Consultancy services for the PPP Contract for Development of Engineering Infrastructure for Katampe District Phase II, Abuja at Federal Capital Development Authority (FCDA)

Federal Capital Development Authority

Office of the Executive Secretary

FCDA New Corporate Headquarters, Area II, Garki-Abuja, Nigeria. Tel: 09-6727278, FX: 09-6727289

 

Invitation for Expression of Interest for the Provision of Independent Engineer Consultancy Services under the Public-Private Partnership (PPP) Contract for Development of Engineering Infrastructure for Katampe District, Phase II, Abuja

The Federal Capital Development Authority (FCDA) requires the services of an Independent Engineer to provide consultancy services for the PPP Contract for development of engineering infrastructure for Katampe District Phase II, Abuja.

 

FCDA is now inviting competent and reputable consultancy firms, either as an individual firm or a consortium to express interest.

 

Scope of Services

  • The Independent Engineer’s duties shall include advising, reviewing, making recommendations, informing, providing counsel and giving opinions to the Project Committees, concerning the Design documentation and Construction Works of the Developer in order to assist in the completion of the Construction Works. Others include observing and monitoring the quality of the works; monitoring the progress and construction schedule; reviewing applications for interim payments; issuing instructions; observing tests, etc. The duties and responsibilities shall be in accordance with the terms of the PPP Contract Agreement.

 

The scope of works of the Developer on the Katampe District Infrastructure PPP includes the review and adoption of the design, finance, construction and transfer of the completed works to FCDA in accordance with the PPP Contract Agreement. The design and construction component comprises of roads and bridges, storm water drainage system, foul sewer drainage network, water distribution network, power distribution, street lighting and telecommunication ducts.

 

The detailed objectives, scope of services, duties and responsibilities of the Independent Engineer will be given in the Request for Proposal (RfP) that will contain the Terms of Reference for the assignment. The RfP will only be issued to successfully pre-qualified consultancy firms.

 

 

Pre-Qualification Requirements

Interested consultants should submit the following documents, which are the minimum eligibility criteria. The absence of any one of them would automatically disqualify an applicant for qualification.

  1. i.            Certified true copy of Certificate of Incorporation, Articles and Memorandum of Association and current Annual Return with Corporate Affairs Commission.
  2. ii.            Company audited accounts for three years (2008, 2009 and 2010) prepared and endorsed by a firm of Chartered Accountants.
  3. iii.            Certified true copy of Tax Clearance Certificate for the last three (3) years (2008,2009 and 2010) including Tax Identification Number (TIN),
  4. iv.            Evidence of VAT registration and remittance of returns for the past three years.
  5. v.            Evidence of Compliance with Pension Reform Act 2004
  6. vi.            If resident in Abuja, evidence of payment of FCT Utility Bill in the past 3 months.
  7. Company registrations with NSE, COREN and other relevant professional bodies, including up to date financial status.
  8. Evidence of experience in providing similar engineering consultancy services for comprehensive engineering infrastructure (similar to the design and construction works for the Katampe District Infrastructure PFP) in the last 5 years; total contract value of the completed and/or ongoing supervised projects must be above N5biilion to be eligible; The information should be listed/tabulated with key details including year(s) of engagement, summary of services provided, type and value of works of each project, stage reached, etc; and supported with verifiable award letters, certificates, name and contacts (telephone, email) of client representatives, etc,
  9. ix.            A Statement indicating that the Company does not at this time have any existing loan or financial liability with a bank, financial institution or third party that is classified doubtful bad or whose repayment portion has been outstanding m the last three months.
  10. x.            Letter of reference from Bankers,
  11. xi.            Accompanying sworn affidavit of disclosure; to disclose clearly whether any officer (or related person) of the Federal Capital Territory Administration (FCTA), FCDA or Infrastructure Concession and Regulatory Commission (ICRC) is a former or present Director of the company and that the company does not have any Director who has been convicted in any country for any country offence relating to fraud or financial impropriety.

 

Each member of any consortium must provide separate documentation for the above. For criteria (viii), combined value of projects of all firms in the consortium can be used to meet the eligibility criteria, with indication of projects handled by each firm. Only firms or consortia that meet the above minimum qualification requirements should apply.

 

 

In addition to the minimum eligibility criteria,  the following documents, which will form the basis for evaluation, should be submitted;

 

xii.     Profile of the firm indicating history, organisational structure, areas of specialisation, key competencies, capability and resources available. If joint/consortium bid, profile of consortium including ownership structure, role of each corporate entity, a verifiable agreement between the parties, and an indication of the lead firm, should be submitted in addition to each individual firm’s profile.

xiii.    Technical references and details of experience in engineering consultancy services for similar comprehensive engineering infrastructure projects completed and/or ongoing in the last 5 years. References and corresponding evidence should contain same information requested for in (viii) above, but with detailed services provided, implementation method  and  results obtained. If joint/consortium bid, combined relevant experience of the firms can be used, with indication of projects handled by each firm.

xiv.    List of staff/personnel likely to be assigned for the required engineering  consultancy  services  including  their  roles,   summary   of  skills  and qualification,  and  specific  individual   experience  in  handling   similar assignments, Attested curriculum vitae, evidence of educational and professional qualifications (NSE, COREN, etc) should be attached.

 

Procurement for the services of the Independent Engineer will be carried out in line with the requirements of the National Policy on PPP and Guidelines issued by the ICRC, the procedures set out in the Bureau of Public Procurement Standard Request for Proposal (RfP) for the selection of Consultancy Firms (Complex Lump Sum), January 2008; and the Katampe PPP Contract Agreement

 

The pre-qualification documents (arranged in the order listed above) should be submitted in one (1) original and five (5) copies in a sealed envelope and   clearly   marked  “Expression  of  Interest   For Independent  Engineer  Services  For  The   PPP Contract Development   Of   Engineering   Infrastructure District ABUJA”

 

Pre-qualification documents should be submitted to the address below on or before 12 noon, on 19th January, 2012.

 

The Tender Secretariat,

Department of Procurement,

FCDA Headquarters,

No 8 Ayangba Street, Area 11, Garki, Abuja, FCT.

 

The documents will be publicly opened on the same day (19th January, 2012) at FCDA Headquarters Conference Room. Abuja at 2.00 pm Representatives of firms/consortia expressing interest are invited to witness the opening of the documents.

 

It should be rioted that:

  1. This invitation does not constitute a commitment on the part of FCDA for negotiations on the project.
  2. This is not an invitation to submit RfR Only pre-qualified firms will be invited to submit RfR
  3. The submission of pre-qualification documents shall not entitle any of the interested parties to any claims against FCDA by virtue of such firm or consortium having respondents to the invitation. All costs incurred by respondents as a result of this invitation and any subsequent requests for information shall be at the respondent’s expense only,
  4. FCDA shall not be responsible for the late arrivals of pre-qualification documents sent by courier or post. All submissions must arrive before the scheduled time and date,
  5. FCDA shall carry out due diligence on the firms or consortia to verify information Inducted in their submissions.

 

Interested firms may obtain further information from the address below:

 

The Director,

Department of Mass Housing / PPP,

FCDA Headquarters, No 8 Ayangba Street,

Area 11, Garki, Abuja, FCT,
Signed

Management

Invitation for Bids (IFB) at Lake Chad Basin Commission

Lake Chad Basin Commission

Invitation for Bids (IFB)

Date:                       16th December, 2011

Contract:   AON No: 020/PAIBLT/IST/VIH/SIDA/BAD/2011

Bank/Fund Loan Number:    2100155005621

Bank/Fund Loan Name:        PAIBLT

 

1.       The Lake Chad Basin Commission has received a loan from the African Development Fund trust Fund towards the cost of Project in support of Lake Chad Initiative on STIs/HIV/AIDS for the reduction of vulnerability and risks and intends to apply part of the funds to cover the eligible payments under the Contract for the building health infrastructure.

 

 

2.       The Project in support of Lake Chad Initiative on STIs/HIV/AIDS for the reduction of vulnerability and risks in collaboration with Lake Chad Basin Commission invites sealed bids for the construction of:

 

A local coordination office in Maiduguri;

 

Ten (10) incinerators in: 1.Mala kachalla hospital bolori, 2 Damasak general hospital, 3 Mongono general hospital, 4.Kukawa general hospital, 5. Ngala general, 6 Nganzai general hospital, 7. Marte general hospital, 8. MCH Baga, 9, MCH Kauwa et 10. General Hospital Mafa.

 

The words for this invitation of bids are re-grouped in One (01) tender.

 

3.       Bidding documents (and additional copies) may be obtained by payment of Fifty thousand FCFA (50. 000 FCFA) not refundable to the LCBC headquartes (AIDS project office in 3rd floor) at N’Djamena-Chad, PO Box: 727-Tel: (+235) 252 49 68 Fax: (+235) 22 52 41 37, E-mail: lebc@intnet.td with copy to de_noe@yahoo.fr by written request. Interested bidders may obtain further information at the same office.

 

4.       Bid shall be valid for period of 126 days after Bid Opening and must be accompanied by security of Four hundred and Twenty Thousand (420 000 Naira) NAIRA, Bids shall be delivered to LCBC (project Office AIDS, in 3erd floor) at N’Djamena-Chad, Tel:(+235) 252 49 68, Fax: (+235) 252 41 37, E-mail: lebc@intnet.td with copy to de_noe@yahoo.fr latest on Wednesday, 25th January, 2012 at 12:00 local time.

 

Bids will opened in the meeting hall of LCBC, on Wednesday, 25th January, 2012 at 2:00pm in the presence of the bidders who wish to attend.

 

Invitation to Tender For Year 2009 TET Fund Special Intervention Projects at Kaduna Polytechnic

Kaduna Polytechnic

P.M.B 2021 Kaduna, Nigeria.

 

Invitation to Tender For Year 2009 TET Fund Special Intervention Projects

 

The Kaduna Polytechnic is desirous of implementing part of its year 2009 TETFUND Special Intervention Projects and hereby invites interested companies to submit Technical and Financial Bids for the under-listed projects.

 

1.       Construction of Twin Lecture Theatres (LOTA 4)

2.       Construction of Single Lecture Theatre (LOTA 3)

 

Bid Documents: A

The following documents should be submitted in the order listed for the purpose of assessment.

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

 

2.       Memorandum and Articles of Association of the company and an up to date     annual return with the CAC.

 

3.       Company profile with certificates, telephone numbers and e-mail addresses of key personnel.

 

4.       Tax Clearance Certificate for the last three years

 

5.       Company audited account over the last three years

 

6.       Evidence of VAT registration and remittance in the last three years

7.       Evidence of registration with the Pension Commission and remittance of contributions

8.       Evidence of successful completion of similar projects. (Letters of commission and certificates of practical completion)

9.       Reference letter from a reputable bank

10.     Sworn affidavit certifying the following;

 

i.        The company is not in receivership, insolvency or receivership

ii.       The company does not have any director who has been convicted by any court for financial offence in relation to fraud or financial impropriety

iii.      That no officer of Kaduna Polytechnic is a former or present director or shareholder of the company

iv.      That there has been no promise of any gift in any form to any of the Polytechnic staff

 

11.     Verifiable evidence of relevant equipment and facilities and their (where they can be inspected) with proof of ownership hire agreement.

 

12.     Any other information that may assist the Management.

 

13.     All photocopies of documents should be submitted in colour. Originals should be made available for sighting on the opening day.

 

Bid Documents: B

Documents for the financial bids could be obtained from the Directorate of Physical Planning, Kaduna Polytechnic, Polytechnic Road, T/Wada Kaduna during the hours of work Monday through Friday on payment of the appropriate tender fees.

 

Submission of Documents:

Technical and financial bids should be clearly marked indicating name of bidder and the project of interest and submitted in separate envelopes to the office of The Registrar, Kaduna Polytechnic, Polytechnic Road, Kaduna on or before Tuesday, 31st January, 2012 by 12:00 noon.

 

Technical Bids will be opened at 2:00pm on the same date at the Council Chambers Central Administration Kaduna Polytechnic, Kaduna. Successful companies will have their financial bids considered thereafter.

 

NOTE:

The Kaduna Polytechnic is neither committed nor obliged to carry out any or all of the works described above.

 

Signed.

Registrar

 

Invitation for Expression of Interest, Consultancy Services at Osun Rural Enterprise and Agriculture Programme (O-REAP)

State of Osun

Osun Rural Enterprise and Agriculture Programme  (O-REAP)

Invitation for Expression of Interest

Introduction

In pursuance of Agriculture Policy of the Osun State Government to banish poverty and hunger through  improved and well Mechanized Agricultural Production, the Osun State Government is willing to establish model farms across the state with efficient Agricultural Farm Structure/Planning, land clearing, land preparation, irrigation facilities, storage and processing infrastructures.

 

Interested reputable consultants/contractors are hereby invited to collect and submit Expression of Interests for the consultancy and services required.

 

Pre-Qualification Requirements

Bidder must submit along with the Expression of interest

a)         Evidence of incorporation of the company

b)         Evidence of Registration with the Osun State Government

c)         Evidence of registration of Business Premises

d)         Three (3) years Tax Clearance Certificate

e)         Evidence of payment of Capital Project Development Levy and Education Levy

f)          Verifiable list of previous similar major jobs carried out in the recent past

g)         Evidence of financial strength, credit worthiness and solvency

h)        Company Profile

i)          Payment of non refundable tender fee of N50,000

 

Consultancy and Services Required

1(a)     Farm Structure/infrastructure Planning: Consultancy

i)          Reconnaissance Survey for approach, location, extent, Aerial view, slopes drainage, soil condition general Geomorphology and vegetation of selected agriculture farm land.

ii)         Determination of land clearing zones by fly-level with theodolite and using G.P.S. for general layout survey of plots.

iii)        Preparation of reconnaissance survey map and plotting of genera! layout of farms.

iv)        Preparation of basic feasibilities study report for establishment of mechanized model agriculture farm including land preparation, irrigation water sources and layout schemes for proper budgeting.

1(b)     Land Demarcation and Construction of inter farm Roads:

Experience in farm layout and earth feeder roads construction

2(a). Land Clearing: Consultancy

i)          Assessment of the topography and soil conditions: Steep slopes, ravings, swamps and rocky outcrops.

ii)         Assessment of land clearing operations: Land clearing needs minimum disturbance to top soil, suitable methods for specific terrains and cost estimates.

iii)        Land forming requirement; This involves redistribution of soil to permit better control of surface water through land leveling and contouring for effective irrigation during dry period resulting in gradual natural drainage after heavy rainfall.

 

2 (b)    Land Clearing Services:

Experience in Agricultural land clearing with specific knowledge of machine/equipment selection to suit various vegetation and terrains. Ability to mobilize good number of land clearing equipment to achieve not less than 5ha. per day.

 

3 (a).   Tractorization Services:

i)          Experience in various tillage operations such as:

Ploughing   – Minimum of 3ha. per day per tractor

Harrowing   – Minimum of 5ha. per day per tractor

Ridging       – Minimum of 5ha. per day per tractor

Spraying     – Minimum of 6ha. per day per tractor

With 70 – 85 HP tractors and implements

ii)         Should be able to mobilize at least six (6) tractors/implements.

iii)        Most have machine  matched attachment knowledge with regards to crop/soil distribution

 

4(a).    Irrigation Planning: Consultancy

 

Practical Experience in:

i)          Irrigation Water Storage Development

ii)         Water Conveyance System

iii)        Water Distribution System

iv)        On – farm Water Management

v)         Management of irrigation facilities

 

4 (b)    Irrigation Services:

Experience in:

i)          Selection of irrigation methods designed construction of irrigation facilities such as Dam, Head Works, Weirs, Main, Secondary and Tertiary Canals.

ii)         Selection of irrigation equipment.

iii)        Selection and installation of irrigation water conveyance and distribution methods.

 

5.         Storage and Processing

i)          Experience in on farm storage system/facilities

Design, construction and maintenance of cribs

Design construction and maintenance of Bin Silos

ii)         Experience in off-farm storage systems facilities

Design and construction of indoor Bin Silos

Design and construction of air tight storage system

Design and construction of warehouses

Experience in processing options of various food crops such as maize, cassava, rice etc.

Submission:

Interested Consultant/Contractors should submit ten (10) copies of Expression of Interest documents neatly packed and sealed to the office of the Director General, Bureau of Public Procure­ment, Governor’s Office, Osogbo.

 

The submission of the Expression of Interest documents should be done on or before 9th January, 2012 by  12:00 noon

 

Signed: Mr. Wale Adedoyin

Honourable Commissioner,

Ministry of Agriculture and Food Security,

Government Secretariat Osogbo

 

Invitation for Expression of Interest: Release of Land for Agricultural Land Clearing at Osun State

State of Osun

Osun-Rural Enterprise and Agriculture Programme

Release of Land for Agricultural Land Clearing:

Invitation for Expression of Interest

 

The Government of the State of Osun under the dynamic leadership of Mr Rauf Adesoji Aregbesola has discovered that one of the greatest challenges facing  agricultural production in the state is non availability of enough plough able agricultural  land. This has greatly reduced the total arable land that can be tractorized in the state for increased food production.

 

It is in view of this that the Osun Rural Enterprise and Agricural Programme (O-REAP) is inviting interested farmers  (individuals, Groups, Cooperative Associations, Communities, Local Governments etc) to express their interest to release land for agricultural land clearing on such land  at  zero cost to all farmers.

 

Pre-qualification Requirements

i)          The land must be contiguous and not less than 20 hectares (i.e. 50 acres).

ii)         Evidence of ownership and possession of the land for not less than the next ten (10) years.

iii)        Provision of perimeter survey map of the land.

iv)        Evidence of payment of Water and Development levies.

v)         Evidence of registration with O-REAP.

vi)        Evidence of registration with Osun State Agricultural Development Corporation (OSSADEC).

vii)       Evidence of registration as a cooperative group will be an added advantage

viii)      Ability to provide security for land clearing personnel and their equipment on site during the land clearing exercise.

Submission

Interested Individuals, Cooperative Groups, Associations, Communities, Local Governments etc. should submit three (3) copies of their application (Expression of Interest) neatly packed and sealed to the office of the Honourable Commissioner for Agriculture and Food Security, Abere-Osogbo

 

The submission should be done on or before 2nd January 2012.

 

Signed: Mr. Wale Adedoyin

Honourable  Commission

Min. of Agric & Food Security,

Government Secretariat Osogbo