Invitation for Technical and Financial Bid under the 2011 Capital Budget at Federal Civil Service Commission

 

Federal Civil Service Commission

4, Abidjan Street, Wuse District, Zone 3, Abuja

Invitation for Technical and Financial Bid under the 2011 Capital Budget

 

Introduction

The Federal Civil Service Commission (FCSC) hereby invites interested and   reputable contractors with relevant experience and good track records to tender for the following projects under the 2011 Capital Budget.

 

The scope of Works and Services are as follows:

Lot No Project Title
1 Renovation of Offices excluded in the 2010 renovation exercise due to limited funds.
2 Renovation of 45 Nos. Toilets in the Federal Civil Service Commission Office Complex.
3 (a)      Furnishing of Association of African Public Services         Commissions (AAPSComs) building.

(b)      Installation of ICT facilities including online Application, Submission and Processing System.

(c) Up-scaling the Archiving and File Tracking management system.

4 Furnishing of 3 Nos. Conference Rooms and installation of wireless Digital Conferencing System.
5 Supply of Office Furniture.

 

 

2.       Tender/Bid Requirements

Interested contractors are expected to submit the following documents:

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

b.       Current Tax clearance Certificate for the last 3 years (2008,2009,2010);

c.       Evidence of VAT Registration and Remittances;

d.       Company profile including  Curriculum Vitae and details of key personnel;

e.       Verifiable list of similar jobs successfully executed within the last 3 years including letters of award and completion certificates;

f.       Audited Account of the company for the last 3 years (2008, 2009 and 2010) duly stamped by a registered

3.         Collection of Tender/Bid Documents

Interested companies are to collect tender documents from the office of the Assistant Director (Procurement), Federal Civil Service Commission (FCSC), 3rd Floor, Room 334 on payment of a non-refundable fee of Twenty-Five Thousand Naira (N25;000.00) only per lot.

4.       Submission of Tender/Bid Documents

Technical and Financial Bids are to be submitted in two separate  envelopes  clearly marked “Technical” and or “Financial” Bid with the specific Lot No and Description of Project addressed to:

 

The Permanent Secretary, Federal Civil Service Commission, 4 Abidjan Street, Wuse Zone 3 Abuja. The envelopes are to be dropped in the Tender Box in office of the Director, Planning, Research and Statistics, 3rd Floor, Room 345, on or before 20th October 2011 by 12.00 noon.

5.       Opening of Tender /Bid Document

The tenders/bids receive shall be opened publicly in the Committee Room, 3rd floor immediately after the closing of bids by 12.30 pm on 20th October 2011. Representative of all responding companies, Civil Societies, NGOs and members of general public are invited to witness the bid opening exercise.

 

Please note that:

a.       Tender documents submitted late shall be rejected;

b.       The Federal Civil Service Commission (ECSC) reserves the right to verify the authenticity of any information/claims made on the tender documents submitted;

c.       The Federal Civil Service Commission (FCSC) is not bound to accept the lowest bid for any tender,

 

All enquiries on purchase of tender should be directed to:

The Assistant Director (Procurement),

3rd Floor Room 334,

Federal Civil Service Commission,

Abuja.

 

Signed

Amb. Abdulkadir Abdulkadir Musa Mni

Permanent Secretary

Federal Civil Service Commission,

Abuja.

Invitation to Prequalification /Tender for 2011FY Social Development Secretarial Construction, Supplies and Study/Consultancy Projects/ Programmes at Federal Capital Territory Administration (FCTA)

 

 

FCT-Administration Social Development Secretariat

Invitation to Prequalification /Tender for 2011FY Social Development Secretarial Construction, Supplies and Study/Consultancy Projects/ Programmes

 

1.0     Introduction

The Federal Capital Territory Administration (FCTA) through the Social Development secretariat is inviting competent and interested companies to submit technical bids for Prequalification/Tender as a first step in the award of contracts for Construction, Supplies and Study/Consultancy works in the 2011FY SDS Projects/Programmes.

 

2.0     Scope of Work

 

S/N Project Classification Code Project Description
1 SDS/Con/11/001 Construction of Storage Facility for SDS
2 SDS/Con/11/002 Construction of Elevator (Disabled Friendly Stairway) at Cyprian Ekwensi Centre for Arts and Culture, Area 10, Garki-Abuja.
3 SDS/Con/11/003 Establishment of Juvenile Counseling Centre in Social Development Secretariat (SDS).
4 SDS/Con/11/004 Up-grade and Provision of Catering and Hotel Management Tools at Women Development Centre Zuba and Ushafa (Clinton Village)
5 SDS/Con/11/005 Rehabilitation of Area 1, Food Court.
6 SDS/Con/11/006 Up-grading of other Sports Facilities and Equipment.
7 SDS/Con/11/007 Construction of a Block of 4 Classrooms with Toilets and Storage Facility at FCT Women Centre zuba
8 SDS/Con/11/08 Development of Abuja Tourism Village   [Katampe Hill as a pilot] pilot Scheme.
9 SDS/Con/11/09 Development of Ushafe Pottery Centre and Taruga Old Iron Smelting Site AMAC.
10 SDS/Con/11/010 Renovation/Maintenance and Up-grade of Fence and Gate House of Arts and Crafts Village.
11 SDS/Con/11/011 Up-grade and Standardization of Library, Museum and Visual Performing Arts Studio.
12 SDS/Con/11/012 Complete Rehabilitation of Mini-Arts and Culture Theater Area 1, Garki-Abuja.
13 SDS/Con/11/013 Purchase of Office Furniture.

3.0     Requirements

Interested companies must forward copies of the following documents and originals to be made available for sighting during the Prequalification/Tender Opening.

 

3.1     Pre-Qualification Tender Requirements (Works)

Interested companies must forward copies of the following documents and originals to be made available for sighting during the Tender opening.

  • Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association complete with up to date returns with CAC;
  • Tax Clearance Certificate for the last three (3) years, ending December 2010;
  • Companies Audited Account for the Last three (3) years prepared by a Chartered Accounting Firm;
  • Bank Statement of the Company for the last twelve (12) months and Reference letter from a reputable Nigerian Bank (original);
  • Company profile showing the list of key Personnel officers to be attached to the project stating their roles, designation, qualifications and experience.
  • Verifiable documentary evidence of similar jobs successfully executed in the past;
  • Sworn Affidavit in line with the provisions of part IV, section 16, sub-section 6 (d-f) of the Public Procurement Act, 2007.
  • List of Equipments to be used for the project and their locations. State whether the equipments are on lease, hired, or owned;

3.2     Pre-Qualification/Tender Requirements

(Supplies/Consultancy) Interest companies are to forward copies of the following documents and originals made for sighting during the bid opening;-

a)       Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association complete with up to date returns with the CAC;

b)      Tax clearance certificate for the last three (3) years, ending December 2010; c)          Companies Audited Account for the last three (3) years, prepared by a    Chartered Accounting firm;

d)      Bank Statement of the Company for the last twelve (12) months and Reference letter from a reputable Nigerian Bank (original);

e)       Company profile showing the list of key personnel officers to be attached to the project stating their roles, designation, qualifications and experience.

f)       Verifiable documentary evidence of similar jobs successfully executed in the last five (5) years. Copies of letters of Award of contract and/or Completion Certificates will be considered;

g)       List of Equipments to be used for the project and their locations. State whether the equipments are on lease, hired or owned;

h)      Sworn Affidavit in line with provisions of Part IV, section 16, sub-section 6 (d-f) of the Public Procurement Act, 2007

i)       Sworn Affidavit in line with provisions of Part IV, section 16, sub­section 6 (d-f) of the Public Procurement Act, 2007.

 

Originals of documents mentioned in paragraph 3.0 (3,1 and 3.2) above must be produced for sighting during opening session. All companies will be assessed based on proof of documents submitted to back up their claims,

 

4.0     Submissions

The documents are to be sealed and labeled in a sealed envelope and Clearly marked “Prequalification to Tender for……[CODE…….]” The documents should be submitted in three (3) copies (one original and two (2) other copies) and to be submitted to: Social Development Secretariat Planning, Research and Statistics [PRS] Unit. Cyprian Ekwensi Centre for Arts and Culture Area 10, Garki – Abuja.

 

The submission must on or before 17th October2011.

 

5.0     Opening

Opening of the Technical bid documents will be performed on Thursday 13th October, 2011 at 12.00 noon at the Exhibition Hall of Social Development Secretariat, Area 10, Garki – Abuja in the presence of company’s representative, NGOs and other stakeholders.

 

SIGNED

Management

Invitation for Technical and Financial Bids for Construction of Dugwaba Earth Dam Under 2011 Capital Appropriation at Upper Benue River Basin Development Authority (UBRBDA)

 

Federal Republic of Nigeria

Federal Ministry of Water Resources

Upper Benue River Basin Development Authority

(U.B.R.B.D.A), Yola

Mbamba-Fufore Road, P.M.B. 2086, Yola, Adamawa State,

Email: upperbenue@yahoo.com

Invitation for Technical and Financial Bids for Construction of Dugwaba Earth Dam Under 2011 Capital Appropriation,

 

1.0     In continuation of its FY2011 Procurement Exercise, The Upper Benue River Basin Development Authority (U.B.R.B.D.A) is drawing funds from the Federal Government of Nigeria under Year 2011 Amendment Appropriation and intends to deploy them towards the procurement of Contract for the Construction of Dugwaba Earth Dam Project in Dugwaba Village, Hong LGA Adamawa State. Accordingly, it is inviting submissions for Technical and Financial Bids from qualified and reputable Contractors with proven competence in the field of Dam construction.

 

2.0     Eligibility Requirements:

a.       Evidence of incorporation of the Company with Corporate Affairs Commission (CAC) including Articles and Memorandum of Association of the Company and up to date Annual Returns with the CAC (Form 02 and Form C07 to be included).

 

b.       The company must show evidence of fulfilling its Tax obligations as follows:

i.        Current Tax Clearance Certificate (TCC) for the last three (3) years supplied  Tax Identification Number (TIN).

ii.       VAT Certificate with TIN

c.       Audited Account of the Bidding Company for the last three (3) years duly endorsed by a firm of Chartered Accountants.

 

d.       Evidence of remittance of Social Security Contributions (Pension and Mealth Insurance).

 

e.       A Sworn Affidavit certifying that:

(i)      The Company is not in receivership, insolvency or bankruptcy

(ii)     The Company does not have any Director who has been convicted in any Court in Nigeria and any other country for criminal offence in relation to fraud or financial impropriety.

(iii)    That no officer of the Authority or BPP is a former or present Director or Shareholder of the Company.

(iv)    That there has been no promise of a gift in any form to any of the Authority’s or BPP staff.

f.       Letter authorizing the Authority or her representative(s) to conduct due diligence on all the documents submitted by the company from any source with the view of confirming their genuinely or otherwise.

 

g.       Evidence of work experience as the main contractor executing or having executed a minimum of five (5) projects of similar complexity, compared to the proposed work, one of which must have been within the last 5 years. Copies of award letters, last interim certificate of valuation for on-going project, Completion Certificate and Final Maintenance Certificates where applicable are to be enclosed.

 

 

h.       List of key technical personnel stating their role, designations, qualifications and years of experience with the guarantee that a minimum number of relevant COREN Registered Engineers of various disciplines as may be required will be deployed to the project. Copies of educational and professional certificates are to be attached.

 

i.        Verifiable list of relevant construction equipment and facilities including registration number, chassis number, location (where they can be inspected) and remarks on whether these are owned, leased or hired. A functional and well equipped materials testing laboratory.

 

j.        History of company’s policy on community social responsibility

Non compliance will lead to disqualification.

Note:

In addition

Items a-j are eligibility requirements and their originals must be produced by the company for sighting during the Technical Bid opening session.

All claims must be substantiated with verifiable facts

Photocopies of professional certificates are to be initialed, endorsed by the owner and professional seals embossed on the professional certificates.

 

3.0     Collection of Tender Documents

Qualified companies shall on application collect (Standard Bidding Documents Technical and Financial), from Monday, 12th September 2011 from.

 

The Procurement Unit,

Upper Benue River Basin Development Authority,

Mbarnba Fufore Road, P.M.B, 2086, Yola,

Adamawa State.

 

Upon the presentation of evidence of payment of non-refundable Tender processing charges of N100,000.00 for the lot (s) into the UBRBDA’S Account as follows:

 

Account Name:    Upper Benue River Basin Development Authority Revenue Account

Account Number: 1001145943

Sort Code:  082150020

Bank:          Bank PHB, Yola.

 

4.0     Submission of Bids:

Completed Technical and Financial bids (Two sets of hard copy and One Electronic copy in compact disk and Microsoft word or Excel) shall be submitted in two different sealed envelopes and labeled “Technical Bid” and “Financial Bid” and both sealed in a third envelope marked “Project Name” at the top right hand corner and on the reverse side, the Bidders name and address including day time telephone number. The Technical Bid should be accompanied with a copy of the official receipt of purchase of bid docs, No change of lot or return of tender processing charge will be entertained after the issuance of receipt.

 

The Financial Tender and should also be enclosed in the same envelope as Financial Bid and addressed to:

 

The Managing Director,

Upper Benue River Basin Development Authority (UBRBDA),

Mbamba Fufore Road, P.M.B, 2086, Yola, Adamawa State.

To reach him on or before Monday 22nd September 2011 by 10.00am.

Technical bids will be opened same day at 11.00am at the Conference Hall of Upper Benue River Basin Development Authority (UBRBDA), Mbamba Fufore Road, P.M.B, 2086, Yola, Adamawa State.

 

Further Note:

  • Only firms whose Technical Bids fulfill the minimum requirements would have their Financial Bids considered while others may know their performance by a formal request to the MD/CEO of U.B.R.B.D.A, Yola.
  • Interested companies are responsible for the neat packaging, registration, timely and safe submission of their document Means of delivery notwithstanding.
  • The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.
  • All prospective bidders are expected to have familiarized themselves with the respective locations of the projects of interest before submitting their bids.
  • The Authority reserves the right to reject all bids or cancel the procurement proceedings in the public interest without incurring any liability on its part.

 

5.0     Enquiries:

All enquiries on this advertisement are to be directed to:

 

The Managing Director,

Upper Benue River Basin Development Authority (UBRBDA),

Mbamba Fufore Road, P.M.B, 2086, Yola, Adamawa State.

Signed

Management

Invitation for Pre-Qualification on Goods and Works at National Inland Waterways Authority

 

 

National Inland Waterways Authority

Invitation for Pre-Qualification on Goods and Works

 

The National Inland Waterways Authority (NIWA), a Parastatal under the Federal Ministry of Transport with Headquarters at Lokoja, Kogi State in line with the Public Procurement Act of 2007 hereby invites reputable and experienced Suppliers and Contractors to pre-qualify in respect of the under listed project in the year 2011 Budget Appropriation

GOODS

Lot 1: (b) Procurement of 3 Nos. Security Boats (Fast Moving) Scope of Work: supply and commissioning of three (3) units of fast moving 8 -10 Crew Patrol Boats with ancillary fitted, Communication Gadgets, safety and Navigational aids, Night Vision Equipment and Maintenance Spare parts.

 

(d)     Procurement and installation of Soft Security Apparatus Scope of Work: to facilitate communication along the dredged Lower River Niger from Baro to Warri. Supply and Commission the following:

i.        HF Based stations

ii.       HF radio communication equipment.

iii.      HF Transceivers.

 

Lot 3: (a) Procurement of 1 No. Water Weeds Clearing Equipment

Scope of Work: Supply and commissioning of:

  • Multipurpose Water Weeds/Hyacinth clearing Equipment with Full ancillary
  • HF Radio Communication Equipment
  • Safety and Navigational Aids

Lot 10: (b) Procurement of 4 Nos. Fast Moving 40-45 Passenger Water Bus

Scope of Work: Supply and commissioning of: 40- 45 fast moving seater passenger ferry with full option and maintenance spare parts, safety, Navigational and Communication Equipment entertainment on board including convenience.

 

(c)      Procurement of 4 Nos. Fast Moving 28 Passenger Water Bus Scope of Work: Supply and commissioning of:

28seater passenger ferry with full option and maintenance spare parts, safety, Navigational and communication aids.

Lot 16: (a) Procurement of 12/10 Cutter Suction Dredger with Ancillary

Equipment Scope of Work: Supply and commissioning of:

i)       10” /12” suction/cutter Dredger with full ancillary with the following

ii)      Extended discharged Pipe Line, Full safety and Navigational aids, Full communication system and 1 No: work boat.

 

WORKS

LOT 4:       Construction of Jamata Inland River Port Lokoja

Scope of Work: Construction of access road, land reclamation, port building and facilities, quay wall, etc.

 

LOT 5:   Construction of Degema Jetty

Scope of Work: Jetty Platform, Piling Works, Jetty building and facilities,

external works, etc,

LOT 6:       Construction of Idah Jetty

Scope of Work: Jetty Platform, Piling Works, Jetty building and facilities,

external works, etc,

 

LOT 7:       Construction of Okrika Jetty

Scope of Work: Jetty Platform, Piling Works, Jetty building and facilities,

external works, etc

 

LOT 14: (b)         Dredging/Sweeping of Channel along Orashi River from Oguta lake to Degema

Scope of Work: general clearing of vegetative cover, capital and maintenance dredging, bank protection, etc

 

LOT 16: (b) Bank Protection/Reclamation of some selected Portion on the River Niger

Scope of Work: reclamation works, protection works, etc.

 

LOT 17: (b) Provision and Installation of Buoys (Makurdi-Lokoja),

Scope of Work: Assemblage of Buoys and lamps; preparation of

concrete anchors/sinkers, and installation of buoys at regular intervals

as specified.

(c)      Dredging of critical points in the Channel (River Benue)

Scope of Work: capital and maintenance dredging, piling works, jetty building and facilities, external works, etc.

Pre-qualification Requirement:

The Pre-qualification documents should include.

a)       Evidence of Incorporation/Registration with CAC

b)      Evidence of Current Registration as a Contractor with NIWA (scanned copy required)

c)       Company’s Current Tax Clearance Certificate for the last 3 years (2008 -2010). (Scanned copy required)

d)      Company’s Audited Account for the last 3 years (2008-2010) certified by Chartered Accountant/Auditor.

e)       VAT Registration (scanned copy of certificate required), and Evidence of remittance in the last 3 years (2008-2010) to be attached.

f)       Evidence of financial capability to execute the project, bank reference and

a letter of credit facility from a reputable commercial bank with a commitment to provide loan facility for the execution of the contract if eventually won.

Evidence of Professional Competence.

 

h)      List of similar, verifiable and successfully executed projects or on-going by the company with letters of Award and completion certificates in the last 4 years (2007-2010) only. Letters of Award and interim Certificate of Payment which should be attached for projects those are on-going.

List of Managerial, Key Technical and Administrative staff of the Company which should include names, curriculum vitae and copies of certificates for each key staff.

 

j)       List of equipment owned or on leasehold by the Company relevant for smooth execution of the project (evidence of ownership and pictures with Company logo is an added advantage)

k)      Original documents should be available for sighting on demand during or after opening of pre-qualification documents.

 

Submission of Pre-Qualification Documents

Interested Companies are to pay a non-refundable fee of N25,000.00 either in Bank Draft or cash to the Cash office of NIWA Headquarters and obtain receipt to enable the Company collect pre-qualification documents from the Procurement Unit.

 

Pre-qualification documents should be spiral binded in wax sealed enveloped with “Pre-Qualification as Contractor plus Chosen Project” written at the Top Right Hand Corner of the envelop and addressed to:

The Managing Director

National Inland Waterways Authority,

Headquarters, Lokoja.

Kogi State.

All Prequalification documents should be hand delivered to the Tender Box at the NIWA Headquarters on or before 30th September, 2011 by 12noon.

 

Opening of Pre-Qualification Documents

Prequalification documents will be opened on 30th September 2011, by 1.30pm at NIWA Headquarters, Lokoja. All Interested members of the public especially intending contractors are hereby invited.

 

Please note that this is not an invitation to tender, Full tendering documents would be provided to contractors who are successful in the pre-qualification exercise.

 

 

Please Note:

a)       Submissions of pre-qualification documents to NIWA Headquarters, Lokoja is neither a commitment nor an obligation to award contract to any Contractor or his agent.

b)      Advertisement for invitation to Pre-qualification should not be construed as a commitment on the part of National Inland Waterways Authority, lokoja or shall it entitle any contractor to make any claims whatsoever or seek any indemnity from NIWA, Headquarters.

c.       Due diligence would be followed as all documented claims by all Contractors must be verified. Detailed facilities inspection on a continuous basis would have to be conducted to ascertain the authenticity of the claims as well as the capacity of the Contractor to execute the project under consideration.

 

Signed:

Management

 

Request for Expression of Interest (EOI) at Yaba College of Technology

 

Yaba College of Technology

P.M.B. 2011, Yaba, Lagos

Request for Expression of Interest (EOI)

On

Document Conversion into Electronic Format and Electronic Document Management System

 

Yaba college of Technology is inviting competent and reputable companies to submit a proposal for Document Conversion into Electronic Format and Electronic Document Management System.

 

Scope

(i)      Conversion of existing documents to digital format

(ii)     Document storage and Online Retrieval

(iii)    Off site Backup and Disaster recovery solution

(iv)    Web based Document Management System

2.0     Requirement:

Interested eligible firms MUST provide the following additional information showing that they are qualified to perform the job.

 

i.        Evidence of Incorporation of company by the Corporate Affairs Commission (CAC)

ii.       Verifiable list of previous similar works successfully carried out within the last three years with names of clients, evidence of award and practical completion.

iii.      Company Tax Clearance Certificates for the last three (3) years.

iv.      VAT Registration and evidence of past VAT remittances

v.       Profile of the company including details of Its directors / Management qualification of key personnel, competences, expertise and experience.

vi.      Audited Annual financial report of the company for the last three (3) years

vii.     Evidence of financial strength, credit worthiness and bank reference from

reputable bank(s).

viii.    Description of proposed Electronic Document Management System

ix .     Description of proposed Electronic Document Management System

x.       Cost implication

xi.      Evidence of community and social responsibility (if any)

xii.     A sworn affidavit indicating that all documents submitted are genuine and verifiable

xiii.    A sworn affidavit that none of the directors has been convicted in any country for any criminal offence, including fraud or financial impropriety.

xiv.    Bidders should accordingly include in their bid, a sworn affidavit indicating that no officer of Yaba College of Technology is a former or present director, shareholder or has any pecuniary interest in the company.

3.0     Submission of Expression of Interest (EOI) Documents

Two copies of boned EOI documents must be submitted in wax-sealed envelope

with “Expression of Interest on Document conversion into Electronic Format

and Electronic Document Management System” written at the top left hand corner should be hand-delivered on or before Tuesday, 27th September 2011 by 12noon to the address below:

The Registrar

College of Technology

Yaba College of Technology

Yaba, Lagos.

4.0     Opening of EOI Documents:

Documents envelopes will be opened at 1:00 p.m. on Tuesday, September 27th 2011, 2010 and representatives of the companies are hereby invited. All documents submitted by the bidders will be subject to due diligence checks in accordance with the Procurement Act, 2007.

 

 

Please Note:

a.       That by the submission of EOI documents, Yaba College of Technology is neither committed nor obliged to award any contract to any company or agent.

b.       That this advertisement for request for Expression of Interest shall not be construed as a commitment on the part of College, nor shall entitle any indemnity from Yaba College of Technology.

 

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.

 

Signed:

Biekoroma Charity Amapakabo

Registrar.