Provision of Road Studs and Traffic Signs at FCTA

Federal Capital Territory Administration

Office of the Secretary

Transportation Secretariat

No. 1 Kapital Street, Area II, Garki P.M.B 24 Garki-Nigeria.

Tel: +234-9-672-4360

Invitation for Pre-Qualification Exercise

For The Provision of Road Studs and Traffic Signs in Federal Capital City, Abuja

Federal Capital Territory Administration (FCTA), through the Transportation Secretariat is inviting competent and interested companies to submit pre-qualification documents for the provision of road studs and traffic signs in the Federal Capital City, Abuja.

2.       The Scope of The Project Includes:

  1. I.            Provision and Installation of solar-powered and reflective studs at the required locations.
  2. II.            Fabrication and Installation of the signs including inscription of words and symbols at appropriate locations;
  3. III.            Provision of materials for traffic signs;
  4. Provision of Directional information,

3.       Pre-Qualification Requirements

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

  1. I.            Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association complete with up to date returns with the CAC;
  2. II.            Tax Clearance Certificate for the last three (3) years, ending December 2009;
  3. III.            Company’s Audited Account for the last three (3) years prepared by a Chartered Accounting Firm;
  4. Bank Statement of the Company for the last twelve (12) months and Reference letter from a reputable Nigerian Bank (original);
  5. V.            Company profile showing the list of key personnel officers to be attached to the project stating their roles, designation, qualifications and experience. Enclose the Curriculum Vitae and photocopies of the educational and professional certificates of the Professionals. All copies of the Credentials shall be endorsed in BLUE INK by the individual professionals;
  6. 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;
  7. List of equipment to be used for the project and their locations. Slate whether the equipment are on lease, hired, or owned; complete with evidences of ownership/ leasing agreement;
  8. Evidences of registration with and remittance of pension fund to the National Pension Commission in compliance with the provision of the Pension Reform Act. 2004;
  9. Sworn Affidavit in line with the provisions of Part IV, section 16, sub-section 6 (e – f) of the Public Procurement Act, 2007.

4.       Submission of the Prequalification Documents

Interested companies should submit three (3) bounded copies of Pre-qualification Documents (one (i) original and two (2) other copies) signed, sealed and clearly labeled “Prequalification Documents for the Provision of Road Studs and Traffic signs Federal Capital City, Abuja”, and dropped into the Tender Box at: Office of the Secretary, FCTA Tenders Board Secretariat, Room 043, Former Public Building Block, Area 11, FCTA Secretariat, FCT, Abuja on or before 12,00noon, 5th August, 2010 (indicate date) The tender is for a period of three (3) weeks.

The representatives of the bidding companies are invited to witness the opening of the prequalification documents on the same day at Room 04, Archives & History Bureau Building, besides AGIS, Area 11, Garki, Abuja by 2.00pm.

Note

  1. I.            Originals of documents for items 3 (i, ii, & iii) must be produced for sighting during the bid opening exercise.
  2. II.            Failure to submit the documents under items 3 (i, ii, viii & ix) above would be considered NON-RESPONSIVE and automatically disqualified. Please note that due diligence could be conducted. Interested members of the general public, especially the Civil Society Organizations are invited to attend the opening exercise but shall adhere to the Code of Conduct for Public Procurement Observers issued by the Bureau of Public Procurement.
  3. III.            Company’s representatives are to come along with a letter of introduction indicating name, rank and sample signature to the venue of the opening exercise.
    1. This advertisement shall not be construed as a commitment on the part of FCTA / Transportation Secretariat, nor shall it entitle responding Company to seek any indemnity from FCTA / Transportation Secretariat by virtue of such company having responded to this advertisement

Signed

Management

SUPPLY OF GOODS AND EQUIPMENT at Abuja

FEDERAL CAPITAL TERRITORY ADMINISTRATION FCT TENDERS BOARD SECRETARIAT

FCTA Secretariat, Capital Road, Area 11, RM.B 24, Garki Abuja, Nigeria

INVITATION TO PARTICIPATE IN THE TENDERING EXERCISE FOR THE SUPPLY OF GOODS AND EQUIPMENT TO THE FCT DIRECTORATE OF ROAD TRAFFIC SERVICES, ABUJA

Federal Capital Territory Administration (FCTA), through the Directorate of Road Traffic Services (DRTS) of the Transportation Secretariat has provisions in the FCT 2010 statutory budget and hereby inviting competent and interested companies to submit bids for the following projects.

  1. A. PROJECTS FOR THE TECHNICAL AND FINANCIAL BIDS
  2. Establishment of a Web-Based platform for On-line Vehicle Registration Compatible with e-administration.
  3. Supply of Office equipment.
  4. Supply of Office furniture.
  5. Supply and Installation of 2No. 500 KVA Perkins Generators.
  6. Supply of 250No. Tyres (various sizes) and 30No battery.
  7. Supply of 200No. Tyre Damps and 200No. Traffic Cones.
  8. Supply of 5No. Mobile toilets.
  9. Supply of 60No. 2-way Communication radio.

  1. B. PROJECTS FOR PRE-QUALIFICATION EXERCISE ONLY
  2. Construction of Plate Number manufacturing plant and supply/installation of plate number manufacturing equipment.
  3. Construction/expansion of DRTS Head Quarters Complex at Mabushi, FCT
  4. Supply of 2No. Heavy Duty Vehicles.
  5. Supply of 8No. Light duty recovery vehicle.
  6. Supply 45No. Utility Vehicles
  7. Supply of 30No. 250CC Power Motor Bikes

B. PREQUALIFICATION REQUIREMENTS

Interested companies are to forward copies of the following documents and the originals to be made available for sighting during the Tender Opening

  1. i.            Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.
  2. ii.            Interested Companies should up to date returns with the CAC and be informed that due diligence could be conducted
  3. iii.            Company’s audited Account for the last three years from a chattered Accounting firm
  4. iv.            Tax Clearance for the last three years.
  5. v.            List of verifiable documentary evidences of similar jobs successfully executed within the last three years(complete with awards letters, completion certificates)
  6. vi.            Reference Letter from a reputable bank
  7. vii.            Sworn Affidavit in line with the provisions of part IV section 16, subsection 6 (e & f) of the Public Procurement Act, 2007
  8. Interested companies are required to provide evidence of registration and remittances of contributory pensions funds in line with Section 16, Subsection 8(d) of the Public Procurement Act.
  9. ix.            Letter of authority of FCT Administration to cross check the company’s account.
  10. x.            Any bid of N50million and above shall be accompanied with bid security in the Bank Guarantee of not less than 2% of the bid price from a reputable Nigerian bank.

(C)   ADDITIONAL REQUIREMENT FOR CONSTRUCTION PROJECTS

Companies interested in bidding for items B5 and B6 are to comply with requirements (xi and xii) below in addition to the general requirements outlined in: (i-x) above

  1. xi.            List of Key technical personnel stating their roles, designation, qualification and years of experience that shall be deployed to the project. Copies of educational and professional certificates are to be attached
  2. xii.            Companies with annual turnover of less than N150million need not to apply

(D). COLLECTION OF TENDER DOCUMENTS

Companies interested in bidding for items under A (1-8) above are to collect tender documents from the office of the Director, FCT Road Traffic Services, near Federal Ministry of Works, Housing and Urban Development, Mabushi- Abuja, upon the presentation of an evidence of payment of N10, 000.00 (Ten Thousand naira only) non-refundable Tender Fee into FCT Treasury Revenue Account a Fidelity Bank (Central Area) Account No: 051503010000426

(E) SUBMISSION

The Pre-qualification and financial bid documents should each be sealed and labeled (technical and financial bids as appropriate) separately, and the two separate envelopes be put in another envelope that should also be sealed and labeled as “(Project Title)”. The financial bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the bidder. The document is to be dropped in the Tender Box in the office of the Secretary, FCT Tenders Board, Room 43, Former Public Building, FCTA Secretariat, Area 11, Garki- Abuja, not later than 19th August 2010, 12 noon, 29th July, 2010. The tender is for a period of six (6) weeks. The representatives of the bidding companies are invited to witness the opening of the tenders on the same day at Room G9, Archives and History Bureau Building, Peace Drive, Area 11, Garki-Abuja at 2.00pm

(F) Successful Companies could be requested to provide Performance Bond, whose value shall not be less than 10% of the contract sum before signing the contract.

NOTE:

  1. i.            Vehicles and motor bikes are to be fitted with 2way radio & communication gadgets and painted with VIO zebra colours.
  2. ii.            Interested bidders are not allowed to apply for more than two (2) projects
  3. iii.            The administration is not bound to accept the lowest or any other bid
  4. iv.            Members of the general public, especially the Civil Society organization are invited to the Opening Exercise.  They are however to abide by the Code of Conduct for the procurement observers issued by the Bureau of Public Procurement (BPP).
  5. v.            Company representatives are to come along with a letter of introduction indicating name, rank and sample signature to the opening exercise.

SIGNED

MANAGEMENT

Procurement and Installation of Goods at Power Holding Company of Nigeria Plc

Power Holding Company of Nigeria Plc

Kano Electricity Distribution Plc

Invitation for Tender for Electrification and Injection Substation Projects

Addendum

Introduction

With reference to the earlier Addendum advertised in the Daily Trust of 29th May, 2010, Vanguard of 29th May, 2010 and Federal Tender Journal of 31st May – 13th June, 2010, Kano Electricity Distribution Company hereby invites interested, competent and reliable companies to Purchase Tender Bid documents for the Electrification Projects under the 2010 Budget, and FGN Intervention Fund.

Goods/Works

Reputable contractors including Joint Ventures (JV) to submit Technical and Financial proposals for procurement of good and installation as follows:

LOTA1:

LOTA Description
LotA1 Electrification of Miski, Dawa & Environs under 33kv network in Kano State (Procurement and installation)
LotA2 Electrification of Yantomo, Garun Mallam under 33kv network in Kano State (Procurement and installation)
LotA3 Electrification of Yan Dalla, Jemagu & Environment under 33kv network in Kano State (Procurement and installation)
LotA4 Procurement and installation of Transformer at Kumbotso L.G.A for Villages in the Localities (Kano State)
LotA5 Electrification of Kurfeji-Santar Nakyallu under 33kv network in Ingawa L.G.A Katsina State (Procurement and installation)
LotA6 Construction of 33kv Line with installation of 300/0.415KV,500KVA/33/0 415KV Transformers for Danmarke, Kankara LGA (Katsina State)
LotA7 Procurement and installation of Relief Substations at Yelwa, G/Daudu, Yargoje
LotA8 Electrification of Danbazau Town under 33kv network, Takai LGA, Kano State (Procurement and installation)
LotA9 Rehabilitation of HT / LT Extension at Wudil/Garko and its Environs, Kano State
LotA10 Construction of 33KV Line Basirika Dingaya(Darazo-Basirka-Dingaya-Fagam 33KV Line) (Ongoing) (Procurement and installation)
LotA11 Electrification of Manomawa-Kafi under 33kv network in Ingawa L.G Katsina State (Procurement and installation)
LotA12 Procurement and installation of Relief Substations at Dorawa, G/Sani Sarki Burgudu
LotA13 Extension of power supply from Kankar to Zango with Procurement and installation of 2* 500KVA, 33/0.415KV Transformers substation and T an Town Distribution Network (Procurement and installation)
LotA14 Electrification of Gediya Town, Samaila Yamma and Faradachi Town under 33kv network, in Samaila L.G Kano State. (Procurement and installation)
LotA15 Procurement and installation of 50Nos of 300KVA and %0Nos of 500KVA Transformers for H/R Members.
LotA16 Procurement and installation of 18Nos 300KVA Transformers in Kazaure LG and Zaumaegate in Gwiwa LG in Jigawa State

Lot B1: Construction of Injection Substation

LotB1 Procurement and installation of 1*15MVA, 33/11KV Ado Bayero Injection substation, Kano City.

Eligibility Criteria

  1. Evidence of Incorporation by Corporate Affairs Commission (CAC) including
  2. Articles and Memorandum of Association and up- to – date Returns with the Date.
  3. Evidence of past experience in at least three (3) projects of similar nature and complexity executed within the last five years with verifiable letters of Contract award and certificates of job completion. Ability to show video dips of such experience will be added advantage.
  4. Evidence of personnel capability including list of key professionals, curriculum vitae of each professional, registration of personnel with professional bodies such as COREN.
  5. Evidence of Company registration with Professional Bodies such as COREN, etc.
  6. Submission of three (3) years Audited Accounts with Annual Turn Over of over N100 million in any of the last three (3) years
  7. Evidence of tax remission, including receipt of payment of tax in the last three (3) three years (2007,2008.2009)
  8. VAT Certificate and FIRS Pin number
  9. Reference letter from a reputable bank
  10. Full Accounts details including SORTE code
  11. Evidence of Employees Open Retirement saving Account (RSA) with a Fund Administration of Choice.
  12. Evidence of Remittance of both employer and employee pension the appropriate pension Fund Custodian on or before 29th July, 2010 from the data of payment of salaries.
  13. Evidence of transfer of all pension Fund Assets prior to the commencement of the pension Reform Act to licensed pension operators.
  14. Possession of satisfactory Quality Assurances/Quality Control Manuals.

FOR Goods/Works: LOT B1

  1. In addition to the above requirements, the minimum technical and responsive requirements are as follows:
  2. Possession of experience as a prime supplier in at least three projects of similar nature and complexity within the last five (5) years, each valued not less than N100million.
  3. Having liquidity and/or evidence of access to or availability of confirmed credit facilities of not less than N100, 000, 000.00(One Hundred Million Naira) from a reputable Bank.

Collection of Tender Documents

Interested Companies shall on application collect standard  Bidding Documents (Technical and Financial) from the:

Office of the Principal Manager (Procurement)

Power Holding Company of Nigeria plc

Kano Electricity Distribution Company

No. 1 Niger Street, Kano.

Upon the presentation of evidence of payment of non-refundable tender fee of N50, 000.00 per LOT into the following account:

Account Name: PHCN, Kano Electricity Distribution bio Account

Account Number: 6212201764

Bank: Zenith Bank PLC, Hotoro Branch, Maiduguri Rd, Kano

Submission of Bids

Completed Technical and Financial bids along with supporting documents(Two sets of Hard Copy) shall be submitted in two different sealed envelopes and labeled “Technical Bid” and “Financial Bid” with the name and address of the company boldly written at the back of the two envelopes and both sealed in a third envelope marked with the project title and lot number addressed and hand delivered to:

The Chief Executive Officer

Power Holding Company Plc

Kano Electricity Distribution Company

No. 1 Niger Street, Kano.

  • The closing date for the submission is 10th August, 2010. By 2 00pm.
  • Technical bids will be opened on 11th August, by 10:00am.
  • Only firm whose technical bids fulfill the minimum requirements would have their financial bids considered.
  • All enquiries should be directed in writing to:

Office of the Principal Manager (Procurement)

2nd Floor, Room 219

Power Holding Company of Nigeria plc

Kano Electricity Distribution Company

No. 1 Niger Street, Kano.

Disclaimer and conclusion

  • This announcement is published for information purposes only and does not constitute an offer by the Kano Electricity Distribution Company with any part for the project, nor does it constitute a commitment or obligation on the part of Kano Electricity Distribution Company to procure concession services.
  • Kano Electricity Distribution Company shall not enter into any debate(s) or discussion with any party (ies) with respect to the rejection of bids not conforming to directives and accompanying documents.
  • Kano Electricity Distribution Company is not bound to shortlist any bidder and reserves the right to annul the selection process at anytime without incurring any liabilities and assigning any reason thereof.

Note:

Please note that this is an addendum to our adverts in Dally Trust and Vanguard of 29th May, 2010,and Federal Tender Journal of 31st May -13th June,2010, where asterisked projects not included are now included. Bidders who had earlier responded to those adverts and who are not interested in the asterisked projects need not re-apply. However, all eligibility criteria must be met by every bidder.

Signed:

Management

Kano Electricity Distribution Company.

Constructions of Project at Ministry of Physical Planning and Urban Development

Ondo State

Ise Loogun, Ise

Ministry of Physical Planning and Urban Development

Invitation to Tender

  1. The Ministry of Physical Planning and Urban Development, on behalf of Ondo State Government hereby invites registered, experienced and technically-qualified contractors to submit tenders for the under-mentioned items.

2. LOT 1    Construction Of Plank Sellers Village Along Ondo Road, Akure.

3. Lot 2      Construction Of A Caring Heart Neighbourhood Recreation Park At Ilula, Akure

4. Lot 3      Construction Of Caring Heart  Neighbourhood Car Park Opposite. O.K. Stores, Akure.

5.      Instruction to Bidders

All prospective bidders are to note that drawings/BOQs of the projects may be obtained from the Ministry- from the 22nd July, 2010 on the presentation of evidence of payment of a non-refundable fee of Ten Thousand Naira (N10,000.00) only to the Ondo State Government Treasury Ministry Code and details of Bank Account should be obtained from the Accounts Section of the Ministry of Physical Planning and Urban Development.

Qualification for Tendering

  1. Evidence of Company incorporation with the Corporate Affairs Commission;
  2. Evidence of payment of Ondo State Development Levy for years 2008,2009 and 2010
  3. Evidence of Registration with the State Ministry of Works for 2010;
  4. Tax Clearance Certificate for years 2008.2009 and 2010
  5. Evidence of professional competence and experience in similar jobs executed anywhere in Nigeria:
  6. Company profile, including Management Team and Key Personnel Profile.
  7. Bidden; are expected to submit their tender documents with the Lot number(s) and name of project being tendered for in sealed and waxed envelope on or before 10th August 2010.
  8. For avoidance of doubt, tenderers are to note that non-compliance with the conditions state therein will render any tender invalid and that the Ministry is not bound to accept the lowest or any particular tender or any particular tender/bid.

Signed

Dr. Deji Akinwalere

Permanent Secretary

For; Honourable Commissioner

Execution of Projects at National Planning Commission Abuja

National Planning Commission Abuja

Plot 421 Constitution Avenue, Central Business District Abuja

Invitation to Submit Bids for Projects and

Consultancy Studies at the National Planning Commission

The National Planning Commission wishes to invite sealed bids from reputable and competent firms for the under listed projects and consultancies:

  1. Interior Decoration Design, Production and Fitting of the Main Conference Room, Main Reception and HM’s Reception,  Supply and Installation of Conferencing Equipments
  2. Consultancy Services for the Implementation of the National Monitoring and Evaluation system
  3. The Development of the National Planning Commission (NPC) Website/Portal and enterprises Workflow Solution
  4. Upgrading of National Planning Commission Local Network Infrastructure and Hardware Facilities

  • Studies

Lot i Study on the computation of state GDP’s and other Related

Accounts

Lot ii Study on the Informal Sector of the Nigerian Economy

Lot iii Study on the Absorptive Capacity of the Nigerian Economy Lot iv Study on the Enhancement of Existing Econometric Model and its domestication at the National Planning Commission

Lot v Study on establishment of Macroeconomic Data Base

Lot vi Study on Public Expenditure Review

Lot vii Study on the Linkage between Research findings and Industry

Lot viii Study on updating Nigeria’s Input-Output Table of the Nigeria Economy

Lot ix Capacity Building for Professional Staff on Statistical methods Economic Analysis and Reporting.

Interested Bidders who will be Pre-qualified must show evidence of the following:

  1. Incorporation with the Corporate Affairs Commission
  2. Tax Clearance Certificate (2008 – 2010) and VAT Certificate
  3. Verifiable evidence of previous work done with any Federal Agency and detail track record in the Industry which will be cross checked
  4. Evidence of Compliance with National Pensions Contribution as contained in Public Procurement Act 2007
  5. Evidence of Financial Capability from the Company’s Bankers plus a bid Security of 2%
  6. Detailed Company Profile (Personnel)

Eligible and Interested bidders may obtain further information from the Unit National Planning Commission, 3rd Floor, Plot 421 Constitution Avenue, Central Area, Abuja, between 9.00am – 5.00pm on working days only.

A complete set of bidding documents in English may be obtained by interested bidders from the Secretary. Procurement Planning Committee, 3rd Floor, Plot 421 Constitution Avenue, Central Area Abuja upon presentation of written application and evidence of payment of a Non-refundable fee of N10,000.00 (Ten Thousand Naira) only.

Bids must be submitted in five (5) had copies Technical and one (1) financial Proposal in separate envelopes with one technical clearly marked original copy. Both envelopes should be enclosed in a third larger envelop with the project name on the top right hand corner and submitted to the Secretary, Procurement Planning Committee, 3rd Floor, National Planning Commission, Plot 421 Constitution Avenue, Central Area, Abuja on or before 2.00pm. 9th August 2010. Late bids will be rejected; Bids will be opened immediately in the presence of the bidders or representatives who choose to attend at the following address: National Planning Commission, Main Conference Room, 4th Floor, Plot 421, Constitution Avenue, Central Business District Abuja. All bids must be accompanied by a bid security of 2%.

Sign:

The Secretary,

Procurement Planning Committee

National Planning Commission

Plot 421 Constitution Avenue

Central Area Abuja.