Provision of Designs for Building Complex at Nigerian Content Development and Monitoring Board (NCDMB)

The Nigerian Content Development and Monitoring Board (NCDMB)

Expression of Interest

Land/Quantity/Geotechnical Surveying, Architectural and Engineering Firms

14       Introduction

The Nigerian Oil and Gas Industry Content Development Act was signed into law on April 22, 2010 by the President of the Federal Republic of Nigeria. The law established the Nigerian Content Development and Monitoring Board (NCDMB) to implement the provisions of the Act. The Bayelsa state government has offered the Board a parcel of land in Central Business District of Yenagoa upon which to build its headquarters. It is the intention of NCDMB to build a state of the art, multi-storey building on this parcel of land.

NCDMB hereby invites Expression of Interest from qualified Land Surveying firms, Geo-technical Survey firms, Architectural firms, Quantity surveying firms, Civil/Structural engineering design firms, mechanical engineering design firms, electrical engineering design firms and Heat, Ventilation and air conditioning firms for the provision of designs for this building complex.

2.0     Terms of Reference (TOR)

2.1     Scope of Work and Services

To carry out Geo-technical survey, Land survey, Architectural designs,

Engineering and design studies, detailed cost estimates necessary for the

the Headquarters building for NCDMB. The various services are as listed below:

2.1.1            Land Surveying

  • Survey and produce survey plan for the parcel of land
  • Process all necessary documents perfect Title of the parcel of land.

2.1.2            Geo-Technical Survey

  • Provide geotechnical survey of the parcel of land necessary for detail engineering design of the building.

2.1.3            Architectural Design

  • Participation in Architectural design competition
  • Produce detail architectural design of drawings

2.1.4            Engineering Design

  • Produce detail Civil/Structural designs and drawings
  • Produce detail Electrical designs and drawings
  • Produce detail Mechanical and plumbing designs and drawings

2.1.5           Heat Ventilation and Air-Conditioning (HVAC) Systems

  • Provide detail design and drawings of HVAC system for the building.

2.1.6 Quantity Surveying

  • Provide Bill of materials for all items necessary for the building.

2.2              Deliverables

The deliverables expected include Geotechnical survey report, Land survey plan, Architectural designs and drawings, Structural, Mechanical and electrical engineering designs calculations and drawings, HVAC design and drawings and Bill of Materials (BOM).

3-0              Requirements

Interested firms are to submit the following:

  1. Detailed Company profile in English language.
  2. Evidence of registration with professional bodies such as Architect’s Council of Nigeria, COREN, NIQS, QSRBN, etc.
  3. Firm’s organizational structure including resume of key personnel showing qualified and certified personnel to carry out these works.
  4. Details of relevant, verifiable experience of similar works that firm or group has undertaken in the Fast fifteen (15) years. inside or outside Nigeria.
  5. Audited accounts/financial reports for the last three (3) years
  6. Tax clearance certificate for the past three (3) years.
  7. Evidence of  compliance with the Pensions Act
  8. Evidence of financial capability/reference letter from a reputable Nigerian bank
  9. Reference of three major customers that can he contacted   for information/reference
  10. HSE related certifications available: ISO
  11. Quality Assurance System Certified ISO
  12. Copy of Current Certificate of Registration with Corporate Affairs  ‘AC).Commission (CAC).

4.0         Nigerian Content Requirements

  1. Compliance to the provisions of The Nigerian Oil & Gas Industry Content Development Act 2010.
  2. Consistent with The Nigerian Oil & Gas Industry Content Development Act 2010, NCDMB is committed to providing maximum opportunities for Nigerian capacity utilisation and development of in-country expertise and competence.\
  3. Consultants and consortium to fully comply with the Nigerian content Act including in-country domiciliation of personnel, supporting activities and periodic reporting requirements assigned to project promoters
  4. Consultants shall provide a detailed description of all work they will accomplish using Nigerian Resources (labour, materials & services).
  5. Consultants shall provide a plan and strategy showing commitment to meeting Nigerian content targets in schedule of the Act and how they intend to complete the work in consistence with the Nigerian content Act.
  6. Where  applicable, evidence of Joint Venture, partnership or consortium in a MOU or Agreement between foreign Consultant and Nigerian Consultant, duly signed by both Consultants’ CEOs, including evidence or plans of physical operational presence and set­up in Nigeria.
  7. Demonstrate that entity is a Nigerian-registered company. Submit certified true copies of CAC forms 02 & 07 including company memorandum & article of association and other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria. Maximizing Nigerian Content is a key contract priority, therefore foreign companies and multinationals shall demonstrate credible alliance with local companies by stating the specific work scope to be performed by their local affiliates.

Please note the following:

  • This advert should not be construed as an invitation to bid.
  • Only pre-qualified firms would be contacted to proceed to the stage of Request for Proposal.
  • NCDMB reserves the right not to entertain questions on the disqualification of any firm for the next stage.
  • NCDMB will communicate only with authorized firms known to be in this business and NOT through intermediaries of any description or Agents.

5.0       Closing date

Please address your letter of interest with the above requirements, in sealed envelopes addressed to:

The Executive Secretary,

Nigerian Content Development & Monitoring Board

Revenue House,

Lambert Eradiri road, Yenagoa. Bayelsa state.

To reach him on or before 23rd August 2010.

Signed

The Executive Secretary,

Nigerian Content Development & Monitoring Board

Yenagoa. Bayelsa state.

Provision of Insurance Services at Nigerian Airspace Management Agency

Nigerian Airspace Management Agency

Murtala Muhammed Airport Ikeja Lagos

Expression of Interest for the Provision of Insurance Services and Brokerage for General and Group Life Insurance

The Nigerian Airspace Management Agency hereby invites reputable and competent Insurance Underwriting and Brooking Companies to express interest in the Agency’s Insurance Portfolio

Scope of Insurance Required

The Insurance Policies to be carried out are:

1)      Fire/Extraneous Perils Insurance

2)      Plant All Risk Insurance

3)      Electronic Equipment Insurance

4)      Private Motor Insurance

5)      Commercial Vehicle (Private Bus) Insurance

6)      Commercial Vehicle (Own Goods) Insurance

7)      Commercial Vehicle (Special Type) Insurance

8)      Motorcycle Insurance

9)      Professional Indemnity Insurance

10)    Group Personal Accident Insurance

11)    Group Life Assurance

Pre-Qualification Requirements

All interested Companies are required to submit the following documents:

  1. Company Registration with Corporate Affairs Commission.
  2. Evidence of Current  Operating   License  from   National Insurance Commission (NAICOM)
  3. Evidence of Current Membership with the Nigeria Insurance   Association (NIA)
  4. Evidence of Current Operating License from Nigeria Council of Registered insurance Brokers (Brokers Only)
  5. Evidence of having met with the Consolidation Requirement (Underwriters only)
  6. Company Profile including major clientele handled in the past three years and CVs of key Personnel
  7. Copy of Company’s tax clearance certificate for the past three years
  8. Audited Financial Statement for the past three years
  9. Evidence of valid Re- insurance treaty cover (Underwriters only)
  10. A statement signed by the Company’s MD/Chief Executive officer that the company settles and will settle all genuine claims promptly
  11. A letter of comfort/Bank guarantee form their bankers

Submission of Required Documents

The documents must be submitted in triplicate on or before 4.00pm on 16th August 2010. The envelope must be sealed and address to “The Ag General Manager Procurement, Nigerian Airspace Management Agency (Nama) Headquarters, Ikeja Lagos” And Clearly Marked Expression of Interest for the Provision of Insurance Cover.

Please note that bids received after the deadline will be rejected also, this is not an invitation to tender. Full tendering procedures would be provided to companies that have been successfully pre-qualified

Signed:

Management

Government, Lagos,

Maintenance of Office Equipment at Ministry of Defence Ship House

Federal Republic of Nigeria

Ministry of Defence Ship House, Garki – Abuja.

Invitation for Contractors to Bid for Annual Comprehensive Maintenance of

Office Equipment

1.0    Preamble

The Federal Ministry of Defence invites interested reputable and competent contractors, experienced in maintaining office equipment to bid for consideration for Annual Comprehensive Maintenance Services for its office equipment in the Federal Ministry of Defence, Ship House, Abuja.

2.0    Scope of Work

The company is to provide the following services on an annual service contract

2.1    Carry out an initial maintenance audit with a view to Determining the current state of the equipment viz:

Items Desktop Computer Systems (Complete with UPS and Printers) Servers Scanners UPS (Heavy Duty for Servers/Internet Links) Photocopiers Assorted Models) Routers
QTY 374 Nos 9 Nos 11Nos 2 Nos 103 Nos 6 Nos

2.1    Ensure a programmed maintenance services of the equipment

2.2    Carry out regular preventive maintenance to prevent break-down of equipment and replacement of faulty part(s) without recourse to the Federal Ministry of Defence.

2.3    Ensure functionality of alt equipment

3.0    Prospective contractors will be required to submit the underlisted                        documents together with its financial bids:

3.1    Evidence of incorporation with the Corporate Affairs Commission

3.2    Evidence of current Tax Clearance Certificate;

3.3    Evidence of Vat Registration and remittances;

3.4    Evidence of financial capability and bank support;

3.5    Evidence of company audited account for the past three years;

3.6    Company profile to include details of equipment as well as list of                            technical personnel and their resume;

3.7    Verifiable evidence of similar projects executed in the last three years;

3.8    Verifiable evidence of compliance with Pension Reform Act of 2004; and

3.9    Any other relevant information.

4.0    The office equipment will be available for inspection between the hours of 10.00a.m and 3.00pm on any working day.

5.0    Financial Bid Documents should be collected from the office of the Assistant Director (Recurrent Procurement Room G-49) after paying the mandatory non-refundable tender fee of N50,000.

6.0    For further enquires, interested bidders are advised to contact the Assistant Director (Recurrent Procurement) Ministry of Defence, Ship House, Abuja.

7.0    The closing date for the submission of Bid documents is 16th August, 2010, at 11.00am while the bids will be opened at 12.00p.m. on the same day at the Conference Hall of the Ministry. Interested bidders and the general pubic are invited to witness the opening of the bids.

8.0    Submission of the Tender Documents:

8.1    Technical Documents listed in paragraph 3.0 above should be placed in one envelope, sealed and dearly marked “Technical Bid for MOD Office Equipment Maintenance 2010”

8-2    Financial Bid should be placed in another separate envelope, sealed and clearly marked “Financial Bid for MOD Office Equipment Maintenance 2010”

8.3    The name of the Company and address should be clearly written on the reverse side of the envelopes.

8.4    Insert the Envelopes containing the Technical documents and the Financial bid in another envelope, sealed and addressed to:

The Secretary,

Ministerial Tenders Board,

Ministry Defence,

Ship House,

Signed:

Permanent Secretary

Ministry of Defence, Abuja.

Procurement of Goods at National Oil Spill Detection and Response Agency, (NOSDRA)

Nosdra

National Oil Spill Detection and Response Agency (Nosdra)

5th Floor, Naic House, Plot 590, Zone Ao Cbd, Pmb 145, Garki, Abuja

Invitation for Pre-Qualification And Tender For Capital Projects

The National Oil Spill Detection and Response Agency (NOSDRA) invites interested, reputable and competent Contractors/Consultants to pre-qualify and tender for the following capital projects

2.       Project Description

S/No LOTS TENDER/PRE-QUAULIFICATION
1 Lot I Procurement of Office Equipment and Furniture TENDER
2 LOT II Procurement of three Sets of Oil Spill Response Equipment (Booms, Vacuum Pump And Power Pack) Pre-qualification/ Tender
3 LOT III Development of Comprehensive Accounting System Code Including Manual and Audit Guideline as well as installation of audit command language (ACL) Pre-qualification/ Tender
4 LOT IV Environmental education. Community Mobilization and Advocacy Tender
5 LOT V Environmental Awareness and Sensitization Tender
6 LOT VI Monitoring of 6 zonal/ field offices (Procurement of field vehicles) Tender
7 LOT VII Procurement of field monitoring equipment Tender
8 LOT VIII Inventorization of newly oil impacted sites program Phase I (Lagos, Cross-River and Bayelsa States) Tender
9 Procurement of Personal Protective Equipment Tender
10 Procurement of 3 (Nos) 350KVA Generator Set for NOSDRA Tender

3         Tender Requirement

All tendering companies are required to collect tender forms from the office of the Director Planning. Policy Analysis and Research (PPAR) Department of NOSDRA, 5th floor, NAIC House, Plot 590, Zone AO. CBD, Garki Abuja

Each tender should be submitted with the under listed information along with a non-refundable fee of Twenty Five Thousand Naira (25,000.00) only in Bank Draft in favour of National Oil Spill detection and Response Agency (NOSDRA), Contractors/ Consultants interested in lot II & III are required to submit prequalification documents only in the first instance.

  1. Evidence of incorporation of the firm by the Cooperate Affairs Commission (CAC).
  2. Evidence of Tax clearances for the last three years
  3. Company Profile including addresses of head office  and branches Nationwide.
  4. Previous job(s) executed within the last three years in the area of interest giving names of clients, contract sum and evidence of practical completion
  5. Reference letter from your Banker
  6. Evidence of VAT registration/ remittance
  7. Company’s audited account for the last three years
  8. Submission of 2% BID security for each LOT
  9. Completed application forms
  10. Evidence of compliance with Pension Act.

Submission

Collection of tender document commences from Monday 2nd August, 2010 and closes on Thursday 19th August, 2010. Submission of tender document closes on Thursday 19th August, 2010.

All submissions should be delivered to

the office of the Director Planning, Policy Analysis and Research (PPAR) Department of NOSDRA,

5th floor, NAIC House.

Plot 590, Zone AO, CBD,

Garki Abuja.

For projects in LOT II and III Contractors/ Consultants are advised to submit their prequalification document latest by 19th August, 2010.

For ease of identification title and LOT number of project bided for should be clearly indicated at the back of the envelope.

NOTE: This advertisement supersedes the earlier one

SIGNED

Acting Director General/CEO NOSDRA

Execution of Projects at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Invitation for Tender

Introduction:

The Federal Ministry of Environment as part of the implementation of its 2010 Budget intends to carry out Erosion and Flood Control Works in the following Selected Locations in the country.

Scope of Work:

For the above projects, the following general Scope of Work apply:

  1. Clearing the site of stumps and shrubs.
  2. Earth Works:
  • Excavation of soft earth and Rocks
  • Filling of gullies areas
  • Back filling with approved laterites soil.
  1. Construction of Reinforced concrete Drains.
  2. Construction of Drop structures, Basins, Culverts and access slabs.
  3. Construction of embankments for dykes, small Earth Dams and retaining walls.
  4. Stone pitching and protection of slopes and embankments.
  5. Rehabilitation and grassing of destroyed environment.

Projects:

Lot A

A1     Tudun-Wada Sokoto Gully Erosion Control

A2     Umuoji Erosion/Flood Control Phase 2

A3     Sokoto River Embankment Works, Sokoto State

A4     Baseline Hydrological Studies for Hadejia-jama are Basin in Kano, Borno, Jigawa, Yobe Bauchi& Plateau State

A5     Flood Erosion Control at Ula, Ekwulobia in Aguata LGA, Anambra State

A6     Umuopara Ozara-Itu Umuala-Avo Nkwu Gully Erosion/Road Rehabilitation Project, Olokoro, Umuahia, Abia State

A7     Erosion Control at Baboko Ward and Eruela in Ilorin West LGA Kwara State

A8     Erosion Control in Unguwan Waziri, Keffi, Nassarawa State

A9     Erosion Control at Agai Lapai Town Niger State

A10   Erosion Control in Asanting Atan/Ikot Efredie in Ikono LGA, Akwa Ibom State.

A11   Drainage Flood and Erosion Control at Taiwo Odubanjo Street, Abayomi/Apple Estate, Amuwo Odofin, Lagos State.

A12   Drainage Flood and Erosion Control at Adenla Street, Agege, Lagos State.

A13   Erosion Control at Okakri Ahoada West Rivers State.

A14   Flood and Erosion Control at Ijesa Isu, Ekiti State.

A15   Gully Erosion Control Project at Gege/Agbeni Ibadan North West/South West Phase 3.Oyo State.

A16   Tamogbene Reclamation and Shore Protection Project River State.

A17   Erosion Control at Isanlu-Isin LGA Kwara, Kwara State.

A18   Completion of On-going Erosion Control Project at Ikole Ekiti, Ekiti State.

A19   Erosion & Flood Control Works on Road from Orie-Akabo, Ikeduru LGA to Amankuta Mbieri, Mbaitoli LGA, Imo State.

A20   Erosion Control in Dare-Lebi Street, Okitipupe, Ondo State.

A21   Erosion Control in Mgbom Ugwulangwu Ohaozara LGA Ebonyi State.

A22   Completion of Erosion Control in Ipoti/Odo Owa Ekiti, Ekiti State.

A23   Erosion control in Owede Street behind Police Station Okitipupa, Ondo State.

A24   Ekemegbu-Oha Market Erosion Control Project Lible-Umunahu-Uratta-Owerri North, Imo State.

A25   Land Reclamation and Flood Control at Dandagi DoKo Ward Lavun, Kwara State.

A26   Land Reclamation and Flood Control of Galadima Road. Patagi LGA, Kwara State.

A27   Namtari Flood Water Harvesting Project Yola South LGA, Adamawa State.

A28   Erosion Control at Aramoko (Phase II) in Ekiti State.

A29   Lipaka/Jilalu Stream Channelization Project, Ondo State.

A30   Odo-Okun Comprehensive Erosion and Flood Project Odo Okun, Gbonyi LGA, Ekiti State.

A31   Eroston Control at Ati-Essien Iko-Ekpene, Akwa Ibom State.

A32   Gully Erosion at Dafashi Villiage in Augie LGA, Kabbi State

A33   Buru-Yadi Gully Erosion Control, Yobe State.

A34   Erosion Control at Ikare Akoko, Ondo State.

A35   Flood and Erosion Control atAlagbo/Sabo/Elekute, Ondo State.

A36   Erosion Site at Oguyi-Amaeze Aguleri, Anambra East LGA, Anambra State. A37          Erosion Control along Nasarawa Ekabo Road, Calabar, Cross River State. A38          Erosion Control Works at Ujala-Owo, Ondo State.

A39   Gully Erosion at Tunga Zazzagawa/Rumbuki Village in Argungu LGA Area, Kebbi State.

A40   Erosion Control/Road Rehabilitation at Thalkuau.

A41   On-go-Ayesan Erostion/Flood Control, Ondo State.

A42   Ipokia Erosion Control, Ipokia, Ogun State.

A43   Erosion Control at Mallamawa, Kamba, Kebbi State.

A44   Erosion Control in Ile-Ileri Ado LGA Ekiti State.

A45   Erosion Control at Afon-Ijoun.

A46   Kajola/Temidayo Flood & Erosion Control Project Ondo, Ondo State.

A47   Erosion Control at Ayesan (On-going) Ondo State.

A48   Erosion Control at Oniparaga, Ondo State.

A49   Erosion Control Project at Olope Marun Ogbomosho North, Oyo State.

A50   Umuzomgbo-Okpoihechiowa Arochukwu, Ebonyi State.

A51   Central Bank/Bagole Hotel Area Flood Control Jimeta Adamawa State.

A52   Polamoueye Flood channellisaton Guyuk LGA.

A53   Erosion & Flood Control at Butura Kampan, Bokkos LGA, Plateau State. A54          Erosion Control Project along Surulere, Ondo State.

A55   Kola Town Birnin Kebbi LGA, Kebbi State.

A56   Erosion Control at Dafawa Wudil, Kano State.

A57   Erosion Control at Takum, Taraba State.

A58   Erosion Control at Takum, Taraba State.

A59   Enjiyan Erosion Control, Ekiti State.

A60   Ilaro Erosion Control Ogun State.

A61   Erosion Control at Olamojiba GRA Owo, Ondo State.

A62   Enjiyan Erosion Control, Ekiti State.

A63   Completion of On-going Erosion Control Project at Ilupeju Ekiti, Ekiti State. A64          Tuindun-Wada Sokoto Gully Erosion Control, Sokoto State.

A65   Jega Town, Jega LGA Kebbi State.

A66   Completion of Erosion Control Works at Ugbanasa – Ijebu-Owo, Ondo State A67          Oniparaga Erosion/Flood Control, Ondo State.

A68   Erosion Control Project at Ise Ekiti.Ekiti State.

A69   Erosion Control at Ideato, Imo State.

A70   Paiko Erosion Control, Niger State.

A71   Tekpag/IBBA Erosion Control, Niger State.

A72   Erosion Control at Onicha – Uki Aniocha, Delta State.

A73   Erosion Control at Mgbuitamwo, Rivers State.

A74   Erosion Control at Kamba, Kebbi State.

A75   Erosion Control II Koro, Ekiti LGA Kwara State.

A76   Erosion Control in Owode Yewa, Ogun State.

A77   Erosion Control in Oupa-Masifa in Ogbomosho North Oyo State.

A78   Erosion Control at Ogbagi Akoko North-West Ondo State.

A79   Erosion Control in Ire (Oye LGA) Ekiti State.

A80   Erosion Control in Echara Community, Ezza South LGA Ebonyi State

A81   Erosion Control in Ilawa Ekiti, Ekiti State.

A82   Erosion Control in Omuigbo-Ope and Kabba/Bum LGA Kogi State.

A83   Erosion Control in Shelleng LGA, Adamawa State.

A84   Erosion Control at Ikurf Akoko, Akoko South West LGA Ondo State.

A85   Flood Harvesting in Kaigamare-Mayoine-Fufore LGA Adamawa State.

A86   Erosion Flood Control at Gwash Village Jos North LGA Plateau State.

A87   Refin- Tsaka, Arewa LGA

A88   Erosion Control at (i) Oke- Ese- Ado Ekiti (ii) Simi Oluwa Ado Ekiti, Ekiti State.

A89   Argungu B/kasuwa, Argungu LGA, Kebbi.

A90   Erosion Flood Control at Kabong Village, Jos North LGA Plateau State.

A91   Erosion Flood Control at Yalwa Village, Jos North LGA Plateau State.

A92   Erosion Flood Control at Dilimi River, Ibrahim Katsina Ward – Jos North LGA Plateau State.

A93   Erosion Flood Control for Jangre Ward, Bassa LGA Plateau State.

A94   Water Harvesting through Erosion Flood Control at Kadarko Plateau State A95          Safiyo.

A96   Water Harvesting through Erosion Flood Control at Basher Wase LGA  Plateau State.

A97   Erosion Control in Okarki, Ahoada-West LGA Rivers State.

A98   Erosion Control in Nkalagu Community, Ishielu LGA, Ebonyi State.

A99   Erosion Control in Aawa LGA, Nasarawa State.

A100 Erosion Control in Gundutse Kurra LGA, Kano State.

A101 Erosion Control in Amene/Ufuzeraku/Ugoeeoke Mgbom Ugwiagu in Ohozara LGA, Ebonyi State.

A102 Erosion Control in Smith Close Ekot-Ekpene, Akwa Ibom State.

A103 Study and Engineering Design of Shoreline Protection of Tombia Coastline in Degema LGA River State.

A104 Erosion Control in Takum, Taraba State.

A105 Erosion control at Ebushu Orin Ekiti, Ekiti State.

A106 Erosion Control at Odo Ode ldanre, Ondo State.

A107 Erosion Control at Amuri, Nkanu West LGA.

A108 Erosion Control on Ovoko – Ibagwa -Aloragu Road Igboeze South LGA, Enugu State.

A109 Flood Control/Surface Dressing at Obi Isiogwugwu Road/Umuuchem- Ogbelle Road/St. Andrews – Umuire – Amanto road, Ideato South, Imo State

A110 Yuli Water Harvesting Through Erosion Control Plateau State.

A111 Erosion Control at May Fair Osun State.

A112 Erosion Control at Eleyele Ile-Ife, Osun State.

A113 Erosion Control at Moremi Oyo State.

A114 Kaoje Town -Bagudo LGA Kebbi State.

A115 Kaifa Town, Suru LGA Kebbi State.

A116 Bakuwai Town , Suru LGA Kebbi State.

A117 Water Harvesting Through Erosion Control at Gimbi Plateau State.

A118 Kaoje Town -Bagudo LGA Kebbi State.

A119 Kaifa Town, Suru LGA Kebbi State.

A120 Bakuwai Town, Suru LGA Kebbi Steta.

A121 Gwadabawa Town, Koko Bessa LGA Kebbi State.

A122 Lailaba Town, Argungu LGA Kebbi State.

A123 Sauwa Town, Argungu LGA Kebbi State.

A124 Argungu PHC, Argungu LGA Kebbi State.

A125 Zagi, Augle LGA Kebbi State.

A126 Temididre/Alade Market at Osin- Idanre Ondo State.

A127 Water Harvesting Thro, Erosion Flood Control at Jamai Gamu Plateau State.

A128 Water Harvesting Thro, Erosion Flood Control at Dam Nasarawa, Plateau State.

A129 Water Harvesting through Erosion Flood Control at ZAK Plateau State.

A130 Gidiga Town Maiyama LGA Kebbi State.

A131 Araromi Street, Orile Agege Lagos State.

A132 Awofe Street Orile Agege Lagos State.

A133 Biliaminu Street Orile Agege Lagos State.

A142 Erosion Control in Kudan Phase II, Kaduna State.

A143 Erosion Control in Efe-Olukutokun Yaba East LGA, Kogi State.

Tender Requirements

Interested, suitable and reputable companies are required to submit the following Pre-qualification documents. Failure to submit any of the underlisted documents may result in the disqualification of the Contractor.

  1. Certificate of Registration with Corporate Affairs Commission (Limited liability only)
  2. Provide details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources.
  3. Company’s current Tax Clearance certificate for the last three (3) years, (State Tax Identification Number- TIN)
  4. Verifiable evidence of previous experience in the jobs of this magnitude/nature. (Attach letter of Award and Certificate of Completion)
  5. List of Equipment Owned.
  6. Evidence from the company’s Bankers as to its financial capacity/Bank Support to undertake the works, if awarded.
  7. Name/e-mail Address and phone number of contact, person.
  8. Company Audited Account for the last 3 Years.
  9. A Letter authorizing the Federal Ministry of Environment to verity claims with relevant agencies or bodies.
  10. Evidence of VAT Registration and Remittance.

Additional Information

  1. Notwithstanding the submission of tender data the Federal Ministry of Environment m neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent.
  2. The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential companies to mate any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.
  3. The Federal Ministry of Environment reserves the right to make available the Tender documents to qualified bidders only.

Non-Refundable Tender Fee, complete set of bidding documents are to be collected from Secretariat of MTB, Federal Ministry of Environment, Room B301, Mabushi on payment of a non-refundable Fee of Thirty Thousand Naira  (N30, 000.00) in Bank Draft for each of the LOTS.

Submission Deadline:

Completed Financial and Technical Tenders are to be submitted in two Separate Envelopes Marked Financial Bids or Technical Bids respectively. Each of the Envelopes are to contain one original and two duplicate copies of the Tenders respectively, and Both Envelopes Enclosed in a Larger Envelope Mark Confidential on the Top Left Comer and Written Tender for (Specify LOT) at the Centre. The Tender Addressed to

The Secretary, Ministerial Tenders Board.

Federal Ministry of Environment,

Room B301 (3rd floor), Mabushi, Abuja.

To reach him on or before 12noon on Monday, 30th August, 2010.

The Bids will be opened by 2:00pm on the same date at the Ministry’s conference Room, Mabushi, Abuja.

Note: Only the Technical bids will be opened on the date mentioned in this publication while the Financial Bids of the Bidders that passed the Technical Evaluation would be opened on a data that would be communicated to these Companies.

Signed

Permanent Secretary