Procurement of Office Equipment at the Infrastructure Concession Regulatory Commission (ICRC)

Invitation for Bids (IFB)

NIGERIA

Issuance Date: July 25th, 2011

1.         The Federal Government of Nigeria has applied for a credit from the International Development Association  towards the cost of Public Private Partnership (PPP) Project, and it intends to apply part of the proceeds of this credit to pay contract for the Procurement of office equipment.

 

2.         The Infrastructure Concession Regulatory Commission (ICRC) now invites sealed bids from eligible bidders for the supply and installation of online backup storage media, firewall, and office equipment listed below.

 

Lot No. Description Qty Delivery Period Bid

Security

Delivery
1. SAN Various 60 Days 2.5% of the bid price ICRC No. 3, Suleiman Barau Crescent, Aso Villa Abuja
2. Backup (onsite, Offsite Online)
3. Firewall (Equipment and Security Applicances)
4. Backbone Core/Access Switches
5. Router, Racks & Accessories
Lot No. Description Qty Delivery Period Bid

Security

Delivery
1. SAN Various 60 Days 2.5% of the bid price ICRC No. 3, Suleiman Barau Crescent, Aso Villa Abuja
2. Backup (onsite, Offsite Online)
3. Firewall (Equipment and Security Applicances)
4. Backbone Core/Access Switches
5. Router, Racks & Accessories

 

 

Bidders may bid for one or more lots and discounts offered will be considered in bid evaluation. Evaluation o’ and award of contracts shall be on lot-by-lot basis.

 

4.         Bidding will be conducted through National Competitive Bidding Procedures and is open to all bidders from eligible source countries as defined in the guidelines.

 

5.         Interested eligible bidders may obtain further information from the Infrastructure concession Regulatory Commission  No 13, Suleiman Barau Crescent, Aso Villa, Abuja and inspect the bidding documents at the address given below from 8:00 am 4:00 pm Local time (Mondays Fridays).

 

6.         A complete set of bidding documents in English Language may be submission of a written application to the above and upon payment of a non-refundable fee of Fifteen Thousand Naira (N15,000.00) or  in a freely convertible currency and in form of cash or Bank Draft Concession Regulatory Commission.

 

7.         Bids must be delivered to the address below on or before 11 .00am Monday, August 22nd 2011.  All bids must be accompanied by a Bid Security of at least 2.5% of the bid price. Late bids will be rejected. Bids will be opened in the presence of bidders’ representatives, who choose to attend at 1 1.00am on Monday. August 22nd , 2011 at the address below:

 

Signed:

Engr. Mansur Ahmed

The Director General

Infrastructure Concession Regulatory Commission

No. 13, Suleiman Barau Crescent, Aso Villa

Tel: 09-4604900

E-mail: info@icrc.gov.ng

Invitation for Technical and Financial Bids for Various Projects in 2011 at Federal Ministry of Water Resources

Federal Government of Nigeria

Federal Ministry of Water Resources

Hadejia Jama’are River Basin Development Authority

PMB 3168 Maiduguri Road, Hotoro, Kano

Invitation for Technical and Financial Bids for Various Projects in 2011

 

The HadeJia – Jama’are  is one of the River Basin Development Authorities under the Federal Ministry of Water Resources is responsible for surface and underground water resources development in Kano, Jigawaand Bauchl States.

 

In pursuance of the policy objectives of the present democratic Government, this Authority as part of its statutory mandate is undertaking various projects in the year 2011 within its area of operation. Therefore reputable and interested companies are invited to tender for any of the following categories of works:

Consultancy

Reputable Consulting firms including Joint Venture (JV) to submit technical and financial proposals in response to the Request for proposals to be issued by the Authority for Consultancy Services for:

LOT  A,       Design Review of Bebeji Earth Dam,

WORKS

 

LOT  B1.1  Drilling and Equipping of Solar powered and Hand pump Boreholes at various locations within Authority’s area of jurisdiction (Kano, Jigawa and Bauchi States).

LOT  B1.2  Misau/Hardawa regional Water Supply, Bauchi State,

 

LOT  B1.3  Drilling and Equipping of 10 Nos Solar powered Boreholes in Kano North

Senatorial District, Kano State.

LOT  B1.4  Drilling and Equipping of Hand pump Boreholes in Kano North Senatorial

District Kano State.

LOT  B1.5  Drilling and equipping of 15 Nos Solar Powered prototype community

Boreholes in some locations of Kano Central Senatorial District,

LOT  B1.6  Water Supply in Ningi, Ganjuwa,  Darazo, Misau and Dambam LGas, Bauchi State

 

LOT  B1.7  Drilling and Equipping of Solar powered Boreholes in Kiyawa LGA, Jigawa

State.

LOT  B1.8  Drilling and Equipping of Solar powered Boreholes in Dutse LGA, Jigawa State

LOT B1.8             Drilling and Equipping of Solar powered Boreholes in Dutse LGA, Jigawa State.

LOT B1.9             Drilling and Equipping of Solar powered Boreholes in Buji LGA, Jigawa State.

LOT B1.10           Drilling arid Equipping of Solar powered Boreholes in Birmn Kudu LGA, Jigawa State.

LOT B 1.11          Drilling and Equipping of Solar powered Boreholes in Gwaram LGA, Jigawa State

LOT 81,12           Drilling and Equipping of Solar powered Boreholes in Jahun LGA, Jigawa State.

LOT B1.13           Drilling and Equipping of Solar powered Boreholes in Miga LGA, Jigawa State.

LOTB1.14 Drilling and Equipping of Solar powered Boreholes in Auyo LGA, Jigawa State.

LOT61.15   Drilling and Equipping of Solar powered Boreholes in Kafin Hausa LGA, Jigawa State.

LOTB1.16 Drilling and Equipping of Solar powered Boreholes Kirikasamma LGA, Jigawa State.

LOTB1,17 Drilling Equipping of Solar powered Boreholes in Birniwa LGA, Jigawa State

LOT B1.18           Drilling and Equipping of Solar powered Boreholes in Malam Madori LGA.

Jigawa State

LOTB1,19 Drilling and Equipping of Solar powered Boreholes at Wardawa and Shafe in  Gwiwa LGA, Jigawa State.

LOT B1.20           Drilling and Equipping of Solar powered Boreholes at Katsinawa. Yankwash and Zoro in Yankwashi LGA, Jigawa State

LOT B1.21 Drilling and Equipping of Solar powered Boreholes at Maje, Gerawa and Kaya in Roni LGA, Jigawa State

LOT B1.22 Drilling and Equipping of Solar powered Boreholes at Fitori, Dandi and Kazaure in Kazaure LGA, Jigawa State

LOT B1.23 Drilling and Equipping of Solar powered Boreholes at Kazamimmi, Batali and Garanguduma in Babura LGA, Jigawa State

LOT B1.24 Drilling and Equipping of solar powered Boreholes at Sungungu, Gwarzon Garki and Garki LGA, Jigawa State

LOT B1.25 Drilling and Equipping of solar powered Boreholes at Yandutse, Yakasawa and Dabi in Ringim LGA, Jigawa State

LOT B1.26 Drilling and Equipping of solar powered Boreholes at Gujungu and Kiri in Taura LGA, Jigawa State

LOT B1.27 Drilling and Equipping of Solar powered Boreholes at Albasu and Dangwanki in Sule Tankarkar LGA, Jigawa State.

LOT B1.28 Drilling and equipping of Solar Powered Boreholes at Gagarawa and Yalwa in Gagarawa LGA, Jigawa State

LOT B1.29           Drilling and Equipping of solar powered Boreholes at Gumel Town and College of Education, Gumel in Gumel LGA, Jigawa State

LOT B1.30 Drilling and Equipping of solar powered Boreholes at Galadi, Motaya and Maigatari in Maigatari LGA, Jigawa State

LOT B1.31 Drilling and Equipping of solar powered Boreholes at Primary Health Care Centre, Sumaila in Sumaila LGA, Kano State

LOT B1.32 Drilling and Equipping of hand pump Boreholes at Kano Municipal LGA, Kano State

LOT B1.33 Drilling and Equipping of solar powered Boreholes at Filin Mushe, Sani Mainagge, Dala LGA, Kano State

LOT B1.34 Drilling and Equipping of solar powered Boreholes at Fafan Bude da Kwabo, Yakasai Quarters, Municipal LGA, Kano State

LOT B1.35 Drilling and Equipping of solar powered Boreholes at Kofar Gidan Sarkin Shanu, Yakasai Quarters, Kano State

LOT B1.36 Provision  of water at Chinade Town, Katagum LGA Bauchi State.

 

LOT B2     Construction of Small Irrigation Schemes and Associated Works

LOT B2.1   Construction of Tube wells and accessories at Kano North Senatorial District.

LOT B2.2   Construction of tubes wells and accessories within Warawa, Dawakin Kudu and Environs, Kano Central Senatorial District

LOT B2.3   Katagum Irrigation Project, Bauchi State

LOT B2.3 Rehabilitation of Large Scale Irrigation Infrastructures

LOT B3.1   Rehabilitation of Tiga Dam/Ruwan Kanya Reservior and Hadejia Barrage

 

LOT B4.     Construction of Small Earth Dam

LOT B4.1   Construction of small Earth Dam at Katagum, Bauchi State

LOT B4.2   Construction of Earth Dam at Azare, Gujba LGA

 

2.0              Eligibility Criteria

2.1              For Consultancy Services

a)                Full name and address of the company including GSM number of contact official

b)                Evidence of Registration with Certificate of Incorporation (CAC) by inclusion of certificate of incorporation and Article of Association

c)                Evidence of payment of Tax for the year 2008, 2009 and 2010

d)                Copies of Auditors report and financial statement of the company for 3 years (2008, 2009 and 2010)

e)                Evidence of execution of similar jobs at least  for 5 jobs of similar nature and complexity  with verifiable letters of contract award and certificate of job completion

f)                 Copies of VAT Registration and evidence of past remittance completed plus FIRS PIN  Number

g)                Evidence of payment of Pension Contribution in respect of staff

h)                Evidence of financial capability/reference letter from a reputable bank for JVs include MOU

j)                 Evidence of Registration with professional bodies such as ARCON, COREN, ICCON and IPAN, etc

k)                Possession of satisfactory Quality Assurance/Quality Control Manual

 

For Works:

a)       Evidence of registration with Corporate Affairs Commission by inclusion of certificate of incorporation and Articles of Association.

b)      Last 3 years Tax Clearance Certificate

c)       Detailed Company Profile

d)      Possession of experience as a Main Contractor in at least five (5) projects of similar nature and complexity with verifiable letters of award and certificates of completion within the last 5 years (to comply with this requirement, works quoted should be at least 70% physically completed).

e).               Evidence of pension and social security Contribution

f).      Copies of VAT Registration and evidence of past remittance completed plus FIRS PIN Number,

g).       Copies of Auditors report and Financial Statement of the Company for 3 year (2008, 2009 and 2010.)

 

3.0     Collection of Tender Documents

Qualified companies shall on application collect (Standard Bidding  Documents Technical and Financial), from 12 noon Monday 25th July, 2011 from:

 

Office of the Ag. Head of Procurement

HadeJia-Jama’are River Basin Development Authority,

Maidugurl Road, Hotoro, Kano.

 

Upon the presentation of evidence of payment of non-refundable tender fee of N30,000.00k for works into the Authority’s account.

 

The request for proposal (RFP) for projects under (A) i.e Consultancy will be collected at no cost

 

4.0     Submission of Tender  Document

4.1     Completed Technical and Financial bids (Two copies} shall be submitted in two different seated envelopes and labeled “Technical Bid” and “Financial Bid” with the Company name indicated at the hack of each envelope. Both envelope marked “Project Name” at the top right hand comer and addressed to:

 

The office of t he Ag Head of Procurement

Hadejia-Jama’are River Basin Development Authority,

Maiduguri Road, Hotoro, Kano.

4.2     The closing date for the submission for all the project is on or before 12:00 noon 22nd August, 2011.

 

4.3     The Technical bids will be opened same day by 1:00p.m. at the Authority’s Board room

4.4     Only firms whose technical bids fulfils the minimum requirements would have their financial bids considered.

4.5     All inquiries should as the case may be directed to;

 

The Executive Director (Engineering)

Hadejia-Jama’are River Basin Development Authority,

P.M.B. 3168, Maiduguri Road, Hotoro, Kano.

 

5.0 Disclaimer and Conclusion

5.1     This announcement is published for information purposes only and does not constitute an offer by the Authority to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the Authority to procure concession services.

 

5.2     The Authority will not be responsible for any costs or expense incurred by any interested party (ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry.

 

5.3     The Authority pledges fair and equal treatment of all participants but is not bound to short list any bidder and reserves the right to annul the selection process at any time without incurring any liabilities.

 

Signed

Alhaji Abdu Dahiru

Managing Director

Hadejia-Jema’are River Basin Development Authority, Kano

Invitation for Pre-Qualification for the Execution of Year 2010 ETF BOT Special Intervention Projects at Federal College of Education, Zaria

Federal College of Education, Zaria

PMB 1041 Zaria, Kaduna State

(Office of the Registrar)


Invitation for Pre-Qualification for the Execution of Year

2010 ETF BOT Special Intervention and years 2009/2010

(Merged) ETF Intervention in Library Development Projects:

 

I)       Rehabilitation of Home Economics Department  –        FCE/ZARIA/BOT-SP/ETF/10/01

II)      Rehabilitation of School of languages Complex  –                  FCE/ZARIA/BOT-SP/ETF/10/02

III)     Rehabilitation of School of Arts & Social Sciences Complex –                  FCE/ZARIA/BOT-SP/ETF/10/03

IV)    Rehabilitation of School of Education Complex  –                  FCE/ZARIA/BOT-SP/ETF/10/04

V)      Procurement of Library Books.

Pre-Qualification Requirements:

Those interested in the pre-qualification process are required to submit comprehensive information as follows:

a)       Evidence of registration with Corporate Affairs Commission

b)      Evidence of Tax Clearance Certificate for the last three (3) years

c)       Company audited account for the last three (3) years

d)      Evidence of financial capability and Banking support to undertake the project

e)       Verifiable list and documentary evidence of similar jobs successfully executed with their locations within the last three (3) years (Include photocopies of letters of awards and practical certificates)

f)       List of key personnel to be involved in the project(s) stating their qualification and registration with relevant professional bodies, where applicable (Enclose photocopies of credentials) for project I-IV

g)       List of plants and equipment to be used for the Project(s) for Project I-IV

h)      Annual turn-over of the Company

i)       Evidence of compliance with requirements of Pensions Act, 2004

j)       VAT registration and evidence of past VAT remittances

k)      Originals of documents (a and b) must be produced for sighting

Submission of Pre-Qualification Documents

The pre-qualification documents should be sealed and submitted in an envelope marked:

 

Pre-qualification for …………………………. (The Particular project in respect of which pre-qualification is south must be clearly written at the back of the envelope).

The sealed envelope should be addressed to:

The Registrar,

Federal College of Education,

Zaria

Opening of Pre-Qualifications

Contractors or their representatives and NGOs are invited to the public opening of the pre-qualifications at the College Conference Room on Tuesday 23rd August, 2011 at 12:30 pm.

Notes

i)       All pre-qualification documents shall be rendered in English language and spiral bound ,

ii)      Fake/suspicious documents attract disqualification and may be handed over to appropriate government agencies for necessary action.

iii)     This advertisement shall not be construed as a commitment on the part of the College authorities nor shall it entitle any Contractor/ Company to make any claim or seek indemnity from the College. The College reserves the right to reject all or any submission (s) that does not meet the specified requirements,

iv)     Only Submissions made before 12:00pm 23rd August, 2011 and deposited in the designated box at the Registrars office shall be entertained.

v)      Only pre-qualified Contractors/Companies shall be invited to tender

 

Signed

Mallam Sani Yusufu

Ag.  Registrar

 

 

Invitation for Pre-Qualification at Federal College of Education, Kontagora

Federal College of Education

P.M.B. 39, Kontagora, Niger State

Invitation for Pre-Qualification

The Federal College of Education, Kontagora wishes to advertise the invitation for pre-qualification of contractors/suppliers, of the under listed Capital Projects under year 2011 Capital Budget of the College. To this end, competent contractors/suppliers are invited to apply for pre-qualification as contractors for the projects below:

The list of projects include:

LOT1.         Procurement of Utility Vehicles

LOT 2.        Renovation of the College out door Sports Complex/Facilities

LOT 3.        Computerization of Accounting Records

LOT 4.        Construction of College Guest House

LOT 5.        Furnishing of Academic and Non-Academic Staff Offices

LOT 6.        Rehabilitation of Student Hostels

LOT 7.        Capacity Building for Staff

 

 

2)      Pre-qualification Requirements

a)       Evidence of Incorporation/Registration with Corporate Affairs Commission

b)      Evidence of Tax clearance for the last three years (2008-2010)

c)       Evidence of VAT registration and Remittance for the past three years (2008 -2010)

d)      Company Audited Account for the last three years (2008 -2010)

e)       Company Profile which must include Names, Qualifications and experience of Key Personnel

f)       Evidence of compliance with the provision of Pension Reform Act 2004,

g)       Evidence of financial capability and Bank support reference.

h)      Evidence of Registration with the College as a contractor.

i)       List of similar projects previously undertaken including letters of award, completion/certificates, completion period and project cost.

j)       List/type of construction equipment including an indication of whether owned or lease, for owned equipment, evidence of ownership shall be required (for construction project).

k)      Bidders must not be in receivership.

I        Must not have any director who has been convicted in any country for any criminal offence relating to fraud or financial impropriety.

m)     Bidders should swear an affidavit with a disclosure that no any staff of FCE, Kontagora a former or present Director, shareholder or has any pecuniary interest in the company.

 

 

Additional Information

a)       This is not an Invitation to tender. Only successful Pre-qualified companies will be invited to participate in the bidding exercise.

b)     This advertisement for Pre-qualification should not be construed as a commitment on the part of the College, nor shall it entitle any contractor to make any claims whatsoever and/or seek any indemnity from the College.

c)       The College reserve the right to verify any of the documents submitted, any discrepancies found would disqualify the contractor,

d)      Late submission will not be considered under any circumstance

4)      Submission of Pre-Qualification Documents

 

The should be sealed and marked “Pre-Qualification for the Respective projects’ and submitted in duplicate to:-

The Registrar,

Federal College of Education,

P.M.B. 39,

Kontagora,

Niger State

 

To reach her on or before 9th August, 2011

 

 

Signed:

Aishat, Y. M Bukar (Mrs)

Registrar and Secretary to Council

Invitation for Expression of Interest for Engagement as Consultants on the Year 2011 Capital Projects at Federal College of Education, Zaria

Federal College of Education, Zaria

Invitation for Expression of Interest for Engagement as Consultants on the Year 2011 Capital Projects

 

The Federal College of Education, Zaria invites interested and reputable consultants to express interest for consultancy services on the following projects admitted in the year 2011 Appropriation:

 

1.       Construction of PHE Gymnasium

2.       Construction of Bursary Complex

3.       Construction   of New Science Laboratories/ Workshops

4.       Revaluation and   Identification   of College Assets

5.       Staff Capacity Building

 

In view of this, interested and suitably qualified firms are invited to submit their   expression of interest proposal which shall be rendered in English Language.

 

Scope of the Work

The scope of the work covers both pre and post-contract consultancy services in respect of projects 1-3, which include but not limited to:

 

1.       The preparation of Preliminary designs and estimate

2.       Advising on cost alternative contract

3.       Production   of detailed   working drawings

4.       Preparation of Bills of Quantities, Articles of Agreements, checking of tender and preparation of tender report.

5.       Normal site supervision

 

 

Qualifying Criteria

Those interested in the process are required to submit comprehensive technical and financial information as follows:

a)       Name of Firm, Postal address, Telephone Number, e-mail address where correspondence can be directed and Finn’s representative

b)      Evidence of incorporation or Registration of Business Name

c)       Firm’s 3 years’ Audited Account

d)      Evidence of Tax Clearance for the last 3 years

e)       Evidence of financial capability and Banking Support

f)       Experience / Technical qualification I and experience of key personnel

g)       Evidence of similar projects executed 1 in the past and referees from whom       confirmations may be sought

h)      Evidence of Technical capability

i)       Annual Turnover

j)       Evidence of compliance with Pensions Reforms Act, 2004

k)      VAT Registration and Evidence of past remittances

 

Additional Information

This advertisement shall not be construed as commitment on the part of the College, nor shall it entitle any firm to make any claims whatsoever, or seek any indemnity from the College by virtue of such firm having responded to this advertisement In addition, the College reserves the right to reject any or all the submissions that do not meet the specified requirements.

Note that all cost (s) incurred pursuant to this advertisement shall be borne by the responding firm.

Submission of Documents

The documents should be sealed in an envelope and clearly marked “EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES”. The particular project in respect of which interest is expressed shall be clearly indicated

 

Firms interested should submit the required documents, in the duplicate to:

The Registrar,

Federal College of Education,

Zaria.

 

The documents should reach him at or before 12:00 noon on 9th August, 2011, Documents submitted thereafter shall not be considered.

Signed

Mallam Sani Yusufu Magaji

Ag. Registrar