Design of Transitways at Federal Capital Territory Administration

Federal Capital Territory Administration

Office of the Secretary

Transportation Secretariat

No. 1 KAPITAL STREET, AREA11, GARKI

P.M.B 24 GARKI-NIGERIA. TEL +234-9-672-4360

Invitation for Pre-Qualification for the Design of Transit Ways in Federal Capital City, Abuja

Federal Capital Territory Administration (FCTA), through the Transportation Secretariat is inviting competent and interested companies to submit prequalification documents for the Design of Transitways in the Federal Capital City (FCC), Abuja.

2. The Scope Of The Project Includes:

  1. Feasibility study of the transitways corridors including the transportation, interchange and sector centers along the transit spines.
  2. Preliminary engineering design of the transitways.
  3. Final design of the transitways.
  4. Production and submission of reports and bid documents.

3. Pre-Qualification Evaluation Criteria

Interested firms are to forward copies of the following documents and originals made for sighting during the bid opening:-

  1. Evidence of Registration with Corporate Affairs Commission (CAC and Articles of Memorandum of Association complete with up to date returns with the CAC;
  2. Tax Clearance Certificate for the last three (3) years ending December 2009;
  3. Company’s Audited Account for the last three (3) years prepared by a Chartered Accounting Firm
  4. Evidences of registration with and remittance or person fund to the National Pension Commission in compliance with the provision of the Pension Reform Act 2004:
  5. Bank Statement of the Company for the last twelve (12) months and Reference letter from a reputable Nigerian Bank (original);
  6. Company profile showing the list of key personnel officers to be attached to the project stating their roles, designations, qualification and experience. Enclose the Curriculum Vitae and photocopies of the educational and professional certificates of the professions. All copies of the Credentials shall be endorsee in BLUE INK by the  individual professionals:
  7. Verifiable documentary evidences of similar jobs successfully executed in the last five (5) years. Copies of letters of award of contract and/or completion certificates will be considered;
  8. List of equipment to be used for the project and their locations State whether the equipment are on lease, hired or owned complete with evidences of ownership/leasing agreement.
  9. Sworn Affidavit in line with provisions of Part IV, section 16, sub-section 6 (e-f) of public Procurement Act, 2007

Submission of the Pre-Qualification Documents

The prequalification documents must be arranged in the order of the above stated criteria and loose-bound. The submission should be in triplicate and placed in one sealed envelope containing the original and two others copies and clearly marked “Prequalification documents for the Design of Transitways in FCC” The documents are to be dropped in the Tender Box at the FCTA Tender Board Secretariat, Room 043 (Former Public Building Block) Area 11, Garki, Abuja not later than 12.00noon on November 1, 2010. The representatives of the bidding companies are invited to witness the opening of the pre-qualification documents on the same day at Room 04, Archives & History Bureau Building, besides AGIS, Area 11, Garki, Abuja by 2.00pm.

Note:

  1. i. The absence of any of criteria (i), (ii), (iii) and (iv) above would be considered   NON-RESPONSIVE and that automatically disqualifies any applicant for prequalification. Also, the original document or scanned copies for criteria (i) and (ii) above must be produced for sighting during the opening session.
  2. ii. Only firms that score up to 70% and above shall be prequalified and invited to submit technical and financial proposals for the design job.
  3. iii. Due diligence could be conducted on the firms that have submitted prequalification documents.
  4. iv. Interested members of the general public, especially the Civil Society Organizations are invited to opening exercise but shall adhere to the Code of Conduct for Public Procurement observers issued by the Bureau of Public Procurement (BPP)
  5. v. Companies’ representative are to come along with a letter of introduction indicating name, rank and s

Construction of Projects at Kano State Ministry of Health (MOH)

Federal Government of Nigeria

Kano State Ministry of Health (MOH)

Kano State Health System Development Project II (HSDPII)

Date of Issuance: October 18, 2010

IFB No: KNS/HSDPII/ICB/01/10-CIV1LWORKS

Credit No 45220

Construction of 20Bedward Blocks, Theatre Blocks, Laboratory/Pharmacy Blocks, Hostel Blocks, Kitchen/Laundry Blocks, Generator Rooms, Classrooms Block, Office Block, Provision of Boreholes/Overhead Tanks and Supply of Books and Teaching Aids in some Health Facilities and Health Institutions in Kano State.

1.       This invitation for Bids follows the General Procurement Notice for this Project that appeared dgmarket website issue of Thursday, July 22, 2010

2.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Kano State Health System Development Project II (HSDP II), and it intends to apply part of the proceeds of this credit to payments under the contract for Construction of Bedward Blocks, Theatre Blocks, Laboratory/Phamacy Blocks, Hostel Blocks, Kitchen/Laundry Blocks, Generator Rooms, Classrooms Blocks, Office Blocks, Provision of Boreholes/Overhead Tanks and Supply of Books and Teaching Aids in some Health Facilities and Health Institutions in Kano State.

3.       The Kano State Health System Development Project II (HSDP II), now invites sealed bids from eligible and qualified bidders to carry out Construction of  Bedward Blocks, Theatre Blocks, Laboratory/Pharmacy Blocks, Hostel Blocks, Kitchen/Laundry Blocks, Generator Rooms, Classrooms Blocks, Office Blocks, Provision of Boreholes/Overhead Tanks and Supply of Books and Teaching Aids in some Health Facilities and Health Institutions in Kano State as detailed below:

<td width="54"

Construction of Blocks of 6nos 2 – Bedroom Flats at State House, Abuja

State House, Abuja

Invitation for Pre-Qualification and Tender for the Construction of Blocks of 6nos 2 – Bedroom Flats

1.       Introduction:

The State House as part of the implementation of its 2010 Budget is desirous of erecting some blocks of 6 nos. 2- bedroom flats at AYA and within the State House Medical Centre, within the Asokoro District of Abuja. Pursuant to this, architectural and other related services drawings have been prepared, which are to be used in the construction project.

2.       Project Description and Scope of Works

The proposed works comprise of construction of blocks of 6 no’s 2-6 bedroom flats on 3 levels with the associated services and external works.

3.       Pre-Qualification Criteria

Reputable Building contractors with relevant experience on similar projects are hereby invited to apply for prequalification for tender. Interested and eligible contractors are required to meet the following criteria.

  1. Evidence of Company registration with corporate Affairs Commission (CAC)
  2. Evidence of payment of company’s tax Clearance Certificate for the past three (3) years,
  3. Bank reference from a reputable bank as evidence of financial capability.
  4. List and documentary evidence of similar (block of flats not tower than 3 floors) and other jobs successfully executed (or being executed) in Nigeria within the last 3 years with each having a minimum contract sum of N50 Million and a total value within the three years of not less than N500,000,000.00 such evidence shall be in form of copies completion certificates or architect’s payment certificates (where such jobs are on-going).
  5. Annual turnover of the Company not to be less than N150 Million in the last 3 years,
  6. Payment of a non-refundable fee of N20,000,00
  7. Audited account for the past 3 years.
  8. List of equipment to be used for the project and their location, stating whether the equipment are on lease, hired or owned including relevant evidence,
  9. List of curriculum vitae of key professionals registered with relevant professional regulatory bodies, to be attached to the project stating their roles, designation, qualifications and experience. Enclose photocopies of professional certificates where available.
  10. Letter authorizing the State House, Abuja, or their representatives to cross check the submitted account of the company

Collection and Submission of Pre-Qualification And Tender Document

  • Collection: Prequalification and Tender documents will be available from 12 00 am on Monday 19th October 2010 and can be obtained upon submission of copy of receipt of payment of a non refundable tender fee of N20,000.00 payable in bank draft in favour of the State House, Abuja from:

The Secretary,

Tenders Board,

Planning Research & Statistic Dept., Wing 4, Room 4131,

New Administration Block,

State House Abuja.

ii.       Submission: Pre-qualification and full tender documents which shall be in English language are to be submitted with the above State requirements in two (2) separate envelopes clearly and appropriately marked at the top left corner “prequalification for the construction of flats for State House, Abuja.” respectively These two separate envelopes should be placed together in a single larger envelope bearing the name and address of the Tenderer at the back and marked at top left corner of the front “prequalification and full Tender for the construction of Blocks of flats for State House Abuja” and addressed to:

“The permanent Secretary,

State House,

Abuja,

All tenders should be dropped in the Tenders Box at the Security Gate, New Administration Block, State House on or before 11,00 am, on Monday 30th November, 2010. Interested Companies are requested to be present at the Tender opening ceremony if they so wish. All tenders must be accompanied. By a bid security of at least 2% of the tendered sum.

5.       Opening of Pre-Qualifications and Full Tender Submissions

Prequalification bids will be opened first, immediately after bid closing at the wing 4 conference Room (4.0.50) New Administration Block, State House Abuja, on Monday 30th November, 2010, Full tenders of only contractors that meet the prequalification requirements, will be opened at a subsequent date to announced at a subsequent date to be announced at the subsequent date to be announced contractors while tenders of those unsuccessful at the p

Construction of 2nos. Academic Office Block at Federal Polytechnic, Nasarawa

The Federal Polytechnic, Nasarawa

P.M.B. 001 Nasarawa, Nasarawa State

Invitation for Pre-Qualification of Contractors

For The Years 2010 E.T.F. Bot-Special Intervention

A.      Introduction:

The Federal Polytechnic, Nasarawa ia desirous of undertaking a Pre-qualification exercise for its 2010 E.T.F. BOT-SPECIAL INTERVENTION PROJECT. The Polytechnic is therefore inviting interested and reputable contractors to express interest in the project: Construction of 2nos. Academic Office Block.

B.      Pre-Qualification Criteria

  • Evidence of incorporation with Corporate Affairs Commission (C AC),
  • Company Tax Clearance Certificate for the past three (3) years
  • Audited Annual Financial Report of the company for the last three (3) years
  • VAT Registration and evidence of past VAT remittances.
  • Evidence of financial strength, (Bank attestation)
  • List of key Technical Personnel including photocopies of their qualifications.
  • List of plants and equipment owned or to be hired with proof of ownership if owned
  • A Sworn Affidavit certifying that all documents for the pre-qualification are genuine and current,
  • Evidence of similar projects executed.

C.      Submission of Pre-Qualification Documents

Bound pre-qualification documents in wax-sealed envelope appropriately marked at the left hand corner stating the job the company is applying for e.g. “CONSTRUCTION OF 2Nos ACADEMIC OFFICE BLOCK” and addressed to:

The Registrar,

The Federal Polytechnic,

P. M B. 1001 Nasarawa,

Nasarawa Stale.

The sealed envelope is to be dropped into the LOCKED STEEL Tender Box in  front of the Registrar’s Office after signing a register in the same office on or before 12.00 noon on 2nd November, 2010. Any submission after 12.00 noon will be rejected.

The opening of the documents shal1 commence by 2.00p.m on the same day at the ETF Auditorium of the institution. Contractors or their representatives, NGOs and general public are encouraged to attend

Please note:

  • That only short listed firm shall be contacted to submit Tender Documents for the project
  • The due diligence would be followed as all documents submitted would be verified and the past executed works and contractor’s offices shall be visited. Any discrepancies found would disqualify the contractor.

Signed:

F.J.SABO (MRS)

Registrar.

Procurement and Installation of Computers & Accessories at Federal College of Agriculture, Akure

Invitation for Bids (IFB)

Federal Government of Nigeria

Science and Technology Education Post Basic Project

(Step-B Project)

Federal College of Agriculture, Akure

Ondo State

Credit No. 4304-Uni

Issuance Date: 18th October, 2010

Procurement and Installation of Computers & Accessories, Internet C-Band Networking, Computer Tables & Chairs and Office Tables and Chairs

IFB NO. STEP-B/FCA/AKR/GDS/NCB//01/10

  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.
  2. The Government of the Federal Republic 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 and Installation of Computers & Accessories, internet C-Band Networking, Computer Tables (Cubicles) & Chairs and Office Tables and Chairs at the Federal College of Agriculture (FCA), Akure.
  3. The Science and Technology Education Post Basic Project (STEP-B Project: Federal College of Agriculture, Akure), now invites sealed bids from eligible and qualified bidders for the Procurement of the following:
S/No Lot N0. Locations Activities Bid

Security

1. Lot No.

1

  1. Tiga General Hosp.
  2. Kofa Waika PHC
  3. Wall Fencing
  4. Wall Fencing
900,000.00
2. Lot No.

2

Kofa Waika PHC (Upgrading to cottage Hospital)
  1. 20 Bedward- 20 Nos
  2. 2 theatre block -1no
  3. Laboratory/Pharmacy Block – 1No
  4. Kitchen Block – 1No
  5. Generator room – 1No.
1,000,000.00
3. Lot No.

3

School of Nursing Hospital Road, Kano
  1. Hostel Block -1No
  2. Supply of Plastic Chairs 300
  3. Supply of 10nos split A/Cs
2,000,000.00
4. Lot No.

4

School of Midwifery Hospital Road, Kano
  1. Hostel Block -1nos
1,800,000.00
5. Lot No.

5

School of Health Technology  Bebeji,
  1. Hostel Block -1nos
1,800,000.00
Lot Item Description Bid Security Qty Bid Validity Delivery Period Delivery

Location

1 1 Desktop Computers & accessories At least 25% of bid Price 40 90days Within 60 days Fed, Coll. Of Agric, Akure
2 2 Computer Tables (Cubicles) & Chairs and Office Tables & Chairs At least 25% of bid Price Various 90days Within 60 days Fed, Coll. Of Agric, Akure
3 3 Vsat, LAN & Bandwidth At least 25% of bid Price 1 90days Within 60 days Fed, Coll. Of Agric, Akure

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

4. 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, revised in October, 2006 and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

5. Interested eligible bidders may obtain further information from Science and Technology Education Post Basic (STEP-B) Project Office, Federal College of Agriculture, Akure, and inspect the Bidding Documents from 09 00am to 4:00pm Mondays to Fridays.

Qualifications & requirements include:

  • Evidence of previous supply (sale) of similar Equipment proposed for the last 5 years.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • Evidence of registration with appropriate/relevant Government Agency
  • A margin of preference for eligible national contractors shall not be applied; Additional details are provided in the Bidding Documents.

A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of N 10,000.00 (Ten Thousand Naira) only or 84 USD (Eighty Four US Dollars). The method of payment will be Bank Draft in favour of STEP-B Project: Federal College of Agriculture, Akure. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request

Bids must be delivered to the address below at or before 12:00 noon on 17th November 2010. Electronic will not be permitted. Late bids will be rejected, Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 12:00 noon on 17th November, 2010. 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.

  • The address referred to above is:

The Project Manager

Science and Technology Education Post Basic Project,

Federal College of Agriculture, Akure,

Postal Agency, Akure. Ondo State,

PHONE: 0803 668 7927; 08035531320

E-mail: step-feca@yahoo.com