Construction of Projects at Niger Delta Development Commission (NDDC)

Niger Delta Development Commission (NDDC)

167, Aba Road, Port Harcourt, Rivers State www.nddc.gov.ng

 

Invitation to Tender

 

Introduction

The Niger Delta Development Commission (NDDC) was established by the NDDC Act of 2000 to, among other things, conceive plans and implement programmes and projects for the sustainable development of the Niger Delta Region.

 

In order to ensure the delivery of quality projects to our stakeholders, the Commission advertised for the Expression of Interest from contractors on the Commission’s Notice Boards, websites and some national dailies. The result of the Pre-qualification exercise is posted on the Commission’s notice board in the headquarters. Pursuant to this pre-qualification exercise, the Commission wishes to invite Pre-qualified Contractors to bid for the under listed projects in the three states of the Niger Delta Region:

 

Project Description State
1 Construction of Link Road to apoi Bayelsa
2 Installation of 2x 30MVA TXM Substation at Ugo Edo
3 Construction of Buguma Internal Roads Rivers

 

 

Tender Guidelines:

All pre-qualified Contractors are expected to confirm their pre-qualification status by checking their names on the Commission’s notice board in the headquarters and NDDC State offices across the nine states. Only pre-qualified Contractors may obtain a complete set of the tender documents written in English Language, on the payment of a non-refundable Bank draft fee of N50, 000.00 (fifty thousand naira) only payable to Niger Delta Development Commission, at the address stated below upon the presentation of:

 

  • Original copy of CAC registration for sighting;
  • A Letter of Commitment that the Contractor shall employ, at least.
  • 5 graduates and 5 technicians of the host community in the execution of the project;
  • Evidence of Financial Capability and Banking Support in the form of a Certified Bank Statement with six months history excluding the month of collection/submission of tender. Please note that only contractors with Bank’s Statements of N300million and above within the last six months are eligible to tender for jobs above N500million.
  • Each pre-qualified contractor is allowed to bid for only one of the above listed projects in any state of his choice.

 

 

Other Relevant In Formation

  • All cost incurred by any Contractor in the bidding process are to be borne entirely by the Contractor and the Commission is not liable in any way to any contractor throughout the duration of the exercise.
  • The Commission reserves the right, to reject any of the bids, before the award of contract, if information submitted by the Contractor is found to be false.

Submission of Bids

Completed tender documents written in English Language should be submitted in sealed envelopes marked with the appropriate job title on, top left corner and addressed to:

 

The Procurement Unit

Niger Delta Development Commission

167, Aba Road, Port Harcourt

Validity Period of Tendering

The tender documents must be collected at the address above not later than 2pm, Thursday, 16 June, 2011 and must be submitted, on completion, back to the same address not later than 12 noon, Wednesday 29th June, 2011.

 

 

 

Opening of Bids

Bids will be opened as prescribed in the Public Procurement Act, 2007 on the ground floor of NDDC Headquarters, 167 Aba Rd Port Harcourt at 2pm, Wednesday 29th, 2011

 

Signed

Management

Procurement of Office Equipment/Information Technology Platforms /Alternative Power Backup at Science and Technology Education Post-Basic Project, University of Lagos

Federal Government of Nigeria

Federal Ministry of Education Science and Technology Education

Post-Basic Project Step-B Project University of Lagos,

Centre of Excellence Akoka, Yaba, Lagos State,

 

Issuance Date: March 28, 2011

 

(IDA CREDIT NO. 4304 UNI)

Invitation For Bids (IFB)

Procurement of Office Equipment/Information Technology Platforms /Alternative Power Backup

 

IFB NO: UNILAG/COE/NCB/GDS/01/11

1.      This invitation for Bids follows the General Procurement Notice for this Project

that appeared in Development Business, issue No. 591 of 2nd July, 2007 and in four National Dailies of the same date.

 

2.       The Federal Government of Nigeria has received a credit from the international Development Association (IDA) towards the cost of science and Technology Education Post -Basic Project (STEP B PROJECT), and it intends to apply part of the proceeds of this credit to payments under the contract for the procurement of office equipment or information technology platform or alternative power backup IFB No. UNILAG/COE/NCB/GDS/01/11.

 

3.       The Science and Technology Education Post-Basic Project), now invites sealed bids from eligible and qualified bidders for the procurement of the following.

 

Lot No. Description Quantity Delivery

Period

Bids

Security

Location

1. Office equipment and materials Various as stated in the technical specification 60 Days At least 2.5% of bid price Unilag Unijos & NFI, Jos
2. Information technology platform Various as stated in the technical specification 60 Days At least 2.5% of bid price Unilag Unijos & NFI, Jos
3. Alternative Power backup Three (3) as stated in the Technical specification 60 Days At least 2.5% of bid price UniLag

 

The Project Manager,

Step-B Project Officer

Old Senate Building

University of Lagos

Akoka, Yaba, Lagos State.

 

Bidders may bid for any one or more lots and discounts offered for the award of combined lot will be considered lots will be considered its bid evaluation.

 

1 .      Bidding will be conducted through the National competitive Bidding (NCB) a procedure specified in the World bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from eligible source Countries as defined in the Guidelines.

 

2.       Interested eligible bidders may obtain further  from the Science and Technology  Education Post-Baste (STEP B) Project Office and inspect the bidding documents at the address given below between the hours of 10:00am to 4:00pm Mondays to Fridays, except on public holidays.

 

3.       Qualification requirements include:  (1) Evidence of  previous supply (sales) of office equipment/information  technology platform/alternation power backup as the ease may be for the last 5 years, (ii) Audited Financial Statements for the last 3 years, (iii) Evidence of registration with appropriate/relevant government Agency. A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding document.

 

4.       A complete set of Bidding Documents in English may be purchased by interested Bidders on the submission of a written application to the addressed below and upon payment of a non-refundable fee of N 10,000.00 (Ten thousand Naira) only. The method of payment will be by cash. Certified Cheque or Bank Draft in favourof Unilag Science and Technology Education Post-Basic ( STEP B) Project. The Bidding documents will be collected by the representative of the Bidder or by courier services on request.

 

5        Bid  must be delivered to the address below at or before 12 noon local time on Monday April 25th , 2011. All bids must be accompanied by a Bid security of at least 2.5% of bid price in local currency or an equivalent amount in a freely convertible currency.

 

6.       The addressed referred to above is:

 

Signed:

Prof. O.A. Sofola

Project Manager (UNILAG STEP-B)

 

Construction of Mechanical Engineering Complex at Osun State Polytechnic, Iree

Osun State Polytechnic, Iree

Invitation for Pre-qualification and Tender  for 2010 ETF special Intervention Project

This is to invite interested contractors to submit Tender bids for the 2010 ETF Special intervention Project in the Polytechnic for the Construction of Mechanical Engineering Complex

 

 

(A) Pre-Qualif1cat1on and Tender Criteria;

Interested contractors are required to submit the following pre-qualification documents:

 

  1. Evidence of registration as a contractor with Osun State Polytechnic, free;
  2. Evidence of Registration of Business Premises with Osun State Government;
  3. Evidence of registration with the Corporate Affairs Commission;
  4. Company profile and organisational structure including names and resumes of key personnel and directors;
  5. Memorandum of Association;
  6. Evidence of financial strength, credit worthiness and solvency;
  7. Tax clearance certificate for the last three (3) years;
  8. Evidence of payment of Osun State Capital Development Levy;
  9. Verifiable list of previous/similar major works carried out in the recent past and evidence of knowledge of the industry;

 

Submission

All interested bidders are to collect Tender Documents from office of the Secretary, Tenders Committee Osun Polytechnic Iree after the payment of the Tender fee of one   hundred   and   fifty   thousand   naira (N150. 000,00) only at the Bursary Department.

 

All Pre-qualification and Tender documents must be separately to the office of the Secretary, Tender committee, Osun State Polytechnic, Iree on or before Friday 1st July, 2011 latest by 10 am and to be clearly marked “Pre-Qualification Documents” and tender Documents”.

 

 

The contact person’s name, GSM number and contact address should be indicated at the back of the sealed envelope.

 

 

Opening of Tender bids shall be done at the Tenders Committee meeting of Thursday 14th July, 2011 in the institution’s Board Room at 11am. The bidders are expected to be present at the meeting.

 

 

The Polytechnic is not under any obligation to accept the lowest or highest bid(s).

 

Signed

Bursar and Secretary to Tenders Committee

Osun State Polytechnic, Iree.

 

Invitation to Tender for Dualization of Uyo – Ikot Ekpene Road at Akwa Ibom State Government

Akwa Ibom State Government

General Procurement Notice and Invitation to Tender for Dualization of Uyo – Ikot Ekpene Road

1.       Introduction

In compliance with the Public Procurement Act 2007 the Akwa Ibom State Government wishes to notify the public of its desire to dualise the Uyo – Ikot Ekpene Road, In view of the above, interested and established Construction Companies, with proven experience expertise personnel profile and requisite equipment for timely execution are hereby invited to collect the tender documents as listed in item 3 below.

 

 

2.       Scope of Work

The scope of work shall include but are not limited to Road Works, inclusive Outfall drains, as follows:

  1. 26km dual main-carriageway both sides with hard shoulders; total 4 lanes with median, shoulder, kerbs, drainage, street lighting on main-carriageway, inclusive surface drainage.
  2. Optional item for next phases: Construction of Flyovers and bridges.
  3. Optional item for next phases: Extension approx. 20km road works to Abia State.

 

 

3.        Construction Period

The construction works have to start latest on 1st September, 2011.

All works have to be finished after a construction period of 24 months

 

4.       Requirements

Competent Contractors refer to those registered with Akwa Ibom State Finance and General Purposes Committee under Civil Works, CATEGORY H (Building/Civil Engineering) and are in possession of valid Registration Certificates.

 

 

Interested construction companies may wish to Tender for this project by paying a non-refundable Tender fee of N1,000,000.00 (One Million Naira) only to the Sub-Treasury, Uyo and thereafter submit the original Treasury Receipt with photocopies to the Secretary, Finance and General Purposes Committee (FGPC), Governor’s Office Complex, Uyo, for collection of tender documents.

 

5.       Completed and signed tenders should be accompanied with the following: Affairs

  1. Evidence of Registration with the Corporate Affairs Commission (CAC).
  2. Evidence of current registration with the Akwa Ibom State  Finance and General Purposes Committee in Category “H” as Building/Civil Engineering Contractor.
  3. Tax Clearance Certificate for the last three (3) years verifiable from Federal Inland Revenue Service.
  4. Article of Memorandum of Association of the company.
  5. List and verifiable documentary evidence of similar jobs, particularly Road Works and Bridge Works successfully executed (or being executed) in the last five (5) years with a minimum contract sum of N5,000,000,000.00 (Five Billion  Naira)  each  including  their  letters  of award, contract agreement and relevant completion certificates or valuation where the jobs are on-going.
  6. List of equipment to be used for the projects and their locations. State whether the equipment is on lease, hired or owned.
  7. List of key professionals registered with COREN etc to be attached to the project, their qualification and experience.   Enclose   photocopies   of   professional certificates where applicable.
  8. Audited account of the bidder for the last three years duly endorsed by a firm of Chartered Accountants, A requirement is a turnover of at least N10bn in each of the last three years.
  9. Bank Statement of the company for the last two (2) years.
  10. Letter authorizing the Akwa Ibom State Government and their representatives to cross check the submitted company’s account

 

 

 

The completed bid must be sealed in an envelope and clearly marked TENDER FOR THE DUALIZATION OF UYO – IKOT EKPENE ROAD”

 

6.  All documents submitted will be subjected to verification from relevant agencies.

6.0       The COMMITTEE may at its discretion, reject any Tender which does not    conform with the basic tendering rules.

 

6.1      Akwa Ibom State Government is not bound to accept the lowest tender or any tender.

 

6.2     Late Tenders will not be accepted.

 

 

7.       Only technically qualified companies will be allowed to participate in the financial tender opening.

 

8.       Bid can only be submitted within working hours.

 

9.       This advertisement shall not be construed as a commitment on the part of the client nor shall it entitle responding bidders to seek any indemnity from the Client by virtue of such bidder having responded to this advertisement

 

Submission of Completed Tenders Documents

 

Completed Tender Documents (Technical and Financial bids: Two sets of hard copy and one Electronic copy in compact disc and Microsoft office) 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 addressed to:

 

The Secretary

Finance and General Purposes Committee

Governor’s Office Complex
Uyo.

 

 

Return of completed Tender Documents must be submitted not later 12 noon on 22nd July, 2011 to the above address. The Technical Tenders shall be opened immediately after the submission deadline. Only bidders whose Technical Bids meet the cut-off qualifying mark shall have their bids opened. The Financial Bids of the unsuccessful bidders shall be returned unopened.

The Secretary

Finance and General Purposes Committee

Governor’s Office Complex

Uyo.

Pre-Qualification for Various Projects at National Board for Technology Incubation

National Board for Technology Incubation

Invitation for Pre-Qualification

1) Introduction

The National Board for Technology Incubation (NBT I) invites interested and credible Companies to apply for pre-qualification for the various projects of the Board for the 2011 Fiscal Year.

2) Scope

The scope of work includes:

Lot 1:          Provision of Library f polities,

Lot 2:         Provision of Quality Control Laboratories in Centres,

Lot 3:        Provision of Standby Generator in 21 Centres.

Lot 4:       Fire Fighting Equipment for Centres,

Lot 5:      Acquisition of Demonstration Equipment far incubatees.

Lot 6:      Development of Permanent site.

Lot 7:      Provision of Fabrication Laboratory/Engineering Workshop,

Let 8:      Prototype Development,

Lot 9:      Establishment/Rehabilitation and upgrading of New Centres.

Lot 10:   Establishment of New Centres,

 

 

3) The following requirement for Pre-qualification must be submitted

(i)                Evidence of Company incorporation in Nigeria

(ii)             Evidence of Tax Clearance and VAT Certificates,

(iii)           Evidence of registration with National Board for Technology Incubation

(iv)           Company profile with list of Technical/Management Staff with evidence of previous work experience, detailed clients, nature of work, etc

(v)             Articulated work plan and methodology.

(vi)           Evidence of Financial Capability.

4)    Submission

Pre-qualification documents must be in sealed envelope marked:

 

Confidential Pre-Qualification for NBTI 2011 Fiscal Year Capital Projects and the LOT of interest clearly printed at the top left corner of the envelope and submitted on or before 1st July, 2011 to:

The Director General/CEO

National Board for Technology Incubation

No. 10, Zambezi Crescent

Maitama-Abuja

 

Note: Submission for the pre-qualification documents is not guarantee for the award of contract.

Only pre-qualified Companies shall be invited in writing or through publication.

Director General/CEO

National Board for Technology Incubation, Abuja