Invitations for Expression of Interest for Consultancy Services, and Supply of Various Goods at FCT Land Administration Department and Area Councils Staff Pension Board at Federal Capital Territory Administration

Federal Capital Territory Administration

Tender Board Secretariat, Procurement Department

 

Invitations for Expression of Interest for Consultancy Services, and Supply of Various

Goods at FCT Land Administration Department and Area Councils Staff Pension Board

 

The Federal Capital Territory Administration (FCTA) through the Land Administration Department and Area Councils Staff Pension Board has provisions in the FCT 2011 Statutory Budget and is inviting competent & interested Suppliers, Companies/Consultants to submit Technical & Financial Bids for the Supply of Goods, and Technical Bids only in case of Consultancy Services for Property Valuation & Facility Management:

 

1.       Land Administration Department:

a)       Maintenance of Computers & IT Equipment;

b)      Supply of 3no. Photocopiers;

c)       Furnishing of Zonal Land Offices in three (3) Area Councils (Bwari,

Gwagwalada, & Kuje).

 

The Scope of Services for Consultancy Services for Property Valuation & Management Positions include the followings:-

i)       Enumeration of Properties within six (6) Area Councils:

ii)      Site Analysis;

iv)     Photo dips showing each property; Detailed Capital Valuation report & register containing description/types and values of the properties.

 

2.       Area Councils Staff Pension Board:

a)       Supply of Office Furniture;

b)      Supply of Computer Equipment.

 

A.      Qualification Requirements

i)       Evidence of registration with Corporate Affairs Commission (CAC ) and

Articles of memorandum of Association;

ii)      Tax Clearance Certificate for the last three (3) years expiring December,

2011;

iii)     Evidence of registration with Pension Commission and up to date remittance of Employee Contributory Pension Funds as provided in Section 16 Subsection 6 (D) of the Public Procurement Act. 2007;

iv)     Evidence of compliance with the statutory provision of Section 6 (i – ii) of the ITF amended Acts with regards to payment of one percent of Company’s total annual payroll to Industrial Training Fund as training contribution of employees;

v)      Up to date evidence of Annual returns with CAC, and note that due diligence could be conducted;

vi)     Verifiable documentary evidences of similar jobs that had been successfully executed within the last five (5) years. Copies of letters of award of contracts and job Completion Certificates to be attached for consideration

vii)    Evidence of Audited Account for the last three (3) years by a Chartered Accounting Firm;

viii)   Original current bank reference letter, and Statement of account of the Company from a reputable Nigerian Bank for the last twelve (12) months;

ix)     Sworn affidavit in compliance with the provisions of Part IV Section 16, Sub-section 6 (a & f) of the Public Procurement Act, 2007;

x)      Company profile showing the list of key personnel (officers) and their respective   schedules   of   duties   in   the   company   including academic/professional qualifications and certificates. All copies of their

credentials are required to be endorsed in BLUE INK by the individual officer and counter signed by an authored signatory of the company;

ix)     Work plan and technology capacity

 

B.      Submissions:

The documents must be orderly arranged as stated above and loose – bound. The submission should be in triplicate and placed in one sealed envelope containing the original and two other copies and clearly marked accordingly.

 

I)       Tenders submission for Consultancy Services for Property Valuation & Facility Management  (Technical Bids) should be deposited in the Tender Box at the office of the Secretary, FCT Tenders Board Secretariat,  Room 043, First Floor, Block “B” FCT Procurement Department, FCTA Secretariat, Kapital Road, Area 11, Garki-Abuja not later than 12.00 noon of 29th December, 2011.

 

II)      Tenders submission for either of the following: Maintenance of computer & IT Equipment, Supply of 3no. Photocopiers, Furnishing of Zonal Land Offices in three (3) Area Councils (Bwari, Gwagwalada, & Kuje),  Supply of office Furniture, & Supply of Computer Equipment; that is (Technical & Financial submissions) should be deposited in the Tenders Box at the office of the Secretary, FCT Tenders Board secretariat, Room 043, First Floor, Block “B” FCT procurement Department, FCTA Secretariat, Kapital Roads, Area 11, Garki-Abuja not later than 12.00 noon of the 26th January, 2012.

 

Note:

i)       The representatives of the bidding Companies and interested members of Public especially Civil Rights Organizations are invited to witness the opening of the Tenders at 2.00pm on the same day 26th January, 2012 at Room G9,  FCT Archives & History Bureau, near AGIS, Area 11, Garki – Abuja.

 

ii)      Representatives of the firms are to come along to the venue of the opening with a letter on introduction indicating names, rank, and sample signature.

 

iii)     The absence of either of the requirements (i), (ii), (iii) or (iv) above shall automatically disqualify the applicant. Also, the original document or scanned copies of the aforementioned requirements (i), (ii), (iii) & (iv) must be produced for sighting at the opening

 

iv)     Only firms that score up to 70% and above shall be prequalified and so be invited to submit Technical and Financial Proposals for the design work.

v)      Due diligence could be conducted on the firms that have expressed interest in the Projects. Therefore, the address of the Head office of the firms with its branch offices must be explicit.

vi)     This advertisement shall not be construed as a commitment on the part of FCTA nor shall it entitle responding companies to seek any indemnity from FCTA by virtue of such companies having responded to advertisement.

 

vii)    FCTA is not bound to accept tine lowest or any of the submissions.

 

Signed:

MANAGEMENT

Execution of Project at Dambatta Local Government, Kano State

Dambatta Local Government,

Kano State

 

Tender Notice

 

1.       In its effort to improve the living standard of its people, Dambatta Local Government Kano State wishes to undertake its  developmental projects as contained in the- 2011 approved Budget.

 

2)      Scope of Works

1.       Rehabilitation/reconstruction of 4k/m Dambatta-Danya Feeder road.

2.       Construction of a 657 metre long drainage network in Saidawa Town (from Gidan Mai Gari to Tsamiyar Kora Islamiyya.

3.       Electrification of Fagwalo village.

 

4. (a) Construction of 163 metre long drainage along Layin Tafasa Dambatta town.

(b) Construction of 99 metre long drainage along Unguwar Makafi in Dambatta town.

(c) Construction of 294 metre long drainage from Local Government   Chairman’s official residence to Ring Road in Dambatta.

5.       Electrification of Mangawa town.

 

3) Pre-Qualifications Criteria

1.       Evidence of incorporation with Corporate Affairs Commission;

2.       Registration with State Works Registration Board in relevant categories.

3.       Company’s Audited Account for 3 years;

4.       Evidence of Tax clearance for 3 years;

5.       Evidence of financial capability and/or Banking support;

6.       Experience and Technical qualification of key personnel;

7.       Record of previous projects executed and evidence of knowledge of the industry;

8.       Equipment, plants and technology capacity;

9.       Annual turnover;

10.     Vat registration and evidence of past VAT remittance;

11.     Local resources utilization;

12.     Community and social responsibility support;

13.     Any additional information that may enhance the company for the award of contract.

 

4)      Submission of Pee-qualifications

All eligible contractors/Companies should forward their pre-qualification documents  to the office of the Director Personnel Management (D.P.M) Dambatta local Government Kano State in a (SEALED) envelope marked constructional supply of (Name of contract) to reach him on or before 28th December, 2011

 

Importance Notice

This advertisement for pre-qualification shall not be considered as contract award nor shall it entitled any contractor to make any claim and or seek an indemnity whatsoever from the Local Government by virtue of having responded to this advertisement.

 

Signed

Ibrahim Aminu

Director Personnel Management DAMBATA  L.G.A.

 

Consultancy Services for the Implementation of Road Sector Governance and Accountability Action Plan (GAAP) at Federal Roads Development Project

Federal Republic of Nigeria

Federal Roads Development Project

 

Consultancy Services for the Implementation of  Road Sector Governance and Accountability Action Plan (GAAP)

 

Request for Expressions of Interest

Project ID No.: PO90135

Credit No: IDA 44150

 

EOI No: FRDP/2011/EOI/002

 

This invitation for expressions of interest follows the general procurement notice that appeared in UN Development Business online, Issue No.637 of 11 March 2005.

 

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) toward the cost of the Federal Roads Development Project (FRDP), and intends to apply part of the proceeds to payments under the contract for the procurement of consulting services for the implementation of road sector governance and accountability action plan (GAAP).

 

The objectives of the consulting services shall include, but not limited to the following:

  • To enhance information disclosure and transparency
  • To improve procurement practices through e-governance
  • To strengthen community to make engineering professionals accountable
  • To develop a format and procedure that will be very transparent to make design and construction professionals more accountable for any defect.
  • To monitor road users’ satisfaction and analyze the needs and demands of the community.
  • To promote safety, environmental and social awareness on the proper use of roads to the community.

 

The Road Sector Development Team of the Federal Ministry of Works now invites eligible Consultants to indicate their interest in providing the services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). Consultants may associate to enhance their qualifications.

 

Consultants will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants under IBRD Loans and IDA credits by World Bank January 2011 Edition.

 

Interested consultants should submit one (1) original and (2) two copies of the above information in English language in an envelope marked: “Expression of Interest – “Consultancy Services for the implementation of Road Sector Governance and Accountability Action Plan (GAAP)”

 

Interested consultants may obtain further information at the address hours 8.00 to 5.00 pm (local time) on Mondays to Fridays.

 

Expressions of Interest must be delivered to the address below on or before 27th January 2012  by 2.00 pm

 

The Unit Manager,

Road Sector Development Team,

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja, Nigeria

 

Tel: =234 7036609082

Email: unitmanager@rsdt.gov.ng , unitmgr.rsdt@yahoo.co.uk

 

Advert for Tender Opportunity TB-2971 Call-Off Contract for Diving Works IN OML 123 at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development

(Nigeria) Limited [RC No. 3336151]

Addax Petroleum

Advert for Tender Opportunity TB-2971 Call-Off Contract for  Diving Works IN OML 123

 

1. Introduction:

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD(N)L”) interested and prequalified Contractors to respond to this tender opportunity for a call-off contract for diving works at APD(N)L’s OML 123 Offshore locations, as detailed in item 2 below. The contract is proposed commence in Q1, 2012 and continue for a duration of two (2) years with APD(N)L having the sole option to extend the duration for a further period of one (1) year.

 

 

2.       Scope of Services:

This Scope of Services covers the provision of Diving Work associated with APD(N)L’s Offshore Operations in OML 123. It is envisioned that several contracts will be awarded for this work.

 

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for conducting the following work:

  • Provide comprehensive diving services, vessels, equipment and personnel for diving in water depths from five (5) meters to fifty (50) meters.
  • Provide fully operational and certified Diving Support Vessel(s) in line with IMCA guidelines and class society regulations.
  • Provide fully IMCA certified personnel (supervision, diving and support staff) and IMCA certified equipment for Air Diving Spreads, Saturation Diving Spreads and Mixed Gas Diving Spreads, which must have the capability to support diving operations on a 24-hour basis.
  • Provision of specialized equipment fit for subsea utilization (hydra tight bolt tensioning, cold cutting, Broco rod cutting, etc).
  • Provide all plans, procedures, documentation and certification in accordance with IMCA standards, with a strong emphasise on safe operations.
  • Must be able to meet or exceed IMCA guideline standards for all aspects of diving and marine activities, and preferably a member of IMCA.

 

To qualify, the Contractor should have a track record of providing such services, and possess sufficient equipment and personnel to conduct such work.

 

3.  Tender Mandatory Requirements:

To be eligible for this tender exercise, interested Contractors are required to be pre-qualified in the Product Group 30107: Subsea / Diving /ROV Technology Services, or Product Group 30707: Diving / ROV Operations contracting category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in either of these categories will receive Invitation to Tender (ITT)

 

311.   To determine if you are pre-qualified and view the product/services category you are listed for: you may visit NipeX NJQS Website at www.nipexng.com and access NJQS with your log in details, click on ‘continue Joint Qualification Scheme tool, click on check my supplier status and  thereafter click on supplier product group.

 

3.1.2  If you are not listed in a product/service category that you are registered with at DPR to do business, you may contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Lagos, with your DPR certificate as evidence for necessary update.

 

3.1.3  To initiate the JQS Pre-qualification process, you may access www.nipexng.com to download the requisite application form, make necessary payments and contact NipeX office for further action in addition

 

3.2     In addition to 3.1 above. Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX system.

 

4.       Nigerian Content Requirements

Each Contractor will be required to:

  • Demonstrate that the entity proposed for execution of the service, is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria Furnish details of company ownership and share holding structure. With photocopies of its CAC Forms CO2 and CO7
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan with detailed description of the role, work scope man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop.
  • Provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization Providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria physical addresses (not P.O. Box).
  • Provide detailed description of the location of in-country facilities (Equipment, storage, works repair, maintenance and testing facilities
  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian goods and services.
  • Provide details on any other Nigerian Content initiative the company is involved in.

 

5.       Closing Date:

5.1.    This tender opportunity shall remain open in the NipeX System for fifteen (15) working days and shall close on 28th December 2011

 

5.2.    Only Tenderers who are registered with NJQS under this Product/category as at the advert closing time/date shall be invited to submit Technical Bids.

 

6.       General Conditions:

Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:

  • As stated in item 3 hereto, Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.
  • To enable interested pre-qualified Contractors to use the NipeX System to progress this tender exercise, they should access the NipeX System and include within their company profile, a name of a principal personnel, his/her phone number and the Contractor’s general official email address for NipeX System set-up and training purposes.
  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.
  • This Advert shall neither be construed as any form of commitment on the part of APD(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek any indemnity from APD(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.
  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:

(i)                Pre Qualified contractors in the relevant Product/Services category in NJQS will

 

(ii)     Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.

  • APD(N)L reserves the right to reject the submission(s) made by any and/or all Contractors at its sole discretion and at no cost whatsoever to APD(N)L.
  • APD(N)L will communicate only with authorized officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will NOT communicate through individuals or appointed Agents.

 

Please visit the NipeX portal at www.nipexng.com for this Advert and other relevant information.

 

 

Invitation for Prequalification for the Completion of ITF Multipurpose Training and Conference Centre at Industrial Training Fund (ITF)

Industrial Training Fund (ITF)

No. 22, Miango Road, P.M.B. 2199, Jos

Plateau State.

 

Invitation for Prequalification for the Completion of ITF Multipurpose Training and

Conference Centre, At Plot 1580, Cadaastral Zone A5, Tigris Street, Maitama, Abuja

 

The ITF Multipurpose Training and Conference Centre (MPTCC) Project which was started under the PPP arrangement is to be completed through the traditional contract method.

In view of this and in compliance with the requirements of the BPP and due process, reputable and competent Engineering  Contractors are hereby invited for pre-qualification

 

Scope of Work

Construction of 11th and 12th floors, complete with the curtain

Walling, service ducts and the roof.

Completion of internal and external works of the main building

All finishes.

External works including basement floor extension.

 

 

Tender Documents

All prequalification documents are to be submitted to:

 

The General Manager,

AFAD Limited, Suit A 22,

Shakir Plaza, Plot 1029,

Michika Street, Area 11,

Garki, Abuja.

 

All submissions must be done  on or before 29th December, 2011

A non refundable deposit of (N100,000.00), only should be  made in Bank draft payable to Industrial Training Fund.

Only successful companies shall be contacted for collection of tender documents.

Tenders shall be opened by 2.00pm on the date of closure of submissions.

 

Prequalification Requirements

  • Evidence of registration with Corporate Affairs Commission (CAC), in Nigeria.
  • Current three (3) years tax clearance certificate (2008 – 2010)
  • Company’s audited account for the last three (3) years (2008 -2010)
  • Evidence of financial capability to successfully carry  out the project to completion.
  • Evidence of successful completion of similar jobs in the value of N.5 billion and above within the last three (3) years and if on – going, interim CV
  • Project understanding and implementation plan
  • Evidence of compliance with Pension Act of 2004 and proof of remittance
  • Evidence of financial capacity and capability to execute the project,
  • Company profile showing qualifications and experiences of key technical staff proposed for the project
  • Evidence of VAT registration and remittances
  • Cashes
  • Sworn affidavit to show that the Company is not in receivership and none of the directors  is ever convicted of fraud.

 

Signed

AFAD LIMITED