General Procurement Notice for the Execution of 2013 Capital/Constituency Projects at Federal Institute of Industrial Research, Oshodi (FIIRO)

Federal Institute of Industrial Research, Oshodi, Lagos

(Federal Ministry of Science and Technology)

P.M.B. 21023, Ikeja. Lagos

General Procurement Notice for the Execution of 2013 Capital/Constituency Projects

Introduction

The Federal Institute of Industrial Research, Oshodi (FIIRO) is a Parastatal Under the aegis of the Federal Ministry of Science & Technology. FIIRO is desirous of executing some capital/constituency projects under the 2013 Budget Appropriation. Suitably qualified and reputable contractors are invited to submit technical bids for the under-listed projects.

A.   Project Description:

S/N    Project Item Description

  1. Construction of Food / Agro Allied Processing Centre in Ogbogbo, Odogbolu in Ijebu Central Fed. Constituency, Ogun State
  2. Construction of Agro Processing Centre at Yadi, Kaduna State
  3. Rehabilitation of Laboratories

B.   Eligibility Criteria

  1. Evidence of registration with Corporate Affairs Commission (CAC) namely Certificate on In corporation and Article of Association;
  2. Tax Clearance Certificates for the Last 3 Years (2010, 2011 and 2012);
  3. Evidence of Pension Contribution and Remittance s of employee pension Firms having more than (5) employee;
  4. Evidence of VAT Registration and Remittance;
  5. Detailed   Company   Profile   including   Curriculum  Vitae   of Professional  Staff for the Project,  academic and Professional Certificates, documents detailing experience and attestation of availability;
  6. Evidence of experience in at least (5) jobs of similar nature and complexity executed within the last three years with verifiable letters of contract         award, evidence of payment and certificate of job completion;
  7. Evidence of financial capability / reference letter from a reputable Bank;
  8. Full account details including SORT code
  9. Annual Auditors’ Report for the last 3 years (2010, 2011 and 2012) Pencom
  10. Registration ITF Contribution

 

 

D. Submission of pre-Qualification Documents

The pre-qualification document (1 hard copy and 1 Soft copy) should be submitted in a sealed envelope and clearly marked with Lot No. and name at the top right hand corner and addressed to:

 

The Director General/CEO

Federal Institute of Industrial Research, Oshodi,

P.M.B. 21023, Ikeja

Lagos State

 

The document should be returned to the “Tender Box” in the office of the

Director General not later than 12 noon, 25th July, 2013.

 

The document will be examined on the same day at 2.00pm in the institute’s

Auditorium. Company representatives are encouraged to witness the box opening.

 

N.B

1.       Only technically qualified companies will be considered for financial Tender

2.       Late submission of Tender Document will be rejected

3.       The Institute is not bound to accept the lowest tender

4.       The institute will not be held liable for any un-received tenders sent by courier or post

5.       The Institute will not enter into any correspondence with any Unsuccessful bidder.

 

Signed:

Management

 

Invitation to Tender at Projects Development Institute (PRODA), Enugu

Projects Development Institute (PRODA), Enugu

(Federal Ministry of Science and Technology)

PRODA Road, P.M. B. 10609, Emene Industrial Layout, Off Enugu/Abakaliki Expressway, Enugu.

Invitation to Tender

1.     Introduction:

PROJECTS DEVELOPMENT INSTITUTE (PRODA) ENUGU, a parastatal under the Federal Ministry of Science and Technology is desirous of carrying out its capital projects under 2013 Budget. To this end interested and reputable contractors with relevant experience are invited to tender for the projects as indicated below:

2.     Project Description/Scope Of Work

The projects include Re-tooling Replacement of PRODA Obsolete Machines, Construction/Provision of Infrastructure, and provision of Agro Processing/Skill acquisition centres that may be equipped by PRODA. These Agro-Processing facilities are situated in various geo-political zones of the country and have been divided into different (LOTS and SUB LOTS as follows:

Lot A: Re-Tooling/Replacement Of Obsolete Machine

(i)    Computerization of PRODA Accounts

(ii)   Purchase of Computers, Printers. Scanners

(iii)  Re-location of Industrial equipment

(iv)  Rehabilitation of water treatment plant

(v)   Rehabilitation of main entrance road to PRODA Headquarters.

LOT B:  Procurement of Electric motor (l-5kw single phase): Acquisition and commissioning of jigs/fixtures and dies for stamping of rotor and stator laminations, Acquisition and commissioning production lines for shafting, motor casing, end plates and cooling fan.

Lot C: Construction/Provision of Infrastructure

(i)              Commercial production of electrical porcelain insulators

(ii)             Domestication of Technology for production of two and four strokes single cylinder spark ignition and compression ignition engines.

Research and Development

LOT D:       Development of Agro-processing machines-cluster concept for rural Development.

LOT E:       Development and production of smokeless solid fuels and activated carbons from coal and biomass.

LOT F:        Construction/Installation of cassava and maize processing projects in

(i)                Akute, Ogun State    (Machines)

(ii)             Iwoye, Ogun State    (Machines)

(iii)           Idogo, Ogun State               (Machines)

(iv)           Ilobi, Ogun State       (Machines)

(v)             Ipokia, Ogun State             (Machines)

(vi)           Kano                         (Civil Works)

(vii)        Ondo                         (Civil Works

(viii)      Kaduna                     (Machines)

LOT G:  kill Acquisition Training in cosmetics production, development of efficient and economical coal usage for rural woman in Imo state,

LOT H:  Establishment of Agro-Processing Machines at Udi/Ezeagu Federal constituency, Enugu State located in:

(i)     Udi Town, Udi LGA

(ii)    Obunofia Ndiagu in Eziagu LGA

(iii)   Umumba Ndiagu in Eziagu LGA

(iv)   Umana Ndiagu in Eziagu LGA

 

LOT I:    Skill Acquisition on soap candle and cosmetics  production  and development of efficient and economical utilization of appliances for cottage

Industries Development in:

(i)      Damaturu

(ii)     Tarmuwa

(iii)    Gujba

(iv)    Gulani Federal Constituency, Yobe state.

 

LOT J:   (I) Construction of 4 no Community Small Scale enterprises hall at (1)

Ikot Abasi (2) Mkpat Enin (3) Eastern Obolo Federal Constituency Akwu Ibom State.

(II) Fabrication, Installation/Commissioning of 3no Red  oil  palm  processing mills, 2no palm kernel oil processing mill and 3no electric oven bakeries in

(i)                Ikot Abasi

(ii)             Mkpat Enin

(iii)           Eastern Obolo Federal Constituency, Akwa Ibom State,

3.     Tendering Requirements

Intended Tenderers are to submit the following documents for verification

(i)                Evidence of Company Registration with the Corporate Affairs Commission (CAC)

(ii)             Evidence of Payment of Company’s Tax (Tax clearance certificate for the Past 3yrs.)

(iii)           Company’s Tax payer Identification Number (TIN)

(iv)           Evidence of VAT Registration Remittance (2010-2012)

(v)             Bank Reference from reputable bank as evidence of financial capability

(vi)           Evidence of payment of a non-refundable fee for collection of Bid document

(vii)        Verifiable list of previous similar works successfully carried out within the last three (3yrs) with names of clients, evidence of award and practical completion.

(viii)      Audited account of the company for the past 3yrs (2010-2012).

(ix)           List of Curriculum Vitae of Key Professionals registrable with relevant and professional regulatory bodies, to be attached to the project stating roles, designation, qualification and experience, enclose photocopies of professional certificates where applicable.

(x)             Evidence of compliance with the provision of the Pension Reforms Act (2004) with regard to operation of the employee Retirement Savings Account with an Approved Pension Fund Administrator (PFA).

(xi)           Evidence of Compliance with the provision of Industrial Training Fund amendment Act 2011 as related to training contribution by liable organization.

4.       Collection of tender Documents.

(a)     Tender documents are be collected from the office of the Director Admin & Finance on presentation of receipt of payment of a non-refundable tender fee of N10,000.00 payable at the Institute’s Revenue office, Headquarters Emene-Enugu.

(b)     Collection offender documents commences on Monday, 1st July, 2013, and returns of the completed tender documents closes by 12noon on Monday, 12th August, 2013. All contracts are to be completed by 31st December 2013.

(c)      Submission of Bids: the Technical and Financial Bid documents should each be separately sealed labeled (Technical or Financial Bid) as appropriate in different envelopes. The two (2) envelopes be put in a larger envelope which should also be sealed and labeled at the top left corner “Tender for Lot …………… with the name and phone number of the Tendering company and addressed to:

The Director (Admin & Finance)

Projects Development Institute (PRODA)

PRODA Headquarters, Emene Industrial

Layout, Emene Enugu

All Tenders should be dropped in The Tender Box in the Due Process Office at the PRODA Headquarters from 9.00am-4.00pm Mondays to Fridays.

5.       Opening of Tender.

Tenders will be opened on Tuesday 13th August 2013 from 10am at PRODA Headquarters Emene Enugu.

6.       Important Note:

I.  PRODA is under no Obligation whatsoever to select contractor from submissions received if none meets the requirements for the project;

II. Only companies/firms that meet the above stated requirements would be contacted,

III. Failure to comply with the above stated instructions will automatically disqualify the tenderer,

V     Late submission shall not be accepted

V.    PRODA is not bound to select the lowest bidder, other criteria are also considered,

VI.  This advertisement shall not be construed as a commitment on the part of PRODA nor shall it entitle responding companies to seek any indemnity from PRODA by virtue of such companies having responded to the advertisement

VII.  No contractor is allowed to bid for more that 2 LOTS/SUB LOTS, any bidder who exceeds 2 LOTS/SUB LOTS will be disqualified automatically.

VIII. Submission of tender by post or courier will not be accepted

Signed:

Mrs. P.O. Chijioke

For: Ag. Director General/CEO

Invitation for Pre-Qualification for Supply of Capital Items for 2013 Financial Year at National Youth Service Corps (NYSC)

National Youth Service Corps

Directorate Headquarters, Abuja

Invitation for Pre-Qualification for Supply of Capital Items for 2013 Financial Year

1.0     Introduction:

The Management of the National Youth Service Corps (NYSC) intends to execute a limited number of projects for 2013 financial year. Interested, competent and reliable contractors are therefore invited to express their intention for the Contract items through submission of pre-qualification documents.

2.0      Scope of Works

Supply of items listed below:

LOT 1:        Supply of 4 Nos. Water Tankers, L1517 (4×2) Engine/Output OM904LA/175NP, and 10,000 Litres Tank Capacity with Petro Water Pumping Machine of 5.5HP/75mm (3 inches) Discharge and Suction Water Hose in four (4) NYSC State Orientation camps.

LOT 2:        Supply of 5 Nos. Utility Vans (2.7 Litres Engine Capacity, A/C, Air bags, VVT-1, 5 speed, Manual Transmission, Petrol Engine, Power Steering, Double Cabin, 4×4 4WD, Central Lock Power Window, AM/FM CD Player in four (4) NYSC State Secretariats and NYSC Directorate Headquarters, Abuja.

LOT3:         Supply of 444 Nos. Sewing Machines (Industrial Straight Sewing Machines) in six (6) Geo-political zones of the Federation.

LOT4:         Supply of 214 Nos. Hair Steamers and Hair Dryers in six (6) Geo-political zones of the Federation.

LOT5:         Supply and Installation of 3 Nos. 60/80 Tents/Marquees of 1,300 People Sitting Capacity in three (3) NYSC State Orientation Camps.

3.0      Pre-Qualification Requirements

Letters of intent should be accompanied by photocopies of:

  1. Evidence  of Company   Registration/Certificate  of Incorporation;
  2. Evidence of current Company Tax Clearance Certificate for the last (3) three years (2010-2012);
  3. Evidence   of Vat   registration   Certificate   and    VAT Remittances;
  4. Evidence of Verifiable similar jobs successfully executed;
  5. Evidence of Financial capability from a reputable Bank;
  6. Company’s Audited accounts for the last (3) years (2010-2012);
  7. Evidence of registration with the Contributory Pension Scheme;
  8. Evidence of payment of ITF Employer’s Contribution;
  9. Comprehensive Company Profile with convincing proof of competence to undertake the jobs;
  10. Evidence  of technical,   operational  and  managerial capabilities; and
  11. Any other relevant document(s) that will place the company on a competitive advantage over others.

4.0      Submissions

Pre-qualification documents must be spirally bound and enclosed in an envelope clearly marked at the top left hand corner: “Pre-qualification for 2013 capital items with the LOT (1’, ‘2’, ‘3’, ‘4’, OR ‘5’) clearly indicated and addressed to: The Director General, National Youth Service Corps, Yakubu Gowon House, 416 Tigris Crescent, Off Aguiyi Irons Street, Maitama-Abuja and dropped in the Tenders Box at the NYSC Tenders Board Secretariat, Procurement Department, 3rd Floor Wing ‘B’ Room 317. NYSC Directorate Headquarters, Yakubu Gowon House, Maitama – Abuja.

5.0     Closing Date

The closing date for the submission of the pre-qualification documents shall be on Monday 22nd July, 2013 at 11:00 am, while opening of the pre-qualification documents will follow immediately on the same day, Monday, 22nd July, 2013 by 11:00 am at the Conference Hall, 6th floor, NYSC NDHQ, Abuja. All Contractors, Observers and Members of the General Public are invited to witness the Pre-qualification Exercises.

6.0       Tenders Opening

Tendering will be applied to only pre-qualified Contractors who will be issued bidding documents to prepare their bids. The closing date for the submission of all financial bids is Monday, 12th August, 2013 at 11:00 am while opening of the financial bids will follow immediately on same day, Monday, 12th August, 2013 by 11:00 am at the Conference Hall, 6th floor, NYSC NDHQ, Maitama-Abuja. All Bidders, Observers and the General Public are equally invited.

Please Note That

  1. Pre-qualified Contractors will be required to pay a non refundable   tender   fee   of Twenty   Thousand   Naira (N20.000.00) only in certified Bank Draft payable at the NYSC Accounts Department.
  2. Failure to fulfill any of the conditions in 3.0 (i-xi) above shall render an application invalid for further consideration.
  3. The National Youth Service Corps shall reserve the absolute right of rejecting any document it considers doubtful.
  4. All CAC, VAT, PENCOM, ITF and Tax Clearance Certificates may be referred to the Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission, Industrial Training Fund Headquarters and other relevant bodies for verification.
  5. In view of the disperse location of NYSC operations across the Federation, contracts for some of the listed categories may be awarded to more than one contractor for purposes of spontaneous execution  and timely delivery prior to the Orientation Course(s).
  6. The Directorate of the National Youth Service Corps also considers it an act of patriotism to accept executing jobs in any part of the country in line with the NYSC ideal of patriotism to National Service.

The advertisement shall not be construed as a commitment on the part of the National Service Corps, nor shall it entitle responding contractors to seek any indemnity from NYSC by virtue of such contractors having responded to this advertisement/invitation for pre-qualification.

 

Signed

Management

Invitation for Bids at PHCN

PHCN

The Federal Republic of Nigeria

Invitation for Bids

Nigeria Electricity and Gas Improvement Project-Additional Financing:

Construction, Rehabilitation and Reinforcement of 330/132RV& 132/33kV Transmission Substations

 

Date: 4th July, 2013

Loan No.: CR 46200 UNI

IFB No.: NGP-T4

 

1.       The Federal Republic of Nigeria has received a Credit from the International Development Association (IDA) towards the cost of Nigeria Electricity and Gas Improvement Project and it intends to apply part of the proceeds of this credit to payments under the contract for the Construction. Rehabilitation & Reinforcement of 330/132kV & 132/33kV Transmission Substations: (NGP-T4).

2.       The Power Holding Company of Nigeria Plc – Project Management Unit (PHCN-PMU) now invites scaled bids from eligible bidders for the Construction, Rehabilitation and Reinforcement of 330/132kV and 132/33KV transmission Substations (NGP- T4).

Lot I:           Uguwaji (Enugu) 330/132/33kV Substation – New, 9th Mile Conner (Enugu) 132/33kV substation – New and rehabilitation and reinforcement of Awka 132/33kV, Oturkpo 132/33kV and Yandev 132/33kV Substations

Lot 2:          New Kano (Kano) 330/l32/33kV Substation – New, Billiri (Gombe) 132/33kV Substation – New and rehabilitation and reinforcement of Gusau 132/33kV and Talata Mafara 132/33kV Substations

Lot 3:          Kabba (Kogi State) 132/33kV Substation – New and rehabilitation and reinforcement of Ogba 132/33kV and Sagamu 132/33kV Substations

International competitive bidding will be conducted in accordance with the Bank’s Single-Stage Bidding Procedure.

3.                Interested eligible bidders may obtain further information from and inspect the bidding documents at Power Holding Company of Nigeria Plc, Project Management Unit (PHCN-PMU) at address 1 given below from 9:00a.m to 5:00p.m week days Nigeria time starting from 4th July, 2013

4.                Complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address (1) below and upon payment of a non-refundable fee of fifteen thousand Naira (N15, 000. 00) or one hundred US Dollars (US$ 100.00). The method of payment will be by Certified Bank Cheque in favour of PHCN.

5.                The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the Bank Standard Bidding Documents: Procurement of Plant, Design, Supply, and Installation

6.                Bids must be delivered to the address (1) below at or before 12:00 pm on 10th October, 2013. All bids must be accompanied by a bid security of:

 

Lot 1: Seven hundred thousand US Dollar (USD 700. 000. 00)

Lot 2: Eight hundred thousand US Dollar (USD 800. 000. 00)

Lot 3: Three hundred and twenty thousand US Dollar (USD 320. 000. 00) or equivalent amounts in a freely convertible currency. I ate bids will be rejected.

 

5.       Firms that cannot meet the following key qualifications requirements are not encouraged to participate in the bidding process:

(a) Average annual turnover requirement

 

Minimum average annual turnover of:

Lot 1: Thirty Five Million US Dollar (US$35.0m)

Lot 2: Forty Million US Dollars (US$40.0m)

Lot 3: Sixteen Million US Dollars (US$I6.0m)

 

Calculated as total certified payments received for contracts in progress or completed, within the last Five (5) years

 

(b)   Financial Resources:

The Bidder must demonstrate access to, or availability of financial resources such as liquid assets, unencumbered real assets, lines of credit and other financial means, other than any contractual advance payments to meet the following cash-flow requirements:

 

Lot 1: Six Million US Dollar (US$6.0m)

Lot 2: Seven Million US Dollar (US$7.0m)

Lot 3: Three Million US Dollar (US$3.0m)

 

(c)   Specific Experience:

Participation as contractor, management contractor, or subcontractor, in at least Two (2) contracts within the last Ten (10) years, each with a value of at least:

 

Lot 1: Twenty Seven Million five hundred thousand US Dollar (US$27.5m)

Lot 2: Thirty two Million US Dollar (US$32.0m)

Lot 3: Twelve Million six hundred thousand US Dollar (US$12.6m)

 

7.       Bids will be opened in the presence of the bidders’ representatives, who choose to attend at the address (2) below at 12:15 pin on 10th October, 2013.

 

Address (1)

Engr. A. J. Ciroma

General Manager, Project Management Unit

7, Hombori Street, Wuse II,

Abuja 900288,

NIGERIA

Tel: – 234-9-8705449, 8746421

E-mail: phcnpmu@nepapmu.org.ng

Website: www.nepapmu.org.ng

 

Attention: General Manager – Project Management Unit

 

Address (2)

Rockview Hotel (CLASSIC) -Gurara Hall

Plots 194/196 Cad Zone A8

Adetukunbo Ademola Crescent,

Wuse II, Abuja.

Invitation for Pre-Qualification of Contractors for 2012 Tertiary Education Trust Fund Intervention in Library Development Projects at Osun State Polytechnic, Iree

Osun State Polytechnic, Iree

 Invitation for Pre-Qualification of Contractors for 2012 Tertiary Education Trust Fund Intervention in Library Development Projects

 1.     Introduction.

The Institution is hereby inviting reputable contractors/suppliers to submit pre-qualification documents for the under-listed year 2012 Tertiary Education Trust Fund Intervention in Library Development Projects.:

Lot 1:          Procurement of Various Titles of Library Books

Lot 2:          Procurement of Assorted Library Furniture and Equipment

Lot 3:          Procurement of Computer Hardware and Accessories

 

2.       Pre-Qualification Requirements:

Prospective contractors shall be required to submit the following pre-qualification documents:

  1. Evidence of registration as a contractor with Osun State Polytechnic, Iree
  2. Evidence of registration with the Corporate Affairs Commission
  3. List and Resume of Management and Key Staff (Technical) and photocopies of academic qualification certificates and evidences of registration with relevant Professional Bodies.
  4. Evidence of Registration of Business Premises with Osun State Government
  5. Evidence of payment of Osun State Capital Development Levy
  6. Evidence of payment of Education Tax
  7. Evidence of Tax clearance certificate for the last three (3) years
  8. Evidence of VAT registration and past VAT remittance
  9. Evidence of financial strength, credit worthiness and solvency (Reference Letter, Statement of Account e.t.c.)
  10.  Evidence of Audited Accounts of the Company for the last three (3) years
  11. Evidence of similar projects successfully executed with their location (copies of letters of award, certificate of completion e.t.c. to be attached)
  12. Evidence of payment of non-refundable processing fee of ten thousand naira (N10,000.00) only at the Bursary Department

 

3.     Verification of Claims:

Please note that Osun State Polytechnic Iree reserves the right to verify claims made in the pre-qualification documents submitted by the interested contractors

 

4.       Submission of Pre-Qualification Documents:

(A)   Pre-qualification documents should be neatly packaged in a sealed envelope and to be clearly marked ‘Pre-Qualification For 2012 TETFUNO Intervention in Library Development Project’ (indicate the specific project) at the top left hand corner of the envelope which should be addressed to the Secretary, Tenders Committee, Osun State Polytechnic, Iree. It should be submitted not later than 17th June, 2013

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

 

Please Note That:

(a)     Osun State Polytechnic is not bound to pre-qualify any contractor or contractors.

(b)     Only the successful pre-qualified contractors would be required to proceed with the submission of the main tenders documents.

(c)       This invitation for prequalification is NOT an invitation to tender for the projects.

 

Signed:

ACTING BURSAR AND SECRETARY TO

TENDERS COMMITTEE

Osun State Polytechnic, Iree