Request for Proposal at ICPC/UNDP Programme Committee

 

Request for Proposal

(RFP)

 

CSOs Grassroots Governance Projects on Grassroots

Involvement in Governance

 

Production of Video and Print Documentary on “Real People, Real impact: Outcome of ICPC/UNDP Capacity Building of the Grassroots on Budget

Processes”

 

Proposals with Quotations are invited for the production of the following;

A 30 minutes video documentary that highlights an already executed capacity building training of the grassroots on strategic involvement-in budget processes and the subsequent impact of the training as testified by the trainees. The production, when commissioned, should be submitted in DVD format (10 master tapes and 5000 copies)

 

A pictorial documentary of the same in a 60 paged book format with a history of the training, highlights and successes recorded during and after the training (5000 copies). Inside: 115gm Art paper, A5 size with Landscape orientation.

 

Bidders must submit the following:

 

  • Company profile and a copy of the certificate of incorporation
  • Sample of previous work done
  • Sample of expected output
  • Cost Schedule

 

Please note, that UNDP, the funder of this project, Is exempted from all customs duly and taxes, and can provide documentation for same.

 

ICPC/UNDP Programme Committee reserves the right to reject any or all bids received and reserves the right to split awards for any of the items and place separate or Multiple Orders.

 

The Terms of Reference for this Request is available on the UNDP website. Any award resulting from this RFQ will be subject to UNDP General Terms and Conditions for commercial services (also available on the UNDP website).

 

The proposal should be submitted on or before the close of work on Thursday, 14th July 2011 in 2 sealed envelopes (One for the technical bid/proposal and the second envelop for the financial bid/quotation) both Clearly stated and also marked “Production of Video and Print Documentary on “Real People, Real Impact: Outcome of ICPC/UNDP Capacity Building of the Grassroots on Budget Processes” and addressed to:

 

The Committee Secretary,

ICPC/UNDP Programme Committee

c/o Education Department

ICPC headquarters, Plot 802 Constitution Avenue,

Central Area, Abuja, Nigeria

Attention: Mr. Baba Alaro Shuaibu 07055227073

Execution of Projects at Federal Housing Authority

Federal Housing Authority

(Established Under CAP 136 Laws of Nigeria 1990)

26 Julius Nyerere Crescent, Asokoro, P.M.B 101 Garki, Abuja

Tel: 0709 880 8518

E-mail: info@fha.gov.ng

www.fha.gov.ng

Invitation to Tender

 

Introduction

The Federal Housing Authority hereby invites tenders from suitably qualified Building and Engineering Companies for the following Works and Related Services in the Locations and Project categories as shown hereunder;

 

A: AWKA, ANAMBERA STATE

Lot 1:          Construction of 14 No. Blocks of 3-Bedroom Block of 6 Flats at Awka, Anambra State.

Lot 2:          Construction of 10 No. Blocks of 4-Bedroom Semi-Detached Duplex at Awka, Anambra State.

Lot 3:          Construction of Roads and Drains at Awka, Anambra State.

Lot 4:          Provision of External Electrification Works at Awka, Anambra State.

Lot 5:          Construction of Independent Water Supply and Provision of External

Mechanical Works at Awka, Anambra State.

B:      Makurdi, Benue State

Lot 6:          Construction of 15 No. Blocks of 2-Bedroom Semi-Detached Bungalow at Makurdi, Benue State.

Lot 7:          Construction of 50 No. Blocks of 3-Bedroom Detached Bungalow at Makurdi, Benue State.

Lot 8:                   Construction of Roads and Drains at Makurdi, Benue State.

Lot 9:                   Provision of External Electrification Works at Makurdi, Benue State.

Lot 10:        Construction of Independent Water Supply and Provision of External Mechanical Works at Makurdi, Benue State.

 

C.      Gombe, Gombe State

Lot 11:        Construction of 15 No. Blocks of 2-Bedroom Semi-Detached Bungalow at Gombe, Gombe State.

Lot 12:        Construction of 50 No. Blocks of 3-Bedroom Detached Bungalow at Gombe, Gombe State.

Lot 13:        Construction of Roads and Drains at Gombe, Gombe State.

Lot 14:        Provision of External Electrification Works at Gombe, Gombe State.

Lot 15:        Construction of Independent Water Supply and Provision of External Mechanical Works at Gombe, Gombe State.

 

D: Apo, Gudu District Abuja

Lot 16:        Construction of 7 No. Blocks of 3-Bedroom Terraced Duplex at Apo, Gudu District, Abuja.

Lot  17:       Constructs of 16 No. Blocks of 4-Bedroom Semi-Detached Duplex at Apo, Gudu District, Abuja.

Lot 18.        Construction of 19 No. Blocks of 4-Bedroom Detached Duplex Apo, Gudu District, Abuja.

Lot 19.        Construction of 5 No. Blocks of 5-Bedroomu Detached Triplex at Apo, Gudu District, Abuja.

Lot 20:        Construction of Roads and Drains at Apo, Gudu District, Abuja.

Lot 21:        Provision of External Electrification Works at Apo, Gudu District, Abuja.

Lot 22:        Provision of External Mechanical Works at Apo, Gudu District, Abuja.

 

E: KUBWA ESTATE, PHASE III ABUJA

Lot 23:        Construction of Flood control structures at Kubwa Estate, Phase III Abuja

 

F: KADO ESTATE, PHASE II ABUJA

Lot 24:        Renovation of FHA Transit Camp, Kado Estate, Phase II Abuja

 

G: GONIN GORA ESTATE, KADUNA

Lot 23:        Construction of Access road into Gonin Gora Estate, Kaduna, Kaduna State.

 

Qualification Requirement

(a)     Evidence of Registration and Incorporation by the Corporate Affairs Commission;

(b)     Valid Tax Clearance Certificate for the last three (3) years;

(c)      Evidence of VAT Registration/VAT remittances;

(d)     Evidence of National Pension Commission Registration/remittances in compliance with the provisions of the Pension Reform Act, 2004;

(e)      Company Profile including Curriculum Vitae and details of Professional – Registration of Personnel;

(f)      Verifiable evidence of previous experience in handling similar projects including List of Projects, Name of Client, Contract Value, Letters of Award/Certificate of completion;

(g)     Evidence of availability of Plant and Equipment to be used with details of

ownership, make, age etc;

(h)     Reference/Guarantee from a reputable bank;

(i)      Company audited Accounts for the last three (3) years; and

(J)      A sworn Affidavit certifying that;

 

  • All the required documents submitted are both GENUINE and UP-TO-DATE.
  • None of the Directors of the Company has ever been convicted by any court of law.
  • None of the Directors of the Company is a staff of the Authority.
  • The Company is not bankrupt or a party to liquidation proceedings in any court of law.

 

Tender Instructions

Interested Companies should collect bid documents from the Secretary, Tenders Board, Office of the Chief Executive, Federal Housing Authority after Payment of a non-refundable Tender  Fee of 25,000.00 (Twenty-five Thousand Naira) only per Lot.

 

Interested Companies should note that in view of the desire for early delivery of the Projects in Lots 1, 2, 6, 7, 11, 12, 16, 17, 18 and 19 above, successful bidders will ONLY be awarded the construction of one (1) block of each House Type.

 

Submission of Bid Documents

The completed Tender documents with a copy of the receipt of Tender Fee shall be submitted in a Sealed Envelope with the Lot No. and Description of Project to be tendered for clearly indicated at the top left corner of the envelope and addressed to:

 

Managing Director/Chief Executive,

Federal Housing Authority,

26, Julius Nyerere Crescent,

Asokoro,

PMB 101. Garki, Abuja.

 

The deadline for the submission of bid documents on or before 8th Monday August, 2011 by 12 noon.

 

All submissions will be opened at 12.30 pm on the same date at the FHA Head office, Asokoro, Abuja.

 

Please note that any tender that does not comply with the above provisions shall be disqualified. In addition, the Authority is not bound to accept the lowest or any tender.

 

Signed

Management

 

Invitation for Bids at Borno State Fadama Development Office

 

Invitation for Bids

Date: 27th June 2011

Contract identification No: BOSFDO/ADB/NCB/CW/002

ADB Loan Number, 2100150007169

ADB Loan Name: Fadama Development Project

1.       This invitation for bids follows the General Procurement Notice for this project that appeared in Development Business, Issues No. 637 of August 31, 2004

2.       The Federal Government of Nigeria has received a loan from the African Development Bank towards the cost of Borno State Fadama Development Project and intends to apply part of the funds to cover eligible payments under the Contract for Civil Works BOSFDO/ADB/NCB/CW/002

 

3.       The Borno State Fadama Development Office is responsible for coordinating the project at State level, now invites sealed bids for the following works:

 

Contract No.:      BOSFDO/ADB/NCB/CW/002

Borno Central

 

LGAs ACTIVITY BID SECUTITY
Lot 1 Portable water supply Bama Konduga Jere Ngala Ngala Drilling of 32 No Boreholes With Hand

 

Drilling of 45 No Wash Boreholes

N450,000.00
Lot 2 Livestock Development Ngala Construction Vet Clinic INO N30,000.00
Lot 3 Market Infrastructure Ngala Jere Construction of 3No Collection Centres N100,000.00

 

Borno North

LGAs ACTIVITY BID SECUTITY
Lot 1 Portable water supply Monguno Abadam  Mobbar Drilling of 27 No Boreholes With Pump.

 

Drilling of 21No Wash Boreholes

N350,000.00
Lot 2 Livestock Development Abadam Monguno Construction of 1No Vet – Clinic N70,000.00
Lot 3 Market Infrastructure Monguno Construction of 1No VIP latrine N50,000.00

Borno South

LGAs ACTIVITY BID SECUTITY
Lot 1 Portable water supply Damboa Bayo  Hawul Drilling of 27 No Boreholes With Hand Pump.

 

Drilling of 26No Wash Boreholes

N350,000.00
Lot 2 Livestock Development Damboa Bayo Construction of 1No Vet – Clinic N50,000.00
Lot 3 Market Infrastructure Hawul, Bayo, Hawul Construction of 2No VIP latrine

 

Construction of 2No Collection centres

N100,000.00

4.       Bidding is opened to all eligible bidders as defined in the Rules and Procedure under the African Development Bank Group.

 

5.       Bidders are expected to bid for complete lot. Any bid that did not cover a complete Lot will be rejected.

 

6.       Bidding documents may be obtained at Borno State Fadama Development Office, BOSADP Headquarters, Shehu laminu way Maiduguri, Borno State, upon submission of written request and on payment of N5,000.00 for a copy of document. Sales starts by 9.00 a.m -4:00 p.m. on Mondays to Thursdays and 9.00 a.m.-12.30 pm. On Fridays.

 

7.       Bids shall be valid for a period of 90 days after Bid opening and must be accompanied by bid security of an amount indicated in the invitation to bidders in local currency or its equivalent in a convertible currency, and shall be delivered to Borno State Fadama Development Office, BOSADP Headquarters, Shehu Larninu way Maiduguri, Borno State on or before 11.00 a.m. 26th July, 2011, at which time they will be opened in the presence of the bidders who wish to attend.

Signed:

State Project Coordinator

Borno State Fadama Development Office

BOSADP Headquarters

Shehu Laminu Way, Maiduguri.

Rehabilitation of Blocks of Students Hostel and Supply of Teaching and Research Equipments at Ahmadu Bello University, Zaria

 

Ahmadu Bello University, Zaria

Invitation for Pre-Qualification of Contractors for the

Year 2011 Capital Appropriation Projects in

Ahmadu Bello University, Zaria

 

Applications are hereby invited from reputable and interested Contractors with relevant cognate experience and good track record of performance for prequalification on year 2011 Capital Appropriation Projects in Ahmadu Bello University, Zaria, The projects are;

 

1.    Rehabilitation of Blocks of Students Hostel

2.    Supply of Teaching and Research Equipments

Prequalification Criteria:

The pre-qualification documents should include:

(a)     Evidence of Incorporation/Registration with Cooperate Affairs Commission (CAC).

 

(b)     Evidence of current Registration with Ahmadu Bello University category C or D and FWRB/FME/FMH/FMWH (Scanned copy of certificate required)

 

(c)      Company Current Tax Clearance Certificate for the last three (3) years (2008 – 2010) (Scanned copy of certificate required)

 

(d)     Company Audited Account for the last three years (2008-2010) certified by a chartered accountant/auditor.

 

(e)      VAT registration (Scanned copy of certificate required) and evidence of remittances in the last three years (2000-2010) 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.

 

(g)     List of similar, verifiable and successfully executed projects or ongoing by the Company with letters of award and completion certificates, in the last four years 2007-2010 only. Letters of award and interim certificates of payment should be attached for projects that are ongoing.

 

(h)     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.

 

(i)      List of Equipment owned or on tease hold by the company relevant for smooth execution of the project. Evidence of ownership and pictures with company Logo is an added advantage.

 

(j)      Evidence of remittance of pension contribution fund for staff of the company from reputable pension funds Administrators (PFA) as provided in section 16. Subsection 6(d) of the Public Procurement Act 2007.

 

(k)     Evidence of community social responsibility (if any)

 

(l)      Original documents should be available for sighting on demand during or after the opening of prequalification documents

 

Submission of Prequalification Documents

Interested contractors are to pay a non-refundable fee of N25, 000.00 to the ABU Main Campus Cash Office.

 

Prequalification documents should be bound in wax-sealed envelope with “Prequalification as Contractor” written at the top right hand corner should be addressed to the The Registrar Ahmadu Bello University Zaria and should be hand delivered into the prequalification box in the Registrar’s office, 7th floor Senate Building on or before 18th July 2011 by 12noon. Copies of the receipt of payment should be enclosed.

 

Opening of Prequalification Documents

Prequalification documents will be opened on 18th July 2011 by 1 30pm at the ABU Samaru Zaria Assembly Hall near the Convocation Square All interested members of the public especially intending contractors are hereby invited

 

5.       Please Note

(a)     Submission of pre-qualification documents to ABU ZARIA is neither a commitment nor an obligation to award contract to any Contactor or his agent.

 

(b)     Advertisement for invitation to Pre-qualification should not be construed as a commitment on the part of Ahmadu Bello University Zaria or shall it entitle any Contractor to make any claims whatsoever or seek any indemnity from abu Zaria.

 

(c)      Due diligence would be followed as all documents submitted would be verified. Past executed works, contractors’ offices, Plants and Equipment may be visited for verification. Any discrepancies found would summarily disqualify the Contractor.

 

Dr. Isah Mohammed Abbass

Registrar and Secretary to Council

 

Construction of Twin Lecture Theatre at University of Ado-Ekiti

University of Ado-Ekiti, Nigeria

P.M.B. 5363, Ado- Ekiti

www.unad.edu.ng

Invitation for Pre-Qualification and Tender Exercise of Contractors for 2010 BOT ETF special Intervention for The Construction of Twin Lecture Theatre

 

1.0 Introduction

In line with the requirement for due process for award of contract for capital projects, the University of Ado-Ekiti wishes to invite competent qualified contractors to Pre-qualify and tender for: – Construction of Twin Lecture Theatre

 

2.0 Pre-Qualification Requirements

Interested contractors are invited to submit the following document

  1. Evidence of registration with the Corporate Affairs Commission
  2. Evidence of registration as contractors with the University of Ado-Ekiti Nigeria.
  3. Evidence from the companies bankers as to their financial capacity-capability to undertake the project.
  4. Evidence of tax clearance certificate for the last three years (State and Federal).
  5. Evidence of VAT payment.
  6. Evidence of presence of company in Ekiti State.
  7. Evidence of qualified technical and professional staff.
  8. Evidence of acquisition of specialized equipment. (Provide receipts, pictures, etc,)
  9. A comprehensive company profile to include verifiable evidence of execution of similar jobs in academic environment. (Provide letter of award of Contract and Completion Certificate for each of the projects.)
  10. Evidence of pension scheme for company Staff.

 

 

Note: Documents are to be arranged and submitted as itemized in i-ix

above.

 

3.0 Verification of Claims

Interested contractors must note that the University of Ado-Ekiti reserves the right to verify claims made in the pre-qualification documents submitted by them.

 

4. 0   Pre-Qualification and Tender Fees

Contractors are to pay a non-refundable processing fee N50, 000 for the project. The fee should be paid in bank draft and addressed to the University of Ado- Ekiti.

 

5.0     Submission of Documents

  1. 1. The  pre-qualification application with all the required supporting documents should be neatly packaged, bounded and forwarded in sealed envelopes and marked at the top left corner “ The University of Ado- Ekiti Project: Prequalification for the construction of twin lecture theatre”
  2. 2. The completed Tender documents collected from Physical Planning Department, University of Ad- Ekiti must be sealed in an envelope marked “Tender document for the construction of twin lecture theatre”.

The companies submitting the pre-qualification and tender document should write the name and phone number of a contact person at the bottom left corner of the TWO envelopes. This will allow for prompt communication. The Pre-qualification and Tender documents must reach the University on or before Tuesday 19th July. 2011 by 10 a.m.

 

Please note that:-

  1. The pre-qualification and tender paper will be opened on Tuesday 19th July by 11 a.m. in the Senate Chamber of the University.  All those who would have submitted their documents by the deadline are invited to the meeting for the opening of the Pre-qualification and tender documents

 

  1. Only the tender documents of pre- qualified contractors will be opened.

 

  1. The TWO parcels (Pre-qualification and tender) should be addressed to:

The Registrar

University of Ado-Ekiti,

P.M.B. 5363, Ado-Ekiti, Nigeria.

 

It is emphasized that current registration with Corporate Affairs Commission. Abuja and the University of Ado-Ekiti compulsory and nonnegotiable

 

Contractors are expected to adhere strictly to ALL instructions as non -compliance may constitute a ground for disqualification

 

OMOJOLA AWOSUSI, Ph.D

Registrar