Invitation for Prequalification:Provision of Mechanical and Electrical Engineering Services for an Urban Mass Transit Aerial Cable Car System in Lagos at Ropeways Transport Limited (RTL)

Ropeways

SPECIFIC PROCUREMENT NOTICE

Invitation for Prequalification

Nigeria

Lagos Cable Car Transit (LCCT) Project

Provision of Mechanical and Electrical Engineering Services for an Urban Mass Transit Aerial Cable Car System in Lagos, Nigeria

Date 4th July 2013

1.       Ropeways Transport Limited (RTL) has applied for a loan from the African Development Bank (AfDB), hereinafter referred to as AfDB, in various currencies towards the cost of the Lagos Cable Car Transit Project which comprises of the construction of three cable propelled transit lines in Lagos, Nigeria and intends to apply a portion of the proceeds of this loan to eligible payments under the contract for which this Invitation for Pre­qualification is issued.

 

2.       Doppelmayr Seilbahnen GmbH has been appointed as RTL’s technology provider. The Project comprises of:

  • Three (3) transit lines from Apapa to Adeniji Adele via Oluwole; Ijora (7Up) to Adeniji Adele via Iddo; Adeniji Adele to Victoria island via Obalende and Falomo with stations at each of these locations;
  • Sub structure works – piling and tower bases and foundations for the stations;
  • Super structure works-construction of three (3) concrete towers (150m- 180m high) and erection of eleven (11) steel towers;
  • Detailed design and construction of eight (8) stations;
  • Detailed design and installation of M&E works, and
  • All associated infrastructure works.

 

RTL intends to prequalify firms for the provision of Mechanical and Electrical Engineering Services in respect of the project. These Services shall comprise of:

 

A.      Mechanical Engineering Services Installation

a. Air-conditioning,

b. Ventilation

c. Vertical and Horizontal Transportation systems

 

B.  Electrical Engineering Services Installations

a. Mains, Standby and emergency supplies

b. General Single and Three phase Installations

c. Lighting,

d. Life Safety Systems

 

C. Extra low Voltage Installations

a. Information and communications Technology (ICT) systems

b. Security systems,

c. Access Control

 

3.       Interested eligible applicants may obtain further information from and inspect the Prequalifi­cation Document at the RTL Head Office (address below) between 10:00a.m and 4:00p.m during normal working days. A complete set of the Prequalification Documents in English may be purchased by interested applicants through the submission of a written application to the address below and upon payment of a non- refundable fee of N82, 000 or US$500. The method of payment will be by Bank draft or Managers Cheque drawn in favour of Ropeways Transport Limited Ropeways Transport Limited.

 

4.       Prequalification will be conducted through prequalification procedures specified in AfDB’s ‘Rules and Procedures for Procurement of Goods and Works’, and is open to all bidders from eligible source countries, as defined in the ‘Rule’.

 

5.       Interested parties should provide evidence of having carried-out similar assignments in tin major transport infrastructure (rail, air and sea ports) in the last 5 years with a minimum turnover in the last 12 months of Five Billion Naira (N5b) and stating the following details:

 

  • Name of Project/Facility
  • Brief description,
  • Clients,
  • Scope and nature of work carried out,
  • Contract value and duration,
  • Contact name and address of a referee in project.

6.       Applications for Prequalification should be submitted in sealed envelopes, delivered to the address below by 17th July 2013, and be clearly marked: “Application to Pre-qualify for Lagos Cable Car Transit Project (M&E) Con­tract Number LCCT/5/2013”

 

 

Ropeways Transport Limited,

Id. Oba Elegushi Road,

Ikoyi, Lagos,

Nigeria.

Tel: +234(0) 18447797

Email: rtl@ropewaystransport.com

Attn: Captain Dapo Olumide

 

7.       It is expected that Invitations for Bid (IFB) will be made in July 2013. Applicants will be advised, in due course, of the results of their applications. Only firms and joint ven­tures prequalified under this procedure will be invited to bid.

 

 

Appointment of Project Consultants for Capacity Building Workshops on Special Education Needs and Disabilities (Sends) and Faith – Based HIV/AIDS Awareness (2013 MDGS) at National Teachers’ Institute (NTI), Kaduna

National Teachers’ Institute (NTI), Kaduna

Federal Ministry of Science and Technology

9, Kofo Abayomi Street, Victoria Island Lagos.

Appointment of Project Consultants for Capacity Building Workshops on Special Education Needs and Disabilities (Sends) and Faith – Based HIV/AIDS Awareness (2013 MDGS)

The National Teachers’ Institute, Kaduna is in the process of implementing the 2013 MDGs Intervention Training of Teachers on Special Educational Needs and Disabilities (SENDs) and Faith-Based HIV – AIDs Awareness for Primary and Junior Secondary School Teachers in 36 states and FCT. The purpose of the training is to develop the skills and competency of Teachers at Basic Education Level on effective handling of cross-cutting issues on Special Educational Needs and Disabilities (SENDs) and HIV-AIDs Awareness.

The specific objective of the Training on Special Educational Needs and Disabilities (SENDs) is to develop the skills and competency of primary and junior secondary school teachers to implement differentiated teaching methods in their classrooms in order to promote integration and effectively teach pupils with special educational needs and disabilities. The Training on Faith-Based HIV – AIDs Awareness is specifically meant to create moral based awareness on HIV-AIDs among the junior secondary school teachers.

The workshops will be funded from the Debt Relief Grant and implemented under the Millennium Development Goals (MDGs) Projects. The National Teachers’ Institute (NTI) Kaduna is, by this advertisement, inviting reputable consulting firms to apply for pre-qualification as consultant on;

LOT 1;      Capacity Development on Special Educational Needs and

Disabilities (SENDs) for Primary and Junior Secondary Schools Teachers in the 36 states and the FCT.

LOT2:       Capacity Development on Faith-Based HIV- AIDs Awareness for Junior Secondary School Teachers in the 36 states and the FCT.

Pre-Qualification Requirements

Interested firms should submit their bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below. Failure to submit any of the under listed documents may lead to the disqualification of the bid:

  1. Valid Certificate of Incorporation/Registration with the Corporate Affairs Commission.
  2. Tax Clearance Certificate for at least three years (2010, 2011 & 2012).
  3. Evidence of Value Added Tax (VAT) Registration and Remittance
  4. Company’s profile including details of staff strength
  5. Evidence of experience in the at least (3) jobs of similar nature and completely executed within the last three years with verifiable letters of Award, evidence of payment (if any) and certificate of job completion (if any).
  6. Evidence of financial capacity and Banking support in the form of the last one year Bank Statement and Bank Reference.
  7. Bid Bond of NGN1, 000,000 issued in favour of National Teachers’ Institute, Kaduna.
  8. Payment of non-refundable bidding fee of N30.000.00 (Thirty Thousand naira only) in Bank draft per LOT payable to the National Teachers’ Institute, Kaduna.
  9. Evidence of Registration with National Pension Commission (PENCOM).
  10. Evidence of Registration with the relevant professional bodies such as ARCON, COREN, ICCON or IPAN, Centre for Management Development (CMD).
  11. Annual Audited Accounts for the last 3 years (2010, 2011 & 2012).
  12. Evidence of payment of Training Contributions to Industrial Training Fund (ITF) in line with Section 6(1)   (3) of the amended ITF Act No. 19 of 2011.
  13. Evidence of Compliance with the Employers’ Compensation Act which requires that all Employers of Labour must remit 1% of the total annual emolument of their workers to the Nigerian Social Insurance Trust Fund.

Selection Criteria

Consulting firms will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process mechanism.

Bid Presentation

Interested firms are to submit separate prequalification proposal in sealed envelope. The proposal together with the documents earlier listed are to be submitted in sealed envelope and addressed to the Director – General and Chief Executive, National Teachers’ Institute, KM5 Kaduna-Zaria Road, P.M.B. 2191, Kaduna duly marked “TECHNICAL PROPOSAL AND FINANCIAL PROPOSAL.” The Envelopes Duly Marked LOT 1: Sends CONSULTANT” Or LOT 2 MORAL BASED HIV-AIDS CONSULTANT” As Appropriate

The bid should be dropped in the Tender Box in the office of the Registrar. Bidder’s name, address and telephone numbers, should be indicated on the reverse side of the envelope. Bidders are to ensure that they also sign the Submission Register in the Registrar’s office.

Closing Date

All bids must be delivered to the address above not later than 12.00 noon on the 12th August, 2013

Signed

Management

 

Addendum to Invitation for Pre-Qualification of Contractors/Bidders at National Cereals Research Institute (NCRI) Badeggi, Bida

National Cereals Research Institute, Badeggi

(Federal Ministry of Agriculture)

Bida – Suleja Road, PMB 8 Bida, Niger State

Addendum to Invitation for Pre-Qualification of Contractors/Bidders

1.     Introduction

The National Cereals Research Institute (NCRI) Badeggi, Bida, hereby invites interested reputable and competent contractors/suppliers for pre-qualification consideration for the following jobs.

2.       Scope of Work

Lot 1:    Rehabilitation of Research and Production Fields at Badeggi and Edozhighi.

Lot 2:    Rehabilitation of Water Dykes in the Research and Production Fields at Badeggi and Edozhigi.

Lot 3:    Furnishing of Researchers’ Offices and Supply of Equipment.

Lot 4:    Supply of Tractors with full implements for Amakama and Birnin Kebbi Research Stations.

Lot 5:    Completion of the Laboratory / Office Complex at Yandev Research Station.

5.       Requirements

To   be   considered technically   competent,   interested companies   and contractors must submit a profile which should include:

 

i)      A certified true copy of certificate of incorporation with the Corporate Affairs Commission.

ii)     A copy of the company’s audited accounts for the last three years,

iii)    Evidence of payment of Tax: Copy of Tax Clearance Certificate for the last three years.

iv)    For companies or firms with five or more employees, evidence of compliance with the Pension Reform Act. 2004

v)     Evidence of compliance with the Industrial Training Fund (ITF) Act No. 19 of 2011.

vi)    Verifiable evidence of experience and relevant qualification of key personnel,

vii)   Evidence of execution of similar projects. This is to include letters of award, certificate of completion, lists of projects and addresses of sites and locations,

viii)  Tax clearance certificate for the last three years, VAT Registration Certificate,  FIRS  PIN  number and evidence of previous tax remittances,

ix)    Evidence of payment of non-refundable pre-qualification processing fee of Ten Thousand Naira (N10,000.00) only.Any other information that can assist the Institute in taking decision.

4.       Submission of Documents

Pre-qualification documents should be enclosed in sealed envelopes and clearly marked at the left hand corner “PRE-QUALIFICATION TO TENDER FOR LOT” This being an addendum to our earlier publication of June 3rd, 2013; all documents which should be in duplicate should be submitted latest 12 noon, on Monday, July 8, 2013, and addressed to:

The Executive Director

National Cereals Research Institute, Badeggi

P.M.B. 8 Bida, Niger State.

5.       Points to Note

i.   This is not an invitation to tender; full tendering will be applied to only pre-qualified contractors found capable of executing the project.

ii.  Late submissions will not be entertained.

iii. This notice shall not be construed to be a commitment on the part of NCRI to award any form of contract to any respondents, nor shall it entitle any organization submitting documents to claim any indemnity from NCRI.

iv. The Bids Documents will be publicly opened in the Conference Room of NCRI. All Bidders who have submitted bids as stated above may attend in person or send a representative to witness the opening of the bids at 1.00 p.m. exactly 8th July, 2013

v.  This is an addendum to the publications of June 3rd, 2013 in Federal Tenders Journal, This Day and The Nation Newspapers in which Fourteen (14) days instead of Twenty One (21) days was given for bids submission. This extension of Seven (7) days is for the purpose of fulfilling the provisions of the Public Procurement Act, 2007 as it affects notice duration.

(Signed)

RE- Invitation for Tender at Public Service Institute of Nigeria (PSIN)

Federal Republic of Nigeria

Public Service Institute of Nigeria (PSIN)

(Office of the Head of the Civil Service of the Federation)

Km12, Abuja-Kubwa Express Way, Dutsen-Alhaji Junction, Abuja

RE- Invitation for Tender

1 .0    In compliance with the Public Procurement Act 2007, the Public Service Institute of Nigeria (PSIN), pursuant to its mandate of manpower development, is desirous to undertake the procurement of some projects under the 2013 Capital Budget.

2.0     Please note, that the earlier advertisement on Daily Trust and Thisday Newspapers   and the Tenders Journal of 3rd June, 2013 has been cancelled in compliance with section 25(2)(ii) of the Public Procurement Act, 2007 which stipulates minimum of six weeks for preparation and submission of bids for goods and works.

3.0     In light of the foregoing, the Public Service Institute of Nigeria hereby invites reputable, competent and interested Companies/Firms to tender for the execution of the projects:

3.0     Projects Description:

The scope of the works include, but not limited to the following:

  1. Reconstruction of the dilapidated perimeter fence around the Institute.
  2. Establishment of a fully equipped digital classroom with 70 seating capacity

4.0     Tender Requirements:

Prospective Contractors/bidders are required to submit the following documents:

i. Evidence of Registration with Corporate Affairs Commission (CAC);

ii. Evidence of Tax Clearance Certificate for the last three (3) consecutive years;

iii. Evidence of VAT Registration, Remittance and Tax Identification No. (TIN);

iv. Evidence of registration with the provision of the Pension Reform Act 2004 and Industrial Training Funds (ITF) Amendment Act 2011 as applicable;

v. Evidence of compliance with Employees compensation Act which requires that all Employers of Labour must remit 1 % of the total annual emolument of their workers to the Nigerian Social Insurance Trust Funds (as Applicable);

vi. Evidence of experience as a prime contractor in at least 2 jobs of similar nature within the last 3 years (with provision  of letters  of award  and  Completion Certificates);

vii. Company  Profile   indicating  qualifications  and experience of key staff for the project;

viii. Evidence of financial capacity or bank support to undertake the project;

ix. The Company’s Audited Accounts for the last three years (2010-2012)

x. Sworn Affidavit to indicate that the company is not in receivership, insolvent or bankrupt and none of its Directors was ever convicted of fraudulent activity; and

xi. Any other relevant information that will be helpful in determining the bidder’s suitability for the execution of the project.

5.0     Collection of Tender Documents:

Interested Companies are to collect the Tender documents from the Procurement Unit, Room 129, 1st Floor Yayale Ahmed Building, PSIN, Km12, Abuja-Kubwa Express Way Abuja, upon   presentation   of evidence of payment of N10, 000.00 non-refundable Tenders fee payable to the Institute’s Account:

Account Name:      Public Service Institute of Nigeria

Account Number:   0052854203

Bank :         GTBank kubwa

All Contractors who had earlier submitted bid for the projects should come with their payment receipt to collect new tender documents.                        

6.0     Submission of Tender Documents.

i.            Completed tender documents should be returned by hand on or before 12.00 noon, on Monday 12th August, 2013 in two (2) hard copies (one original and a copy) in an envelope clearly marked with the appropriate Project Name and the Name of the Company at the reverse side of the envelope and sealed with a signed forwarding letter addressed to:

The Secretary,

Parastatal Tenders Board,

Public Service Institute of Nigeria (PSIN),

Km 12, Abuja-Kubwa Express Way, Dutsen Alhaji Junction, Abuja.

ii.     Tender Documents are to be dropped into a tender box at Room 129,1st Floor Yayale Ahmed Building on or before 12 noon, on Monday August, 2013

iii.     Late submission: late submission will not be accepted.

7.0     Public Bid Opening:

The tender documents will be publicly opened  immediately after closing of bids at the Institute’s Conference Hall, Kubwa Express Way, Abuja. This serves as invitation to the representatives of the companies who may wish to be present at the bid’s opening.

8.0     Important Information:

PSIN has the right to verify the authenticity of claims made on the documents submitted by companies.

Signed

Administrator (PSIN)

 

 

Invitation for Pre- Qualification and Tender for 2013 Projects at Federal Government Girls’ College, Bwari

Federal Ministry of Education

Federal Government Girls’ College

Bwari – Abuja

Invitation for Pre- Qualification and Tender for 2013 Projects

Federal Government Girls’ College, Bwari has the following projects for 2013 fiscal year

Lot 1:          Construction of sporting facilities comprising of Handball court, Lawn tennis court and Basket Ball court.

Lot 2:          Construction of 2 Nos closet toilets of 6 rooms

Lot 3:          Renovation of 2 Nos classroom blocks

Lot 4:          Renovation of 2 Nos hostels

Lot 5:          Construction of drainages and erosion maintenance – classroom area.

Tendering Requirements

Interested and competent contractors wishing to carry out the above listed jobs are required to submit the following documents which will be subject to verification by the college.

  1. Evidence of registration with Corporate Affairs Commission (CAC)
  2. Evidence of current Tax Clearance Certificate for the last 3 years ending in December 2012
  3. Evidence of VAT registration certificate with TIN No and past remittances for the last three years
  4. Names of bankers with references
  5. Evidence of financial capabilities to execute the projects
  6. Company profile with CV’s of key officers including photocopies of relevant professional/technical qualifications
  7. Evidence of registration with relevant professional bodies such as ARCON, COREN, CORBAN etc
  8. List of veritable construction equipment indicating ownership or of lease agreement
  9. Verifiable evidence of successful completion of similar works within the past three years and attach copies of letters of awards and certificates of successful competition
  10. Evidence of issuance of compliance certificate to all organisations by PENCOM in line with Pension Reform Act 2004 (as amended).
  11. Evidence of compliance with the amended Industrial Training Fund Act 2011.
  12. A sworn affidavit disclosing whether or not any officer of FME or BPP is a former or present director, shareholder, or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars.
  13. Bidders shall not bid for more than 2 lots

Bidding will be conducted through National Competitive Bidding (NCB) procedure as specified in the 2007 Public Procurement Act.

Collection of Bid Documents

Interested firms are to collect bid documents from the office of the Vice Principal Administration, Federal Government Girls’ College, Bwari, upon the presentation of a non-refundable payment of Ten Thousand Nara (N10, 000.00) bank draft only per lot in favour of the “Principal, Federal Government Girls’ College, Bwari”.

Submission of Tender and Closing Date

The “Pre-qualification” and “Financial bid” documents should be submitted in separate envelops and in duplicate. The appropriate Lot No should be marked with project title boldly written at the right hand corner of each of the envelops. The two envelopes should be addressed to The Principal, Federal Government Girls College, Bwari”. The sealed envelopes should be deposited in the Tenders Box at the Administrative block of Federal Government Girls’ College, Bwari not later than 9: am on 12th August 2013.

No submission will be received after the stipulated time.

Opening

Opening of the received documents would commence by 10:am on 12th August 2013 at the college hall.

All bidders and or their representatives, relevant professional bodies, NGO’s are invited to witness the public opening exercise.

NOTE:

Nothing in the advertisement shall be construed as commitment on the part of the college to award any of or all of the above listed projects.

Signed

MANAGEMENT