Supply of Vehicle at Third National Fadama Development Project (Fadama III), Taraba State

Invitation for Bids (IFB)

 

Name of Country:         Nigeria

Project:                                 Third National Fadama Development Project (Fadama III)

Project ID:                           P096572

IDA Credit No:                  4494-NG

Bid Issues Date:               Thursday 5th, April, 2012

Title:                                       Supply of Vehicles

IFB Number:                    TRSFCO/NCB/04/2012

Last Date of Submission: Wednesday 2nd May, 2012

 

1.         This Invitation  for Bids follows the General Procurement Notice for this Project that appeared in the DG market of June 19,2009 and “Daily Trust” and “The Punch” Newspapers of Friday, July 3,2009.

 

2.         The Federal Government of Nigeria has received a credit from the International Development Association toward the cost of Third National Fadama Development Project (Fadama III). It is intended that part of the proceeds of this credit will be applied to pay merits under the Contract for Supply of Vehicles.

 

3          The State Fadama Coordination Office (SFCO) now invites sealed bids from eligible and qualified bidders for Vehicles shown below:

 

Lot /No Item No Description of Good Qty Bid Security Delivery Period Delivery Location
1 1 4 x4 Double Cabin Pickup 1 Units 2.5% 60 Days State Fadama Coordination Office (SFCO), TADP. Taraba State Coordination Office, P.M.B 1153 Jalingo
1 2 18 Seater Bus 1 Units 2.5

 

4.         Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD loans arid IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

5.         Interested eligible bidders may obtain further information from the State Project Coordinator, State Fadama Coordination Office e-mail fadamanfco@fadama.net , tarabsfco2009@yahoo.com Tel: 08087800446; or Procurement officer; Tel: 08030698242. Bidding Documents can be inspected at the address given below from 9.00am- 5.00pm daily on Mondays- Fridays.

 

6.         Qualifications requirements include:

a). Financial Capability

The Bidder shall furnish documentary evidence that ft meets the following financial requirement’s);

i).         External Audit Report of the Bidder for the last three (3) years,

ii).        Financial Capacity or a line of credit to execute a Contract of the same magnitude (as contained in the Schedule of Requirements) for

supply of goods,;

(b)       Experience and Technical Capacity; Previous experience in supply of vehicles – at least five contracts in similar line within last five years

(c)        The Bidder shall furnish documentary evidence to demonstrate that the Goods It offers meet the usage requirement stipulated and technical specification in the Bidding Document.

(d)       Legal Requirement: Provide evidence of Business Registration.

 

7.         A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of Ten Thousand naira (N10,000.00) or in an equivalent amount in a freely convertible currency. The method of payment will be by cash or bank draft, The Bidding -Documents will be sent by courier at the bidder’s request and cost.

 

8.         Bids must be delivered to the address below at or before 11 Noon on Wednesday 2nd May, 2012. Electronic bidding will not be permitted, late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 12 Noon on Wednesday 2nd May, 2012. All bids must be accompanied by a Bid Security as specified in the schedule of requirement above in naira or an equivalent amount in a freely convertible currency,

 

9 –    The address referred to above is

 

Signed

State Project Coordinator

State Fadama Coordination Office (SFCO)

TADP- Taraba State Coordination Office

P.M.B 1153 Jalingo.

 

 

Construction of Phase-1 of the Enugu Monorail Transit System at Transglobim Nigeria Limited & Globim Corporation, Canada

Tender

Transglobim Nigeria Limited & Globim Corporation, Canada, Invites Local and Foreign Contractor Firms to Prequalify to Bid for the Construction of Phase-1 of the Enugu Monorail Transit System

www.globim.com 20 Nza St., Independence Layout, Eungu, Engu State, Nigeria

 

TransGlobim Nigeria Limited, a subsidiary of Globim Corporation, Canada having secured the concession in a Pubic Private Partnership (PPP) with Enugu State Government to build the six (6)-Phase Coal City Monorail (CCM) transit system in Enugu, hereby, invites capable firms to express interest in bidding to build Phase-I in accordance with internationally acceptable civil construction and, electrical and mechanical works standards. Phase-I of the Enugu monorail will be approximately 22 km in length of equivalent single monorail line. Power sub-stations along the route will electrically power the monorail trains. The activities for which Globim seeks primary- and sub-contractors include but are not limited to the following:

i.        Elevated monorail guide-ways (tracks) comprising of approximately 750 beams (0.8m x 1.5m) up to 30 m long on approximately 430 concrete columns with steel and/or concrete top transverse beams including the spurs to the maintenance depot and yard tracks. The elevated monorail guideway routes will include curvature as low as 30 meters, grades up to 10% and several track switches. The guide-way beams will be pre-stressed and/or post tensioned as required. (Processing fee: N600,000).

 

ii.       Up to eighteen (18) elevated intermediate stations each equipped with      ticketing gateways, crossover, escalators, elevators, washrooms and   passenger platforms. (Processing fee: N500.000).

iii.      A two level building of approximately 1,750 sq. m/floor containing offices and the monorail maintenance depot (Processing fee: N150,000).

iv.      Single level Security, Dispatch, Communications and Control building of approximately 750 sq. m. (Processing fee: N60,000).

v.       A two level infirmary of approximately 1,200 sq. m/floor, to be built to hospital standards with patient rooms and equipped with negative pressure HVAC system and elevators. (Processing fee: N100,000).

vi.      A five level secondary school of approximately 2,600 sq. m./floor with three wings, two elevators and full HVAC systems. (Processing fee: N200,000).

vii      All electrical works for the line, stations and structures listed in items (i) to (vi) above. (Processing fee: N 150,000)

viii.    All mechanical works for the line, stations and structures listed in items (i) to (vi) above. (Processing fee: N150,000).

ix.      Information Technology (IT): Long Term Service contract that would include but not limited to: ongoing data management and software development for ticketing, gateway operations, security monitoring including computer hardware deployment, e-education, e-health and link with overseas offices (Processing fee: N750,000).

x.       Train Communication and control using VSAT system (Processing fee: N500,000).

xi.      Initial power generation station(s) of 10-megawatts (minimum) with capability to ramp up to 50 megawatts. (Processing fee: N500,000).

xii.     Long term garbage, sewage and medical waste disposal contract. (Processing fee: N100,000).

xiii.    Quality and Control Project management during the expected 2-½ year construction of all structures and services that comprise the entire CCM monorail Phase-I, (Processing fee: N100,000).

xiv.    Procurement of executive cars, SUVs, Pickup trucks, line maintenance vehicles with boom buckets, transit buses, office equipment including intra-office phone systems, computers, shop equipment, engineering safety equipment, general supplies and services as may be required. (Processing fee: N50,000).

xv.    Ticketing equipment for the stations. Approximately 36 locations with 4 to 6 gateways/location (Processing fee: N50,000).

 

Please note that the processing fees are non-refundable and reflect the item size and the amount of the documentation that would be provided with the bid documents. Payment of the Processing fees can be made at:

Eco Bank Nigeria PLC

Account Number: 0061407007

Sort Code: 056250095

 

Proof of payment of the fee in the form of a bank teller/receipt for each item that any contractor is requesting to be pre-qualified for, must included with the application.

Contractors can bid for as many items as they want. Bidding contractor(s) may consist of a single firm or a consortium of firms as required to successful complete the projects. In the case of a consortium of the members must jointly submit the required information indicated below. Consortium(s) can bid for all or part of the advertised works. Consort.um(s) must also identify one of the firms comprising the consortium as the lead contractor.

Interested Firms/Contractors should submit a Letter of Interest (LOI) detailing the following information as a basis for the pre-qualification:

1.       Profile of firm/consortium including ownership structure and role of each corporate entity with full contact details including email of lead firm.

2.       Profile of management team (State respective titles, their education, length of professional experience, experience with similar assignments).

3.       Evidence of Civic and Statutory compliance including copies of the registration certificates of Firm/Consortium in Nigeria and/or overseas.

4.       Technical Capacity including list of past projects (especially within the past 10 years) with references and relevant experience in bridge/overpass construction.

5.       Copies of unabridged financial report for the last 3 years.

6.       Proof of payment of Application fee(s).

7.       Proof of eligibility to perform work in Nigeria.

 

Not completing any of these requirements and/or providing proof of Application fee payment will constitute grounds for disqualification. Two (2) copies of completed response dearly indicating on a company letterhead, which items the contractor is bidding for, must be signed, sealed and delivered with evidence of payment of the non-refundable Application fee in an envelope marked confidential to:

 

TransGlobim Nigeria Ltd.

20 Nza Street. Independence Layout.

Enugu. Enugu State. Nigeria

or

Office of the Commissioner for Works,

Ministry of Works,

Enugu. Enugu State, Nigeria

 

All submissions must be made on or before 27th April 2012 by 5.00 pm.

Contractor(s) who are successfully pre-qualified will be advised by May 4th of the availability of bid documents for pickup and preparation. Bid packages will be individually provided based on the items that the contractor(s) has been prequalified for.

For further inquiries, please contact:

 

Muhammad Amleh, M.Eng.

Director General,

Enugu Monorail Project

+1 905 454 6639

www.globim.com

 

Emmanuel Onukwulu

Office Manager,

TransGlobim Nigeria Limited

20 Nza Street, Independence Layout

Enugu, Enugu State, Nigeria

+234 702 939 6084 (office)

+234 813 121 1284

+234 819 156 9104

www.globim.com

 

Engineer Godwin O. Madueke

Hon. Commissioner for Works,

Enugu State Government

+234 803 698 2518

 

Mr. John Egbo

Hon. Commissioner for Environment

Enugu State Government

+234 806 046 9526

 

Signed:

TransGlobim Nigeria Ltd.

Emmanuel Onukwulu

Office Manager.

 

 

Invitation for Pre-Qualification/Tender at University of Agriculture

University of Agriculture

P.M.B. 2373, Makurdi

(office of the registrar)

Invitation for Pre-Qualification/Tender

1.0     Introduction:

1.1     The University of Agriculture, Makurdi intends to engage the services of reputable contractors for the procurement of selected works under her year 2011TETF intervention

 

1.2     The University therefore wishes to invite response from competent and reputable contractors for Pre-Qualification/Tender for the procurement of the works categorized under the following Lots:

 

Lot 1:     Construction of a 500-Seat Capacity Lecture Theatre at the University Annex.

Lot 2:     Construction of a 2-Storey Academic Block of Offices at the University Annex.

Lot 3:     Construction of Auditorium under Phase 1 of the Centre for Entrepreneurship Development at North Core of the University.

Lot 4:     Construction of Departmental Library under Phase I of the Centre for Entrepreneurship Development at North Core of the University.

Lot 5:     Procurement of Surveying and Geoinformatic Solutions for the University centre of Geomantic Excellence

 

2.0     Eligibility Criteria:

(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 Certificates

(c)      Detailed Company Profile giving names or list of key Professionals,         administrative staff with their qualifications and verifiable evidence of          registration with professional bodies.

(d)     Possession of experience as a Main Contractor in at least three (3) projects of similar nature and complexity with verifiable letters of contract award and certificates of job completion within the last three (3) years.

(e)      Verifiable evidence of finance support by a reputable bank including one year bank statement.

(i)      Audited account details for the last three (3) years.

(g)     Evidence of pension and social security contribution

(h)     VAT registration with evidence of remittances

(i)      Bidders are to provide confirmable Bid Security in Form of Bank Draft in the sum of 2% of the bid price in favour of University of Agriculture, Makurdi. Non compliance with this requirement will lead to the bidder’s disqualification in the bidding process.

(j)      A Statement of Declaration that:

(i)      The Directors of the company seeking pre-qualification had never been convicted in criminal proceedings by any court of law.

(ii)     None of the key procurement officers of the University of Agriculture, Makurdi is a former or present Director of the Company.

 

3.0    Collection of Tender Document:

Tender documents are to be collected from the Director of Physical Planning upon presentation of evidence of cash payment of a non-refundable tender fee of N50,000.00 (Fifty thousand Naira) only for Lot 4 and N100,000.00 (One Hundred Thousand Naira) only each for Lots 1,2, 3 and 5 respectively at the Bursary Department of the University.

 

4.0 Submission of Pre-Qualification/Tender Documents

4.1     Interested bidders are to submit pre-qualification and tenders documents in two different sealed envelopes appropriately marked “Pre-Qualification” and “Tender” with the company name indicated at the back of each envelope. Both envelopes should be sealed and placed in a third envelope marked with the Lot number at the top right hand corner and addressed to:

 

The Registrar,

University of Agriculture,

Makurdi.

4.2     Completed documents should be submitted on or before 15th May, 2012 by 12.00 Noon local time. These shall be opened same day at 1.00PM in the Senate Chambers of the University. Interested bidders or their representatives are hereby invited to attend the bid opening function.

 

5.0     Disclaimer and Conclusion

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

 

5.2     Failure to comply with the above requirements would automatically result in disqualification, while Bid documents submitted late shall be rejected.

 

5.3     The University reserves the right to verity the authenticity of claims made in the documents submitted.

 

5.4     The University will not be responsible for any costs or expenses incurred by any interested party in connection with any response to the invitation and or the preparation or submission in response to an inquiry.

 

5.5     The University is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities.

 

Signed:

Registrar

Call for Expressions of Interest at Rivers State Government (RVSG)

Rivers State Government

Concession for the Redevelopment of Olympia and Delta Hotels

Call for Expressions of Interest

The Rivers State Government  (RVSG) intends to concession two hotels located in the Old Government Reservation Area (GRA)  in Port Harcourt City. The RVSG is seeking to attract private sector investors to undertake the redevelopment and/or renovation of these Strategic Assets under a suitable Public Private Partnership (PPP) model, wherein a sector Investor will be selected to design, finance, red operate and maintain these assets for a period of time.

 

 

Olympia Hotel

The 100-room Olympia Hotel is located on Forces Avenue, immediately adjacent to the Port Harcourt Golf Club (it shares a boundary at the rear of the Hotel), and on the same road as the Braithwaite Memorial Hospital. It is in a quiet and serene environment that is well-suited for a hotel providing business, conference and leisure guests alike respite from the bustle of this emerging city. The RVSG intends for the Olympia Hotel to be managed by an international or regional hotel chain. The concessionaire will pay an upfront fee based on the redevelopment project cost, and then an ongoing annual rent.

 

Delta Hotel

The Delta Hotel is located on Harley Street, in the old GRA district of Port Harcourt. The property consists of two main buildings and six chalets, with 36 rooms and suites in total. It is close to landmarks such as the Government House, Port Harcourt Golf Club, the Braithwaite Memorial Hospital and the regional Central Bank building. The RVSG intends for the Delta Hotel to be managed by an experienced international or national hotel operator. The concessionaire will pay an upfront fee based on the redevelopment project cost, and then an ongoing annual rent.

 

Interested Investors meeting the following criteria are invited to submit Expression of Interest:

International Hotel Group with presence in at least three countries having experience in the running of at least ten hotels with rating of three star or above, which are operational outside Nigeria.

 

OR

Nigerian Hotel Chain with presence in at least three States

 

OR

Private Equity Group having assets under management of N15bn minimum as at  31st December, 2011 However, such bidder(s) will be required to be in partnership with  an international/national hotel chain operating hotels of three starts or above.

 

Eligible entities are requested to send their EOI’s on or before 21st April 2012 to:

 

Alpha A Barry

Akintola Williams Deloitte

235 Ikorodu Road

Ilupeju, Lagos

Email address: abarry@deloitte.com

 

The EIO should contain the following information:

Names of entity that will be bidding for the asset(s)

Background information on board and senior management of the entity

Asset(s) interested in

Three year audited financial statements

Letter from hotel chain agreeing to be part of the consortium

Tax clearance certificate (where appropriate)

 

Please  discharge all previous publications on this subject matter.

Invitation for Pre-Qualification and Tender for the Construction of Hostel Blocks at Kogi State University, Anyigba

Kogi State University

P.M.B. 1008,  Anyigba

Kogi State Nigeria

 

Invitation for Pre-Qualification and Tender for the Construction of Hostel Blocks at Kogi State University, Anyigba

 

1.0     Preamble

 

Kogi State University is a fast developing institution of higher learning located in Anyigba, Kogi State. The Visitor to the University, His Excellency, Captain Idris Wada, the Executive Governor of Kogi State, has graciously decided to, within his first 100 days in office, commence the construction of Hostel Blocks to provide additional accommodation for students in the University. Towards this end interested reputable contractors are invited to Pre-qualify and Tender for the construction of the Hostel Blocks.

 

2.0     Projects

 

Each of the Hostel Blocks is a frame structure on 2 floors covering about 1400m2, with 32 rooms and occupancy for about 200 students.

 

3.0     Pre-Qualification Requirements:

 

Prospective Bidders are required to submit the following pre-qualification documents:-

 

a)       Valid evidence of registration with the Corporate Affairs Commission;

b)      Evidence of current registration as a contractor in category “F” with Kogi State University, Anyigba;

c)       Evidence of registration with PENCOM;

d)      Evidence of payment of Education Tax for Limited or Public Liability      Companies;

e)       Company Tax clearance certificate for 3 years (2008, 2009 & 2010);

f)       Comprehensive Company Profile, including details such as the qualifications and experiences of the Management and Professional staff;

g)       Evidence of adequate relevant equipment and infrastructure to handle the          project;

h)      Evidence of execution of similar projects stating clearly the clients, locations, contract sums of such projects including copies of letters of award and practical completion certificates in the last 5years;

i)       Evidence of financial capability to execute the projects from a Bank;

j)       Company Audited accounts for 3 years (2008, 2009 & 2010)

k)      Evidence of VAT registration and remittances; and

l)       Companies applying to be pre-qualified should accompany their submissions with a disclosure as to whether any officer of Kogi State University, Anyigba is a former or present Director, Shareholder or has any pecuniary interest in the Company.

 

4.0     Submission of Documents

 

The Pre-qualification documents listed above should be neatly bound and enclosed in an envelope, marked “Pre-qualification documents for Construction of Hostel Block” and must be submitted to the Registrar latest by 12noon on Wednesday 18th April 2012 Only Bidders that are prequalified shall have their Tender Bids considered.

 

5.0     Tender Procedure:

 

a)       Tender documents are to be collected from the office of the Director of Works in the University upon presentation of original receipt of payment of non refundable Tender Processing fee of N50,000.00 from the Bursary Department.

 

b)      Completed Tenders should be returned in sealed envelopes and marked “Tender documents for Construction of Hostel Block” and must be submitted to the Registrar on or before Wednesday 18th April, 2012 by 12noon.

 

6.0     Opening of Prequalification and Tender Documents:

 

Pre-qualification and Tender documents shall be opened on Wednesday 18th April, 2012 by 2.00pm in the Council Chamber of the University.

 

7.0     Please Note:

 

a)       Kogi State University Anyigba. will not enter into any correspondence with      any unsuccessful bidder.

b)      Any Company that submits fake documents shall be disqualified outrightly and may be reported to the relevant authority.

c)       The University reserves the right to reject any or all documents submitted at     any time prior to tendering or acceptance.

 

Signed

J. A. Zhizhi

Registrar and Secretary to Council