Invitation for Prequalification of Contractors for the Execution of Some 2013 Marine Projects at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No.3829

 

Invitation for Pre-qualification of Contractors for the Execution of Some 2013 Marine Projects

 

The Nigerian Ports Authority hereby invites reputable and competent marine engineering contrac­tors and original equipment manufacturers to submit prequalification tenders for the under-listed projects:

 

1.0     Introduction

 

Lot 1 Dry Docking, Repairs and Reclassification of Floating Dock V.

 

Lot 2 Dry Docking, Repairs and Reclassification of S.V. Argungu.

 

Lot 3 Original Equipment Manufacturers (OEM) for the Design,  Construction and Supply of six (6) Nos. Mooring Boats

 

Lot 4 Rehabilitation of Lighthouses and other AIDS to Navigation (a ton) for other Pilotage Districts (Warri, Bonny/Port Harcourt,  Calabar) Mooring Boats

 

 

2.0     Scope of Projects

 

The scope of the project shall be:

Lots 1 & 2: the dry docking, comprehensive repairs and reclassification of Floating Dock V and S.V. Argungu

Lots 3: design, construction and supply of harbour mooring boats.

Lot 4: Includes the survey, procurement installation and commissioning of fixed Aids to Navigation.

 

3.0     Prequalification Requirements

 

Interested companies shall submit three bound copies of bids that are paginated and arranged in the order listed hereunder:

Mandatory Requirements

A.      Evidence of company registration with Corporate Affairs Commission (CAC) inclusive of Articles of Association.

B.      Evidence of VAT registration and remittances.

C.      Tax clearance certificate for the past three years (2010-2012).

D.      Evidence of compliance with Pension Reform Act, 2oo4 and contributions to PENCOM. (where applicable)

E.      Evidence of contributions to industrial Training Fund (ITF) (where applicable).

F.      For Joint Ventures (JVs), Memorandum of Understanding (MOU) with Original Equipment Manufacturer (OEM) should be provided.

 

For LOTS 1 to 3, interested International /foreign companies, which shall be reputable ship building, must submit the following documents:

a.       Evidence of compares registration in the country of origin/home country.

b.       Evidence of Tax payments in the country of origin/home country.

 

Other Requirements for both National and International Companies:

1.       Company’s audited accounts for the past three years (2010 -2012).

2.       For LOT 1 to 3, verifiable proof of construction of at least five (5) similar boats executed in the last ten (10) years, indicating yard and built numbers.

3.       All relevant information concerning physical addresses, Telephone, fax, e-mail of the Company and its representative.

4.       Company’s profile to include names, qualifications and experiences of key personnel to be engaged on the project.

5.       Personnel’s registration with appropriate professional bodies.

6.       Evidence of business status as Original Equipment Manufacturer (OEM), representative(s) and/or technical partnership, etc.).

7.       ISO 9001 Quality certification or approved equivalent.

8.       Environment Management System ISO 14001, 2004 or approved equivalent.

9.       For LOT 4, valid certificate of IALA membership of A to N provider demonstrating a mini mum of 3 years continuous membership to date, (ii)valid ISO 9001:2008 certificate from the A toN provider (iii) valid letter of Authority from the A to N provider.

10.     Bid must be in English language and signed by an official authorized to bing the bidder to a contract.

 

Failure to provide any of the listed mandatory requirements may lead to disqualification/rejection of Bid

4.0     Submission of Prequalification Tender

The prequalification documents for each lot are to be submitted in triplicate bounded copies, pag­inated and arranged with dividers as indicated above for each lot, in addition to a soft copy of the submission. The prequalification tender must be submitted separately in a sealed envelope for each lot and addressed to the “Secretary to the Tenders Board, Nigerian Ports Authority” and clearly marked “Prequalification of Contractors for the Execution of Some 2013 Marine Projects, Public Notice No….., Lot no…., specifying sub -title ” and dropped into the designated Tender Box located on the 2nd root, n Ports Authority Corporate Headquarters, 26/28 Marina, Lagos not later than 11.00am on 15th August 2013.

Bidders are advised to register their bids in the office of General Manager, Procurement, Room 133, NPA headquarters Building before dropping them into the designated tender box. All ten­ders will be opened by 12.00noon on the 15th August 2013 in the Conference Room. N.PA 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 Manager (Procurement)” on e-mail: procurement@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 acceptance of tender or award of Contract

 

Late submission and wrong placement of tenders would not be entertained.

 

All costs Incurred in the course of responding to this prequalification invitation and any subsequent requests for information shall be borne by the bidder.

 

Signed

Management

Nigerian Ports Authority

Invitation for Technical and Bids for the Execution of 2013 Capital Projects at Ministry of Niger Delta Affairs

Ministry of Niger Delta Affairs

Federal Secretariat Complex, Phase 1, Central Business District, Abuja

 

Invitation for Technical and Bids for the Execution of 2013 Capital Projects

 

1.0     The Federal Government has allocated funds to the Ministry of Niger Delta Affairs in the year 2013 Appropriation towards achieving the mandate of the Ministry. The Ministry hereby invites interested and eligible contractors to bid for the procurement of the following projects. Interested contractors are to submit Technical and Financial Bids for the Lots as detailed below.

 

Lot I (a & b)     Establishment of Cassava Processing Plant at Ogbainama, Ogbagbene Ogriagbene and communities in Bomadi L.G.A, Delta and Burutu LGA, South Senatorial District, Delta State.

 

Lot II (a & b):   Establishment of Cassava Processing Plant at Odi and Zarama communities in Yenagoa/Kolokuma Federal Constituency, Bayelsa State.

 

Lot III:    Establishment of Cassava Processing Plant at Asamabiri in Emeremor/Sagbama Federal Constituency, Bayelsa State:

 Lot IV:    Establishment of Cassava Processing Plant at Amasoma in Southern Ijaw Federal Constituency, Bayelsa State.

Lot V       Establishment of Cassava Processing Plant at Opume, Ogbia LGA, Bayelsa State

Lot VI     Supply and Installation of furniture for Bayelsa State Acquisition Centre, Yenegoa

Lot VII   Supply and Installation of ICT Equipment and Accessories Bayelsa State Acquisition Centre, Yenegoa.

Lot VIII  Construction of 5 Units of 2 Bedroom Bungalows at Obontegherada, Delta State

Lot IX     Construction of 5 Units of 2 Bedroom Bungalows at Bateren, Delta State.

Lot X       Construction of 5 Units of 2 Bedroom Bungalows at Dhegale, Delta State

Lot XI    Construction of 5 Units of 2 Bedroom Bungalows at Ogheye, Eghoroke, Delta State.

 

3.0     Qualification Requirements

 

The Ministry, in compliance with the Public Procurement Act 2007 (PPA2007) will carry out technical evaluation of companies who respond to this advert based on the following requirements:

i.        Evidence of Certificate of Incorporation.

ii.       Evidence of Tax Clearance Certificate for the last three(3) years in Evidence of VAT registration with remittance

iv.      Company’s Audited Annual Report for the last three (3) years, stamped and signed.

v.       A sworn Affidavit that none of the company’s Director is an ex-convict.

vi.      A sworn Affidavit that the company is not in Receivership or Bankruptcy.

vii.     A sworn Affidavit that none of the staff of the Ministry of Niger Delta Affairs is a director of the company.

viii.    Evidence of Registration and Remittance of pension to National Pensions Commission.

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

x.       A statement from the company’s banker(s) indicating that the company, as at the time of this bid, does not have any non-performing loan or financial liability with the bank(s) for the last three(3) months.

xi.      Proof of experience and competence in fabrication and installation of Agro Processing machines and training of operators. (for Lots I-V)

xii.     Detail Curriculum Vitae and profile of key/Professional Staff with evidence of registration with relevant Professional bodies.

xiii.    Ownership of manufacturing outfit for Lot VI is an added advantage

Specific Requirement

(i)      Experience as a prime contractor on at least two (2) projects of similar magnitude

(ii)     Evidence that the contractor has the requisite Plants and Equipment to execute the project.

(iii)    The bidder is expected to provide evidence of an annual turnover of not less than 50 Million Naira in the last three (3) years.

(iv)    Evidence of qualified personnel’s registration with relevant professional bodies mandatory for all lots.

(v)     Contractors presently working with the Ministry and have two (2) or more ongoing projects need not apply, please.

 

4.0 Nigerian Content:

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

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

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

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

5.0     Method of Application

Interested bidders are required to obtain Bid Documents from the Ministerial tenders’ Board Secretariat, 3rd floor, federal Secretariat Complex (Phase I) on payment of a non-refundable fee of Fifty Thousand Naira (N50,000.00)only to the Ministry’s account below:

 

Bank Name:        Zenith Bank

Account no:         1011973600

Account Name:             MNDA/FGN Independent Revenue Account

6.0     Submission of Bid Documents:

Interested contractors are to submit Technical and Financial proposals as follows:

1.       Technical Document containing the requirements as in paragraph 3.0 sealed and marked Technical Bid

2.       Financial proposal sealed and marked financial bid.

3.       Both envelops should be inserted in a bigger envelop marked “Tender Documents for Lot……” and addressed to:

 

The Secretary,

Ministerial Tenders Board,

Ministry of Niger Delta Affairs,

Federal Secretariat Complex,

Central Business District,

Abuja.

 

6.1     Deadline for Submission:

Submission should be made close on or before 12.00noon on Monday 9th September 2013) The Technical documents will be opened immediately after closing on the same day at the Secretariat Conference Room, ground floor in the presence of all bidders or their representatives.

The Ministry reserves the right to verify the authenticity of any claim(s) made in the prequalification bids submitted. Any bid found to be false will be disqualified. All enquiries should be directed to:

 

The Director (Procurement)

Ministry of Niger Delta Affairs (9th Floor)

Federal Secretariat Complex (Phase 1),

Central Business District,

Abuja.

6.2     Note

i.        The Ministry reserves the right to verify the authenticity of any claim(s) made in the prequalification bids submitted.

ii.       Any bid found to be false will be disqualified immediately.

iii.      No company should apply for more than two (2) Lots

Enquiries

This advertisement shall not be construed to be a commitment on the part of the Ministry, nor shall it entail any bidder to make any claim(s) whatsoever and seek indemnity from the Ministry by virtue of that bidder having responded to this advertisement.

Furthermore, contractors must be people who will be adjudged capable of working in the Niger Delta region considering the challenges, sensitivities and peculiarities of that area.

You can access the above information on our websites: www.mnda.gov.ng  or www.nigerdelta.gov.ng

(Signed)

M.S. Bashar (mni)

Permanent Secretary

Invitation for Expression of Interest (EOI) for Consultancy Services, Pre-Qualification at Ministry of Niger Delta Affairs

Ministry of Niger Delta Affairs

Federal Secretariat Complex, Phase 1, Central Business District, Abuja

Invitation for Expression of Interest (EOI) for Consultancy Services, Pre-Qualification for Construction Works and General Supplies in the Niger Delta Regio

1.0    Background

The Ministry of Niger Delta Affairs, in furtherance of her statutory mandate, intends to implement some capital projects in line with the approved Budget of the financial year 2013. The Ministry hereby invites competent consultants, construction companies and suppliers to submit prequalification documents for the projects listed below

Works and Supplies

Lot I:           Construction of Skill Acquisition Centre, Iguelaba Edo State

Lot II:         Construction of 20 Units 3-Bedroom Bungalows at Ode Itsekiri, Delta State

Lot III:        Infrastructural Development for Housing Estate at Ode-Itsekiri, Delta-State

Lot IV:        Construction of Odoro Nkit-Okposio Road, Akwa Ibom State

(27.5Km).

Lot V:         Construction of Ndemili-Utagba-Uno/Ike-Onicha Road, Phase I Delta State 6Km.

Lot VI:        General Supply of vocational skills equipment etc.

 

Consultancy Services

Lot I:           Engineering Design and supervision for the construction of Agadagba-Akotogbo-Iyasan-Ovia River Bridge (Phase I) Road in Irele L.G.A. Ondo State with Akotogbo Spur (2km) in Okitipupa/lrele Federal Constituency, Ondo State (24Km).

 

Lot II:         Engineering Design and supervision for the construction of Ammasoma-Igbedi Road in Kolokuma/Opokuma L.G.A, Bayelsa State (6Km).

 

Lot III:        Engineering Design and supervision for the construction of Zarama- Okordia -Biseni Road in yenagoa, Bayelsa State 26Km.

 

Lot IV:        Engineering Design and supervision for the construction of Ofagbe- Orie- Idheze – Ozoro Road with a spur from Orie-Uro-Ada- Road in Isoko North/South L.G.A, Delta State 29Km.

 

Lot V:         Design and development of Web Based Socio-Economic Data Bank Project

 

Lot VI:        Facility Management of the Ministry of Niger Delta Affairs State Offices.

 

Lot VII:       Design of Erosion Control Works in Okigwe South Imo State.

 

Lot VIII:     Vocational Skill Acquisition.

 

3.0 General Prequalification Requirements

The Ministry, in compliance with the Public Procurement Act 2007 (PPA 2007), will carry out prequalification of companies who respond to this advert based on the following requirements:

i.        Evidence of Certificate of Incorporation.

ii.       Evidence of Tax Clearance Certificate for the last three (3) years (2010, 2011 & 2012)

iii       Evidence of VAT registration with remittance.

iv.      Company’s Audited Annual Report for the last three (3) years, stamped and signed.

v.       A sworn Affidavit that none of the company’s Director is an ex-convict,

vi.      A sworn Affidavit that the company is not in Receivership or Bankruptcy.

vii.     A sworn Affidavit that none of the staff of the Ministry of Niger Delta Affairs is a director of the company,

viii.    Evidence of Registration and Remittance of Pension to National Pensions Commission.

ix.      Evidence of compliance with the provisions of Section 6(1) of the Amended Industrial Training Fund (ITF) Act, 2011.

x.       A statement from the company’s banker(s) indicating that the company, as at the time of this bid, does not have any financial non-performing loan or financial liability with the bank(s) for the last three (3) months.

xi.      Evidence of Key Professional and the Technical Staff to perform the job  including detailed CV’s and copies of relevant certificates

xii.     Evidence of previous experience in similar contract. Copies of award letters and completion certificates to be attached.

 

4.0     Specific Requirement

(i)      Experience as a prime contractor on at least two (2) projects of similar magnitude (For Works Lot I-V)

(ii)     Evidence that the contractor has the requisite Plants and Equipment to execute the project (For Works Lot I-V)

(iii)    Evidence of access to credit facilities equivalent of at least Two Hundred and Fifty Million Naira (N250,000,000:00) (For Works Lot I-V)

(iv)    The bidder is expected to provide evidence of an annual turnover of not less than 1.5 Billion Naira in the last three (3) years (For Works Lot I-V)

(v)     Evidence of qualified  personnel’s registration with relevant professional bodies is mandatory for all lots.

(vi)    Contractors presently working with the Ministry and have two (2) or more ongoing projects need not apply, please.

(vii)   Evidence of successful completion of similar projects in the past (For works lot VI & Consultancy Services Lot VIII).

 

5.0     Nigerian Content:

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

 

Bidders shall consider Nigerian Content as an important element of their overall approach and management philosophy for project execution. Thus, in responding to this invitation, Tenderers are required to:

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

6.0     Method of Submission

Prequalification documents should be submitted in sealed envelope marked “Prequalification Documents for Works Lot …” or Expression of Interest for Consultancy Lot…” and addressed to:

The Secretary,

Ministerial Tender Board

Ministry of Niger Delta Affairs,

Federal Secretariat Complex (Phase 1),

Central Business District,

Abuja.

6.1     Deadline for Submission

Pre-qualification document should be submitted to the MTB Secretariat, room 4A-317, 3RD Floor, Federal Secretariat, Shehu Shagari Way, Abuja. Submission should be made on or before 12 noon on 12th August 2013 for all the lots except for Consultancy Lot VI. The Prequalification documents will be opened immediately after closing on the same day at the Ministry’s Secretariat Conference Room ground floor in the presence of all bidders or their representatives.

Submission of Expression of Interest for the Consultancy Lot VI should be made on or before 12.noon on 19th August, 2013 at the Ministry of Niger Delta Affairs State office of choice. Opening of bids will follow immediately after closure on the same day in all the state offices.

6.2     Note

i.        The Ministry reserves the right to verify the authenticity of any claim(s) made in the prequalification bids submitted.

ii.      Any bid found to be false will be disqualified in addition to any other steps deemed necessary.

iii.     No company should apply for more than two (2) Lots

 

Enquiries

All enquiries should be directed to:

 

The Director (Procurement)

Ministry of Niger Delta Affairs (9th Floor)

Federal Secretariat Complex (Phase I),

Central Business District,

Abuja.

 

Note

This advertisement shall not be construed to be a commitment on the part of the Ministry, nor shall it entail any bidder to make any claim(s) whatsoever and seek indemnity from the Ministry by virtue of that bidder having responded to this advertisement.

Furthermore, bidders shall undertake to be capable of working in the Niger Delta region considering the challenges, sensitivities and peculiarities of that area by submitting a signed undertaken to that effect.

You can access the above information on our websites: www.mnda.gov.ng or www.nigerdelta.gov.ng

Signed:

M.S. Bashar (mni)

Permanent Secretary

Request for Expression of Interest: Consultancy Services at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

 

Request for Expression of Interest: Consultancy Services FMENVT/2013/EOI-GGW-I

1.       Introduction:

The Federal Ministry of Environment intends to commence full implementation of an integrated ecosystem management programme the Great Greenwall (GGW) in the 11 frontline States (Adamawa, Bauchi, Borno, Gombe, Jigawa, Kano, Katsina, Kebbi, Sokoto, Yobe and Zamfara).

Suitably qualified and interested Firms/Consultants are invited to express their interest in the following areas of consultancy.

2. Scope: The scope of the assignments varies for the various lots and is as follows:

EOI-1          Sensitization, Awareness and Community Mobilization:

The Great Green wail Programme is a community driven Programme which requires active community participation. This requires the building of capacities of the communities through enlightenment, demonstrations and skill acquisition. This will enable them to carry out alternative livelihoods activities in order to reduce stress on natural resources systems and improve human well-being. This also ties in closely with poverty reduction generation of wealth and rise in other socio-economic indices. The Firm/Consultant is therefore expected to work closely with the communities in order to strengthen their capacities for nursery development, planting and nurturing of shelterbelts, community orchard management and other Alternative Livelihood Activities (ALs).

EOI-II        Farmers’ Managed Natural Regeneration      

Farmers’ Managed Natural Regeneration is a strategy of combating desertification and increasing agricultural productivity of land in dry areas by increasing on farm tree density through natural regeneration. In other words, it is a system of allowing natural growth and reproduction of trees and shrubs on farms to provide food, fuel and fodder. Through this process, the farmers can transform large swath of farm lands into more productive agricultural lands and improve food security for the growing population. The  Firms /Consultant is expected to identify the farmers for participation and develop strategies for on-farm natural regeneration.

Interested Firms/Consultants should possess a certified competence in Environment Education, Extension Services, Mass Communication and Rural Ecology in addition to other relevant qualifications.

EOI Requirements:

Interested Firms/Consultants are required to possess and submit the following as part of the EOI document. Firms/Consultants without any of I-XIV need not apply.

 

(i)      Photocopy of the EOI Fee Receipt

(ii)     Certificate of Registration with Corporate Affairs Commission including FORM CO7 (Limited liability only).

(iii)    Evidence of VAT Registration and Remittance.

(iv)    Company’s current Tax Clearance Certificate for the three (3) years, (i.e. 2010, 2011 and 2012).

(v)     Evidence of Compliance (Registration and Remittance) with the provision of the Industrial Training Find (ITF) Amendment Act 2011.

(vi)    Evidence of Compliance (Registration and Remittance) with the provision of the PENCOM Act 2004.

(vii)   Provide details of Company’s profile including the Curriculum Vitae of 5 most important professional staff and other resources.

(viii)  Verifiable evidence of previous experience in the jobs of similar magnitude /nature in the last five years, (Attach letters of Award, Payment Certificates and Completion Certificates)

(ix)    Company’s Audited Account for the last 3 Years prepared by an Auditor/Audit Firm registered with Financial Reporting Council of Nigeria (attach evidence of registration).

(x)     Evidence from the company’s Bankers as to its financial capacity Bank Support to undertake the project, if awarded.

(xi)    Affidavit of disclosure that none of the persons connected with the bid process in the procuring entity has any pecuniary interest, that none of the Directors of the company has been convicted for financial crime in any country and that the company is not in receivership, or any form of insolvency/bankruptcy/debarment.

(xii)   Name, Address, Phone number and E-mail of contact person.

(xiii)  A Letter authorizing the Federal Ministry of Environment to verity claims with relevant agencies or bodies.

Please provide only colour photocopy of the documents listed as items i, ii and iii and arrange all documents in the order listed above.

Addition Information

(i)      Notwithstanding the submission of EOI document the Federal Ministry of Environment is neither committed nor obligated to include your company on any bid list or award any form of contract to your Firm or Agent.

(ii)     The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment, nor shall it entitle potential Firms/Consultants to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such Firm/Consultant having responded to the advertisement.

(iii)    The Federal Ministry of Environment reserves the right to make available the RFP document to shortlisted Firms/Consultants only.

 

NON-Refundable EOI Fee

Intending Firms/Consultants are to pay a non-refundable fee of N10,000.00 (per Lot) in bank draft issued in favour of the Federal Ministry of Environment (Lot switching after purchase and multiple submissions in one lot will not be allowed).

Submission and Deadline:

Firms/Consultants are to submit one original and two duplicate copies of Expression of Interest (Consultancy) Documents put in one sealed envelope with the EOI No Project Title boldly written on the envelope and the envelope marked “Confidential” on the left corner, and the name /address of the Firm/Consultant written on the reversed side of the envelope. The submission is to be addressed to:

 

The Secretary,

Ministry Tender Board

Federal Ministry of Environment

Abuja

Telephone: 08094912628

E-mail: mtbtmenvt_@yahoo.com

 

and Submitted at:

Room 0120 Ground Floor,

Green Building,

Federal Ministry of Environment

Plot 14 Aguiyi Ironsi Street,

Maitama, Abuja.

 

Deadline for submission is 2.00PM. on Wednesday 21st August 2013. (Late submissions will be rejected) while the EOIs received will be opened by 2.00p.m. same day at.

 

Auditorium, Ground Floor,

Green Building,

Federal Ministry of Environment

Plot 14 Aguiyi Ironsi Street,

Maitama, Abuja.

 

Note: Only shortlisted Firms/Consultants will be notified. Complete set of Request for Proposals (RFP) shall be issued to shortlisted Firms/Consultants at a later date from the Secretary of MTB Federal Ministry of Environment, Room B301, Mabushi upon the payment of a non-refundable fee of N25,000.00 in bank draft issued in favour of Federal Ministry of Environment.

Help to save and preserve the forest, use less paper

 

(Signed)

Permanent Secretary

Invitation to Tender for the Execution of various Projects for 2013 activities at National Poverty Eradication Programme (NAPEP)

The Presidency

National Poverty Eradication Programme (NAPEP)

Federal Secretariat Complex, Phase II, Abuja

 

Invitation to Tender for the Execution of various Projects for 2013 activities

 

In pursuance of its mandate and in compliance with the requirements of the Public Procurement Act, the National Poverty Eradication Programme intends to carry out the under-listed procurement activities under the 2013 approved budget.

 

2.       Tenders are hereby invited from suitably qualified experienced, reputable, competent and registered Contractors with verifiable records of performance. The projects/activities to be undertaken are listed below:

 

Procurement of Goods

 

Lot

 

Item

 

Location

 

A Procurement of Multi -Functional Printer (Work Center)

 

NAPEP Hqs
B Procurement of Irrigation Equipment

 

Various

 

C Procurement of Tricycles Various

 

       Procurement of Works
Lot Description of Works Location

 

D Construction of Boreholes Various

 

E Construction and Equipping of Trade and skills Development Centre

 

FCT
      Procurement of Services
Lot Description of Items

 

Location

 

 F

 

Consultancy Services on Programme Management

 

Various

 

G

 

Consultancy Services on Project Management

 

Various

 

H

 

Consultancy Services on Water Management

 

Various

 

I

 

Consultancy Services on Agric Services

 

Various

 

J Consultancy Services on Renewable Energy

 

Various

 

K Consultancy Services on Branding and Communication Strategy for NAPEP

 

Various

 

L Consultancy Services on Publicity and Event Management

 

Various

 

M Consultancy Services on Electrical, Mechanical, Civil and Environmental Engineering

 

Various

 

N General Insurance

 

Various

 

O Training on Microsoft Project

 

Various

 

P Training on Data Base Management Various

 

Q Training on Project Management Various

 

 

Qualification Criteria and Requirements

 

In order to be considered, interested Companies must submit completed Bid

Documents accompanied with the following:

(i)      Evidence of Incorporation with Corporate Affairs Commission (CAC).

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

(iii)    Copy of Current Tax Clearance Certificate (2010 – 2012) verifiable from the Federal Inland Revenue Services (FIRS).

(iv)    Evidence of VAT Registration and past VAT Remittance(s).

(v)     Evidence of registration with relevant professional Bodies (for Consultancy).

(vi)    Letter from Banker indicating the financial capability of the Company.

(vii)   Evidence of payment of non-refundable tender fee of N10,000.00 for goods, works and Consultancy Services in favour of National Poverty Eradication Programame (NAPEP).

(viii)  Detailed Company profile including CVs and list of key personnel.

(ix)    Evidence of 2-3 similar jobs previously executed including a copy of the letter of award, completion certificate, payment etc.

(x)     Evidence of compliance with the Employees Compensation Act which requires that all Employees of labour must remit 1% of the total annual emolument of their workers to the Nigerian Social Insurance Trust Fund (as applicable).

(xi)    Evidence of payment of Training contribution to Industrial Training Fund (ITF).

(xii)   Evidence of registration with PENCOM; and

(xiii)  Any other information that will further enhance the pre-qualification of the Company.

 

4.       Collection of the Tender Documents

 

Qualified Companies shall on application collect Standard Bidding documents from the Program’s Office upon the presentation of  evidence of payment of the non-refundable tender fee of N10,000.00 into the NAPEP Account as follows:

 

Account Name:             NAPEP Revenue Account

Account Number:         3000882413

Bank:                            FCMB, Zone 4, Wuse, Abuja

 

5.       Submission of Tender Documents

 

Completed Technical and Financial Bids in three copies each consisting of one (1) original and two (2) copies should be submitted. Each of the documents should have two (2) separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” and both sealed in a third envelope marked with the appropriate project title and Lot No at the top right hand corner and addressed as below, not later than 12.00 noon on 9th September, 2013 for Goods, Works and Consultancy Services:

 

The Programme Tenders Board,

National Poverty Eradication Programme,

Room 309, 3nd Floor, Block B,

Federal Secretariat Phase II, Abuja

 

6.       Opening of Bids

 

Technical bids will be opened publically at 12.00 noon on Monday 9th  September, 2013 at the Conference Room, Atiku Hall, Block A, Office of the Head of the Civil Service of the Federation Federal Secretariat Complex, Phase II, Abuja. After the close of submission, only qualified bidders, relevant NGOs and CBOs will be invited to witness the opening of the financial documents.

 

7.       Please Note:

(i)      Contravention of any conditions in paragraph 3(i – xiii) could lead to disqualification of bids. On no account should bidders combine technical bids and financial bids in the same envelope.

(ii)     Late submission of bids will not be accepted.

(iii)    Bidders are free to bid for all the Lots, but shall not be offered more than two Lots for award of contract.

(iv)    Any bid above 100 million Naira must be accompanied with bid security of 2% of the bid price.

(v)     All the requirements stated in paragraph 3(i – xiii) shall be enclosed in the technical bid envelope.

(vi)    Any Bid document not signed will be rejected.

(vii)   This advert supersedes the ones published on Monday July 8th 2013 in Daily Trust, The Nation and Tender Journal.

 

Signed:

Secretary of Programme

National Poverty Eradication Programme (NAPEP)