrapper/Floculators bulk water   meters in Saminaka Water supply system Zaria Metropolitan Water Supply Scheme in Kaduna State

 

12 Months

 

NGN 1,450.00

OR USS 9,181.00

 

 

4.       Bidding will be conducted through the international competitive bidding procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, (Edition April 2008 revised November 2010), and is open to bidders from all countries as defined in the guidelines.

 

5.       Qualifications requirements include the following minimum conditions

a.       Possession of experience as a Prime Contractor for at least two (2) works of a nature and complexity equivalent to the works over the last five (5) years. To comply with this requirement, works sited should be at least 70 percent complete;

b.       The amount of Average Annual turnover in construction works in the last five (5) years in works that have been successfully and substantially completed and that are similar to the proposed works under this Contract is specified as:

 

Lots            Amount (N millions)

1                           120.00

2                           650.00

3                           290.00

4                           115.00

 

c.       Have the following personnel among his core staff:

 

For Lot 1

1)      A Project Manager with at least 15 year’s experience in Works of equivalent nature and volume, including not less than 5 years as Manager among its core staff, and shall have a minimum of B.Sc. Degree in Civil Engineering or equivalent qualification;

 

2)      A Qualified Civil Engineer with at least 1 0 years of experience on similar project.

 

3)      A Qualified Structural Engineer with at least 1 0 years experience on similar

 

For Lot 2

i)       A Project Manager with at least 15 years experience in Works of equivalent nature and volume, including not less than 5 years as Manager among its core staff, and shall have a minimum of B.Sc. Degree in Civil Engineering or equivalent qualification;

 

2)      A Qualified Civil Engineer with at least 10 years experience on similar project.

 

3)      A Qualified Pipeline Specialist with at least 10 years of experience on similar project.

 

For Lot 3

1)      A Project Manager with at least 15 years’ experience in Works of equivalent nature and volume, including not less than 5 years as Manager among its core staff, and shall have a minimum of B.Sc. Degree in Civil Engineering or equivalent qualification;

 

2)      A Qualified Civil Engineer with at least 10 years experience on similar project.

 

3)      A Qualified Pipeline Specialist with at least 1 0 years experience on similar project.

 

4)      A Qualified Structural Engineer with at least 10 years experience on similar.

 

For Lot 4

1)      A Project Manager with at least 15 years experience in Works of equivalent nature and volume, including not less than 5 years as Manager among its core staff, and shall have a minimum of B.Sc. Degree in Mechanical Engineering or equivalent qualification;

 

2)      A Qualified Civil Engineer with at least 10 years experience on similar     project.

 

3)      A Qualified Structural Engineer with at least 10 years experience on similar project

 

d.       Own a substantial proportion of the construction equipment required to successfully execute the Contract;

e.       Provide Annual audited account for the last 5 years;

f.       For the last five (5) years to demonstrate:

The current soundness of the applicant’s financial position and its prospective long term profitability, and

 

Have Liquidity and/or evidence of access to or availability of confirmed positive credit facilities of not less than the following:

 

Lots 1 2 3 4
Amount (N Million) 15 80 36 15

 

A margin of preference for eligible national contractors /joint ventures shall be applied at 7.5%.

 

6.       Interested eligible bidders may obtain further information from Kaduna State Water Board and inspect the bidding documents at the address below from Mondays to Fridays (except public holidays) from 8.30 am to 4.30 pm.

 

7.       A complete set of bidding documents in English language may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee of USD 150.00 or Naira 20,000.00. The method of payment will be Bank Draft made in favour of the Kaduna State Water Board. The Bidding Documents will be collected by hand or sent by courier services on request.

 

8.       All bids must be accompanied by a BID SECURITY as stated in the table under paragraph 3 above or an equivalent amount in a freely convertible currency.

 

9.       Bids must be delivered to the address below on or before 11th June 2012 by  11.30 am. Electronic bidding “shall not” be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives who choose to attend in person at the address below on or before 11th June 2012 by 11.45 am.

 

10.     The Address referred to above is

The General Manager

Kaduna State Water Board

Chief Olusegun Obasanjo House

State Secretariat Annex

Yakubu Gowon Way

Kaduna,

Nigeria.

 

 

Invitation for Expression of Interest for the Provision of Consultancy Services for Civil Engineering Projects for the 2012 Appropriation at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No. 3798

 

Invitation for Expression of Interest for the Provision of Consultancy Services for Civil Engineering Projects for the 2012 Appropriation

 

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

 

1.0     Introduction

 

Lot 1 Consultancy for the Strengthening of Container Terminal (Berth 15,) Apapa, Lagos
Lot 2 Consultancy for the Provision of Comprehensive Water Network Design in Design in Lagos Port Complex, Delta State
Lot 3 Consultancy for the Provision of Comprehensive Water Network Design in Warri Port Complex, Delta State
Lot 4 Consultancy for the Construction of A Link Road to Snake Island, Apapa, Lagos.
Lot 5 Consultancy for the Rehabilitation of Adekunle Way Rigid Carriage Road, Lagos Port Complex, Apapa, Lagos.

 

2.0     Scope of Projects:

The scope of each project Lot shall consist of the study, design of appropriate and applicable system and preparation of bidding documents. Comprehensive details shall be provided in the RfPs to be issued to the pre-qualified consultants for each project lot.

 

3.0     Expression of Interest Requirements

For expression of interest, 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) prefects 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 test 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 Expression of Interest

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 1st June 2012 by 11.00am in the Conference Room, N.PA Annex Building No. 1 Joseph Street, Off Marina, Lagos in the presence of all bidder, or their representatives.

 

For further enquiries, please contact the “General Manager (Capital Projects)” on e-mail:

 

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