Supply of vehicles at Gwagwalada Area Council

GWAGWALADA AREA COUNCIL

OFFICE OF THE HEAD OF ADMINISTRATION

INVITATION TO BID

This is inform the general public that Gwagwalada Area Council wishes to invite credible and reputable companies to participate a competitive tendering process for the supply of the following vehicles:-

  1. i.            Toyota Land Cruiser Prado Jeep (TX. L) 4 – Cylinder engine series; Air – Conditioned Automatic gear, leather seat and alloy wheels
  2. ii.            Toyota Camry 2.4 litres engine, Automatic gear, 2010 series; leather sear with alloy wheels
  3. iii.            Toyota corolla 1.8 engine Automate gear, Air conditioned with leather seal and Radio.
  4. iv.            Peugeot 406 prestige (full option).
  5. v.            Toyota Hiace WT –i (1 –Roof) 18seater, Air conditioned with Radio.

QUALIFICATION FOR BIDDING

Interested Companies must meet the following conditions:-

  1. Must be a registered company with (CAC) attach a copy.
  2. Must be a registered company with Gwagwaleda Area council.
  3. Memorandum of Association of the Company.
  4. Submit a detailed company profile including:-

a.       Paid up share capital

b.      List of Directors and Key Management staff including name, address, telephone number(s )

c.       Submit list of jobs executed in the past three (3) years including photocopies of award letters.

iii       Evidence of VAT and TAX clearance certificates for the past three (3) years.

iv.      Bank reference /guarantee letter and Audited Account for three years

C.      COLLECTION OF TENDER DOCUMENTS

Interested companies are to collect tender documents from the Area Council Secretariat upon payment of non refundable tender fee of N15,000.00 (fifteen thousand naira only) as from 14th June 2010.

D.      SUBMISSTION OF TENDER

Completed tender must be submitted in a SEALED envelope marked confidential and address to the Secretary Tender Board and deposited in the tender office on or before 3:30pm, on 30th June 2010

ii.       The Tender Board reserves the right to reject any tender in part or in full

iii.      The Tender Board is not bound to accept the lowest tender

Signed:

Alh. Isah. N. Dangara

For: Chairman Tender Board,

Procurement of Vehicle at Abuja Municipal Area Council

ABUJA MUNICIPAL AREA COUNCIL

AREA 10,

P.M.B 64, Garki-Abuja

INVITATION TO TENDER

The Abuja Municipal Area Council hereby invites tenders from reputable companies to bid for the supply of the listed vehicles.

  1. Supply of Toyota Land Cruiser Prado Jeep (TX.L) 4-Cylinder Engine, 2010 series Automatic gear full optioned.
  2. Toyota Camry 24 Litres Engine, Automatic gear full optioned.
  3. Toyota Corolla 1.8 Engine Automatic gear full optioned.
  4. Peugeot 406 Prestige full optioned
  5. Toyota Haice WT-I (l-roof) 18 sealer full optioned.

Requirements:

  • Evidence of registration with the CAC
  • The company must be a registered contractor with Abuja Municipal Area council or Register with the thirty-five thousand Six Hundred Naira N35,600,00 only
  • The company must have up to date tax clearance.

All payment are payable at Aso Savings and Loans Area 8, Garki -Abuja in Municipal Area council Account.

For further enquiring, contact the Head of Administration Abuja Municipal Area council.

Tender last from Friday 11th to Wednesday 30th June 2010.

Signed

Management

AMAC

Execution of Projects at ABAJI AREA COUNCIL

ABAJI AREA COUNCIL,

FCT, ABUJA

Office of the Head of Administration

A.      INTRODUCTION:

Abaji Area Council, Federal Capital territory Abuja hereby invites application for pre-qualification exercise from competent and interested companies for execution of the approval jobs/projects under its 2010 year budget.

B       SCOPE OF WORKS

LOT 1: PURCHASES:

  1. Purchase of official motor vehicle for the office of the Hon. Chairman Toyota Land Cruiser Prado Jeep (TX.L) 4-cylinder Engine, 2010 Series ‘with’ Air-condition, Automatic gear, Leather Seat and Alloy Wheels.
  2. Peugeot 406 prestige (full option)
  3. Purchase of official vehicle for the office of the Hon. Vice Chairman, Toyota Camry 2.4 litres Engine, Automatic gear. 2010 series; leather seat and Radio.
  4. Purchase of official vehicle for the office of the Hon. Speaker. Toyota Corolla 1.8 litre Engine, automatic gear, Air-condition with leather seat and radio.
  5. Purchase of official vehicle for Legislative Arm, Toyota Haicc VVT-1 (1 Hoof) 18 seater; Air-conditional with Radio

LPT2: PROVISION OF ELECTRICITY:

Provision of Solar Powered Street light to cover all streets of Abaji Town

LOT 3: EXTENSION WORK FOR OFFICE OF THE EXECUTIVE CHAIRMAN

These includes alteration and Modification works and furnishing of same. Detail to be contained in tender document.

LOT 4; CLEARING OF 40 HECTRES OF LAND FOR THE

ESTABLISHMENT OF TRAILER PARK DRY PORT AND MEGA STATION AT ABAJI

This to include removal of the top soil excavation of various depth leveling compaction, and filling to undulating surfaces with general setting out and detail establishment of survey beacons inclusive. Further detail shall be contain in the tender documents

C.      Pre-qualification Criteria

To pre-qualify for consideration, interested companies/contractors are required to submit the following documents:

  • Evidence of certificate of incorporation with Cooperate Affairs Commission
  • Evidence of registration with Abaji Area Council in the relevant category
  • VAT Certificate
  • Tax clearance certificate 2006 – 2009
  • Evidence of similar jobs executed within the zone Company profile
  • Bank Guarantee
  • List of equipments
  • Any other relevant information.

D.      SUBMISSION OF DOCUMENTS

All pre-qualification documents should be submitted in sealed envelopes and should reach the Secretary tender’s board on or before 30th June 2010.

Documents submitted shall be opened at 12:30p.m on the closing date at the Area Council Secretariat.

E.      NOTE: This advertisement is not an invitation to tender full tendering process will apply only to companies/contractors that have been pre.-qualified.

Secretary Tender’s Board

Abaji Area Council.

Construction of Dams at Federal Ministry of Water Resources

FEDERAL REPUBLIC OF NIGERIA

FEDERAL MIINISTRY OF WATER RESOURCES

PROJECT (A): REQUEST FOR PROPOSAL FOR CONSULTANCY SERVICES FOR FEASIBILITY STUDIES, DESIGN AND CONSTRUCTION SUPERVISION OF DAMS AND IRRIGATION PROJECTS

PROJECT (B): REQUEST FOR PROPOSALS FOR THE CONSTRUCTION SUPERVISION OF DAMS AND IRRIGATION PROJECTS

PROJECT (C): INVITATION FOR TECHNICAL AND FINANCIAL BIDS FOR THE CONSTRUCTION OF DAMS AND IRRIGATION PROJECTS

1.0     INTRODUCTION:

The Federal Ministry Water Resources invites suitably qualified, interested and reputable companies including joint ventures (JVs) for the following projects

1.1     Project (A) – Feasibility Study, Design and Construction Supervision of the underlisted dams and irrigation projects:

Lot 1:                   Construction of Wannune Dam, Tarka LGA Benue State

Lot 2:          Otukpo Multi-purpose Dam to Benue state

Lot 3:          Construction of irrigation facilities in Odume Rice complex in Aninri, LGA,           Enugu State LGA Enugu State.

Lot 4:          Water Impounding and Expansion of irrigation facilities in Amagunse Rice Product Farm, Enugu East LGA Enugu State.

Lot 5:                   Komadugu/Yobe channelization (river improvement works)

1.2     Project (B) – Construction Supervision of the following projects:

Lot 1:                   Adada River Dam and Associated Works in Eungu State

Lot 2:                   Qua Falls Dam & Irrigation Projects in Cross River State

1.3     Project (C) Construction of the following projects

Lot 1:                   Adada River Dam and Associated works in Enugu State,

Lot 2:                   Qua Falls Dam & Irrigation Projects in Cross River State,

Lot 3:          Completion of Nkari Earth Dam in Akwa Ibom State

Lot 4:          Construction of double valve water gate at Bululu Village in Yobe State.

Lot 5:          Marawaji flow control structures in jigawa and Yobe States.

2.0     TERMS OF REFERENCE AND SCOPE OF WORKS

2.1     FOR PROJECT (A) THE TERMS OF REFERENCE (TOR) OF THE PROJECTS

i. THE FEASIBILITY STUDIES, DESIGN AND CONSTRUCTION SUPERVISION OF: WANNUNC DAM, OTUKPO MULTI-PURPOSE DAM.

The Consultant is expected to carry out the following services diligently and within the prescribed time. The services to be rendered include but not limited to:

  • Review and Evaluate preliminary studies (If any) on the location;
  • Carryout and confirm the dam site location and feasibility.
  • Carryout detailed geotechnical and geophysical studies to confirm the suitability of the chosen dam axis for the dam foundation:
  • Carryout necessary land survey of the dam for the contour mapping of the dam and reservoir area in the scale of 1,2000 and 1,5000 respectively;
  • Carryout soil investigation within the vicinity of the dam site for location of suitable materials for construction of the dam embankment
  • Carryout detailed engineering design/construction drawing of the dam
  • Carryout Environmental and Social impact Assessment of the protect
  • Prepare Bill of Engineering Measurement and Evaluation (BEME) and Tender Documents in Ten Hard copies and one electronic copy;
  • Design report and Final design drawings shall be in 3 Hard copies and 1 electronic copy
  • Prepare project completion report

ii.  TERMS OF REFERENCE FOR IRRIGATION FACILITY OF ODUME RICE FARM COMPLEX AND AMAGUNZE RICE

PRODUCTS FARM

The consultant is required among other things to:

Identify downstream area of the dam, suitable for successful irrigation scheme

  • Carryout detail topographical survey of the irrigation area including contour maps and mapping out of layout to determine the character of the drainage basin.
  • Determine the geology of the soil during field test such as field permeability and infiltration test and recommend the type of canals to be designed.
  • Determine the method of delivering water for irrigation to the fields and root zone of crops from the reservoir, the cost and duration of one irrigation.
  • Locate the outlet (intake pipe) or structure for the release of irrigation water such that the head provides enough velocity for the discharge to reach all the canals during one irrigation.
  • With the reservoir as source of water, the consultant is expected to Design a regulated flow regime from the dam and determine the discharge (Q) able to cover the area in one duration of irrigation,
  • Detail Design of Irrigation structures and layout such as main canals, secondary canals, tertiary canals including control structures such as cross drains, turnouts, gates and drop points. Carryout Environmental and Social impact Assessment of the project
  • Prepare Bill of Engineering Measurement and Evaluation (BEME) and Tender Documents in Ten Hard copies and one electronic copy;
  • Design report and Final design drawings shall be in 3 Hard copies and 1 electronic copy
  • Prepare project completion report.

iii. TERMS OF REFERENCE FOR THE KOMADUGU/YOBE RIVER IMPROVEMENT WORKS (CHANNEUZATION)

The consultant shall submit technical and financial proposals for the rivers improvement works (River Training) and reservoir operation guidelines for Tiga and Challawa Dams which will include amongst other things:

  • Colgate hydrological, meteorological and ocean-atmospheric data at daily and monthly time scales
  • Collate water resources infrastructures data.
  • Collate hydraulic data through satellite imagery and field survey
  • Study climatic scenarios and develop stream flow forecasting model for Hadejia, Jama’are, Komadugu Yobe and Gana Sub-basins in a changing hydrology.
  • Develop reservoir operation model operating possible climatic scenarios, development strategy and operational efficiency,
  • Determine the river profile from Tiga dam to Lake Chad based on (4) and (5). Identify flood prone areas and determine the impact of present intervention
  • 7. Training workshop for water managers on practical use of project outputs
  • Determine the propagation of the releases from the Tiga and Challawa reservoirs along various reaches up to Gashua and beyond
  • Engineering survey along various reaches of the downstream of dams from Wudil up to Hadajia barrage
  • Determine the Hydrological regime of the river- at various reaches
  • Determine the effect of upstream facilities on the sections under study.
  • Determine the State of the rivet course/channel and catchment morphology
  • Locate portions of the river with bends forming deltas or gradients resulting to erosion of the banks for channel re-alignment/diversion and constructions of riparian structures respectively
  • Carry out detailed Design/drawings of the riparian structures such as dykes and method for removal of river bed deformation, bed loads, to achieve a stable normal flow that meet the hydrographic conditions for conserving or forming the natural landscape of the river (depth and flow rate, etc)
  • Prepare project completion report.

2.2     FOR PROJECT (B) TERM OF REFERENCE AND SCOPE OF WORKS

2.2.1  The obligation of the Consultants includes but not limited to the following:

  • Site supervision of works executed by the contractor, review of Outline Design, checking and scrutinizing and approval of detailed design, design drawings and drawings of permanent works as completed ( “as built” drawings) prepared by the Contractor, and training of Nigerian Engineers and Technicians in construction management.
  • The construction drawings prepared by the contractor shall be checked and scrutinized by the Consultant to ensure they are in accordance with the approved project: applicable specifications for construction materials and workmanship are appropriate, and the works as-shown in the construction drawings conform to the standards of safely, durability and economy.
  • The drawings shall be approved by the Consultant prior to commencement of construction. The number of copies as required in the Construction Contracts shall be forwarded to the Employer
  • Advice the Employer from time to time on all significant matters relating to the administration of the construction contract and technical control of the works especially with regards to suitability of sub-contractors to carry out sub-work under the construction contract: and Adequacy of field and laboratory tests for construction materials and quality control with measures necessary for improvement.
  • Submit  a report in six (6) copies at monthly intervals to advice the Employer on the significant matters relating to the administration of the construction contract and on technical control of the works. The Consultant shall convene meetings between the Employer, Consultant and contractor to discuss the progress of the works at monthly intervals and to settle outstanding disputes and take such as the Employer may the general and special conditions of the construction contract.

2.3      FOR PROJECT(C): SCOPE OF ENGINEERING WORKS

i.        SCOPE OF WORKS FOR PROJECT (C) Lot 1- Lot 3

The scope of work for she projects includes but not limited to:

  • Preliminaries
  • Earthworks
  • Drainage system
  • Spillway/Stilling Basin
  • Development of irrigation facilities
  • Intake Works.

The details are in the Standard Bidding Documents (5BD),

ii.       SCOPE OF WORK FOR PROJECT (C ) Lot 4

Construction of double valve water gate at Bululu village

  • Preliminaries
  • Earthworks
  • Gabion Mattress Works
  • Sand asphalt mastic works

IV.    SCOK OF WORK FOR PROJECT (C) Lot 5 –Marawaji flow control structure

  • Preliminaries
  • Earthworks
  • Gabion Mattress Works
  • Sand asphalt mastic works

Consisting of the following:

(a)    New lower Burum Gona cut channel

(b)     Yar Guri closure Bund and Access road

(C)     Marma channel head regulator structure

(d)     Lower Burum Gana Head Regulator structure

(e)      Gasowa channel Head Regulator structure,

3.0     QUALIFICATION REQUIREMENT

3.1     For Projects (A and B) Consultancy Services:

The minimum technical and responsive requirements are as follows:

  • Interested firms or joint ventures (JV) are expected to collect, fill and submit standard request for proposal (RFP) for the selection of consulting firms (small assignment time-based), from the Secretary Ministerial Tenders Board. In addition to the following minimum requirements;
  • Evidence of Incorporation with Corporate Affair Commission (CAC) of Nigeria, including Articles and Memorandum of Association and up-to date Returns with the CAC
  • Copy (not personal) of tax clearance and VAT registration certificate for the last three consecutive years namely 2007, 2008 and 2009 respectively
  • Evidence of VAT Registration, FIRS PIN Number, and receipts of payment,
  • Registration with professional bodies particularly COREN
  • Statement of annual turnover for the preceding three years
  • Evidence of financial capability and or banking support to execute the contract without delay if awarded
  • Verifiable evidence of experience and relevant qualification of key personnel; Submission of (3) three years audited account,

3.2     For Projects (C) Construction:

The minimum technical and responsive requirements are as follows:

  • Evidence of Incorporation with Corporate Affair Commission (CAC) of Nigeria, including Articles and Memorandum of Association and up-to date Returns with the CAC
  • Copy (not personal) of tax clearance and VAT registration certificate for the last three consecutive years namely 2007, 2008 and 2009 respectively
  • Evidence of VAT Registration, FIRS PIN Number, and receipts of payment,
  • Possession of experience as a prime Contractor on at least five (5) projects of similar nature and complexity within the (to comply with this requirement, works quoted should be at least 70% physically completed the Evidence of at least 2 No. completed similar project in the last 3 years of each value not less than N50million.
  • Having a project Manager with at least 10 years experience including not less than 5 years as a manager in the construction works of similar nature and equivalent in volume among the core staff;
  • Possession of substantial proportion of the construction equipment as specified in the SBD required to successfully execute the contract;
  • Having annual turnover and Auditors Report in water supply and/or related construction works of at least N100million (One Hundred million, Naira only) from a reputable Bank;
  • Possession satisfactory Quality Assurance/Quality Control Manuals;
  • Bidders are to provide confirmable bid security in the format of standard Bid security specified in the SBD or bank draft in the sum of Six Million Naira (N6million), Non compliance will lead to disqualification.

4.0     COLLECTION OF TENDER DOCUMENTS

41      Qualified companies shall on application collect (Standard Bidding Documents Technical and financial) AND/OR request for Proposals (RfP), from Monday June 7, 2010 from

Office of the Director, (Procurement)

Federal Ministry of Water Resources, Block A, Room 202,

Old Secretariat, Area 1, Garki, Abuja.

upon the presentation of evidence of payment of non-refundable tender fee of N50,000.00 into the Ministry’s account as follows;

Account Name:   Federal Ministry of Water Resources,

Account Number: 6115107794

Bank;                   Zenith Bank Plc, Ahmadu Bello Way Garki 2, Abuja

Interested bidders shall collect SBD for Protect (A and B) at no cost,

5.0     SUBMISSION OF PROPOSALS:

5.1 Completed Technical and Financial proposes (Two sets of hard copy and One Electronic copy in compact disk and Microsoft office) shall be submitted in two different sealed envelope and labeled “Technical Proposal” and “Financial Proposal” and both sealed in a third envelope marked “Project Name” at the top right hand corner and addressed to:

Office of the Director, (Procurement)

Federal Ministry of Water Resources,

Block A, Room 202, Old Secretariat, Area 1, Garki, Abuja.

To reach him on or before Monday 5, July 2010

The technical proposals will be opened on the same closing date at the ministry’s Conference Room Area 1 Garki Abuja. Only firms whose proposals fulfill the minimum requirements would be considered

6.1     ENQUIRIES:

6.1 All enquiries on this advertisement are to be directed to.

The Director,

Daws, Irrigation and Drainage

Federal Ministry of Water Resources,

Block A, Old Secretarial, Area 1, Garki, Abuja

7.0     DISCLAIMER AND CONCLUSION:

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

7.2     The Ministry will not be responsible for any costs or experience incurred by any interested party(ies) in connection with any responses to this invitation and or the preparation or submission in response to an RfP

7.3     The Ministry 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 and reason thereof.

Signed:

Amb.GodKnows Igali

Permanent Secretary

Execution of Projects at Federal Ministry of Water Resources

FEDERAL REPUBLIC OF NIGERIA

FEDERAL MINISTRY OF WATER RESOURCES

(A) CONSULTANCY: REQUEST FOR PROPOSALS FOR CONSULTANCY SERVICES FOR LOT Al, A2, A3, A4.

(B) GOODS: PROCUREMENT OF GOODS FOR LOTS B1, B2, B3, B4, B5.

(C) WORKS: CONSTRUCTION WORKS FOR LOT C1.

1.0     INTRODUCTION

1.1     The Federal Ministry of Water Resources through the Department of Water Supply Quality control and Inspectorate intends to carry out procurements for consultancy services, goods and works for various projects under Water Quality, Sanitation, ADB-Rural Water and FGN/UNICEF projects.

1.2     The Ministry therefore wishes to invite as follows:

(A) Consultancy:

Reputable Consulting firms Including Joint Venture (JV) to submit technical and financial proposals in response to the Request for Proposals to be issued by the Ministry for Consultancy Services for the following projects:

LOTA1:

Architectural Consulting Firms; Review designs of existing drawings, and prepare tender documents for the construction of Laboratory complex and associated staff quarters, access roads, external drainage, yard lighting, external landscaping, electricity and water supply. The successful consulting firms will upon award of the construction works, be expected to supervise the project execution.

LOTA2:

Engineering Consulting Firms: Production of Engineering designs for the construction of Laboratory complex and associated staff quarters, access roads, external drainage, yard lighting, external landscaping, electricity and water supply services. The successful consulting firms will upon award of the construction works, be expected to supervise the project execution.

LOT A3:

Management Consultancy Services:

Conduct laboratory audit and gap analysis for ail the existing laboratories; build the capacity necessary to manage laboratory facilities and equipment; provide advisory services for required facilities, equipment, chemicals and reagents; provide gravity management services to the six laboratories (Supervise in-situ data gathering, sampling, analysis and reporting);etc

LOTA4

Data Gathering Consultancy Services:

Gather baseline data for the Ministry in all her water concessions; produce comprehensive description of the existing water resources; geo-reference all water concessions and sampling points for future reference; design Monitoring Plan for the laboratories, etc.

(B)     GOODS:

Water Quality Laboratories and Monitoring Network project

LOT B1:

Supply of computers and office equipment to the laboratories and headquarters.

AfDB_assisted Rural Water supply and Sanitation project

LOTB2:

Supply and installation of computers and accessories

LOTB3:

Supply and installation of IT Equipment.

LOTB4:

Supply and installation of office equipment

FGN/UNICEF Water Supply and Sanitation project

LOTB5:

Supply and installation of Computers, accessories and IT Equipment

(C)    WORKS:

Water Quality laboratories and Monitoring Network project

LOT C1: Construction of Water Quality Laboratory complex and associated staff quarters, provision of access roads, external drainage, yard lighting, external landscaping, electricity and water supply services at six  (6) different locations in the 6 geopolitical zones of the country.

Bidders may bid for all the 6 lots in the above projects but no bidder would be given more than one (1) tot.

2.0     ELEGIBILITY CRITERIA:

2.1     FOR CONSULTANCY SERVICES

a)     Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certificate of incorporation and Article of Association,

b)    Last 3years Tax Clearance Certificates

c)     Detailed Company Profile

d)    Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last five years with verifiable letters of contract award and certificate of job completion.

e)     Evidence of financial capability/reference letter from a reputable bank

f)      For JVs include MOU.

g)     Evidence of registration with professional bodies such as ARCON or COREN or ICCON and IPAN, etc.

h)    Full accounts details including SORT code

i)       Evidence of pension and Social Security Contribution

j)       Possession of satisfactory Quality Assurance/Quality Control Manual

2.2     FOR GOODS:

a)           Evidence of Registration with Corporate Affairs Commission by inclusion of certificate of incorporation and Article of Association.

b)          Last 3 years Tax Clearance profile

c)           Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last five years with verifiable letters of contract award and certificate of job completion.

d)          Evidence of financial capability/reference letter from a reputable bank

e)           For JVs include MOU.

f)            Full accounts details including SORT code

g)           Evidence of pension and Social Security Contribution

h)          Possession of satisfactory Quality Assurance/Quality Control Manual

2.3     FOR WORKS

a)           Evidence of Registration with Corporate Affairs Commission by inclusion of certificate of incorporation and Article of Association.

b)          Last 3 years Tax Clearance Certificate

c)           Detailed Company profile

d)          Possession of experience as a Prime Supplier in at least five (5) projects of similar nature and complexity with verifiable letter of contract award and certificates of job completion within the last 5 years (to comply with this requirement, works quoted should be at least 70% physically completed). Evidence of at least 2 No, completed similar projects in the last 3years of each value not less than N50million.

e)           Having liquidity and/or evidence of access to or availability of confirmed credit facilities of not less than N50, 000,00.00 (Fifty Million Naira) from a reputable Bank

f)            For JVs include MOU.

g)           Evidence of registration with ARCON or COREN or ICCON and IPAN

h)          Full accounts details including SORT code

i)             Evidence of pension and Social security Contribution

j)             Possession of satisfactory Quality Assurance/ Quality Control Manual

k)          Having annual Auditors Report in construction works of at least Nl00million (One Hundred million, Naira only) value in any of the last 3years;

l)             Bidders are to provide confirmable bid security in the format of Standard Bid Security specified in the SBD or bank draft in the sum of Three Million Naira (N3million), Non compliance will lead to disqualification.

3.0     COLLECTION OF TENDER DOCUMENTS

3.1  Qualified companies shall on application collect (Standard Bidding Documents Technical and financial), from 12nooo Monday June 7, 2010 from Office of the Director, (Procurement)

Federal Ministry of Water Resources,

Block A, Room 202, Old Secretariat, Area 1, Gorki, Abuja. upon the presentation of evidence of payment of non-refundable tender fee of N30,000.00 Into the Ministry’s account as follows;

Account Name:   Federal Ministry of Water Resources,

Account Number.         6115107794

Bank:                            Zenith Bank Plc

Abmadu Bello Way Garki 2, Abuja.

The Request for proposal (RFP) for projects under (A) will be collected at no cost

4.0     SUBMISSION OF BIDS

4.1     Completed Technical and Financial bids (Two sets of hard copy and One Electronic copy in compact disk and Microsoft office) shall be submitted in two different sealed envelopes and labeled “Technical Bid” and “Financial Bid” and both sealed in a third envelope marked “Project Name” at the top right hand corner and addressed to

The Office of the Director Procurement

Federal Ministry of Water Resources

Federal Secretariat Stock A Room 202, Area 1 Garki, Abuja.

4.2     The closing date for the submission for all the project is on or before 12.00noon Monday July 5, 2010.

4.3     Technical bids will be opened same day by 1,00p.m. at the Ministry’s Conference Room Area 1 Garki, Abuja.

4.4     Only firms whose technical bids fulfill the minimum requirements would have their financial bids considered.

4.5     All inquiries should be directed to:

The Director, Water Supply Quality Control & Inspectorate

Federal Ministry Water Resources

Federal Secretariat Block A Room 230, Area 1 Garki, Abuja.

5.0     DISCLAIMER AND CONCLUSION

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

5.2     The Ministry 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.

5.3     The Ministry 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

Amb. (Dr.) Godknows Boladei Igali, OON.

Permanent Secretary

Federal Ministry of Water Resources.