Execution of Projects at Niger Delta Basin Development Authority

Federal Republic of Nigeria

Niger Delta Basin Development Authority

P.M.B 5676, 21, Azikiwe Road, Port Harcourt

 

Invitation for Technical and Financial Bids for the Execution of Projects in the Fy-2010 Capital Budget

Introduction:

In compliance with the Public Procurement Act 2007, the Niger Delta Basin Development Authority (NDBDA), in carrying out its mandates, is desirous to undertake the execution of some projects as approved in the FY2010 Budget.

Towards this end, the Management of NDBDA hereby invites competent and interested companies to apply for the execution of the following projects:

Scope of Works:

2.1.   WATER SUPPLY PROJECTS

LOT 1:       2 No. Motorized Borehole at Ethiope West and Ethiope East, Delta State

LOT 2:       Construction and Development Deep Water Borehole at Ekowe Community in

Bayelsa State

LOT 3:       Motorized Borehole at Kolo town. Bayelsa State

LOT 4:       Motorized Borehole at Ibelebiri, Ogbia. Bayelsa State

LOT 5:       Motorized Borehole at Otuabula II, Ogbia, Bayelsa State

LOT 6:       Borehole/Overhead Tank/Water Distribution in Omuajuloke Omuma, Rivers State

LOT 7:       Ikata Water Project, Rivers State

Reclamation/Drainage and Erosion Control Projects

LOT 1:       Agbakabiriyai Drainage and Erosion Control. Bayelsa State

LOT 2:       Agbakabiriyai Drainage and Flood Control, Bayelsa State

LOT 3:       Completion of Ogu Erosion Control and Drainage Works at Ogu-Bolo, Rivers

Qualification Requirements:

Interested Firms or Joint Ventures (JV) are expected to collect, fill and submit Standard Bidding  Documents (SBDs) from the Authority’s Tenders Board, in addition to the following minimum requirements:

  1. Copy of Certificate of Incorporation (Registration with CAC)
  2. Copy (not personal) of tax clearance and VAT registration certificates for the last three yews.
  3. Evidence of experience in at least five (5) jobs of similar nature and complexity executed with the last five years with verifiable letters of contract award and certificates of job completion. Detailed description should be captured in the SBD/RfP;
  4. Evidence of financial capability, having liquidity and/or evidence of access to or availability of confirmed positive credit facilities from any reputable Nigerian bank of not less than (Five Hundred Thousand Naira);
  5. Company profile with copy of Article of Association, memoranda of Understanding and Company’s Registration with professional bodies such as COREN for Consultancy Services;
  6. Evidence of personnel capability including list of key professionals and years of experience, curriculum vitae of each professional, registration with professional bodies such as COREN, NSE, etc as detailed in the RfP and SBD as adapted from the BPP document;
  7. Details of relevant equipment and construction plants with verifiable evidence of ownership/lease;
  8. Submission of three (3) years Audited Accounts;
  9. Evidence of registration with the Federal Ministry of Works, Federal Ministry of water Resources or Niger Delta Basin Development Authority in the appropriate category
  10. Any Other information to prove the company’s corporate ant technical experience and capabilities

Collection of Tender Documents:

Interested and qualified bidders are invited to collect the Standard Bidding Documents (Technical and Financial) in respect of the projects as from Thursday 15th July, 2010 in the office of the Secretary. Authority’s Tenders Board upon the presentation of evidence of payment of a non refundable tender lee of Fifty Thousand Naira (N50,000.00) at the following designated Bank Account:

Bank:         First Bank Nigeria Plc, Port Harcourt Main Branch

Name: Niger Delta Basin Development Authority, Port Harcourt A/C No: 4342040000082

 

Submission of Proposals:

Completed Technical and Financial has (Two sets of hard copy and one Electronic copy in; compact disk and Microsoft office) should be submitted in two different sealed envelope and labeled “Technical Bid” and “Financial Bid” respectively and both sealed in a third envelope and marked with the appropriate project name and project number clearly written at the top right hand corner of all the envelopes The name, office address and phone number of  the company should be clearly written also on the reverse side of all the envelopes and addressed to:

The Managing Director/CEO

Niger Delta Basin Development Authority

21, Azikiwe Road,

Port Harcourt, Rivers State.

Bid proposals are to reach the above on or before 12 Noon, Thursday 29th July 2010

 

Opening of Bids:

Opening of the bid documents shall commence by 12 Noon on Thursday 29th July 2010 at the Authority’s Headquarters in Port Harcourt.

Only bidders whose technical bids are successful would have their financial bids opened on a date that would be communicated to them.

All bidders are required to provide a bid security of 2% of the bid price from a reputable bank and enclosed in the sealed financial bid envelope.

 

Enquiries:

All enquiries on the bids are to be directed as appropriate to:

Secretary, Tenders Board

Niger Delta Basin Development Authority

21 Azikiwe Road

Port Harcourt

Disclaimer and Conclusion:

This announcement is published for information purposes only and does not constitute an offer by the Authority to transact with any party for the project(s), nor does it constitute a commit­ment or obligation on the part of the Authority to procure services.

Failure to comply with the above requirements would automatically result in disqualification, while Bid documents submitted late shall be rejected.

The Authority reserves the right to verify the authenticity of claims made in the documents submitted. The originals of documents listed must be produced for sighting on the day of bid opening.

The Authority will not be responsible for any costs or expenses incurred by any interested party(ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry or RfP.

The Authority is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning any reason thereof.

 

Signed:

Managing Director

 

 

 

Construction and Equipping of Gwarinpa District Hospital at Health and Human Services Secretariat of the Federal Territory Administration

Federal Capital Territory Administration

Health Human Services Secretariat

Public Notice

Invitation for Pre-Qualification to Tender for Construction and Equipping of Gwarinpa District Hospital, Abuja

The Health and Human Services Secretariat of the Federal Territory Administration has a provision in FCT 2010 Statutory budge for the Construction and Gwarinpa district in FCT, Abuja.

In view of the above, the Secretariat is inviting interested and competent companies for pre-qualification.

Scope of Work

The project comprises the construction of the following:

  1. Main Hospital Building
  2. Residential Quarters
  3. Maintenance building
  4. Ancillary Buildings
  5. External Works and
  6. The Supply and Installation of Medical and Kitchen Equipment.

Pre-Qualification Requirement

Interested Companies must forward copies of the following document and the originals to be made available for sighting during the opening.

  1. Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.
  2. Evidence of Audited Account and Tax Clearance for the last three years.
  3. Company Profiles, including, name, address, Telephone numbers, emails and organizations administrative structure.
  4. List of verifiable document, Evidence of similar jobs successfully executed within the last three years.
  5. List of Equipment owned by the company.
  6. Interested company should have up to date returns with the CAC and be informed that due diligence could be conducted.
  7. Reference letter from a reputable Bank.

Submission of Documents:

The Prequalification documents should be sealed and labeled “2010 Prequalification” Construction Equipping of Gwarinpa District Hospital and must be submitted to HHSS Procurement and Due Process Unit (Block B) Room 316, Area II, Garki, Abuja on or before 30th July, 2010.

Note:

  1. Companies with annual turn-over of Less than N2 billion need not apply.
  2. Please note that due diligence could be conducted.
  3. The original copies of documents must be produced for sighting during the bid opening session.
  4. Only companies pre-qualified will be notified for further tendering process.
  5. This advertisement shall not be construed as a commitment on the part of FCTA, nor shall it entitle responding companies to seek any indemnity from FCAT by virtue of such companies having responded to this advertisement.

Invitation for Expression of Interest for the Provision of Consultancy Services for the Production of Comprehensive Design, Specifications and Cost Estimates for:

  1. Trauma Centre for FCT
  2. Diagnostic Centre for FCT

The Federal Capital Territory Administration through its Health Human Services Secretariat is inviting competent and interested Firms (Consortium) to submit Interests (EQI) for Consultancy Services for the design of a 48-Bed Trauma Centre and a comprehensive Diagnostic Centre in Abuja, FCT.

The Scope of the Project

The Firm (Consortium) will be responsible for the production of a comprehensive design i.e, Architectural, Civil/Structural, Mechanical, Electrical, Medical Equipment layout and Cost Estimates for the 48-Bed Trauma Centre and the Diagnostic Centre.

Pre-Qualification Requirement

Interested firms should submit the following documents:

  1. Evidence of Registration with Corporate Affairs Commission (CAC).
  2. Evidence of income Tax payment certificate in the last three years ending December 2009.
  3. Verifiable documentary evidences of Jobs of similar scale and type successfully executed within the past years and evidence of knowledge of industry.
  4. Firm’s profile including experience/technical qualification and experience of key personnel (enclose copies of professional qualification/Curriculum Vitae and employment records)
  5. Evidence of registration with appropriate professional bodies of key personnel and the firm.
  6. Evidence of VAT certificate.
  7. Audited accounts of firm from a chattered accounting firm for three years.
  8. Bank statement for the past twelve (12) months and Bank reference from a Nigerian Bank.
  9. Relevant Equipment and information and Communication Technology (ICT) capacity.
  10. Sworn affidavit in line with section 16, sub-section 6(e-f) of the Public Procurement Act 2007.

Submission of Documents

Upon receipt of Expression of Interest (EOI) from prospective bidders, the FCTA shall pre-qualify applications.

Interested firms should ensure that three (3) copies of their documents are signed, sealed and delivered in sealed envelopes clearly marked “Expression of Interest (EOI) for the Design of Trauma Centre OR Diagnostic Centre “and addressed to:  HHSS Procurement and Due Process Unit (Block B) Room 316, Area II. Garki, Abuja on or before 30th July, 2010.

Note:

  1. Interested Firms are allowed to bid for only one of the two projects.
  2. Please note that due diligence could be conducted.
  3. The original copies of documents must be produced for sighting during the opening session.
  4. Only Firms pre-qualified will be notified for further tendering process.
  5. This advertisement shall not be construed as a commitment on the part of FCTA, nor shall it entitle responding companies to seek any indemnity from FCAT by virtue of such companies having responded to this advertisement.

Bidders should provide PENCOM Registrations and proof of Remittance.

Signed Management.

Procurement of Electrical Maintenance Items at Nigerian Civil Aviation Authority

Nigerian Civil Aviation Authority

Invitation to Tender

REF No. NCAA/DFA/03/1090/,Vol.1

The Management of Nigerian Civil Aviation Authority (NCAA) invites interested Contractors/Suppliers and Printing companies who are competent, experienced and reputable to tender for the following:

  • Printing/Supply of 2,500 copies of Nigerian Civil Aviation Regulations (NCAR’s).
  • Supply /Printing of official documents.
  • Procurement of Electrical Maintenance items, general office equipments accessories and consumables.
  1. 1. Collection of Tender Documents

Interested contractors/suppliers should collect the relevant bid documents from the office of AGM (Procurement) Nigerian Civil Aviation Authority Corporate Headquarters Aviation House Local Wing, Ikeja Lagos, on or before 29th July, 2010, upon payment of N10, 000.00 non refundable tender fees.

2. Submission of Documents

Completed tender documents are to be returned in five (5) hard copies and a soft copy (flash drive in MS-Word) in an envelope signed, sealed clearly marked ‘Confidential’ and boldly written Tender for . . . (state lot no.)’ to: The Secretary, Tenders Board Nigerian Civil Aviation Authority Corporate Headquarters Aviation House   Local Wing, Ikeja Lagos on or before 29th July, 2010, of collection of bid documents with photocopies of each of the following documents:

  • Certificate of Business Registration with Corporate Affairs Commission. (CAC)
  • Evidence of Three (3) years Tax Clearance Certificate.
  • List of similar projects previously executed with contract values not less than twenty million naira (N20, 000,000.00) in the case of Lot 1.
  • Reference letter from a reputable Bank.
  • Current Company Audited Accounts for the last three years.
  • Evidence of payment of non-refundable tender fee.
  • Evidence of compliance with Pension Reform Act of 2004.
  1. 3. Closing Date for Submission of Tenders

Submission of completed Tender documents will stop at 12:00 mid day on or before 29th July, 2010.

  1. 4. Please note:
  • In all correspondence, quote the reference number shown above.
  • Bid documents are to be dropped in the tender box provided at the door step of the conference room at the Aviation House Ikeja, Lagos during working hours.
  • Late submission will not be accepted.
  • This advertisement shall not be construed as a commitment on the part of NCAA, nor shall it entitle the tenderer to make any claims whatsoever and or seek any indemnity from NCAA by virtue of such tenderer having responded to the advert.
  • Bidders are expected to bring along the originals of Certificate of Incorporation, Tax Clearance Certificate (TCC) as well as Bank reference letter for sighting on the bid opening day.
  • All tenders will be opened at 2.00pm in the conference room of Nigerian Civil Aviation Authority Corporate Headquarters Aviation House Local Wing, Ikeja Lagos a day after the expiration of submission of tender documents.

Signed:

Management

Procurement of Equipments at Nigerian Export Promotion Council

Nigerian Export Promotion Council

Management of AGOA Centre: Application for Bids

  1. The Nigerian Export Promotion Council, a Federal Government Agency that promotes the development and diversification of Nigeria’s non oil export trade, in its bid to realize its aspiration of developing the garment industry in Nigeria through the provision of training in modem garments manufacturing as well as the commercial production of quality garments and apparels for both local and export consumption, intends to partner with the private sector for the Management of the AGOA Human Capital Development Centre situated at No, 30 Lugard Avenue, Ikoyi, Lagos, on the basis of public private partnership (PPP) framework.
  1. 2. The objective is to provide Nigerians with skids in modern garment production for local and export market thereby creating a pool of entrepreneurs to take the advantage of increasing world’s demand for garments and other opportunities created under the African Growth and Opportunity Act (AGOA).
  1. The centre was established in 2006, and provided with facilities for the commercial production of various garments/apparels for local consumption and exports, Such equipments include:-
  • Single needle machines.
  • Over locking machines.
  • Double needle machines.
  • Cutting machines.
  • Button attachment machine.
  • Elastic attachment machines.
  • Feed of arm machines.

Others include:

  • A 250 KVA stand-by Generator.
  1. Interested entrepreneurs should express their interest by providing a detailed Company profile indicating the following information.
  • Full name of the Company or Firm, the contact person, Poster address. Telephone number and e- mail addresses.
  • Ownership structure of the Company or Firm.
  • Evidence of experience in garment/apparel manufacturing.
  • Certificate of incorporation or registration of Company.

Recommendation:

As an entity with huge Commercial potentials, successful bidders are to run the centre on commercial basis and on further agreed terms and conditions with NEPC.

Method of Application

Interested applicants shall forward one (1) original application and seven (7) other copies of the expression of interest (EOI) marked “EOI” for AGOA HCDC and deliver to the following address on or before 31st July, 2010 by 12:00 pm local time to:

The Executive Director/CEO,

Nigerian Export Promotion Council,

40 Blantyre Street Wuse 11,

PMB 133, Abuja.

Signed:

David I. Adulugba Esq.

Executive Director/CEO

Execution of Goods at Nigerian Financial Services Sector

Invitation to Tender Compensation

Package and Policy

A key regulator in the Nigerian financial services sector is reviewing as compensation policy and in furtherance to this, hereby invites interested consultants to forward proposal for the development of Compensation Package and Policy for the Commission.

Interested firms should include in their submission

  1. Evidence of registration of the firm with the CAC
  2. Copy of current Tax/VAT Certificates for 2007, 2008 and 2009 respectively
  3. Curriculum Vitae of technical and financial staff to be involved in the design, indicating their experience in the execution of similar assignment
  4. List of computer hardware equipment available for the execution of the job
  5. List of other equipment or any other information that will assist the firm in the consultancy services
  6. Experience of firm: list of previous projects executed by the firm to include location, clients and dates whether projects have been implemented or not.
  7. Technical proposal should include the approach, methodology, workplan, organization and staffing schedules for performing the assignment.

SCOPE OF THE JOB

1.  Design compensation and benefits survey questionnaire

2.  Collate and analyze compensation data from comparator agencies

3.  Design items for computation of terminal benefits

4.  Propose pay structure and salary administration (based on survey)

5.  Provide any other suggestion for our human capacity development

Submission of Proposals

(a)     Two proposals: the technical and financial proposals are to be submitted simultaneously in clearly marked sealed envelopes

(b)     The work plan and methodology should be included in the technical proposal

(c)     Professional fees, charges, proposed expenditure and other costs should be stated only in the financial proposal

(d)     Ten copies of the technical proposal should be submitted in one sealed envelope, clearly marked at the top left corner “Confidential/Technical Proposal on Compensation Package and Policy”.

(e)     Three copies of the financial proposal should be submitted in another envelope, clearly marked at the top left corner “Confidential/Financial Proposal on Compensation Package and Policy”.

(f)     The two proposals are to be submitted simultaneously on or before 17th August 2010, addressed to:

The Secretary, Tenders Board

Admin Department

Plot 272 Samuel Adesujo Ademulegun Street, Abuja.

OR

Dropped in the Tenders Box at Admin Department on the ground floor within the official hours of 8:30am and 4:00pm

Signed

Management