Invitation for Pre-Qualification/Bid at Kano State Urban Planning and Development Authority

Kano State Urban Planning and Development Authority

Invitation for Pre-Qualification/Bid

 

In its continuous efforts to provide meaningful development projects to its teeming population, Kano State Government intends to carry-out works under Contracts for which this invitation for pre-Qualification is issued.

 

The Kano State Urban Planning and Development Authority (KNUPDA), on behalf of Ministry of Land and Physical Planning, intends to pre-qualify Contractors  for the following Projects:-

Contract No. Description
1. KST01 Kano Southern Terminus Development Plan at Gun Dutse, KM-21 Zaria Road, Kano
2. KST 02 Kano Northern Terminus Development Plan at Dawanau, Katsina Road, Kano
3 DKW03 Upgrading/Reconstruction of Challawa Road (BUK Road-Kwanar Madobi-Western Bye-Pass Road Junction)

 

The Project include Construction of  Roads, Drainages and Parking Lots, where application .

 

Pre-Qualification is open to Civil Engineering firms and companies.

Applications may be made for pre-qualification for one of more of the above Contracts.

 

Eligible applicants may obtain, between 25th November – 19th December, 2011, the pre-qualification documents from:-

 

The Director, Civil/Mechanical Engineering,

Kano State Urban Planning & Development Authority

(KNUPDA), No. 2, Durbin Katsina Road,

 

The request must clearly state “Request for Pre-qualification Documents” for the

 

The documents are available for a non-refundable fee of N100,000.00 (One Hundred Thousand Naira Only) per Contract Document One of the minimum requirements for qualification will be to have successfully carried out, as Prime Contractor, at least two works of a nature and complexity equivalent to the proposed works during the last five years. Application for pre-qualification must be submitted in sealed envelops, which must be either delivered by hand or registered mail to:-

The Managing Director,

Kano State Urban Planning & Development Authority

(KNUPDA),

No. 2, Durbin Katsina Road,

Bompai, Kano.

 

Not later than 16th January, 2012. The application must be clearly marked “Application to Pre-qualify for…………….  Contract No…………..”Applicants will be advised, in due course, of the results of their application/bids.

 

Signed

Managing Director/C.E.O

Kano State Urban Planning & Development Authority (KNUPDA).

No, 2 Durbin Katsina Road,

Bompai, Kano

 

Invitation for Bid (IFB) Obudu Dam Rehabilitation Works at National Urban Water Sector Reform Project

Federal Government of Nigeria

Federal Ministry of Water Resources

National Urban Water Sector Reform Project

(Credit No Cr 4086 UNI)

Invitation for Bid (IFB) Obudu Dam Rehabilitation Works (FMAWR/NUWSRP/WKS/ICB/01/011)

1.       This Invitation for Bids follows the General Procurement Notice (GPN) for the above project that appeared in the Market of June 2.2004 and the United Nations development Business issue no. B33 of June 30, 2004.

 

2.       The Federal Government of Nigeria has received a credit from the International Development Association toward the cost of National Urban Water Sector Reform Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Rehabilitation of Obudu dam.

 

 

Contract Description Period Bid Security Annual Turnover Liquidity
Rehabilitation of Obudu dam including refurbishment of engineering infrastructure and mechanical equipment, and general refurbishment and replacement of electrical parts. Details of works are contained in the tender drawings.

 

12 months N10 Million or US$65.000.00 N750million (or US$5.0M) in any of the last 5 years N100million or US$650.00.00m

 

3.       The Federal Ministry of Water Resources now invites sealed bids from eligible and qualified bidders for the rehabilitation of Obudu dam consisting of works mentioned above including but not limited to the description.

 

4.       Biding will be conducted through International Competitive Bidding (ICB) procedures specified in the World Bank’s Guidelines; Procurement under IBRD loans and IDA Credits, and is open to all bidders from Eligible Source 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 one work of similar nature and complexity over the last three (3) years. To comply with this requirement, works sited must be at least 70% completed;

b)      The amount of Annual turnover in construction works in the last five (5) years must have been successfully or substantially completed as indicated on the table above;

c)       The Project Manager/Team leader must have a minimum of B.SC Civil/Structural Engineering. The Project Manager must in addition have at least 10 years post qualification working experience in works of comparable nature, complexity and volume, including 5 years as a Project Manager/Director;

d)      Intended contractor must own or have a leasing agreement for substantial proportion of the construction equipment required to successfully execute the Contract

e)       Annual audited account for at least three (3) years must be provided;

f)       Evidence of access to or availability of confirmed positive credit facilities of not less the amount as indicated on the table above.

 

6.       Interested eligible bidders may obtain further information and inspect Bidding Documents at the address below from today to Friday (except public holidays) from 9:00am to 4.00 pm

7.       A margin of preference for eligible national contractors /joint ventures stall be applied.

8.       A complete set of Bidding Documents in English Language may be purchased by interested bidders on the submission  of a written application to the addresses below upon payment of a non refundable lee of One Hundred Thousand Naira (N100,000.00) or US$ 650.00. The  method of payment will be Bank cheque made in favour of Federal Ministry of Water Resources (National Urban Water Sector Reform Project). The Bidding Documents will he collected by hand.

 

9.       Bids must be delivered to the address below at or before 12.00 noon of 17th January, 2012, 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 or on-line at the National Urban Water Sector Reform Project Officer at 2.00pm of 17th January, 2012.

 

10. All bids shall be accompanied by a Bid Security as stated in the table above or an equivalent amount in a freely convertible currency.

 

11. The address Referred to above is:

National Urban Water Sector Reform Project Office.

Department of Water Supply.

Federal Ministry of Water Resources,

Plot 20, Lingu Crescent, Off Aminu Kano Crescent.

Wuse II, Abuja

P.O. Box 4276 Garki, Abuja

 

 

Attention : national Project Coordinator

Signed

Ambassador (Dr.) Godknows Igali,OON

Permanent Secretary

Pre-qualification to Tender for the Execution of Projects at Lere Local Government, Kaduna State

Lere Local Government,

Kaduna State

Tenders Notice

 

The local Government Council wishes to invite suitable qualified Contractors from Lere Local Government Area for pre-qualification to Tender for the execution of the under listed projects:

 

S/N Description of Projects
1. Installation/Replacement of Transformer at un. Bawa, Upah Gure and K/Bakoshi
2. Replacement of poles at jaja-Malali
3. Construction of Road at Jaja – Malali
4. Extension of Electricity at Ung. Ishaya, Education Secretariat Ung. Bawa. K/Danjaba and s/Birni to Ung. Waziri.
5. Renovation of Police Station at Saminaka
6. Fencing of Lere cemetery at Lere.
7. Construction of cemetery/Drainage at Saminaka
8. Construction of Drainage at Ramin  kura, Kofa Gidan Liman (Bakin Titi Dan Alhaji
9. Construction of Box culvet at Sabon Kaura, Karimbo, Ung. Bala – Tuwon Wake.
10 Renovation of  Primary School at Ung. Mato, Ung. Kauchi, Kakun Kurama, maigamo, Dabo Moh’d Lere, sabon Kuara, Ukissa and  Yarkasuwa.
11 Construction of 1 Block of 2ND Classroom at Kuuduru kahugu, GJSS Luwuna, Udammi, Lagga ii, Deno and Ung. Tsamiya.
12 Drilling of Boreholes at Lazuru Ward, Garu Ward, Gure Kahugu ward, Dan Alhaji Ward, Yarkasuwa ward and Gidan Doki.

 

 

Qualification

All perspective constractors must satisfy the following pre-qualification conditions:-

i.        Evidence of registration with Lere Local Government TENDER COMMITTEE.

ii.       Evidence of incorporation

iii.      Evidence of Contractors registration with Local Government,

iv.      Evidence of Tax Clearance

v.       VAT registration and remittance

vi.      Evidence of equipment and experience

vii.     Evidence of settlement of PAYE and other withholding taxes,

viii.    Community and social responsibility support

ix.      Other additional information that could enhance of this Contractor.

 

Method of Application

Interested Contractors are to collect Tender document / forms at and return to the Office of Head of administration, Lere Local Government, Saminaka, Kaduna State in a -sealed envelop, to be marked “TENDER”, to reach him not later than 5th December, 2011.

Important Notice

This advertisement should not be viewed as contract Award or a Commitment on the part of the Local Government to entitle any Contractor to make any claim whatever from Lere Local Government By the virtue of having responded to this advertisement.

 

Signed: Chairman

Local Govt. Tender Committee.

 

Procurement of Workshop/Laboratory Equipment at Air Force Institute of Technology (AFIT) Kaduna

Invitation for Pre-Qualification for 2010 Tetfund Intervention for Procurement of Equipment

 

1.       The Management of Air Force Institute of Technology (AFIT) Kaduna invites interested, competent and reputable contractors/suppliers registered in the appropriate category, who may wish to make submission for pre-qualification for 2010 TETFUND Interventions for Procurement of Workshop/Laboratory Equipment.

 

2.       The Pre-qualification requirements to be provided by interested contractors/suppliers are as follows:

a.       Evidence of Incorporation with the Corporate Affairs Commission,

b.       Evidence of Company’s Audited Accounts for the past three (3) years,

c.       Evidence of financial capability and banking support,

d.       Technical capabilities of the Firm or Company in terms of equipment holding and staff strength including the profile of the key officers.

e.       Verifiable evidence of similar and other jobs successfully executed with their locations.

f.       Annual Turnover.

g.       Tax Clearance Certificates for the past three (3) years.

h.       VAT Registration and evidence of remittances in the past three (3) years,

i.        PENCOM Certificates.

 

3.     Pre-qualification documents should be submitted on or before 15th December, 20.11 by 11.00am.

 

4      Please Note:

a.       Submissions of pre-qualification documents to AFIT is neither a commitment nor an obligation to award contract to any Contactor or his agent,

b.       Advertisement for Invitation for Pre-qualification should not be construed as a commitment on the part of AFIT or shall it entitle any Contractor to make any claims whatsoever or seek any indemnity from AFIT.

5.       The submission must be sealed and clearly marked on the right top corner of a “16×1” size envelope as e.g, “APPLICATION FOR PRE-QUAUFICATION FOR PROCUREMENT OF EQUIPMENT” to be addressed to

The Registrar,

Air Force Institute of Technology,

Nigerian Air Force

Kaduna.

 

Signed:

OLATOKUNBO ADESANYA

Group Captain

Registrar

Execution of Some Projects in the 2011 Budget Capital at Oyo State House of Assembly

Oyo State House of Assembly

P.M.B. 5018.

Secretarial Ibadan

Invitation to Tender

Introduction:

The Oyo State House of Assembly intends to execute some projects in the 2011 Budget Capital.

 

In compliance with the Public Procurement Act 2007 and to ensure competitive bidding, tenders are invited from interested contractors/vendors for the underlisted projects:-

 

S/N Description of Projects
(A) Purchase of office equipment and furniture items.
(B) Computerization of the House of Assembly.
(C) Production of Year 2012 Wall Calendars and Diaries.
(D) Installation of PABX.
(E) Rehabilitation and Furnishing of:-

(i) Official Residence of Rt. Hon. Speaker;

(ii) Guest Chalet of the Rt. Hon. Speaker;

(iii) Official Residence of Deputy Speaker.

(F) Installation of Internet facilities to the House of Assembly Complex.

 

(G) Purchase   of Official   Cars   for   Principal   Officers   and Management Staff of the House of Assembly.
(H) Constituency Projects.
(I) Renovation of the House of Assembly/House of Chiefs.

 

2. Bidding Criteria:

Submission of the following items:

(a)     Payment of Non-refundable fee of One hundred thousand naira (N100.000.00) for Purchases, Procurement and Installation of PABX and Internet facilities production of calendars/diaries; and N150,000.00 for rehabilitation, and furnishing of Official Residence and Guest Chalets; and computerization of the House;

(B)     Evidence of Registration with the Corporate Affairs Commission (CAC);

(c)      Verifiable list of previous works carried out in the recent past with their locations and clients (copies of complexion certificates/final payment certificate should be attached);

(d)     Evidence of incorporation and current Tax Clearance Certificate for the last three (3) years (2009, 2010 & 2011);

(e)   Copies of personal Income Tax Clearance Certificates of Two Directors issued by the Oyo State Board of Internal Revenue;

(f)    Provision of VAT Certificate and Evidence of Remittance of VAT;

(g)   Evidence of Registration of business premises with Oyo State Ministry of  Trade, Investment and co-operatives.

 

Collection of Bidding Forms:

Interested Companies/Firms are to obtain the bidding documents as from Monday, 28th November, 2011 at the office of the Director Finance and Administration, Room 57, Oyo State House of Assembly upon payment of non-refundable fees between 10.00 a.m. 3.30 p.m. daily from Wednesday, 30th November. 2011.

 

4.       Submission of Documents:

All completed bids should be submitted in sealed and waxed envelops to office of the CLERK OF THE HOUSE, Oyo State House of Assembly.

 

5.        Closing Date:

Tenders must be submitted not later than Thursday 8th December, 2011.

Please note that the Management of the House of Assembly is not bound to accept the lowest or any particular tender

 

Signed

Permanent Secretary/Clerk of the House.