Facilities management of buildings and infrastructure at FCTA

Federal Capital Territory Administration

FCT Tenders Board Secretariat

FCT a Secretariat, Kapital Road, Area 11, P.M.B 24, Garki Abuja, Nigeria

Invitation to participate in the pre-qualification/tendering exercise for the facilities management of its buildings and infrastructure in FCDA/FCTA Secretariat and Agencies

Federal Capital Territory Administration (FCTA) through the Department of Facilities Maintenance and Management of Abuja Metropolitan Council (AMMC) is inviting competent and interested companies to submit Technical and Financial bids for the facilities management of its buildings and infrastructure in FCDA/FCTA Secretariat and Agencies following projects.
Scope of Work

The work involves the facilities management of the following Parastatal/Agencies of the Federal Capital Territory Administration:

LOT 1:        Facility Management of FCTA Secretariat Area 11, Garki, Abuja

LOT2:         Facility Management of AMMC Headquarters, Area 11, Garki, Abuja LOT3:           Facilities Management of AGIS Headquarters, Area 11, Garki, Abuja.

LOT 4:        Facilities Management of Department of Satellite Town   Infrastructure, Karshi, Abuja

Services to be rendered would include:

  1. i.            General Rehabilitation and Upgrading of infrastructure
  2. ii.            Cleaning of buildings Internally and Eternally
  3. iii.            Co-ordination of Management of Security at the Premises
  4. iv.            Maintenance of Infrastructure
  5. v.            Maintenance of landscape/Horticulture
  6. vi.            Maintenance of Furniture

Pre-Qualification 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. Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association;
  2. Tax Clearance for the last three(3)years.
  3. Interested Companies should have up-to-date returns with the CAC and be informed that due diligence could be conducted;
  4. List of key personnel/officers to be attached to the project stating their roles, designation, qualification and experience. Enclose photocopies of professional certificates where applicable.
  5. List of verifiable documentary evidences of similar jobs successfully executed within the last three years, (copies of letter of Contract Award and Completion Certificates);
  6. List of equipment and plants to be deployed for the project, stating their location and whether the equipment is owned or on lease.
  7. Evidence of Audited Account from a Chartered Accounting firm.
  8. Sworn affidavits that none of the Directors of the company had ever been convicted by any court of law.

Collection of Tender Documents:

Interested companies should collect tender documents from the Tender Unit of AMMC, Room 314 Department of Administration and Finance, AMMC, NR. 2 Juba Street, Zone 6, Wuse Abuja upon the presentation of evidence of payment of N25.000.00 (Twenty-Five Thousand Naira only) non-refundable Tender Fee, in FCT Treasury Revenue Account at Fidelity Bank (Central Area) Account No: 051503010000426.

Submission

The Technical and Financial documents should each be sealed and labelled (Technical and Financial Bids as appropriate) separately, and the two envelopes be put in another envelope that should be sealed and labeled as Procurement For The Facilt1es Management of (Indicate Name/Nr of Lot)’. The Tender documents (financial bid) should be submitted three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the bidder.

The bid documents are to be submitted to be dropped in; The Tender Box at Office of the Secretary, FCT Tender Box, at Room 043 Former Public Building Block, FCTA Secretariat atm 11, Garki Abuja, on or  before 10:00am 20th July 2010.

The representatives of the bidding companies are invited to witness the opening of the tenders on the same date at Room G9 Archives and History Bureau Building near AGIS, Peace Drive, ATM 11. Garki-Abuja12.00noon

Note:

  1. i.            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.
  2. ii.            In the case of security services, bidders must be registered with relevant government regulatory agencies or should provider documentary evidence that the company its intends to engage to provide security is registered with relevant government regulatory agencies.

HAJARA MUHAMMED

DD (Proc.) / Secretary, FCTA Tenders Board

Execution of Projects at Usmanu Danfodiyo University, Sokoto

Usmanu Danfodiyo University, Sokoto

(Office of the Registrar)

Invitation for Pre-Qualification of Contractors for the Execution of Capital Projects Appropriated to the University under the 2010 Appropriation

Introduction

The Usmanu Danfodiyo University, Sokoto intends to execute the underlisted capital projects appropriated for it under the 2010 appropriation. Consequently, the University hereby invites reputable and competent contractors to indicate their interest to be pre-qualified for the underlisted projects:

List of Projects:

  1. Construction of Faculty of Agriculture
  2. Construction of Faculty of Veterinary Medicine
  3. Construction of University Health Centre
  4. Construction of Teaching Laboratories
  5. Construction of Conference Centre
  6. Construction of Office Block for Faculty of Science
  7. Rehabilitation of Auditorium
  8. Furnishing of Office Block for Faculty of Science
  9. Furnishing and Equipping of Auditorium
  10. Upgrading of Teaching Facilities
  11. Equipment and Furniture for Teaching Laboratories

PRE-QUALIFICATION REQUIREMENTS

Interested and competent contractors wishing to carry out any of the above projects must submit the following documents for verification:

  1. Evidence of registration with Corporate Affairs Commission;
  2. Evidence of registration with the University;
  3. Evidence of Tax Clearance for the last three consecutive years
  4. Comprehensive company profile with CV of key personnel including registration with their professional bodies;
  5. Evidence of execution of similar projects successfully completed within the last five years;
  6. Evidence of financial capability and submission of audited reports of the company, for the last three years, attaching relevant  letters of award and completion certificates;
  7. Reference letter from a bank stating financial strength of the company;
  8. Evidence of registration as a contractor with Federal Ministry of Works; and
  9. List of Equipment available in the company for use in the proposed project(s).

Submission of Pre-Qualification Documents

Companies are to submit their pre-qualification documents to:

The Secretary, Tenders Board,

Usmanu Danfodiyo University,

P.M.B 2346, Sokoto.

The title of the proposed project(s) the company is interested in, should be addressed on separate envelope(s). Separate envelopes should be used for separate projects. Any envelop not properly labelled shall not be opened.

Opening of Pre-Qualification Documents

Pre-qualification documents will be opened on or before 23rd June, 2010. All companies that submit their pre-qualification documents are hereby invited to attend the opening of the documents at 12.30pm on that date.

Important Notice

  • This is an invitation for pre-qualification. Only successfully pre-qualified contractors will be invited to tender for the projects they were pre-qualified, after the payment of the prescribed tender processing fees.

Signed

Umaru U. Bunza

Registrar & Secretary to Council

Construction, Supplies and Study/ Consultancy Projects at FCTA

FEDERAL CAPITAL TERRITORY ADMINISTRATION

SOCIAL DEVELOPMENT SECRETARIAT

INVITATION TO PRE-QUALIFIED/TENDER FOR 2010FY SOCIAL DEVELOPMENT SECRETARIAT CONSTRUCTION, SUPPLIES AND STUDY/ CONSULTANCY PROJECTS/PROGRAMMES

11.0   Introduction

The Federal Capital Territory Administration (FCTA) through the Social Development Secretariat is inviting competent and interested companies to submit technical/financial bids for prequalification/tender as a first step in the award of contracts for Construction, Supplies and Study/ Consultancy works in the 2010FY SDS Projects/Programmes.

2.0     Scope of work/Services

S/N PROJECT CLASSIFICATION CODE PROJECT DESCRIPTION
1 SDS/CON/10/001 Fencing, landscaping & gate house for MDG supported Youth Support Centers, Nyanya – Abuja
2 SDS/CON/10/002 Fencing, landscaping & gate house for MDG supported Youth support Centers, Gbako – Gwagwalada
3 SDS/CON/10/003 Construction of Market stalls and Equipment at Yangoj PAL Centres,
4 SDS/CON/10/004 Rehabilitation and Equipping of Bwari Vocational Training Center for Physically challenged people and other minors
5 SDS/CON/10/005 Establishment of community based care center for   the Elderly in the six Area Councils in FCT
6 SDS/CON/10/006 Completion and Renovation of Chad Welfare Institutions in Gwagwalada, Lugbe & Karu
7 SDS/CON/10/007 Erection of Monuments at strategic places in the FCC
8 SDS/CON/10/008 Renovation of Cyprian Ewensi Centrer building, Area 10.
9 SDS/CON/10/009 Upgrade of Sports facilities in FCT
10 SDS/CON/10/010 Renovation of FCT Sports Building at Area 3
11 SDS/CON/10/011 Perimeter fencing of FCT Sports landed property at Utako and Nyanya
12 SDS/SUP/10/012 Provide for the take off of MDGs

Supported Youth Support Centres at Gwako & Nyanya

13 SDS/ SUP /10/013 Furnishing of Secretary’s Office, HIV/AIDS Unit, Budget Unit & PRS Unit
14 SDS/ SUP /10/014
15 SDS/ SUP /10/017 Provide office furniture & Equipment for SDS Departments (SWS, Gender, Admin & Finance, Sports, Arts & Culture and Tourism)
16 SDS/CON/10/016 Safety Installation packs for newly procured vehicles for SDS Department/Units.
17 SDS/ SUP /10/020 Furnishing of SDS Conference Hall (Rugs, Window blinds, Air –Conditioners, Multilevel Conference tables and chairs
18 SDS/ SUP /10/021 Installation of Bill Boards depicting tourist sites in the FCT.
19 SDS/ SUP /10/022 Provision of 200 Tricycles for poverty alleviation programme
020 SDS/ SUP /10/023 Rehabilitation and Maintenance of Ceramic/Sculpture workshop, Tie & Dye Centre and Gallery
021 SDS/ SUP /10/025 Procurement of items for NYSC Multipurpose complex, Kubwa
022 SDS/ SUP /10/030 Purchase of Sports Equipments
023 SDS/ SUP /10/031 Purchase of 10Nos Laptop computers for FCT Sports Department
024 SDS/SC/10/032 DEVELOPMENT OF USHAFA POTTERY ENTRE AND TARUGA OLD IRON SMELTING SITE
025 SDS/ SC /10/033 Promotion of Entrepreneurship, Capacity building support and preparing Corps Members for challenges
026 SDS/ SC /10/034 Development of Abuja Branding Master plan
027 SDS/ SC /10/035 Provision of consultancy services on Sports Research, planning and Development.

3.0     Requirements

Interested companies must forward copies of the following documents and originals to be made

3.1     PRE-QUALIF1CATION REQUIREMENTS (Works)

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

  • Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association complete with up to date returns with the CAC;
  • Tax Clearance Certificate for tile last three (3) years, ending December 2009;
  • Companies Audited Account for the Last three (3) years, prepared by a Chartered Accounting Firm;
  • Bank Statement of the Company for the last twelve (12) months and Reference letter from a reputable Nigerian Bank (original);
  • Company profile showing the fist of key personnel officers to be attached to the project stating their roles, designation, qualifications and experience
  • Verifiable documentary evidences of similar jobs successfully executed in the past
  • Sworn Affidavit in line with the provisions of part IV, section 16, sub-section 6 (e-f) of the Public Procurement Act, 2007.

3.2 PRE-QUAUFICATION REQUIREMENTS (Supplies/Consultancy)

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

a)           Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association complete with up to date returns with the CAC;

b)          Tax Clearance Certificate for the last three (3) years, ending December 2009;

c)           Companies Audited Account for the Last three (3) years prepared by a Chartered Accounting firm;

d)          Bank Statement of the Company for the last twelve (12) months and Reference letter from a reputable Nigerian Bank (original);

e)           Company profile showing the list of key personnel officers to attached to the project stating their role, designation, qualifications and experience.

f)            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;

g)           List of Equipment to be used for the project and their locations State whether the equipment are on lease, hired, or owned:

h)          Sworn Affidavit in line with the provisions of Part IV, section 16, sub-section 6 (e-f) of the Public Procurement Act, 2007.

4.0     Submissions of the Pre-qualification/Tender Documents

Interested companies should submit three (3) bounded copies of Pre-qualification Document (one (1) original and two (2) other copies) signed, sealed and clearly labeled “Pre-qualification Documents for (Project Description) and (Insert Classification Code)”, and dropped into the Tender Box at: Office of the Secretary, Social Development Secretariat, Room-, Cyprian

Ekwensi Centre for Arts & Culture, FCT-Abuja on or before noon, on 2nd July, 2010.

The representatives of the bidding companies are invited to witness the opening of the prequalification documents on the same day at Exhibition Hail of Social Development Secretariat, Area 10, Garki – Abuja by 2:00pm

NOTE:

Originals of documents for items i, ii, iii & iv above would be considered NON-RESPONSIVE and automatically disqualifies any company.

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.

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.

This advertisement shall not be construed as a commitment on the part of Social Development Secretariat, nor shall it entitle responding Company to seek any indemnity from Social Development Secretariat by virtue of such company having responded to this advertisement.

Signed:

Management

Sand-filling of Yenagoa Central Business District at Bayelsa State

BAYELSA STATE GOVERNMENT OF NIGERIA

CAPITAL CITY DEVELOPMENT Authority

Sani Abacha Way, by Imgbi/Swali Road Roundabout,

PMB 146, Yenagoa, Bayelsa State.

Expression of Interest for the Sand-filling of Yenagoa Central Business District

Introduction

As part of efforts by His Excellency, the Executive Governor of Bayelsa State to provide sustainable platforms for infrastructural development within the Yenagoa Central Business District (CBD), government is willing to partner with reputable dredging companies for the sand filling of the entire CBD.

Interested companies should possess the capacity to provide three million cubic sand for the project. In addition, such a company should have the technical and financial capacity to mobilize to site and meet the first milestone target of stock piling a minimum of 500,000 cubic sand within a period of six months.

Qualification Documents

Interested companies who should be registered “Grade A” contractors with the Authority or are able to register within the period for submission of documents are requested to submit relevant proposals to be accompanied with the following:

  1. Certificate of Incorporation with Corporate Affairs Commission (CAC)
  2. Comprehensive Company profile to include the following:

(i)                Organizational Strength and Structure

(ii)             Evidence of involvement and Experience in the provision of similar services.

  1. Audited Account for the Past 3 Years.
  2. Tax Clearance Certificate for 2007, 2008 and 2009.
  3. Vat Certificate.
  4. Evidence of Financial Capability from a Nigerian Bank.

The above documents should be accompanied with a non-refundable qualification fee of One Hundred Thousand Naira (N100,000.00) only, made payable to:

Capital City Development Authority, Yenagoa.

Account No: . 0073144418, Equitorial Trust Bank

(ETB), Yenagoa.

Submission of Documents

All completed documents (three copies each) should be submitted on or before 25th June 2010. Such documents must be sealed and clearly marked “Sand-Filling of Yenagoa Central Business District” at the top left corner of the envelope and addressed to:

The Head, Procurement Unit,

Capital City Development Authority,

Sani-Abacha Way, by Imgbi Road Round-about,

PMB 146, Yenagoa.

Projects execution at National Centre for Energy Research and Development

NATIONAL CENTRE FOR ENERGY RESEARCH AND DEVELOPMENT

UNIVERSITY OF NIGERIA, NSUKKA

PRE-QUALIFLCATION

INTRODUCTION:

The National Centre for Energy Research and Development hereby invite interested and credible companies with verifiable track record to apply for pre-qualification for the various projects of the Centre for the 2010fiscaiyear.

SCOPE:

The scope of work includes:

Lot 1:                   Acquisition of equipment for furnishing of Solar module Workshop

Lot 2:                   Construction of Access Road and Landscape at NCERD, Nsukka

Lot 3:          Establishment of Energy Reference Library, Books, Journals and Specialized Software, Nsukka.

Lot4:           Procurement of Biomass Research  Equipment (NCERD, Nsukka)

Lot 5:          Completion and Finishing of Administrative Block and Computer

Centre (NCERD, Nsukka).

Lot 6:          Survey of Energy Potential and Utilization Pattern of South East

Part of Nigeria

Lot 7:          Procurement of Laboratory Equipment for production of Biofuel

(Biogas, Biodiesel and Bioethanol) Plant Component.

PRE-QUALIFICATION CRITERIA

The following requirements for pre-qualification must be submitted

  • Evidence of Company Incorporation in Nigeria:
  • Evidence of Tax Clearance and VAT Certificate;
  • Evidence of Registration with National Centre for Energy Research and Development,
  • Company profile with list of technical/management staff with evidence of previous work experience, detailed clients, nature of work/contract, contract sum etc;
  • Articulate work plan and methodology;
  • Evidence of financial capability
  • Evidence of submission of Annual returns from CAC,
  • Experience in handling similar job/evidence of overseas representative in the case of laboratory research equipment is an added advantage;
  • Full Office Address of the company and GSM Number(s)

SUBMISSION:

Pre-qualification documents must be in sealed envelope marked

“CONFIDENTIAL PRE-QUALIFICATION FOR NCERD 2010 FISCAL YEAR CAPITAL PROJECTS” and the LOT of interest clearly printed at the top left corner of the envelope and submitted on or before 2nd July 2010 to:

The Ag Director

National Centre for Energy Research and Development

University of Nigeria

Nsukka

NOTE:

The submission of the pre-qualification documents is not a guarantee for the award of contract. Only pre-qualified companies shall be in invited to pick the Bid document

ACTING DIRECTOR
National Centre Energy R & D

University of Nigeria

Nsukka.