Pre-qualification of Contractors for the Execution of Construction Project at Borno State Government

Borno State Government

Pre-qualification of Contractors for the Execution of Construction Project

The Borno State Government proposes to undertake, under its 2013 Capital Projects, construction of seven (7) storeys Borno House in Abuja.

Consequently, the State Government wishes to invite reputable construction companies to indicate interest to pre-qualify for the project.

Pre-qualification Requirement:

Interested construction companies wishing to carry out the above job must submit the following documents with the expression of interest:

Mandatory (without which companies will be disqualified):

i.        Evidence of registration with Corporate Affairs Commission.

ii.      Certified true copy of memorandum and article of Association.

iii.     Evidence of payment of tax for the last three (3) years as at and when due (such evidence should reflect the value of the project undertaken by the company in the last three (3) years.

iv.    Certificate of compliance issued by the National Pension Commission as evidence of fulfilling employer’s obligation to employees with respect to pensions.

v.    Evidence of payment of training contributions to Industrial Training Fund (ITF).

vi.   Evidence of registration with Financial Reporting Council of Nigeria (FRC).

 

Others:

vii.     Comprehensive company profile.

viii.   Proposed Management team, Organizational Chart, with CVs of key personnel to be deployed on the project.

ix.      Evidence of successfully executing projects within the last five years, similar in scope and complexity and costing not less than N3 billion. (Copies of letters of award and successful Completion Certificates and supporting reference letters should be attached).

x.       Reference letter from bank stating willingness to grant credit line of a minimum of N500 million in order to carry out such a project.

xi.      Current Company’s audited statement of accounts for the past 3 years and duly stamped by a registered Auditor. (Note that account statements will be compared with submitted Tax Clearance Certificates).

xii.    List of equipment to be deployed for the project and evidence of ownership or lease.

xiii.   Proposed method statement for the execution of the project.

xiv.   Health, Safety and Environment (HSE) policy.

xv.    Quality Assurance Policy (evidence of ISO certifications will be an advantage).

xvi.   Evidence of commitment to Local Content policy.

xvii.   Company’s registered address, functional contact e-mail address, GSM phone number(s) and facsimile number(s).

Submission:

Application for Expression of Interest, accompanied by the above listed documents should be forwarded in wax sealed envelope boldly marked at the top left corner:

“Expression of Interest for the construction of Borno House in Abuja.

And addressed to:

The Secretary,

State Tenders Board,

Office of the Secretary to the State Government,

Governor’s Office,

Maiduguri,

Borno State, Nigeria.

e- mail: ssgbornostate@yahoo.com

Closing Date:

All submissions must be received at the above Office not later than 29th July 2013

Important notice:

a.       This is not an invitation to tender. Full tendering procedure will be applied to Companies prequalified and found capable of executing the project.

b.      Only successful Companies will be contacted for the tender process.

c.                 Nothing in the advert shall be construed to be a commitment on the part of the Borno State Government.

Signed:

AMB. Baba Ahmad Jidda, OFR

Secretary to the Borno State Government

 

Tender Notice at Sanga Local Government

Sanga Local Government Sanga

Kaduna State

Tender Notice

Sanga Local Government Council, hereby Wish to place the list of the following projects under the subsidy reinvestment programme sure-p for bidding by suitably qualified contractors/supplies. The items are:

1.       Construction of health clinic at Aban

2.       Completion of health clinic at Randa

3.       Completion of a block of 2 classrooms at Fada-Ayu

4.       Repairs & renovation of block of 2 classrooms at Ancha

5.       Renovation & repairs of a block of mud block of classroom at Janda

6.       Supply of school benches with black iron pipes and good finish top wooden.

Pre-qualified Criteria

1.       Evidence of incorporation with corporate affair commission.

2.       Vat registration and evidence of post vat remittance

3.       Registration with relevant state ministry in relevant categories.

4.       Evidence of clearance for 2 or 3 years.

5.       Company audited account for 2-3 years.

6.       Evidence of financial, capability or banking support.

7.       Experience and technical qualification of key personnel.

8.       Equipment and information that may enhance the company for the award of the contract.

 

Interested bidders should purchase the bidding document at the office of the Hon. Chairman Sanga Local Government at 9.am to 3.30pm daily from the day of the advert placement.

 

All completed bidding documents, should be returned on or before 18-7-2013.

 

Signed:

Director of Works

For: Chairman

Invitation to Tender at Saki East Local Government

Saki East Local Government

Invitation to Tender

Tenders are hereby invited from reputable building contractors, who are currently registered with the Local Government for the execution of the under listed projects on behalf of the Local Government:

i.            Construction of a block of 3 classrooms with headmaster’s offices, store, and a Toilet at L A Primary School, Okutalogun, Ogbooro.

ii.            Construction of a block of 3 classrooms with headmaster’s offices, store and Toilet at Ilupeju Primary School, Sepeteri.

iii.            Construction of a block of 2 classrooms with Headmaster’s offices, store and Toilet Oke-Owu, Oje-Owode and

iv.            Construction of a block of 3 classrooms and Headmaster’s office, store and Toilet at Nomadic Primary School, Yanrinfunfun, Oje uwode

2.       Intending tenderers are required to pay to the Saki East Local Government Treasury a non-refundable deposit which is to be specified by the Administration and General Services Department of the Local Government, tenders are to be accompanied with:

i.            Evidence of registration with Corporate Affairs Commission,

ii.            Evidence of current business registration with Saki East Local Government as a contractor,

iii.            Evidence of payment of specified non-refundable deposit to the Local Government Treasury,

iv.            Tax Clearance Certificate covering immediate past three years, and

v.            Evidence of jobs previously executed with the Local Government or other Government Agencies.

 

3.       Documents showing the drawings and specifications of the above listed projects are available for inspection between 8:00am and 4:00pm, Mondays – Fridays in the office of the Director of Works, Lands and Survey.

4.  Tenders should be addressed and submitted in a sealed envelope and marked “CONFIDENTIAL” at the top left hand corner of the envelope and addressed to:

THE CHAIRMAN,

TRANSITION COMMITTEE,

SAKI EAST LOCAL GOVERNMENT,

AGO-AMODU,

OYO STATE.

To reach him not later than 22nd July, 2013

5.       Saki East Local Government is not bound to accept the lowest any tender, nor is it bound to give reason for rejection of any tender.

 

Signed:

S.A.SOMOTAN

Acting Head of Local Government Administration

Saki East Local Government,

Ago-Amodu.

For: Chairman, Transition Committee

Saki East Local Government,

Ago-Amodu.

Invitation for Pre-Qualification/Tender at Gwaram Local Government Jigawa State

Gwaram Local Government Jigawa State

 

Invitation for Pre-Qualification/Tender

 

Gwaram Local Government Council wishes to construct one Juma’at Mosque at Zandam Nagogo.

 

Therefore invites any interested, compliant and refutable contractor to tender for the project.

 

The scope of work consist the following:

1.       Construction of Juma’at Mosque.

2.       Concrete dome 150mm thick one number

3.       Minarets with copping 2 No introduce and fixed window.

The pre-qualification includes

1.       Certificate of in-corporation/Business name registration

2.       Registration with Jigawa State works Registration Board in relevant category.

3.       Company audited account for the last one year.

4.       Certified true copy of memorandum and article of association.

5.       Tax clearance for the last three years,

6.       Evidence of Financial capability and Banking support.

7.       Technical qualification and experience of key personnel.

8.       Evidence of projects executed over the last three years.

9.       List of equipment and technical capacity.

10.     Annual Turnover.

11.     VAT Registration and evidence of past remittance.

Sworn affidavit as follows:

a.       That the documents submitted are genuine and correct.

b.       That none of the Director/Partner has been convicted by any court of

Law.

c.       That the Firm/Company is bankrupt,

d.       That none of the office of the procuring entity is former present director of the company.

Submission of document, interested Contractor shall submit the relevant document on or before 22nd July, 2013 with non refundable fee of (N50, 000).

SIGNED BY

Secretary Tender Board Committee

Gwaram Local Government Council

 

Ahmed Abdullahi

Director, Planning Research and Statistics

Invitation to Tender for the Execution of Various Projects for 2013 Activities at National Poverty Eradication Programme (NAPEP)

The Presidency

National Poverty Eradication Programme (NAPEP) Federal Secretariat Complex, Phase II, Abuja

Invitation to Tender for the Execution of Various Projects for 2013 Activities

In pursuance of its mandate and in compliance with requirements of the Public Procurement Acts, the National Poverty Eradication Programme intends to carry out the under listed procurement /activities under the 2013 approved budget.

2.       Tenders are hereby invited from experienced, reputable, competent and registered Contractors with verifiable records of performance. The projects/activities to be undertaken are listed below:

 

Procurement of Goods:

Lot

 

Item Location

 

A

 

Procurement of Biometric Data Capturing machines

 

NAPEP HQs

 

B Procurement of Mutt functional Printer (work centre)

 

NAPEP HQs

 

C Procurement of Heavy Duty Generating Sets

 

NAPEP HQs

 

D Procurement of irrigation Equipment Various

Procurement of Goods:

Lot

 

Description of Item Location

 

E Construction of Bore holes

 

Various
F Construction of Trade and Skill  Development Centers

 

Various

Procurement of Services:

Lot

 

Description of Item Location

 

G Consultancy Services ON Project Management Various
H Consultancy on Agric Services Various
I Consultancy Services on Renewable Energy

 

Various
J Consultancy Services on Production and Transmission of Corporate Documentaries/ Publicity

 

Various
K Training on Micro Soft Project 2010

 

Various
L Training on Data Base Management Various
M Training on Project Management

 

Various

 

3.       Qualification Criteria and Requirements:

In order to be considered, interested companies must submit completed bid documents accompanied the followings:

  1. Evidence of incorporate Affairs Commission (CAC)
  2. Company Audited Accounts for the last three (3) years
  3. Copy of current Tax Clearance Certificate (2010-2012) verifiable from the Federal Intend Revenue Service (FIRS)
  4. Evidence of Vat Registration and past VAT Remittance(s)
  5. Evidence of registration with relevant professional Bodies (for consultancy)
  6. Letter from Banker indicating the financial capability of the company
  7. Evidence of payment of non-refundable tender fee of N10, 000.00 for goods, works and consultancy services in favour of National Poverty Eradiation Programme (NAPEP).
  8. Detailed Company profile including CVs and list of key personnel
  9. Evidence of 2-3 similar jobs previously executed including a copy of the letter of award, completion certificate, payment etc
  10. Evidence of compliance with the Employees Compensation Act which require that all Employers of labour must remit 1% of the total annual emolument of their workers to the Nigerian Social Insurance Trust Fund (as Applicable)
  11. Evidence of payment of Training contribution to Industrial Training Fund (ITF);
  12. Evidence of registration with Pencom,
  13. Any other information that will further enhance the pre-qualification of the company

 

4.   Collection of the Tender Documents

Qualified companies shall on application collect standard bidding documents from the Program’s Office upon the presentation of evidence of payment of non-refundable tender fee of N10, 000, 00 into the NAPEP Account as follows:

 

Account Name: NAPEP Revenue Account

Account Number: 3000882413

Bank: FCMB, Zone 4 Wuse Abuja.

 

5.  Submission of Tender Documents

Completed Technical and Financial Bids in three (3) copies each including one (1) original and two (2) copies should be submitted. Each of the documents should have two (2) separate seated envelopes clearly marked ‘Technical Bid’ and ‘Financial Bid’ and both sealed in a third envelop marked with the appropriate project title and Lot No at the top right hand corner and addressed as below not later than 12.00 noon on 19th August, 2013 for Goods, works and consultancy services.

 

The Programme Tenders Board

National Poverty Eradication Programme

Room 309, 3rd Floor, Block B

Federal secretariat Phase II, Abuja

 

6. Opening of Bids

Technical bids will be opened publicly at 12.00 pm on Monday 19th August, 2013 at the conference room, Atiku Hall, Block A, Office of the Head of Service, Federal Secretariat Complex, Phase II, Abuja. After the close of submissions only qualified bidders, relevant NGOs and CBOs will be invited to witness the opening of the financial bid documents.

 

7   Please Note

  1. Contravention of any of the condition in paragraph 3(i-xiv) could lead to disqualification of bids. On no account should bidders combine technical bids and financial bids in the same envelope.
  2. Late submission of bids will not be accepted.
  3. Bidders are free to bid for all the Lots, but shall not be offered more than two lots for award of contract.
  4. Any bid above 100 million naira must be accompanied with a bid security of 2% of the bid price.
  5. All the requirements stated in paragraph 3(i-xiv) shall be enclosed in the technical bid envelops.
  6. Any Bid document not signed will be rejected.

 

Signed

Secretary of Programme

National Poverty Eradication Programme (NAPEP)