Invitation for Pre-qualification of Contractors for 2012 Capital Projects at Federal Polytechnic Bida, Niger State

Federal Polytechnic Bida, Niger State

Our Ref: FPB/R.003/TC/IX            Feb.  20, 2012

 

Invitation for Pre-qualification of Contractors for 2012 Capital Projects

 

1.0       Introduction

Applications are hereby invited from reputable and interested contractors with relevant experience, good track records and financial capability for pre-qualification to tender for 2012 capital projects in Federal Polytechnic, Bida.

 

2.0       Projects to be executed

2.1       Construction of Handball, basket-ball and Badminton courts.

2.2       Renovation of female hostel (Sheraton).

2.3       Purchase and installation of Accreditation equipments for departments.

2.4       Purchase and installation of furniture for offices and classrooms.

2.5       Renovation of classroom (SPS).

 

 

3.0       Pre-Qualification Criteria

Interested contractors are required to furnish the Polytechnic with the following documents in sequential order as listed below:

i)          Company profile and Organizational structure, including names and telephone numbers of key personnel,

ii)         Verifiable list of previous works successfully carried out within the last three years with names of clients, evidence of awards and practical completion and details of on-going projects,

iii)        Evidence of incorporation of Company by the Corporate Affairs Commission (CAC).

iv)        Company Tax clearance Certificate for the last three (3) years and valid up to December 31, 2011, which shall be verified and the original sighted on demand,

v)         Details of equipment and plants, including machines owned or to be hired (attach Brochure),

vi)       Curriculum Vitae of the professional staff with copies of certificate attached.

vii)       VAT Registration and evidence of past VAT remittances.

viii)      Audited Account of Company for the immediate past three (3) years,

ix)        Evidence of Financial capability from reputable Nigerian Bank(s).

x)         Evidence of Registration with relevant professional body,

xi)        Evidence of Registration with the Federal Ministry of Works as a contractor,

xii)      Evidence of compliance with the provision of pension Reform Act 2004 with

regards to operation of Employee Retirement   savings Account (RSA) with approval of Pension Fund Administration (PFA).

 

4.0       Submission/Opening of Pre-Qualification Documents

Pre-qualification documents, in wax-sealed envelope with “ore qualification for…” (as requested above) written on the right comer of the sealed envelope delivered by hand to reach the Registrar room 84, Federal Polytechnic, Bida, Niger State on or before March 12th 2012 at 12 noon prompt.

 

The pre-qualification documents received will be opened for analysis at 12.30 p.m. on Monday, March 12, 2012 at the Polytechnic Boardroom. Interested companies and general public area by this notice invited to attend the opening exercise.

 

5.0       Please Note

(a)        All documents from relevant Agencies like (CAC, FIRES, FMW, PFA etc) submitted will be subjected to verification by the Committee.

 

(b)       That by the submission of pre-qualification documents, the Federal Polytechnic, Bida is neither committed nor obliged to award any contract to any company.

 

(c)        That due diligence would be followed as all the documents submitted would be verified and the past executed works and contractor’s offices shall be visited. Any discrepancies found would disqualify the contractor.

 

Late submission will be rejected.

 

Chief Bisi Adeyemi

Registrar

Invitation for Pre-qualification of Contractors for TETFUND Intervention 2012 Projects at Federal Polytechnic Bida, Niger State

Federal Polytechnic Bida, Niger State

Our Ref: FPB/R.003/TC/IX            Feb. 20, 2012

Invitation for Pre-qualification of Contractors for TETFUND Intervention 2012 Projects

 

1.0       Introduction

Applications are hereby invited from reputable and interested contractors with relevant experience, good track records and financial capability for pre-qualification to tender for 2009, 2010 and 2011 (merged) normal and library TETFUND (intervention (2011) projects in Federal Polytechnic, Bida.

 

2.0       Projects to be executed under normal intervention

2.1       Construction of a proposed one-storey block of classrooms.

2.2       Purchase and installation of furniture and equipment for the proposed block classrooms.

2.3       Construction of a proposed one-story block of office complex

2.4       Purchase and installation of furniture and equipment for the proposed office complex

2.5       Purchase and installation of Accreditation equipments for departments

 

 

3.0       Projects to be executed under Library Intervention.

3.1       Completion of Library Automation and E-Library services.

3.2       Provision of Media/Workshop Equipment.

3.3       Purchase of Text books.

 

4.0       Pre-Qualification Criteria

Interested contractors are required to furnish the Polytechnic with the following documents in sequential order as listed below:

i)          Company profile and Organizational structure, including names and telephone numbers of key personnel.

ii)         Verifiable list of previous works successfully carried out within the last three years with names of clients, evidence of awards and practical completion and details of on-going projects.

iii)        Evidence of incorporation of Company by the Corporate Affairs Commission (CAC).

iv)        Company Tax clearance Certificate for the last three (3) years and valid up to December 31 , 2011 , which shall be verified and the original sighted on demand.

v)         Details of equipment and plants, including machines owned or to be hired (attach Brochure).

vi)        Curriculum Vitae  of the  professional  staff with  copies  of certificate attached.

vii)       VAT Registration and evidence of past VAT remittances.

viii)      Audited Account of Company for the immediate past three (3) years.

ix)        Evidence of Financial capability from reputable Nigerian Bank(s).

x)         Evidence of Registration with relevant professional body.

xi)        Evidence of Registration with the Federal Ministry of Works as a contractor.

xii)       Evidence of compliance with the provision of pension Reform Act 2004 with regards to operation of Employee Retirement savings Account (RSA) with approval of Pension Fund Administration (PFA).

 

5.0       Submission/Opening of Pre-Qualification Documents

Pre-qualification documents, in wax-sealed envelope with “pre-qualification for …” (as requested above) written on the right corner of the sealed envelope delivered by hand to reach the Registrar, room 84. Federal Polytechnic, Bida, Niger State on or before March 12th,  2012 at 12 noon.

 

The pre-qualification documents received will be opened for analysis at 12.30 p.m. on Monday March 12th, 2012 at the Polytechnic Boardroom. Interested companies and general public area by this notice invited to attend the opening exercise.

 

6.0       Please Note:

(a)       All documents from relevant Agencies like (CAC, FIRES, FMW, PFA etc) submitted will be subjected to verification by the Committee.

(b)       That by the submission of pre-qualification documents, the Federal Polytechnic, Bida is neither committed nor obliged to award any contract to any company.

(c)        That due diligence would be followed as all the documents submitted would be verified and the past executed works and contractor’s offices shall be visited. Any discrepancies found would disqualify the contractor.

 

Late submission will be rejected.

Chief Bisi Adeyemi

Registrar

Sale of Unserviceable Cars at Niger Delta Power Holding Company Ltd

Niger Delta Power Holding Company Ltd

 

Niger Delta Power Holding Company Ltd

Disposal through Public Tender

 

Sale of Unserviceable Cars

 

1.0       Introduction

Niger Delta Power Holding Company Ltd wishes to dispose its unserviceable cars line with the Public Procurement Act, and Section 2619 of the Federal Government Financial Regulations, 2009. Niger Delta Power Holding Company Ltd has carried out the valuation of the items to be disposed the value of which are the reserved prices.

 

in view of the above, interested bidders are hereby invited to tender for the sale of the following unserviceable cars.

S/NO VEH. MAKE REG NO LOT NO YEAR OF DELIVERY REMARK
1. TOYOTA HILUX XK 714 AKD LOT1 19-06-2006
2. TOYOTA COROLLA BK 651 AGL LOT 2 03-01-2006
3. TOYOTA COROLLA AX 517 YAB LOT 3 30-10-2006
4. TOYOTA PRADO AW 221 BWR LOT 4 28-09-2006
5. TOYOTA COROLLA AX 553 KWL LOT 5 03-01-2006
6. TOYOTA COROLLA DP 248 GGE LOT 6 08-11-2006
7. TOYOTA COROLLA AX 550 KWL LOT 7 03-10-2006
8. TOYOTA COROLLA AX 514 YAB LOT 8 03-10-2006
9. LAND ROVER AW 143 GWA LOT 9 03-10-2006
10. TOYOTA HILUX AE 988 KRV LOT 10 23-10-2007
11. NISSAN TERANO AW 427 KWL LOT 11 15-03-2007
12. TOYOTA COROLLA NH 947 KJA LOT 12 24-09-2007
13. TOYOTA COROLLA AH 523 ABM LOT 13 25-01-2007

 

2.0       Conditions for Bidding:

2.1       Two (2) weeks is given for the inspection of items  with the hours of working days at the  premises of Niger Delta Power Holding Co. Ltd, 46 Mike  Ahigbe  Way, Jabi Abuja.

 

2.2       The winner shall be the  highest bidder over and above NDPHC’s reserved prices. In a situation where no bidder meets the reserved price, the (3) highest bidders will be invited to re-bid for them.

 

2.3       Payment shall be made as follows:

a)         10% of the bid price shall be submitted with the tender as Bid Security in Bankers Cheque payable to Niger Delta Power Holding Company on or before the closing date of submission. please not that each lot shall have it own Bid security separately, hence the cheques should  be submitted separately.

b)         90% of the price shall be paid within one (1) week of the offer acceptance by Niger  Delta Power Holding Co Ltd

Failure of the winner to complete full payment within (1) week of acceptance of offer by Niger Delta Power Holding Company Ltd will result in the forfeiture of his/her 10% Bid Security and position as the winner  after which the next highest bidder with offers above Niger Delta Power Holding Company Ltd reserved prices be considered.

 

 

2.4       The Banker’s cheque of all unsuccessful bidders shall be returned except those of the  next two highest bidders (being the reserved winners) that shall not be returned until the bidding  process is completed and full payment  is made by the winner.

 

2.5       Winner shall take possession of the item and above same out of the premises of Niger Delta Power Holding Co Ltd with one (1) week after full payment, failure of which will attract a demurrage payment of 1% per day of the bid price for a maximum of (2) weeks after which the bid will revert to the next highest bidder, with the initial highest bidder losing his  10% deposit and the  equivalent  amount incurred on demurrage.

 

2.6       If the reserved price is not met for a particular lot, the  lot will go for a  further round of bids

 

2.7       The items shall be bided for “as is” without testing

 

3.0       Collection of Bid Forms

4.1       Complete bid shall be submitted in sealed envelope and labeled “Item Name” at the top right hand corner, at the address as below and dropped in the appropriate Tender Box on or before 12.00 noon, March 19, 2012. Bidders may also come with their bid opening on or before 12.00 noon:

 

The General Manager (General Services)

Niger Delta Power Holding Company Ltd

No. 17 Nile street Maitama Abuja.

 

4.2       The closing date for the submission for bid is on or before 12:00 noon Monday March 19th, 2012. Bids will be  opened at 12:30pm Monday March 19th, 2012 in the presence of bidders or their  representatives who  wish witness the opening.

 

4.3       All inquires should be directed to: The General Manager (General Services), Niger Delta Power Holding Company Ltd. 17 Nile Street, Maitama, Abuja.

 

5.0       Disclaimer

5.1       This announcement is published for information purpose only and does not constitute an offer by Niger Delta Power Holding Co Ltd to transact with any party for the disposal, nor does it constitute a commitment or obligation on the part of Niger Delta Power Holding Co Ltd to dispose the items.

 

5.2       Niger Delta Power Holding Co Ltd will not be responsible for any interested party(ies) in connection with any response to this  invitation, inspection and or the  preparation or submission in response to any inquiry.

 

5.3       Niger Delta Power Holding  Co Ltd is not  bound to award to any bidder and reserves the right to annual the disposal process at any time without incurring  any liabilities  and assigning any reason thereof.

 

5.4       Late bids shall not be accepted.

 

Signed

Niger Delta Power Holding Co. Ltd.

 

 

 

 

 

 

 

 

Invitation to Bid for Pre-qualified Drilling and Civil Engineering Firms to Construct Water Supply Facilities in Selected Rural Communities at Jigawa State

 

Jigawa State Rural Water Support and Sanitation Agency (RUWASA) Shuwarin Dutse, Jigawa State

 

Invitation to Bid

The UNICEF/DFID Sanitation, Hygiene and Water in Nigeria (SHAWN) Programme aims to contribute to the reduction of water-related diseases and improved health outcomes in selected rural areas of Nigeria through accelerated and sustained progress in safe excreta disposal, the adoption of basic hygiene practices and access to safe drinking water across communities of 4 states in the federation. Jigawa State is one of the four states and is receiving the support in 3 LGAs namely Roni, Birniwa and Birnin Kudu.

 

It is in line with one of its purpose to provide access to safe drinking water and sanitation services in the rural communities of the state that the programme is seeking to engage pre-qualified drilling and civil engineering firms to construct water supply facilities in selected rural communities of Roni, Birniwa and Birnin  Kudu LGAs of Jigawa state.

 

Thus, the Jigawa state Rural Water Supply and Sanitation Agency, implementers of the Programme, hereby invite bids from UNICEF  D Field Office prequalified contractors and the under listed recently prequalified firms to submit bids for award to construct boreholes from the following lots.

 

Lot A

This shall comprise bids for borehole locations in Roni LGA only

Lot B

This shall comprise bids for borehole drilling in communities of Birniwa LGA only, while

 

Lot C

This shall comprise of locations in Birnin Kudu LGA only

 

S/No   Company Name

1.       A D Z Global Services Ltd.

2.       Aljazeera Agro Services Ltd.

3.       Barwa Engineering Co. Ltd.

4.       Nabakwai Enterprises Ltd.

5.       Talaku Integrated Serv. Ltd.

6.       Hambiscon Nig. Ltd

7.       Na-Usaina General Entprs,

8.       Ringim Galadanci.

9.       Al-Sahih Gen. Enterp, Ltd

10.     Maihali Nig. Ltd.

11.     A and D Gen. Enterprises Ltd.

12.     Geo-Aid Project Ltd.

13.     Barde Ventures Nig. Ltd

14      Equity Global Co. Ltd.

15.     Lamido Water Tech, Co. Ltd.

16.     Bala Resources Ltd.

17.     Bullion Concept Ltd

18.     Gurma and Co. Nig. Ltd

19.     I. C.C. Eng Ltd.

20.     Nasiha Investment Ltd

21.     Omega Geophysical Service  Ltd.

22.     Loyalty Properties Ltd.

23.     Beulah Universal Link.

24.     Spectrum Projections

25.     Jerta Technical Co. Ltd.

26      D. P. C. L

27.     SBO Moti Tek Ltd.

28.     Hisbah Services and Const

29.     Dual Engr. Services

30.     Top-Duro Ent. Ltd.

31.     Land Base Engr. Services

32.     Solid Work

33.     Maihamzari Holdings

34.     Lafion Global Resources

35.     Tamusa Nig. Ltd.

36.     Asoma and Associates

37.     Concept Const. and Eng Services

38.     En -Mari G. I Nig. Ltd.

39.     MRS Resources Ltd.

40.     Maso Energy Serv. Ltd.

41.     CGC Nig. Ltd.

42.     Bluestone Eng’g Services

43.     Mango Hydro and Geo-Co.

44.     NIzam Eng’g Ltd

45.     GAP Water Resources Ltd.

46.     Hazaco Const. Co. Ltd

47.     Modasco Nig. Ltd.

48.     Sauki Integ. Invest Ltd.

49.     Dah-Moyih Nig. Ltd

50.     Alkibla Eng Co. Nig. Ltd.

51.     Wood Hill Eng Nig. Ltd

52.     SBO Motitek Ltd.

53.     Belinves Nig Ltd

54.     Tripod Eng and Const Co. Ltd.

55.     Thamar Eng’g Ltd.

56.     China Zhonghao Nig. Ltd.

57.     Trust Eng Serv. Nig. Ltd.

58.     Space Age Nig. Ltd.

59.     Ambel Gen. Contractors Ltd.

60      Myriad Engineering Ltd.

61.     Tahir Water and General Ent.

62.     Alkasam Jannah Nig. Ltd.

63.     Hilal Maisugar Nig. Ltd.

64.     Daragi and Sons Nig. Ltd.

 

Method of Bidding:

Prequalified contractors can obtain bid document, either lot A or B or C or all, from the office of the Managing Director, Jigawa State RUWASA Shuwarin – Dutse each lot at the non refundable fee of N20, 000.00  (twenty thousand

naira) only. Completed bids are to be submitted in sealed envelopes, marked Lot A or Lot or B Lot C as applicable, and should reach the office of the Managing Director, RUWASA Shuwarin Dutse on or before 12th March 2012. Subsequently, bids shall be opened the next day in the  presence of  bidders and members of the general public who may wish to attend.

 

The Managing Director

Jigawa State Rural Water

Supply and Sanitation Agency

Shuwarin – Dutse.

 

Pre-Qualification of Contractors for 2011 TETF Special Intervention Projects (Batch 2) at Federal University Lokoja

Federal University Lokoja

P.M.B. 1154

Kogi State,  Nigeria

Advertisement for Pre-Qualification of Contractors for 2011 TETF Special Intervention Projects (Batch 2)

(1)     Introduction

The Management of the Federal University Lokoja invites interested and reputable contractors and suppliers with relevant experience and good track record for Pre-qualification exercise for its Year 2011 TETF Special Intervention Projects (Batch 2) as listed below:

 

S/N Lot No. Details
1 Lot B1. Construction of Male Hostel (1No)
2 Lot B2. Construction of Female Hostel (1No)
3 Lot B3. Construction of Academic Staff Office Block
4 Lot B4. Construction of Lecture Hall
5 Lot B5. Construction of University Library
6 Lot B8. Construction of 4No Generator Houses
7 Lot B9. Borehole and Water Storage Tanks
8 Lot B19. Extension of Electricity Supply and Distribution
9 Lot C5. Procurement of furniture for Boys Hostel (1No)
10 Procurement of Furniture for Female Hostel (1 No)
11 Lot C6 Procurement of Furniture for University library
12 Lot C7 Procurement of Furniture for Lecture Hall

 

2.0     Pre-Qualification Requirements:

In order to be considered for pre-qualification, bidders must submit the following:

i.        Certificate of Registration with Corporate Affairs Commission.

ii.       Evidence of Current Tax Clearance.

iii.      Company Audited Account for the last 3 years.

iv.      VAT registration certificate.

v.       Evidence of compliance with Pension Reform Act, 2004.

vi.      Original copies of documents listed in item (i-v) for sighting during the

opening session which is scheduled for  Monday 12th March, 2012 by 12.30pm.

vii.     Evidence of Experience with similar jobs in the last three years. This should include the scope/volume of work and the amount, which should be verifiable.

viii.    Evidence of financial capability to handle the job and bank support.

ix.      Company profile including names and technical qualification(s) and experience(s) of key personnel

 

3.0:   Submission of Pre-Qualification Documents:

The completed pre-qualification documents should be enclosed in an envelope, scaled and marked “Pre-Qualification Documents for (indicate the Project you are bidding for- each LOT to be done separately if bidding for more than one LOT) and addressed to:

 

The Registrar

Federal University,

Lokoja.

 

4.0:    The completed pre-qualification documents should be deposited in the Tenders Box situated in the Office of the Registrar, Federal University, Lokoja on or before Monday 12th March, 2012 by 12 noon.

 

5.0:    The submitted pre-qualification documents will be opened on Monday 12th March, 2012  by 12.30p m in the presence of bidders or their representatives who choose to attend, at the Vice Chancellor’s Committee Room, Federal University, Temporary Office, GRA, Opposite Government House, Lokoja.

 

6.0:    This is not an invitation to tender, full tendering procedure shall be applied only to bidders that have been pre-qualified and found capable of project delivery.

 

7.0:    Please note that not more than One (1) job shall be given to each Contractor.

 

8.0:    Tenderers should also note that only pre-qualified companies would be invited to submit financial bids. The Management of Federal University Lokoja reserves the right to reject any or all pre-qualification documents.

 

Signed

Habiba A. Adeiza (Mrs.)

Registrar.