Consultants for the Design of Approved Construction and Equipping of Zonal Offices at National Broadcasting Commission

National Broadcasting Commission

20 Ibrahim Taiwo Road, Asokoro – Abuja

Public Notice

Invitation for Expression of Interest for Consultancy Services

The National Broadcasting Commission intends to pre-qualify competent Consultants for the design of approved construction and equipping of zonal offices.

2.       Scope of Work

The Scope of work for engineering design of the construction will include the following:

 

a)       Detailed reconnaissance survey of the existing zonal offices.

b)      Detailed engineering design of the zonal offices

c)       Documentation: Preparation and submission of the following:

 

i)       Draft inception report

ii)      Final inception report
iii)     Preliminary engineering design report

iv)     Final engineering design report

v).     Tender documents

vi)    Estimated cost of the project based on the BEME

vii)    Submission of the soft copy in a flash or CD.

 

3.       Location of Projects

LOT 1:       NBC Abuja Zonal office

LOT 2:       NBC Uyo Zonal office

LOT3:        NBC Enugu Zonal office

LOT4:        NBC Sokoto Zonal office

LOT 5:       NBC Lagos Zonal office

LOT 6:       NBC Jos Zonal office

LOT 7:       NBC Benin Zonal office

LOT 8:       NBC Ibadan Zonal Office

LOT 9:       NBC Kaduna Zonal Office

LOT 10:     NBC Maiduguri Zonal Office.

4.       Requirements

Interested Civil Engineering, Architectural, Electrical Engineering, Mechanical Engineering and Quantity Surveying consulting firms who wish to participate in the design of these offices are required to submit their company’s profile which must include but not limited to the following documents.

 

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

b)      Evidence of current Tax Clearance Certificate up to 2011

c)       vat Certificate and Evidence of remittance to FIRS

d)      Evidence of Pension Certificate

e)       Evidence of the firm’s Corporate Registration with the appropriate professional body i.e. COREN e.t.c.

f)       Details of staff strength including the curriculum vitae and profile of key staff

g)       Details of previous design experience undertaken in the last five (5) years, including scope of the design and value.

h)      Clear indication of Head office address

i)       Audited accounts for the last three (3 years) up to 2010

j)       Sworn affidavit that the firm is not bankrupt

k)      Sworn affidavit that non of the directors of the company  is  an ex-convict or bankrupt

i)       Evidence of financial capacity and banking support (bank reference, recent statement of account).

m)     That at anytime the Commission discovers that the information submitted for pre-qualification is false, the Commission reserves the right to disqualify the company.

n)      Original documents mentioned in paragraphs 4(i) (iii) above must be produced for sitting at anytime requested before the completion of the procurement exercise.

 

Method of Application

All interested Consultant  will be required to submit detailed technical and financial proposals in accordance with   standard request for proposed submission along with  standard request for proposed submission along with their company profile. The Consultant is expected to pay a non-refunded financial bids fees of N20.000.00 only for each lot to the Commission using a bank draft addressed to the National Broadcasting Commission.

Opening of Bids

Collection and submission of bidding documents shall close by 12 noon 3rd October, 2011 and opening of pre-qualification bid shall take place same day in NBC Board Room.

 

Submission of Tenders

The Technical and Financial Documents should be submitted in separate sealed envelopes clearly marked “Technical Bids” and Financial Bid” respectively both put in a third sealed envelope marked “TECHNICAL AND FINANCIAL TENDER FOR BUILDING OF NBC ZONAL OFFICES and should be addressed to:

 

The Secretary, Tenders Board

National Broadcasting Commission,

Plot 20, Ibrahim Taiwo Road, Asokoro

District – Abuja

Additional Information

i)      Failure to satisfactorily meet the conditions in the tender documents will results to invalidation of such tender

ii)      Tender for the items should be in accordance with the detailed description in the price schedule.

iii)     NBC shall reserve the right to verify the authenticity of claims made by bidders and to disqualify any bid based on false or unverifiable claims or information.

iv)     NBC shall not be liable for any expenses incurred by prospective bidders in preparing the tender documents and

v)      This advert also serve as invitation to any interested NGO and members of the general public who may wish to witness the opening exercise.

vi)     The NBC reserves the right to inspect or verify claims/information submitted as it deems necessary, Similarly, the commission is not bound to shortlist any bidder  and reserves the right to annul the selection process when unforeseen and justifiable developments warrant such action, without incurring any liability and assigning reasons thereof.

Signed

Management

 

 

Pre-Qualification of Consultants for Year 2011 HV Transmission Lines and the Associated Substations Projects at Transmission Company of Nigeria (TCN)

Transmission Company of Nigeria (TCN)

Public Notice

Pre-Qualification of Consultants for Year 2011 HV Transmission Lines and the Associated Substations Projects

1.       Introduction:

The Federal Government of Nigeria, through the Transmission Company of Nigeria (TCN), intends to pre-qualify Consultants to bid for consultancy services for High Voltage Transmission Lines and Associated Substations Projects to improve electricity supply in the country.

 

Scope of Works

The Project consists of Consultancy Services for the following transmission lines and associated substations:

 

Lot 1: 2nd Kaduna-Kano330kV Double Circuit Transmission Line (235km)

2 x 330kV Line Bay Extension at Kaduna Substation

2 x 330kV Line Bay Extension at Kano Substation

Turn In and Out of Kano – Hadejia 132kV Transmission Line at Gagarawa

2 x 60MVA, 132/33kV Substation at Gagarawa

 

Lot 2: Delta – Port Harcourt (Onne) 330kV Double Circuit Transmission Line (150km)

2 x 330kV Line Bay Extension at Delta Substation

2 x 330kV Line Bay Extension at Port Harcourt (Onne) Substation

 

Lot 3: Abakiliki -Amasiri 132kV Double Circuit Transmission Line (70km)

2 x 132kV Line Bay Extension at Abakiliki Substation

2 x 60MVA, 132/33kV Substation at Amasiri

 

Lot 4: Keffi-Kwoi-Kachia 132kV Double Circuit Transmission Line (135km)

2 x 132kV Line Bay Extension at keffi Substation

2 x 60MVA, 132/33kV Substation at Kwoi

2 x 132kV Line Bay Extension at kwoi Substation

2 x 60MVA, 132/33kV Substation at Kachia

 

Lot 5: Ugwuaji – Nenwe 132kV Double Circuit Transmission Line (41km)

2 x 132KV Line Bay Extension at Ugwuaji Substation

2 x 60MVA, 132/33kV Substation at Nenwe

Nenwe – Mpu 132kV Double Circuit Transmission Line (45km)

2 x 132kV Line Bay Extension at Nenwe Substation

2 x 60MVA, 132/33W Substation at Mpu

 

Lot 6: Omuaran – Egbe 132kV Double Circuit Transmission Line (50km)

2 x 132kV Line Bay Extension at Omuaran Substation

2 x 60MVA, 132/33kV Substation at Egbe

Obajana – Okeagbe 132kV Double Circuit Transmission Line (90km)

2 x 132kV Line Bay Extension at Obajana Substation

2 x 60MVA, 132/33kV Substation at Okeagbe

2 x 132kV Line Bay Extension at Okeagbe Substation

2 x 60MVA, 132/33kV Substation at Ose LGA HQs. Ondo State

 

Lot 7: Yola – Song – Little Gombi 132kV Double Circuit Transmission Line  (125km)

2 x 132kV Line Bay Extension at Yola Substation

2 x 60MVA, 132/33kV Substation at Song

2 x 132kV Line Bay Extension at Song Substation

2 x 60MVA ,132/33kV Substation at Little Gombi

2 x 132kV Line Bay Extension at Little Gombi Substation

Lot 8: Little Gombi – Mubi -Gulak 132kV Double Circuit Transmission Line (225km)

2 x 60MVA, 132/33kV Substation at Mubi

2 x 132kV Line Bay Extension at Mubi Substation

2 x 60MVA, 132/33kV Substation at Gulak

Pre-Qualification Pre-Requisite

Interested companies are to provide the following:

 

(1)     Copy of Certificate of Incorporation in Nigeria (Forms C02 and C07 must be attached) or overseas

(2)     Company profile, including:

  • Populated organizational structure and key professional staff with relevant experience dedicated to high voltage power lines, substations and equipment
  • Availability of requisite and appropriate skills among key staff and persons to be engaged in the project
  • Record of quality assurance / quality management system to be implemented

 

(3)     Evidence of having successfully carried out at least three (3) similar works within the past five years and/or details of on-going projects. Evidence of taking-over /certificates of performance from clients must be attached

 

(4)     When a company is in Joint Venture (JV). Partnership or Consortium agreement the role of each partner must be clearly defined in the JV agreement. Additionally, the Memorandum of Understanding (MOU) must specify the lead partner. Evidence of such a relationship must be attached.

 

(5)     For the purpose of the same job/lot, a firm can only be partner in ONE JV or consortium. Submissions for the same job/lot by JVs or Bids documents having the same firm(s) as partner(s) shall be rejected.

 

(6)     Details of utilization of Local Content in line with Federal Government of Nigeria policy (not less than 30%) and development of local expertise must be attached.

 

(7)     The applicant MUST submit an Audited Account of the company along with the corresponding 3 years Tax Clearance certificate(s), which shall be verified and the original sighted on demand.

 

Important Information:

1.       Only consultants or their duly accredited agents will be considered. Consultants facilitated by duly accredited agents must be formalized in the names of the Company

2.       Any Consultants of major power projects not in business for at least 2 years will not be considered.

 

3.       Evidence of consulting in similar projects and environments with similar climatic condition as Nigeria will be an advantage.

Purchase and Collection of Bid Document

Interested and experienced firms that meet the above criteria should purchase the Request For Proposal (RFP) document for the above services from the office of:

 

General Manager (PSPD + R  and D,) TCN,

Room 309, PHCN Corporate Headquarters, Plot 441, Zambezi Crescent,

Maitama,

Abuja.

 

The RFP document containing the scopes of work is available for collection on payment of non-refundable fee of N50,000.00 for each lot. The payment should be made by certified bank draft in favour of PHCN (TCN) Headquarters, Maitama, Abuja.

 

Submission of Documents:

Interested Applicants should submit their documentations as requested above, delivered by hand or registered mail to reach the following address on or before Monday, 17th October 2011 by 12.00 noon.

 

The General Manager (Procurement) TCN,

Room 522, Power Holding Company of Nigeria Plc Corporate Headquarters,

Plot 441 Zambezi Crescent, Maitama, Abuja,

Tel: +2348055027497.

 

Three hard copies and a soft copy of proposal are to be submitted for each item of Applicant’s choice.

 

The name and mailing address of the Applicant Company shall be clearly marked

on the envelope(s), All the information requested for Pre-qualification shall be provided in English language by all Applicants.

 

Failure to provide information / supporting document that is essential for the evaluation of the Applicant’s qualifications, or to provide timely clarification or substantiation of the information supplied, may result disqualification of the Applicant.

 

For further information and /or clarification, please contact to following e-mails:

1. asabada@hotmail.com

2. oluwafemizaccheaus@gmail.com

3. atonack@yahoo.co.uk

 

Signed:

Management,

Transmission Company of Nigeria.

Invitation to Tender at Nigerian Geological Survey Agency

Nigerian Geological Survey Agency

Invitation to Tender

The Nigerian Geological Survey Agency hereby invites sealed bids from eligible and qualified bidders to apply for the Consultancy for the supervision of geological mapping of Northeastern and Southeastern Nigeria- Cameroon border. An area stretching from Obudu Plateau through Mambila Plateau to Adamawa highlands.

 

2.         Scope/Work Specifications

i.          Supervision and monitoring of Pre field work activities including remotely sensed data gathering and interpretation.

ii.         Supervision of field systematic geological mapping on a scale of  1:50,000

iii.        Supervision  of field  sample treatment,  mineralogical and chemical   analysis,   ensuring   strict   quality   control   and standardization,

iv.        Supervision of data interpretation, compilation (1:100,000), presentation and final map production up to pre-publishing stage.

 

3.         Tender Requirements

Interested companies should submit the following along side their tender:

i.          Detailed company  profile  including  ownership structure and management

ii.         Evidence of professional qualification of key member of staff

iii.        Evidence of relevant verifiable experience of similar jobs done include letters, engagement letters etc

iv.        List of verifiable references for similar engagements

v.         Copy of valid company’s certificate of incorporation

vi.        Three- year audited accounts of company

vii.       Evidence of current three years corporate tax clearance and VAT registration

viii.      Evidence of financial capability

ix.        Evidence of compliance  with  the  provision  of Pension Reform Act 2004 with regards to operation of  Employee Retirement Saving Account (RSA) with approved Pension Fund Administrator (PFA)

 

The Agency reserves the right to verify the authenticity of claims made in tender documents submitted.

 

4.         Collection of Tender Documents

Companies wishing to apply for the above contracts are advised to collect tender documents from the Agency’s Head office located at No. 31, Shettima A. Mungono Crescent, Utako district, Abuja.

 

5.         Submission of Tender Documents

 

Tender document should be neatly enclosed in a sealed envelope and marked “Consultancy for the Supervision of Geological Mapping of North Eastern and South Eastern Nigeria- Cameroon Border” and be submitted at the address below on or before September 19, 2011 by 4pm. The bids would be opened immediately at the same venue. Bidders or their representatives are strongly advised to attend the opening session.

 

Notwithstanding submission of tender documents, the Nigerian Geological Survey Agency is neither committed nor obligated to include any company in the resultant tender outcome, which shall only be made up of companies that have qualified from the bidding process.

 

The Director-General

Nigerian Geological Survey Agency

No. 31, Shettima A. Mungono Crescent

Utako district

Abuja

ATTENTION: Procurement Officer

Pre-Qualification for Tender at Federal Neuro-Psychiatric Hospital, Barnawa, Kaduna

 

Federal Neuro-Psychiatric Hospital

Barnawa, Kaduna

Pre-Qualification for Tender

Introduction

The Federal Neuro-Psychiatric Hospital, Barnawa, Kaduna in fulfillment of its mandate to provide mental health care services and in accordance with the 2007 public Procurement Act, Invites interested, eligible and reputable contractors to pre-qualify for the execution of the following projects which are to be funded through the 2011 Federal Government Appropriation,.

 

Lot 1: Construction Work

Lot 2: Construction of Road

Lot 3: Supply of Psychotropic Drugs

Lot 4: Supply of Medical Equipment

Qualification Requirement

Interested bidders are expected to meet the following qualification requirements:

a)       Evidence of Incorporation in Nigeria (CAC forms C02 and Co7);

b)      Evidence of immediate past and three years Tax Clearance Certificate, (i.e. 2008, 2009, 2010)

c)       Evidence of registration and remittance of Value Added Tax (VAT);

d)      Evidence of compliance with the relevant provisions of the pension Reform

Act 2004;

e)       Company Profile

Evidence of key professional staff with relevant experience and registration with relevant professional bodies

Verifiable documentary evidence of similar jobs successfully executed within the last five years. Such evidence shall be in form of valid and verifiable letters of award of contract, contract agreement and completion certificate or interim payment certificates, where such jobs are still in progress.

Verifiable evidence of availability through ownership and/or leasehold of appropriate equipment /machinery to be deployed for the execution of the project

 

f)       Evidence of financial capability and availability of bank support if awarded the contract. Please note that bankers’ letter merely stating that the applicant operates an account within a turnover range is not an adequate evidence of financial Capability and therefore not acceptable

 

g)       Three years’ audited accounts of the company (2008,2009, 2010)

 

Submission of Bid Documents:

Pre-qualification documents must be delivered in a sealed envelope marker Pre-qualification, to the address below on or before 19th Monday September 2011 by 12.00 noon. Pre-qualification documents will not be collected after this period. The name and mailing address of the bidder including valid contact telephone number(s) must be clearly marked on the envelopes. Electronic bidding will not permitted.

 

The Medical Director,

Federal Neuro-Psychiatric Hospital,

Barnawa, Kaduna

 

Opening of Bids

Bids will be publicly opened in the presence of representatives of bidders, who choose to be present at the Hospital Board room at the address above at 2.00pm

on Monday, 19th September, 2011,

 

Note. Only successfully contractors who are pre-qualified wilt be contracted for tender and the hospital is not oblige to enter correspondence with any contractor by virtue of his/her application for pre-qualification.

 

Enquiries

For Enquiries, please call

08037004611, 08037030260

NB:

This advertisement shall not be construed as a commitment on the part of Federal Neuro-Psychiatric Hospital, Kaduna, nor shall it entitle responding contractors to seek any indemnity from Federal Neuro-Psychiatric Hospital Kaduna by virtue of the contractors having responded to the advertisement.

 

Signed:

Medical Director

Execution of Year 2011 Capital Projects at Independent Corrupt Practices and Other Related Offences Commission

 

 

Independent Corrupt Practices and Other Related Offences Commission

Plot 802, Constitution Avenue, Central Business Area, Abuja

 

Invitation to Tender

 

1.0     Introduction

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to tender for the execution of year 2011 Capital Projects under the year 2011 Capital Appropriation. Ref No ICPC/ITT/CAP/01/11

 

Scope of Work

The scope of work to be carried out consists of the following:

1.       Office Furniture and Fittings (ICPC/CAP/FF/001/11)

Lot 1a         – Supply of Board Room Chairs,

Lot 1b         – Supply of Visitors Chairs with handle

Lot 1c         – Supply of sets of Visitors Waiting Chairs and Conference Table with 14 chairs

Lot 1d         – Supply of Executive Desks and Executive Office Chairs

Lot 1e         – Supply of Air-Conditioners (Window)

Lot 1f          – Supply of Air-Conditioners (split unit)

Lot 1g         – Supply and Installation of 5 ton package Air-conditioners, 5 Nos. at HQs

Lot 1h         – Supply of Fans

Lot 1i         – Supply of Gubabi Fire proof safe and Office Filing Cabinet.

 

2.        Computers (ICPC/CAP/CP/002/11)

Lot 2a-Provision of Branch Office LAN – for 14 State Offices,

Lot 2b- Provision of Remote Access and VPN

Lot 2c- Electronic Document Management Software

Lot 2d- Supply of Desktop Computers

Lot 2e- Supply of Laptop Computers

Lot 2f – Supply of Scanners

3.  Computer Printers (ICPC/CAP/CPP/003/11)

Lot 3a – Supply of Laserjet (Black and White and coloured) Printers

Lot 3b – Supply of Gels Printer and Tally line Printers

4.       Photocopying Machines (ICPC/CAP/PM/004/11)

Lot4a – Supply of Photocopying Machines with speed limit of 20cpm

5.       Power Generating Set (ICPC/CAP/PGS/005/11)

Lot 5a -Supply 40KVA and 100KVA Generators (100 KVA- Generator, to be installed at the Lagos State Office)

6. Security Equipment (ICPC/CAP/SE/006/11):

Lot 6a – Supply and Installation of Steel Pedestrian Access Control Gate,

Lot 6b – Supply and Installation of Security Solar Light,

Lot 6c – Supply of Stun Gun, Digital Camera and Surveillance wrist Watch

Lot 6d – Supply and Installation of Movement monitoring /Access Control Security Device/System,

Lot 6e – Supply and installation of Lightening and Over Voltage Surge Arrester

 

7.       ICPC Training Academy (ICPC/CAP/ITA/007/11)

Lot 7a –       Supply of Executive Office Chairs, Visitors Chairs with Handle, Visitors Waiting Chair, Executive Desks, Conference Tables,

Lot 7b –       Supply and Installation of Air-Conditioners- (Split Unit) and 5 ton package

Lot 7c –       Supply and Installing of Window Blinds at the Academy

Lot 7d –       Supply of Fans, Television with Blue gate Stabilizer, Refrigerators. Water Dispenser, Shredding Machine.

Lot 7e –       Supply of Beds (4×6)- with mattress-Mouka

Lot7f –        Supply of Reading Table with Chair, Dressing table with Mirror, Drawers and stool, Dining table with 8 dining Chairs, Bathroom Mirror,

Lot 7g –       Supply of Binding Machines

Lot 10h –     Office Filing Cabinet, Gubabi Safe

Lot 7i –        Supply of Classroom Chairs with writing Table

Lot 7j –        Supply of Photocopiers

Lot 7k –       Supply of Desktop Computers

Lot 7l –        Supply and installation of 500KVA Generator

Lot 7m –      Box light Multimedia Projector, Lectern Public Address System (PAS), Rapido 4x6ft double-sided magnetic White Board, Lectern

 

3.0     Qualification to Tender

Interested and Competent contractors should submit the following qualification documents along with their proposals.

i.        Registration with Corporate Affairs Commission, including Memorandum and Articles of Association; forms CO2 and CO7 where applicable

ii.       Evidence of similar contracts executed in the test (5) five years

iii.      Evidence of financial capability and Bank’s support (this shall include certified bank statement of Account, Bank reference letter with commitment).

iv.      Company Profile indicating totals of Key Staff with their CVs

v.       The Company’s Annual audited Accounts for the last three (3) years (2008-20l0)

vi       Tax Clearance Certificate for the last three (3) years, to be valid up to December 31st 2010

vii.     VAT Registration Certificate and TIN

viii.    Evidence of registration with National Pension Commission and remittance of employees contribution\deductions to the Pension Funds Administrators.

ix.      Evidence of payment of non-refundable tender fee of N20,000, for each

project group; 1-7, to Cash Office of Finance and Accounts Department or

in Bank Draft in favour of ICPC and thereafter presented to Cash Office for ICPC receipt

x.       Any additional information that may enhance the chances of the

Company/Contractor Compliance to the above requirements, in addition to the degree of responsiveness to the Bidding Document will form the major Evaluation criteria to be considered\applied for selection of the successful contractors.

 

4.0     Collection and Submission of Tender

Tender Documents with detailed specifications are to be collected from the office of the Secretary to the Commission) upon presentation of evidence of payment of non-refundable Tender Fee of N20,000 only (by Cash or Bank Draft). Completed Tender Documents should be submitted in sealed envelope marked at the top right hand corner “Tender for… (indicate the specific project and Lot No. of intent)”, addressed to the Secretary (ICPC, Plot 802, Constitution Avenue, Central Area, Abuja and deposited same in the Tender Box at the Secretary’s Office on or before 19th September 2011.

5.0     Opening of Tender:

The Tender will be opened at 12:30 pm on the closing date, at the ICPC Auditorium, on Monday 19th September, 2011. Representatives of the Tenders, Professional Bodies, NGOs and interested members of the general public are hereby invited to witness the Bid Opening.

 

PLEASE NOTE

a)       Late submission will be rejected

b)      False claims and failure to comply with the instructions above or to provide the listed documents, may automatically lead to disqualification.

c)       Nothing in this advertisement shall be constructed to be a commitment on the part of ICPC to undertake the project, reply any company not found suitable or entitled to make any claim (s) whatsoever in respect of any expenses incurred in preparing a tender response.

For any further enquiry, contact the Office of the Secretary to the Commission.

 

Signed:

Management