Invitation to Tender for the Construction of Roads Across the State at Yobe State Government of Nigeria

Yobe State Government of Nigeria

Invitation to Tender for the Construction of Roads Across the State.

 

Yobe State Government hereby invites interested, experienced and Refutable Contractors Registered with Yobe State Works Registration Board (Yobe State Tenders Board) to bid for the following projects as follows:

 

Lot Description Distance Scope of Work
1 Kanamma Kafiya 55km i.      Construction of pavement with 40mm thick asphalt concrete wearing coat of 7.3m carnage way and 1.5m shoulders at both side with concrete stone base.

 

ii.    Provision of Drainage in township and villages (19300m)

 

iii.  Provision of kerbs to entire stretch of roads as directed (500mm xl 00mm x 650mm).

iv.   Stoning pitching as directed.

2 Podskum-Danchuwa 18km i.     Construction of pavement with 40mm thick asphalt concrete wearing coat of 7.3m with 1.5m wide shoulder.

 

ii.   Stone pitching and other works as may be directed

3. Mohammed Idris Expressway Potiskum 4km i.    Rehabilitation of the entire length.

 

4. Bularafa-Bara Teteba 8km i.   Construction of pavement road 7,3m width   with 1.5mm shoulder at both sides

 

ii.   Stone pitching Rehabilitation and asphaltic of the road

5. Maiduwa-Gadaka 13km i.   Rehabilitation and asphalting

 

ii.   Construction of culverts and Drains.

6. Gashua-Yusufari 31km i.    Construction of pavement road 7.3m width with 1.5mm shoulder both sides

 

Interested Contractors are to collect their Tenders Bid Documents from the Directorate of Planning. Research and Statistics, Ministry of Works upon payment of non-refundable fees of N100,000.00 only, payable ZENITH BANK DAMATURU, and present the Bank teller to the Secretary of State Tenders Board, Ministry of Finance, Damaturu and obtain the Receipt.

 

Requirement:

i.        Evidence of Registration with Corporate Affairs Commission.

ii.       Evidence of Registration with Yobe State Tenders Board.

iii.      Three Years Tax Clearance.

iv.      Evidence of Registration with Nigerian Society of Engineers.

v.       Evidence of Similar Job(s) executed in the past and evidence of successful complexion.

vi.      Ability to complete the project within specific period.

vii.     Company profile which include key staff, their qualification and experience, equipment on ground and their locations together with details address of the offices with functional telephone numbers and Email address.

 

Submission of Document:

The document should be neatly packed in a sealed envelope marked “Confidential Tender Bid for the Construction of Township Road, Lot…” should be delivered on or  before 27th October 2011 and addressed to:

 

The Honourable Commissioner,

Ministry of Works,

Gen. Abubakar Abdul Salam Way,

Damaturu, Yobe State.

 

Notwithstanding, the submission of tender bids document, the Ministry of Works is not;

i.        Committed or obliged to include any company in the exercise or award contract to any contractor or agents or associates.

ii.       Will only recognize and correspond with duly authorized officers of the companies through individuals or agents or associates acting on their behalf as duly works registered with Yobe State Tenders Board.

iii.      Reserves the right to reject in part or whole tender bids package.

 

All concerned should note

 

Signed:

SHETTIMA BALUBE

(Secretary Tenders Board)

For: Hon. Commissioner (MOF)

Invitation to Tender for the Construction of Roads Across the State

Technical and Financial Bids for Execution of Project at the Federal Ministry of Aviation

Federal Ministry of Aviation

Federal Secretariat Complex

Shehu Shagari Way, Maitama, Abuja

Invitation to Tender

Introduction:

1.         In furtherance of the Federal Government commitment towards improvement of the Aviation industry, the Federal Ministry of Aviation is embarking on improvement infrastructure at some of the Federal Government owned Airstrips Nationwide.

 

2.         In pursuance of this mandate, the Ministry hereby invites experienced and reputable contractors to submit technical and Financial Bids for execution of the project which has been stated as a single lot below, and will be funded through the  2011 Capital Appropriation.

Lot 1: Fencing of Potiskum Airstrip.

 

Qualification Criteria:

3.         The invitation to submit relevant Technical proposals is based on meeting prescribed minimum criteria regarding a company’s experience, personnel, equipment capabilities and financial position. All technical bids should be accompanied with photocopies of the following documents:

(a)    Evidence of Registration with Corporate Affairs Commission (CAC);

(b)    Tax Clearance Certificate for the past three consecutive years (2008, 2009 and 2010);

(c)        Evidence of VAT Registration and remittance in the last 3 years (2008, 2009 and 2010);

(d)       Audited account for the past three consecutive Years (2008, 2009 and 2010);

(e)       Evidence of financial capability/Letter from Banker, signifying willingness to sponsor the project if considered

(f)        Company profile including Curriculum Vitae of key personnel;

(g)       Evidence of Ownership of Equipment and or lease from the concerned company;

(h)       Evidence of executing similar or on-going projects in the last 3 years; and

(i)         Evidence of payment into employees Retirement Savings Account (RSA) in compliance with extant provisions of the Pension Reform Act 2004.

 

Collection of Bidding Documents:

4          A complete set of bidding documents are obtainable from the Secretary, Ministerial Tenders Board, Room 5A 43 on payment of non-refundable fee of Twenty Five Thousand Naira (N25, 000) payable in cash or bank draft issued in favour of Federal Ministry of Aviation.

 

Submission/Opening Of Bidding Documents:

5.         Completed Technical and Financial tender documents should be sealed and labeled (Technical or Financial Bid) each separately in an envelope; and the two envelopes put into a third and bigger envelope that should also be sealed and marked appropriately at the top left hand corner, the title and Lot of the Project and addressed to:

 

The Secretary,

Ministerial Tenders Board,

Federal Ministry of Aviation,

Room 5A43, Ground Floor,

Federal Secretariat Complex,

Phase 1 , Shehu Shagari Way,

Abuja.

 

6.         While the reverse side of the envelope should indicate the name of the company submitting the tender, all tenders should be returned in three (3) copies by hand, and dropped in the Tender’s Box designated for the purpose not later than 12.00 noon of 21st November 2011 to the Secretary, Ministerial Tenders Board Room5A 43.

 

7.         Technical bids will be publicly opened in the presence of representatives of bidders who choose to be present at 12.00 noon on 21st November, 2011 at the Ministry’s Conference Room, 1st Floor, Federal Ministry of Aviation, Federal Secretariat Complex, Phase 1, Abuja. Civil Society Organizations are also invited to witness the event as scheduled.

 

Bid Security:

8.         All bids must be accompanied by a bid security of at least two percent (2%) of the Tendered Price issued by a reputable Bank.

 

Enquiries:

9.         All enquiries/clarifications on the tenders should be directed to the Secretary of the Ministerial Tenders Board of the address stated in paragraph 5 above.

10.       Note-Electronic tendering will not be permitted and late tenders will be rejected Bidders who do not scale through the technical Evaluation stage shall have their financial bid(s) returned unopened.

S i g n e d : Permanent secretary

 

Construction of Proposed Headquarter Building at Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos Urban Transport Project (LUTP)

Proposed Headquarters Building for Lamata

International Competitive Bidding (ICB)

Invitation for Bids (IFB)

Date: October 17, 2011

Contract No: LAMATA/WB/ICB/LAMBUILD/LUTPI/YR 1/08/11

IDA Credit No.: 4767 –UNI.

 

1.         This Invitation for Bids follows the General Procurement Notice for this Project titled NG Nigeria-LUTP -II (FY10) that appeared in dg market publication of July 16,2010.

 

2.         The Lagos State Government has received credit from the International Development Association towards the cost of Lagos Urban Transport Project (LUTP II), and it intends to apply part of the proceeds of this credit to payments under the contract for the Construction of Proposed Headquarter Building for LAMATA.

 

3.         The Lagos Urban Transport Project (LUTP) now invites sealed bids from eligible and qualified bidders for the Construction of Proposed Headquarter Building for LAMATA Contract No: LAMATA/WB/ICB/LAMBUILD/LUTP II/YR 1/08/11. The Works consists of construction of office complex of four floors including pent house and basement located in Ikeja business district. The scope of works includes construction of pile foundation, block works, concrete works, plastering, plumbing works, electrical works, finishing and external works. The detail for each of the works elements are as described in the bill of quantities.

 

4.         Bidding will be conducted through the 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 Bidding Documents.

 

5.         Interested eligible bidders may obtain further information from Lagos Urban Transport Project (LUTP) and inspect the Bidding Documents at the address given below from 8am to 4pm Mondays through Friday from October 17,2011

 

6.         Qualifications requirements include:

 

a. Possession of experience as a Prime Contractor for at least the last five (5) years prior to the application submission deadline, and with work died should be at least 70% complete.

 

b.         Minimum average annual turnover in construction works of at least 2.1 billion Naira or its equivalent in three easily convertible international currencies in the last five yean- in works that have been successfully and substantially completed and that are similar to (he proposed works under this Contract;

 

c.         Project Manager with B.Sc. Civil Engineering and at least \5years experience in Works of equivalent nature and volume:

 

d.         Own a substantial proportion of the construction equipment required to successfully execute Contract:

 

e.         Provide Annual audited account for the fast 3 years;

 

For the last five (5) years to demonstrate: The current soundness of the applicant’s financial position and its prospective long term profitability, and have Liquidity and/or evidence of access or availability of confirmed positive credit facilities of not less Three Hundred and Fifty Million naira (#350,000,000.00) only or 2,260,000.00 USD.

 

A margin of preference for eligible national contractors/joint ventures shall not be applied.

 

7.         A complete set of Bidding Documents in English Language 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 Fifty Thousand Naira (N50,000.00) or its equivalent in US Dollars in Bank draft payable to LAMATA.

Interested Bidders may obtain further information at the address below:

 

8.         Bids must be delivered to the address below at or before 10.00 a.m., November 28th, 2011. 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 at the address below by 10 am on 28th of November, 2011.

 

9.         All bids shall be accompanied by a Bid Security of  N50,000,000.00 or USD 323,000.00

 

10.       The address referred to above is:

 

Managing Director

Lagos Metropolitan Area Transport Authority (L AMATA)

Block C, 2nd Floor Motorways Centre, 1, Motorways Avenue

Alausa, Ikeja, Lagos State.

Telephone: 234-1-2702778-82, Fax: 234-1-2702784

E-mail: advert@lamata-ng.com , dmobereola@lamata-ng.com

 

 

 

Invitation for Pre-qualification of Contractors for 2011 Capital Projects at National Orthopaedic Hospital

National Orthopaedic Hospital

Igbobi, Yaba, Lagos

Invitation for Pre-qualification of Contractors for 2011 Capital Projects

The  Management of National Orthopaedic Hospital Igbobi-Lagos hereby invites interested/reputable companies for Pre-qualification exercise as listed below:

Lot A   Supply of Office Furniture and Air-conditioners

Lot B   Purchase of Utility Vehicles

Lot C   Supply and Installation of Surgical Equipments

Lot D   Purchase of Ambulance

 

Interested and reputable contractors or companies with relevant experience and proven track records are requested to indicate their interest by submitting the underlisted documents for consideration.

 

1.         Evidence of registration with Corporate Affairs Commission

2.         Company profile with the names of key personnel with their qualifications ,    3.   Evidence of current VAT registration/payment

4.         Evidence of Previous experience in areas of interests

5.         Evidence of financial capability to handle the job e.g. Bank Statements

6.         Evidence of 3 years Audited accounts for the Company

7.         Evidence of 3 years Tax Clearance

 

Please Note:

a)         All cost incurred in the preparation and submission of pre-qualification documents are to be borne entirely by the company.

 

b)         National Orthopaedic Hospital, Igbobi reserves the right to reject any or all expressions of interest and to terminate the selection process at any time without any liability whatsoever to the Hospital

 

c)         All documents which must be acknowledged “received” should be in Three (3) copies in a sealed envelope, specifying the lot and project title and addressed to the ‘Medical Director, National Orthopaedic Hospital Igbobi Lagos”.

 

d)         All pre-qualification documents are to be submitted between 8.00am and 4.00pm daily on working days in the office of the Head of Administration National Orthopaedic Hospital Igbobi Lagos on or before 4.00pm on 28th October, 2011

 

Pre-qualification documents would be opened on the 31st of October 2011 by 12 noon.

 

 

SIGNED

DR. W. YINUSA

MEDICAL DIRECTOR

 

 

 

Pre-qualification and Tender 3rd Quarter Capital Projects at Magumeri Local Government, Borno State

Magumeri Local Government Borno State

Office of the Secretary

Invitation for Pre-qualification and Tender 3rd Quarter Capital Projects

Preamble

This council in its effort to provide portable drinking water for both animal and human consumption wish to invite any interested and reputable companies to submit Pre-qualification and tender for the following:

 

Drilling of functional productive boreholes upon second aquifer in Magumeri area, not exceeding  450m and exceeding  350, size 150mm in diameter.

 

Pre-qualification documents

All interested companies are required to submit the following documents

1.         Evidence of registration with Magumeri local government works board

2.         Evidence of registration with CAC

3.         Tax clearance cert for the last 3 years

4          Company audited accounts for the last 3 years 5* Evidence of VAT registration

6          Evidence of similar contracts executed

7          Verifiable evidence of financial support by a bank

8          List of professional personal & CV with evidence of COREN registrations

9          A statement from high court judge that the director of the company were never convicted by any court of law

 

Collection of tender documents:

Tender documents are to be collected from the office secretary tenders board Magumeri local govt. upon payment of N50,000.00 non refundable fees from Monday 17th October 2011 to Friday 22nd October 2011 on working days from 10.00am to 3:00pm,

Submission of documents

The technical bid (pre-qualification documents) and financial bid (filled tender documents) should be sealed and clearly marked in separate envelop which will in turn be sealed together in an envelope (A4 size) marked as tender to drill to be addressed secretary tenders board Magumeri local govt. on or before Monday 24th October, 2011 by  12:00 noon of Opening bids: the bids are scheduled to be opened during a public opening ceremony on the closing date at 2:00 pm at the council chamber Magumeri, All contractors are invited to attend while bringing along original relevant documents.

 

Disclaimer:  Magumeri tenders board is not obliged to award to the lowest tender and is not necessary to go into correspondence with or offer explanation(s) to any rejected bidder.

 

Signed: Hajiya Hauwa Mustapha

Secretary Tender’s Board Magumeri Local Government