Invitation to Tender for Capital Project Under 2012 Budget at Nigerian Armed Forces Resettlement Centre Oshodi Lagos

Nigerian Armed Forces Resettlement Centre Oshodi Lagos

Invitation to Tender for Capital Project Under 2012 Budget

The Federal Government has provided funds in the 2012 Appropriation for Nigerian Armed Forces Resettlement Centre (NAFRC). NAFRC intends to use the funds for Procurement of various Works, Goods and Services as listed below. NAFRC hereby invites interested companies to tender for the following Ongoing Capital Projects under 2012 Budget:

 

Lot 1           Provision of Health Facilities & Drugs

Lot 2           Construction of Security Post

Lot 3           Construction of Fire Stations & Points

Lot 4           Provision of Sporting & Recreational facilities

Lot 5           Reconstruction of Drainages/Roads

Lot 6           Provision of Safety Clothing and Items for Kitting of Trainees &    Instructors.

Lot 7           Construction of Armoury (Phase II)

Lot 8           Reticulation of Borehole Water.

Lot 9           Refurbishing of Industrial Machines and Equipment.

 

Tendering Requirements

Interested and competent contractors wishing to carry out any of the above jobs are to submit the following documents which will be subjected to verification by NAFRC:

1.       Evidence of registration/incorporation with the Corporate Affairs Commission (CAC).

2.       VAT Registration Certificate.

3.       Current Tax Clearance Certificate.

4.       Names of Bankers with references.

5.       Comprehensive company profile with CVs of key officers including photocopies of relevant professional/technical qualifications.

6.       Verifiable evidence(s) of successful completion of similar works within the past three (3) years and attached copies of letters of awards and certificates of successful Completion;

7.       Refundable Bid Security of 2% of Bid Sum in Bank Guarantee, valid for 180 days, must accompany bids valued N50,000,000.00 and above.

8.       Evidence of compliance with the provisions of the Pension Reform Act, 2004.

9.       Affidavit disclosing whether or not any officer of NAFRC 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 bid are true and correct.

10.     Evidence of compliance with the provisions of the Amended Industrial Training Fund Act 2011.

 

Collection of Tender Documents:

To collect bid document a prospective bidder is requested to submit a written application to Director of Logistics (DOL), HQ NAFRC indicating Lot No.

 

Deadline for Submission of Documents:

Both technical and financial bids should be submitted simultaneously but in two (2) separate sealed envelopes and marked “TECHNICAL BID FOR LOT…” and “Financial Bid for Lot…” at the left corner, marked “Confidential” and

addressed to:

 

Secretary

NAFRC Tenders Board

Nigerian Armed Forces Resettlement Centre, Oshodi

PMB 21119 Oshodi, Lagos

 

And dropped in the Tenders Box at Director of Logistics Office, NAFRC Oshodi, on or before 5th June 2012 by 12 Noon.

 

Opening Tender Documents:

Opening of Tender documents will hold immediately after deadline in the presence of the bidders’ representatives and interested members of the public at Danjuma Hall, NAFRC, OSHODI, Lagos on 5th June 2012 by 12.30pm.

 

Important Notice

 

Please note that:

  • This publication supersedes our earlier publication in the Federal Tenders Journal of 30 April 2012.

 

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

 

  • Nothing in this advert shall be constructed to be construed to be commitment by NAFRC to award any or all of the above-listed projects

 

  • Only companies/firms that meet the above-stated requirements would be contacted.

 

  • Failure to comply with the above-stated instructions will earn automatic disqualification.

 

  • Late bids will be rejected.

 

(Signed)

Commandant

Nigerian Armed Forces Resettlement

Oshodi, Lagos

 

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

Federal Republic of Nigeria

Lower Niger River Basin Development Authority, Ilorin Kwara State

 

Invitation for Pre-qualification/Expression of Interest for  the Projects Under the 2012 Appropriation of the Authority

 

1.         Introduction

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

 

Scope of Works

Lot 1   Rural Water supply/Borehole Drilling

Lot 2   Hydromet Data collection Equipment

Lot 3   Irrigation & Drainage Works

Lot  4  Consultancy for Irrigation Works and EIA reports

Lot 5   Irrigation Equipment and associated works

Lot 6   Rehabilitation of Existing Boreholes

Lot 7   Dams and Reservoirs Operation works

Lot 8   General works

Lot 9   General Goods

Lot 10 General Services

 

2.0       Eligibility Criteria For Consultancy Services

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

 

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

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

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

d)         VAT Registration and Remittance

e)         Detailed Company Profile

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

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

h)        For joint venture, include memorandum of understanding

i)          Evidence of Registration with relevant Professional bodies such

as ARCON, COREN, ICCON OR IPAN etc

j)         Full account details including SORT code.

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

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

 

2.2       Eligibility for Supply of Goods and Services

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

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

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

d)         VAT Registration and Remittance

e)         Detailed Company Profile

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

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

h)        For joint venture, include memorandum of understanding

i)          Full account details including SORT code.

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

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

 

2.3       Eligibility for Works

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

b)         Last 3 years 2009, 2010 and 20t 1 Tax Clearance Certificates

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

d)         VAT Registration and Remittance

e)         Detailed Company Profile

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

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

bank

h)        For joint venture; include memorandum of understanding

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

j)          Full account details including SORT code,

k)         Possession of satisfactory Quality Assurance/Quality Control

Manuals;

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

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

 

3.0       Collection of Prequalification/Expression of Interest Documents

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

3.2       All terms and conditions in the collected prequalification must be strictly adhered to please.

 

4.0     Submission of Documents

 

4.1       Completed Technical and Financial bids (Two sets of hard copy and One Electronic copy in compact disk or Flash Drive) shall be submitted in sealed envelopes labeled with ‘Prequalification/Expression of Interest marked ‘Lot Number ‘being bided for at the top right hand corner and addressed to.

 

The Managing Director,

Lower Niger River Basin Development Authority

P.M.B  1529

Ilorin

 

Attention:       Procurement Unit,

Lower Niger River Basin Development Authority

P.M.B  1529

Ilorin.

 

The Closing Date for the Submission of Bids

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

 

Opening of Bids

4.3       Bids for Prequalification and Expression of Interest shall be opened at the Authority Headquarters on Monday 11th  June, 2012. Only successful bidders at the technical stage shall have their tender bid open on a date to be communicated to such successful bidders. Financial Bid document shall be return upon open to any non pre-qualified bidder if required.

 

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

 

5.0       Disclaimer and Conclusion

 

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

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

 

4.4       All inquiries should be directed to the address below:

The Deputy Director (Procurement Unit), Lower Niger River Basin Development Authority, P.M.B, 1529, llorin. 08055821667, 08033560845

Signed

Engr. A. T. Aduragba

Managing Director

 

Invitation for Pre-qualification of Contractors for the Execution of TETFUND Special Intervention Projects in Nine (9) New Federal Universities at Federal Ministry of Education

Federal Ministry of Education

Federal Secretariat, Shehu Shagari Way. Abuja

 

Invitation for Pre-qualification of Contractors for the Execution of TETFUND Special Intervention Projects in Nine (9) New Federal Universities

 

1.0       Introduction

The Federal Ministry of Education (FME) intends to undertake the procurement of various Works under the TETFUND YEAR 2012 SPECIAL INTERVENTION PROJECT in Nine (9) New Federal Universities

 

2.0       Description of Work

Lot 1: Construction of Central Administration Block

Lot 2: Construction of Library

Lot 3:  Construction of ICT Centre

Lot 4:  Construction of Faculty Building(s)

 

2.1       The projects will be sited in the Allowing locations:

1.         Federal University Otuoke, Bayelsa State

2.         Federal University Ndufu-Alike, Ebonyi State

3.         Federal University Oye-Ekiti, Ekiti State

4.         Federal University Kashere, Gombe

5.         Federal University Dutse, Jigawa State

6.         Federal University Dustin-Ma, Katsina State

7.         Federal University Lokoja, Kogi State

8.         Federal University Lafia, Nasarawa State

9.         Federal University Wukari, Taraba State

 

The Federal Ministry of Education (FME) therefore wishes to invite interested and competent companies to submit technical bias for the construction of the projects.

 

3.0       Requirements

Prospective Bidders are required to submit the following documents.

i).         Certificate of Incorporation/Registration with Corporate Affairs Commission (CAC);

ii).        Evidence of Certification/Exemption from PENCOM in accordance with the Pension Reform Act, 2004 including evidence of remittances of Employees Pension Contributions/Deductions:

iii).      Evidence of Tax Clearance Certificates for the last three years (2009, 2010, 2011) corresponding to declared turnover;

iv).       Evidence of VAT Registration and past remittances for the last

three years;

v).        Company Audited Accounts for the last three years (2009, 2010, 2011) showing annual turnover;

vi).       Verifiable list of similar jobs successfully executed in the last three years including letters of award of contracts, project costs, job completion certificates and payments (please provide contact addresses of the clients);

vii).      Evidence of Financial Capability to execute the projects from reputable banks;

viii).     Company profile and Technical qualifications of key personnel with evidence of experiences on similar jobs;

ix).       List of verifiable Equipment indicating ownership or on lease (for construction/ Renovation only);

x).        A Sworn Affidavit that none of the Directors has been convicted in any court of any criminal offence;

xi).       A Sworn affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the, Federal Ministry of Education (FME) is a former or present Director, or has any pecuniary interest in the bidder.

xii).      Evidence of compliance with Industrial Training Fund Act. 2011 (Amended)

 

4 0       Submission of Requirements

i           Bidders may bid for one or more sites but bid for each  site should be sealed in a separate envelope with the location clearly marked on the envelope.

ii          The Document should be enclosed in a sealed tamper proof envelope indicating the Lot No. and the Name of University at the Top Right Hand Corner of the Envelope and addressed to:

 

The Permanent Secretary,

Federal Ministry of Education,

Federal Secretariat Shehu Shagari Way,

Abuja

 

iv).       The documents should be deposited in the Tender Box at the Permanent Secretary’s Office. Company name(s) should also be written at the reverse side of the envelope. Closing date for all submissions is on or before Tuesday at 12.00 noon prompt Late 5th  June, 2012 submissions shall not be entertained.

 

5.0       Openings

Opening of the received documents will commence at 1.00 pm on Tuesday, 5th June, 2012 at FME Boardroom. All Bidders and/or their Representatives, Relevant Professional Bodies and NGOs are invited to witness the public opening exercise accordingly.

 

6.0       Please Note that:

i).         Only pre-qualified bidders will be invited for the next stage of the bidding process.

ii).        The Federal Ministry of Education (FME) reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

iii).       The Evaluation of the received documents shall be strictly based on the requirements as specified above.

iv).       The advertisement for the submission of the Technical bid shall neither be construed to be a commitment on the part of the Ministry, nor shall it entitle any company to make any claim whatsoever and/or seek any indemnity from the Ministry by virtue of any response to the said advertisement.

 

Ben D. Ibe, Ph. D

Permanent Secretary (FME)

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

Defence Headquarters

Area 7 Garki – Abuja

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

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

 

Description of Work

2.   The list of Projects include:

Lot 1.              Construction of Lecture Hall/Workshop   for AFEME Apprenticeship Training School, Abuja.

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

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

Lot  4.             Renovation of I x 3 Bedroom Bungalow, Giwa Project Barracks- Ikoyi Lagos.

Lot 5.              Sand Filling, improvement of drainage and landscaping of Giwa Project Barracks- Ikoyi Lagos.

 

Pre-Qualification Requirements

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

a.         Certificate of company registration with Corporate Affairs Commission,

b.         Tax Clearance Certificate covering last 3 years,

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

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

e.         VAT Registration Certificate/Evidence of remittances,

f.          Three years audited accounts.

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

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

i.          Evidence  of participation  in  or exemption   from PENCOM.

j.          Non-refundable tender fee receipt.

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

 

Collection of Bid Documents

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

 

Submission

5.         The submission will be in 2 separate envelopes:

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

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

6.         The submission should be addressed to: The Secretary DHQ Tenders Board Area 7, Garki, Abuja

 

Closing of Submission

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

 

Bid Opening

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

 

General/Special Information

9.         DHQ shall consider all applications.

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

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

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

13.       The successful companies will be contacted.

 

BM MONGUNO

Major General for Chief of Defence Staff

Invitation for Bids 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.