Procurement of Goods and Consultancy Service at FCDA

FEDERAL CAPITAL DEVELOPMENT AUTHORITY

OFFICE OF THE EXECUTIVE SECRETARY

FCDA CORPORATE HEADQUARTER, (FORMER NIIA BUILDING),

AREA 11, GARKI ABUJA-NIGERIA

REPEAT INVITATION TO TENDER FOR THE PROCUREMENT OF VARIOUS GOODS AND CONSULTANCY SERVICES FCDA

FCDA has provision in the 2010 statutory Budget and is hereby inviting competent and interested companies to submit its bids for the following projects.

S/N Projects Tender Fee Duration
1

2

3a

3b

4

5

6

Stationary Loti, ii, iii & iv

Printing of File jacket & Envelope lot I & II

Procurement of office equipment Bid I

Procurement of F Payment Equipment

Procurement of utility vehicles Bid 1-7

Procurement of Design Equipment for Architect for Public Building. Bid II

Combined invitation for Pre-qualification and submission of proposal for the auditing of Mass Housing/Estate Development in the FCT, Abuja. Lot I, II & III.

N10,000.00

N10,000.00

N10,000.00

N10,000.00

(Bid 1- N10,000.00)

(Bid 2 – 7 N50,000.00 each)

N50,000.00

N100,000.00

6 Weeks

6Weeks

6Weeks

6Weeks

6Weeks

6Weeks

4Week

2.       You are therefore by this letter invited to tender in respect of above Tender documents are available for collection at Procurement Department Ground Floor, Conference Room, FCDA Corporate Headquarter, (former NIIA building) area 11, Garki-Abuja after the payment of non-refundable Tender fee as reflected above from the date of this invitation 7th June, 2010 and for a period of six weeks for serial No. 1-5 and a period of 4 weeks for serial No. 6. Note that those who tendered before need not to pay tender fee again.

3.       TENDERS REQUIREMENT

You are invited to submit the following documents along with the completed Tender documents(s)

(i)                Evidence of Registration with Corporate Affairs Commission

(ii)             Certified true Copies of Articles and Memorandum of Association

(iii)           Evidence of last (3) years Tax Clearance Certificate.

(iv)           Evidence of payment of non-refundable tender fee as reflected above to Aso Savings and Loans, Area 11, Garki – Abuja in favour of Federal Capital Development Authority between 8.00am – 4.00pm each working day.

(v)             Evidence of similar job executed

(vi)           A court affidavit that none of your directors had committed fraud before and that all your documents are authentic.

(vii)        VAT registration and evidence of VAT remittance

(viii)      Evidence of financial capability (Six months Bank statement)

(ix)           Evidence of Pension and Social Security contribution

(x)             Payment of Advance is a privilege and not a right. Delays in/or non-payment of such Advance(s)  should  not be  used  as an  excuse to delay commencement/performance of works.

  • Original of documents (i) – (iv) must be produced for sighting during opening session, please.

4.  The completed Tender should be enveloped, sealed waxed and marked on the right hand corner “Procurement of Stationary (quote the Lot against it) or Procurement of Printing of Non Security Document (quote the Lot against it) or Procurement of office equipment or Procurement of E-Payment Equipment or Procurement of utility vehicles (quote the bid against it) or Procurement of Design Equipment for Architect for Public Building Bid II or Combined Invitation for pre-qualification and submission of proposal for the auditing of Mass Housing/Estate Development in the FCT, Abuja (quote the Lot against it)” and should be deposited in Procurement Department Ground Floor, Conference Room, FCDA Corporate Headquarter, former NIIA building , Area 11, Garki, on or before 19th July, 2010 by 12 noon for serial No. 1 – 5 while serial 6 is on or before 5th July 2010 by 12 noon. All tenders received will be opened immediately after close of bidding in the same venue in the presence of Tenderers or their representatives.

5.       Please note that the Authority is not bound to accept the lowest or any tender

Signed

Management

Projects Execution at Federal Government College, Vandeikya,

INVITATION FOR BIDS (IFB)

FEDERAL GOVERNMENT OF NIGERIA

FEDERAL MINISTRV OF EDUCATION

FEDERAL GOVERNMENT COLLEGE,VANDEIKYA

SCIENCE AND TECHNOLOGY EDUCATION POST BASIC (STEP-B) PROJECT

SUPPLY AND INSTALLATION OF SCIENCE EQUIPMENT. CHEMICALS, TEXT BOOKS, INSTRUCTIONAL MATERIALS, 100KVA GENERATOR AND LABORATORY FURNITURE.

CREDIT No. 4304-UNI

ISSUANCE DATE: 7iH JUNE, 2010

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in development Business, issue no. 591 of 2nd July, 2010.
  1. The Government of the Federal Republic of Nigeria has received a credit from the International Development Association towards the cost of Science and Technology Education post Basic (STEP-B) Project and it intends to apply part of the proceeds of this credit to payments under the contract for the SUPPLY AND 1NSTALLATION OF SCIENCE EQUIPMENT, CHEMICALS, TEXT BOOKS, INSTRUCTIONAL MATERIALS, 100KVA  GENERATOR AND LABORATORY FURNITURE.
  1. The Science and Technology education Post bask (STEP-B) Project, Federal Government College, Vandeikya now invites sealed bids from eligible and qualified bidders or the Procurement of the following:

Lot no Item

no

Description of Item Quantity Bid Security Validity Period Delivery Period Delivery

Location

1

1 Supply and installation of Science equipment

Various 2.5% of bid price 90 days

60 days FGC            Vandeikya (Project Site)
2 2 Supply of Chemicals Various 2.5% of bid price 90 days

60 days FGC            Vandeikya (Project Site)
3 3 Supply of Textbooks Various 2.5% of bid price 90 days

60 days FGC            Vandeikya (Project Site)
4 4 Supply and Installation of Instructional Materials Various 2.5% of bid price 90 days

60 days FGC            Vandeikya (Project Site)

5 5 Supply and Installation of 100KVA Generator Various 2.5% of bid price 90 days

60 days FGC            Vandeikya (Project Site)

6 6 Supply and Installation of Laboratory Furniture Various 2.5% of bid price 90 days

60 days FGC            Vandeikya (Project Site)

  1. Bidding will be conducted through the National competitive Bidding (NCB). a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines
  1. Interested eligible bidders may obtain further information below from Science and Technology Education Post Basic (STEP-B) Project at the address below and inspect the Bidding Documents from 10.00am to 4.00 pm Mondays to Fridays except on public holidays
  1. Qualification requirements include
  • Evidence of previous supply (sale) of similar equipment proposed for the  last 5 years
  • Audited Financial statements for the last 3 years to demonstrate the financial capability of the bidder in terms of profitability and adequate working capital.

A margin of preference for eligible national contracts shall not be applied; Additional details are provided in the Bidding Documents.

  1. A complete set of Bidding Documents in English may be purchased by interested bidders on submission of a written Application to the address below and upon payment of a non refundable fee of N10,000 (Ten Thousand Naira) for each Lot. The method of payment will be Bank Draft in favour of Science and Technology Education Post Basic (STEP-B) Project, Federal Government College, Vandeikya. The Bidding Documents will be collected by the representative of the Bidder by hand.
  1. Bids must be delivered to the address below on or before 10.00 am on 7th July, 2010. Electronic bidding will not be permitted. Late bid will be rejected. Bids will be opened in the presence of the bidders who choose to attend in person to their representative, at the address below at 10.00am on 7th July, 2010. All bids must be accompanied by a Bids Security of 2.5% of the bid price or an equivalent amount in a freely convertible currency
  1. The address referred to above is:

The Project Manager,

Science and Technology Education Post Basic (STEP-B) Project,

Federal Government College, Vandeikya,

PMB1011, Vandeikya,

Benue State,

Nigeria

Tel: 07056597425, 08036732792

E-mail: stepbbenuefgcvkya@yahoo.com

Execution of Projects at Federal Government College, Sokoto

FEDERAL MINISTRY OF EDUCATION

FEDERAL GOVERNMENT COLLEGE, SOKOTO

INVITATION FOR EXPRESSION OF INTEREST TO TENDER

  1. Federal Government College, Sokoto is hereby inviting reputable and qualified contractors to pre-qualify for the following projects approved for the college in the 2010 appropriation:

a)       Rehabilitation for 2 number Dormitories

b)      Perimeter Fencing 800 meters

c)      Rehabilitation of 2 number Blocks of classrooms

d)      Purchase of 250 KVA Generating set,

2.       BIDDING REQUIREMENTS

The Procurement Planning Committee of Federal Government College, Sokoto requires all prospective bidders to have the following requirements:-

a)           All bidding document should be In English Language

b)          Equipment plants and technical capability

c)           Financial capability/bank support

d)          Proof of having carried out similar jobs elsewhere and evidence of knowledge of industry.

e)           Registration certificate with Corporate Affairs Commission.

f)            Tax clearance certificate

g)           Any other relevant supporting documents.

3.       BID PRESENTATION

The complete expression of Interest must be forwarded in sealed envelope and marked at the top left corner “BID FOR—————————–”

NOTE: All bids will be opened at Federal Government College, Sokoto Recreation room on or before 2nd of July 2010 by 12:00 noon. ALL BIDS MUST BE SUBMITTED TO THE COLLEGE PRINCIPAL’S OFFICE.

Signed

CHAIRMAN FGC, SOKOTO

PROCUREMENT PLANNING COMMITTEE.

Supply of Goods, Construction of Zonal Offices at ACSS

FEDERAL CAPITAL TERRITORY ADMINISTRATION

INVITATION FOR TENDER FOR VARIOUS PROJECTS IN THE AREA

COUNCIL SERVICES SECRETARIAT, (ACSS),

FEDERAL CAPITAL TERRITORY, ABUJA.

Federal Capital Territory Administration (FCTA), has provisions in the FCT 2010

Statutory Budget for Area Council Services Secretariat and is therefore inviting competent and interested companies to submit Technical and Financial bids for the supply of Goods, Construction of Zonal Offices and Partitioning of Offices.

2.       SCOPE OF WORKS:

LOT 1.1      Supply of Building Materials to 5 no rural communities in Abaji Area Council.

LOT 1.2      Supply of Building Materials to4 no rural communities in Kwali Area Council.

LOT 1.3      Supply of Building Materials to 4 no rural communities in Abuja Municipal Area Council.

LOT 1,4      Supply of Building Materials to 4 no rural communities in Bwari Area Council.

LOT 1.5      Supply of Building Materials to 4 no rural communities in Gwagwalada Area Council.

LOT 1 .6     Supply of Building Materials to 5 no rural communities in Kuje Area Council.

2.0 Supply of Office Equipment.

3.0 Supply of Monitoring vehicles.

4.0 Supply of Computer (Desktops and Laptops)

5.0 Construction of Zonal Offices

5.1     Construction of proposed zonal office and external works at Kuje and Construction of external works at Kwali zonal office.

5.2     Construction of proposed zonal office and external works at Bwari.

PROJECT F: FCTA/ACSS/03320080000

Partitioning of ACSS Offices.

3.       REQUIREMENTS FOR THE SUPPLY OF GOODS

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. Evidence of up to date returns with the CAC and be informed that due diligence could be conducted
  3. Company’s Audited Account for the last three years from a Chartered Accounting Firm
  4. Tax Clearance for the last three years ending December 2009
  5. Verifiable documentary evidences of similar jobs successfully executed within the last three years (copies of letter of contract award, completion certificates).
  6. Reference Letter from a reputable Bank
  7. Bank statement of the Company for the last twelve (12) months.
  8. Evidence of Registration with National Pension Commission and remittances to date.
  9. Sworn Affidavit in line with the provisions of part IV, section 16, subsection 6 (e-f) of the Public Procurement Act. 2007.

3.1     REQUIREMENTS FOR THE CONSTRUCTION OF ZONAL OFFICES AND PARTITIONING OF OFFICES

In addition to the requirements listed in item 3 above, Companies having interest in the Construction of Zonal Offices and Partitioning of Offices must include copies of the following documents in their submissions:

  1. Verifiable documentary evidences of similar jobs successfully executed within the last three (3) years (copies of letter of contract award, completion of certificates).
  2. Company profile showing list of key personnel/officers to be attached to the project stating their roles, designation, qualification and experience. Enclose photocopies of professional certificates of both company and its personnel and Curriculum Vitae (CV) where applicable. All copies of the professional certificates of the personnel shall be endorsed in BLUE INK by the individual professionals.
  3. List of Construction equipment to be used for the project available for immediate inspection and their locations. Also state whether the equipment is on lease or owned.

4.       COLLECTION OF TENDER DOCUMENTS:

Interested companies should collect Tender Documents (Supply of Goods and /or Construction /Partitioning) from Area Council Services Secretariat, Office of the Director, Finance and Administration 2nd Floor, Block B. FCDA, No. 1 kapital Street, Area 11, Garki Abuja, upon the presentation of evidence of payment of N10,000.00 (Ten thousand naira only) non-refundable Tender Fee into Treasury Revenue Account at Fidelity Bank (Central Area) Account No: 051503010000426.

5.       SUBMISSIONS OPENING OFTENDERS

The Tender documents should each be sealed and labeled (Technical and Financial bids as appropriate) separately, and the two envelopes put in another envelope that should also be sealed and labeled as” (INDICATETHE NAME OF PROJECT)”. The Tender documents (financial bid) 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 should be dropped in the tender box at the office of the Director, Finance and Administration ACSS, 2nd Floor, Block B, FCT, No, 1 kapital Street. Area 11, Garki Abuja, on or before 12 noon of Tuesday, 20th July, 2010. The representatives of bidding companies are invited to witness the opening of the tenders on the same day at the Conference hall of ACSS 2nd Floor, Block b, FCDA, No 1 Kapital Street, Area 11, Garki Abuja, by 1.00pm.

NOTE

  1. Originals of documents for items 3 (i, ii, & iii must be produced for sighting during the opening exercise for each lot.
  2. Due diligence could be conducted.
  3. Interested members of the general public especially the Non-Governmental Organizations (NGOs) are by this notice invited to witness the opening exercise but shall adhere to the Code of Conduct for Public Procurement Observers as stipulated by the Bureau of Public Procurement.
  4. Company’s representatives are to come along with letters of introduction indicating name, rank and sample of signature to the venue of the opening exercise.
  5. This advertisement shall not be construed as commitment on the part of FCTA/ACSS, nor shall it entitle any responding Company to seek any indemnity from FCTA/ACSS by virtue of such Company having responded to this advertisement.

Signed:

Management

Execution of Projects at Kano State

DAWAKIN KUDU LOCAL GOVERNMENT

KANO STATE

TENDER NOTICE

This is to invite suitably qualified contractors for prequalification to Tender for the execution of the under listed projects.

1. Supply of Furniture/Equipment to

i.        Newly constructed Government Secondary School Gano.

ii.       Newly Constructed Primary Health Care Centre Gano

2. Electrification Projects:

  1. i.            Electrification of Tudun Malam Made
  2. ii.            Electrification of Tasa
  3. iii.           Electrification of Sabuwar Tamburawa
  4. iv.            Electrification of Chakawa
  5. v.            Extension of Electricity: Dosan-Kwandari.
  6. vi.            Extension of Electricity: Dosan – Jigawar Dosan
  7. Extension of Electricity:    Kofar Kudu – Sabuwar Abuja D/Kudu
  8. Extension of Electricity to Tammawa
  9. ix.            Extension of Electricity to T/Gara
  10. x.            Extension of Electricity to Shitawa
  11. xi.            Extension of Electricity to Zakirai / Unguwar Fulani
  12. Extension of Electricity to Unguwar Fulanin Y/Gaya
  13. Extension of Electricity to Udoji / Sabon Garin Malam
  14. Extension of Electricity to K/Yamma Dawakin Kudu
  15. Continuation/completion of the Electrification of Unguwar Gara
  16. Continuation/completion of the Electrification of Unguwar Kwibar
  17. Continuation/completion of the Electrification of Fallau Asayaya

3.      Roads Construction:

  1. i.            Reconstruction of 7.5 KM Dawaki – Tsakuwa Tarred Road
  2. ii.            Construction of Marmara – Kumurya Feeder Road
  3. iii.            Construction of Tsakuwa – Dosan Feeder Road
  4. iv.            Construction of Dawakin Kudu Junction – Bakin Kasuwa – Kofar Yamma D/Kudu Township Road
  5. v.            Construction of Gurjiya Culvert – Gurjiya town Feeder Road
  6. vi.            Construction of   S/Garin Busaye – Ung. Duniya -Yankatsare, Tsamiyar Gayawa Feeder Road
  7. Construction of Kanwa – Warawa Local Government Secretariat Feeder Road

4.       Construction of 3 No. Juma;at Mosques at Dan’Idris Luran Wakai and Gurjya Towns

5.       Construction of 2 No. Classrooms Blocks at Zogarawa Primary School

6.       Drilling of 3 No. Mechanized Boreholes at Ung fawa, Zakiral and Newly Constructed Gano Primary Health Care

7.       Construction of Drainage at Sabon Garin Busaye

8.       Laying of water pipes at Tamburawa New Layout

9.       Construction of Shari’ah Court at Gano

10.     Construction of 3 No. Magistrate Courts at D/Kudu

11.     Construction of Additional offices at Local Government Secretariat Dawakin Kudu

12.     Implementation of Gano Layout Plan

Supply of wooden Tables I/Benches to Primary and Islamiyya Schools in the LGA

14.     Construction of Police Station at permanent site Gano

Qualification:

All prospective contractors must satisfy the following pre-qualification criteria:

  1. i.            Evidence of incorporation
  2. ii.            Company audited accounts for the last 3 years
  3. iii.            Evidence of tax clearance for the last 3 years
  4. iv.            VAT registration and evidence of VAT remittances.
  5. v.            Evidence of financial capability.
  6. vi.            Evidence of verifiable lists of similar projects executed
  7. Registration with the Kano State Works Registration Board in relevant category
  8. Evidence that the contractor has the equipment and personnel required to execute the project.
  9. ix.            Annual turnover
  10. x.            Evidence of settlement of PAYE, and other with­-holding taxes
  11. xi.            Local resource utilization
  12. Community and Social responsibility support
  13. Any additional information that may enhance the chances of the contractor.

SUBMISSION OF PRE- QUALIFICATION DOCUMENTS

Eligible contractors should forward their documents to the office of the Chairman Dawakin Kudu Local Government in a sealed envelope marking the titles of the projects itemized 1-13 above, to reach him on or before Monday-21st June, 2010.

Signed:

Management