Invitation to Tender for Pre-Qualification for the 2013 Projects at National Agency for Science and Engineering Infrastructure (NASENI)

National Agency for Science and Engineering Infrastructure (NASENI)

(Federal Ministry of Science and Technology)

Idu Industrial Area, P. M. B. 391, Garki, Abuja.

TEL: 09-7831365   EMAIL: nasenihq@naseni.org

Invitation to Tender for Pre-Qualification for the 2013 Projects

The National Agency for Science and Engineering Infrastructure (NASENI), in her continuous effort to implement her mandate in the 2013 approved Budget, hereby invites competent corporate companies, contractors and consultants to submit letter of interest and bids for prequalification for the following projects:

a. Lot A:     Construction of Advanced Manufacturing Technology Complex (Technology Orientation Centre) at NASENI Head

Office in Idu Industrial Area, Abuja

b. Lot B:     Construction of Fabrication and Assembly Workshop.

c. Lot C:      Rehabilitation of NASENI Headquarters Building and Lagos Technology Linkage Office,

d. Lot D:     Procurement and development of Nano-technology facilities/ Equipment

e. Lot E:      Developing Technology for Production of Solar Cells, LED & NANO Filter

f. Lot F:      Procurement of Advanced Manufacturing Technology (AMT) Equipment/ Facilities,

g. Lot G:     Procurement of Machine Tools and Workshop Hand Tools

h. Lot H:     Procurement of Solid Minerals Processing Equipment.

i. Lot I:        Procurement of Equipment for NASENI NODAL Centres,

j. Lot J:       Procurement of computers (Hardware & Software), Printers and other accessories.

k. Lot K:     Acquisition of project Vehicles.

NASENI is therefore desirous to invite competent and reliable companies, contractors and consultants to bid for Prequalification to accelerate the implementation of the 2013 approved Budget.

2.       Interested companies, contractors and consultants in Scientific and

Engineering Business are invited to submit Bids for prequalification with the following requirements:

2.1.             Evidence of Incorporation.

2.2.   Evidence of Competence and Experience in lobs similar to the one described in 1 above in Nigeria along appropriate company profile.

2.3.             Evidence of Current Registration with N ASENI

2.4.             Evidence of tax clearance and audited Accounts for the last three years.

2.5.             Evidence of Financial Capability and provision of Reference letter from a reputable Bank

2.6              Evidence of being a Manufacturer or Representative/ Dealer of Original Equipment Manufacturers

2.7.             Evidence of Registration with PEN-COM and Remittance.

2.8              Evidence of Registration with ITF and Remittance

2.9              Payment of non-Refundable fee of N25,000.00 registration as contractor

Payments are to be made by Bank Draft payable to “National Agency for Science and Engineering Infrastructure” Abuja.

2.10            Only registered companies, contractors and consultants with the Agency will be prequalified and allowed to take part in the financial bid when required.

2.11   Only Pre-qualified companies, contractors and consultants would be invited in writing in due course for the subsequent financial bids throughout 2013 fiscal year

 

3.       Interested Companies, contractors and Consulting Firms should therefore submit letter of interest and bids for prequalification to the Executive Vice Chairman, NASENI at the Agency’s Headquarters, Idu, Industrial Area Abuia

4.      Qualified contractors should submit their sealed bids marked with the Lot specified as in item 1 (A -K) above and addressed

to:

“The Vice Chairman / Chief Executive,

National Agency for Science & Engineering Infrastructure,

Idu Industrial Area,

PMB 391, Garki, Abuja

 

5.       a).      Closing Date, 9th July, 2013 at 12 noon.

b).     Bid opening, 9th July, 2013, Time 12:30pm.

 

Signed:

Management

Request for Proposal “Consultancy for Study on Socio-Cultural Determinants of Voting Patterns in Nigeria with Special Reference to Women’s Participation and Representation”at UN WOMEN Nigeria (UNDP) (UNDP)

Request for Proposal

SUBJECT:   “Consultancy for Study on Socio-Cultural Determinants of Voting Patterns in Nigeria with Special Reference to Women’s Participation and Representation”

The United Nations Development Programme (UNDP) Nigeria on behalf of the UN WOMEN Nigeria is seeking the services of a qualified company/organizations to offer consultancy services for “Consultancy for Study on Socio-Cultural Determinants of Voting Patterns in Nigeria with Special Reference to Women’s Participation and Representation”

All interested firm/organizations that wish to participate in the bid can access the RFP document on the following websites

http://procurement-notices.undp.org/view_notice.cfm?notice_id=11478 or http://www.ng.undp.org/procurement.shtml to download the RFP document.

Your proposal should be marked and addressed according to the instructions on the RFP document and must be dropped in the UNDP bid box in the following address in hardcopy not later than 12 noon local time Abuja on 12th June 2013. E- mail copies will not be accepted or considered. Bids received after the deadline shall be rejected.

All bidders using couriers companies to submit the proposal are to advise them accordingly.

The submission should be marked and titled “Consultancy for Study on Socio-Cultural Determinants of Voting Patterns in Nigeria with Special Reference to Women’s Participation and Representation” and addressed to:

The Service Centre Manager,

UNDP-Nigeria,

19, T.Y. Danjuma Street,

Asokoro, Abuja,

Nigeria.

For any clarification on any aspect of this RFP advert, please send an e-mail to vdmssupport.ng@undp.org  quoting “Consultancy for Study on Socio-Cultural Determinants of Voting Patterns in Nigeria with Special Reference to Women’s Participation and Representation” as the subject of the e-mail.

This Request for Proposal does not amount to a commitment on the part of the UNDP either financially or otherwise. UNDP reserves the right to accept or reject any or all the Proposals without any obligation to inform the affected applicants of the ground for the acceptance or rejection.

We thank you for your interest

UNDP Nigeria

 

Request for Expression of Interest at Asset Management Corporation of Nigeria (AMCON)

Head Office

3rd Floor, Murjanatu House,

Asset Management Corporation of Nigeria

Request for Expression of Interest

Petroleum Products Tank Farm Operations Management and Maintenance Services

1.       The Asset Management Corporation of Nigeria (AMCON) intends to prequalify service providers as Facility Operators and Managers for the Management and Maintenance of various Petroleum Products Tank Farms. The Corporation has acquired these Tank Farms by virtue of rights conferred under the Asset Management Corporation of Nigeria Act 2010 and terms of settlements entered by the AMCON with various obligors.

Accordingly AMCON hereby invites reputable, competent and experienced organizations for prequalification on all or part of the scope of management specified below in respect of one of more of the acquired facilities.

2.       The scope of services includes but may not be limited to the following:

  • Management and maintenance of All Assets and Utilities of one or more Facilities inclusive of jetty, buildings and structures, tanks farm, pipelines, valves and all related components, equipment whether automated, mechanical, electrical, electronic or computer based, movable and immovable including machinery, tools, instruments and any such addition that may be made thereon.
  • Management of Terminal and Depot Automated Systems software.
  • Management of process of Renewals of Approvals, Licenses and Permits.
  • Recruitment and Management of Manpower and Support Staff.
  • Management of Throughput and other term Contracts.
  • Throughput Monitoring and Reconciliation.
  • Management of Relationship with various Regulatory Authorities and Government Agencies.
  • Ensuring compliance with various Guidelines and Requirements.
  • Management of Receipt, Discharge and Storage of Products.
  • Management of Truck Parks.
  • Management of scheduling and Loading and Truck-out.
  • Maintain comprehensive records of product-in and product-out at all stages.
  • Management and Maintenance of Retail Outlets Assets or other such assets outside the geographical location of the Tank Farm.
  • Management of other Assets and equipment including Vessels, Barges, Floating Storage, Tugs, Speed, Supply and Passenger Boats, Fenders and Hoses.
  • Management and Implementation of Health and Safety Policy.
  • Management and Compliance with Port Protocol.
  • Quality Control Management.
  • Management of Security.

Pre-qualification Requirements

3.       Interested firms must provide verifiable information and evidence including:
3.1     General Company Profile

3.1.1 Company profile including type of company (i.e. limited liability, public liability, etc), number of years in existence, ownership structure identifying the holding / parent company (if a subsidiary), information about partners (if a consortium), detailed listing of management team and key technical staff, locations of operations, registered address and other contact details (email address, telephone, etc).

3.1.2 Incorporation with Corporate Affairs Commission of Nigeria and registration with any relevant government agency.

3.1.3 For a consortium, binding agreement of the alliance duly signed by the Managing Directors of all members of the consortium.

3.1.4 Audited financial statements for the company and its consortium partners (where applicable) for the past three (3) years.

3.1.5 Tax Payment for the past three (3) years.

3.2.    Evidence of Technical Competence

3.2.1  Detailed organizational profile including organizational structure, key professionals, training and qualifications.

3.2.2 Credentials of other depot activities managed with minimum experience of five (5) years. Details of projects which are considered relevant in demonstrating ability and capability to successfully undertake the proposed scope of work include.

–   Clients (where applicable)

–  Scope of Work performed

–  Date of award of Contracts (where applicable)

–  Contractual period and period of execution of projects (where applicable)

–  Nature of contracts

–  Details of referenced client’s organization where similar services have been provided Reference information should include names, email addresses and phone numbers of at least two individuals that can be contacted within the organization in respect of the projects.

–  Completion Certificates or proof of Discharge of Contract or Obligation (where applicable)

–  Awards and certifications that are relevant to the services required.

3.3.    Disclosure

3.3.1  Disclosure of any existing liability to AMCON.

3.3.2 Disclosure of all pending litigation(s) involving the company.

Submission of Pre-qualification Requirements:-

4.       Responses must be delivered in five (5) hard copies in separate sealed envelopes marked “Confidential: Pre-Qualification of Tank Farm Operations Management and Maintenance Services” to the address below and an electronic copy by email to rfpterminalmanager@amcon.com.ng on or before 3.00 pm on June 15, 2013. Any response received after this date will not be considered.

Address: Asset Management Corporation of Nigeria, 8th Floor Mulliner Tower, 39, Alfred Rewane Road, Ikoyi, Lagos.

This publication and process neither creates any commitment by AMCON nor establishes any binding or legal obligation on AMCON. All costs incurred by applicant as a result of responding to this invitation for pre-qualification and any subsequent request for information shall be on the applicant’s account.

Board of Directors: Aliyu Kola Belgore, OER (Chainnan), Mustafa Chike-Obi (Managing Director)

Executive Directors: Mofoluke B. Dosumu, Hewett A.O. Benson, Abbas M.Jega. Non- Executive Directors: Aruma Oteh, Dsnladi I. Kifasley Kingsley Moghalu, Eniye Ambakaderemur, Umar Ibrahim

 

Invitation for Bid at Dutse Capital Development Authority (D.C.D.A.)

Jigawa State Government

Dutse Capital Development Authority (D.C.D.A.)

Ministry of Land, Housing, Urban Development and Regional Planning Building, Along Justice Tijjani Abubakar Road, Dutse Jigawa State.

Invitation for Bid

Invitation to bid for the construction of 30 Nos. Houses for the Honourable Members of the State Assembly at Dutse

Following the invitation for the pre-qualification advertisement of the above named project published in the Daily Trust and Daily Sun newspapers of Thursday 9th May 2013 respectively.

The Dutse Capital Development Authority (D.C.D.A) hereby invite the under listed pre-qualified to tender for the projects.

The companies are:

1.       Elegance Construction Company Ltd.

Opposite August 27 Stadium,

Bukar Abba Ibrahim Abba Way,

Damaturu.

2.       CGC Nigeria Ltd

Nnamdi Azikwe Way,

P.O. Box 7245 Kaduna

3.       Anhas Nigeria Ltd.

Hakimi Street

Dutse.

4.       Homelux Construction & Equipment Company Ltd

PlotC5,WudiiRoad, Kano.

5.       Ringim Galadanci Nigeria Ltd.

No. 4, Dr. Nuhu Muhd Sunusi, Street, Dutse

6.       Chiroma Nigeria Limited

No. 29 Patrick Bokkor Crescent

OFF. Ebitu Ekiwe, Jabi

Abuja

7.       Yan Duna Ventures Nig. Ltd

No. 144 Katstina Road

Kalamu Waheed House, Kano.

8.       Rana Tahir Furniture Ltd.

Plot 63 Sharada Industrial Estate Phase III Kano

9.       N. Stephen Building Co. Ltd

152. Old Cemetry Road

Bompai, Kano

10.     Afdin Construction Limited

Building & Civil Engineering Contractors

No. 396. Tafawa Balewa Way

P.O. Box 646

Kaduna

11.     New League Construction and Engineering Ltd

No. 39 Patrick Bokkor Crescent

OFF. Ebitu Ekiwe Street Jabi

Abuja

The tender document can be obtained from the office of the Executive Chairman Dutse Capital Development Authority in the Ministry of Lands, Housing, Urban Development and Regional Planning Building, along Justice Tijjani Abubakar Road, Dutse, on the presentation of Dutse Capital Development Authority receipt of non refundable fee of (N250,000.00) Two Hundred and Fifty Thousand Naira only, from 28th May, 2013 to 11th June, 2013.

Submission of Bid Document

Completed bid document shall be submitted to the office of the Executive Chairman Dutse Capital Development Authority, boldly marked bid document for the construction of 30 No. Houses for the Honorable Members of Assembly at Dutse, in a sealed Envelope, on or before the stated date i.e. (11th June, 2013) by 12:00noon. The Envelope shall not bear any mark of the bidding company/

Bid Opening

The bid document is going to be opened on 11th June, 2013 at Dutse Capital Development Authority Conference Hall by 12:00noon

Note: A 3% Bid security, in form of bank Guarantee of the total amount quoted shall be included.

Executive Chairman

Dutse Capital Development Authority (D.C.D .A)

 

Invitation to Pre-Qualification to Tender for the years 2011/2012 Tertiary Education Trust Fund (TETFund) Intervention in Library Development at Yaba College of Technology

Yaba College of Technology

P.M.B. 2011, Yaba, Lagos

Invitation to Pre-Qualification to Tender for the years 2011/2012 Tertiary Education Trust Fund (TETFund) Intervention in Library Development

Application are hereby invited from reputable and interested Companies with relevant experience and good track record for pre-qualification to tender for the under listed projects.

1.0     Profile of Contracts

(1)     Procurement of Computer

POLY/ABA/TETF/LIB/2011-2012/01

(2)     Library Software (NEWGENLIB)

POLY/ABA/TETF/LIB/2011- 2012/02

(3)     Subscription to EBSCOHOST

POLY/ABA/TETF/LIB/2011- 2012/03

(4)     Procurement of Table

POLY/ABA/TETF/LIB/2011- 2012/04

(5)     Procurement of Drawers Catalogue Card Cabinet

POLY/ABA/TETF/LIB/2011- 2012/05

(6)     Procurement of Chairs

POLY/ABA/TETF/LIB/2011- 2012/06

(7)     Procurement of Metal Shelves

POLY/ABA/TETF/LIB/2011- 2012/07

(8)     Procurement of Book Support

POLY/ABA/TETF/LIB/2011- 2012/08

(9)     Procurement of set of library of congress

POLY/ABA/TETF/LIB/2011- 2012/09

(10)   Procurement of Table and Chairs

POLY/ABA/TETF/LIB/2011- 2012/10

(11)   Procurement of Local Journals to various Departments

POLY/ABA/TETF/LIB/2011- 2012/11

(12)   Procurement of Foreign Journals to various Departments

POLY/ABA/TETF/LIB/2011- 2012/12

(13)   Procurement of Different Titles of Assorted Books

POLY/ABA/TETF/LIB/2011- 2012/13

(14)   Procurement of Different Titles of Assorted Books

POLY/ABA/TETF/LIB/2011- 2012/14

(15)   Procurement of Different Titles of Assorted Books

POLY/ABA/TETF/LIB/2011- 2012/15

2.0     Pre-Qualification Criteria:

i.        Proven capability, relevant experience and food track record

ii.       Provision of Company profile and organizational structure, including names, resumes, and telephone numbers of key personnel.

iii.      Provision of Verifiable list of previous similar work successfully executive within the last three years with names of clients, evidence of award and practical completion.

iv.      Evidence of Incorporation of company by the Corporate Affairs Commission (CAC)

v.       Company Tax Clearance Certificates for the last three (3) years.

vi.      Equipment and Technology capacity – Evidence of contact with manufacturers (if any)

vii.     VAT Registration and evidence of past VAT remittances

viii.    Experience/ Technical qualification of key personnel with copies of certificates

ix.      Audited Annual financial report of the company for the last three (3) years

x.       Evidence of financial strength, credit worthiness/Bank reference and readiness to instruct bankers to supply financial information on the company as may be required.

xi.      Evidence of community and social responsibility (if any)

xii.     Evidence of compliance with the provision of the Pension Reform Acts, 2004

xiii.    Evidence of compliance with Industrial Training Fund (ITF) Amendment Act, 2001 as applicable

xiv.    A sworn affidavit indicating that all document documents submitted are genuine and verifiable

xv.     A sworn affidavit that none of the Directors has been convicted in any country for any criminal offence, including fraud or financial impropriety.

xvi.    Bidders should include in their bid, a sworn affidavit indicating that no officer of Yaba College of Technology is a former or present Director, Shareholder or has any pecuniary interest in the company.

3.0     Submission of Pre-Qualification Documents:

Bound pre-qualification documents in wax-sealed envelope with “Pre-qualification as Contractor for the (name of project)” at the top left hand corner should be hand-delivered on or before Monday, June 10, 2013 by 12noon to the address below:

The Registrar

Yaba College of Technology

Yaba-Lagos

4.0     Opening of Pre-Qualification Documents

Pre-qualification envelopes will be opened at 1:00 p.m. on Monday, June 10, 2013, and representative(s) of companies that submitted bids are hereby invited to witness the opening.

5.0     Notification of Pre-Qualified Bidders

Pre-qualified contractor will be contacted and they will be invited to tender accordingly.

6.0     Collection of Tender

Pre-qualified contractors should note that they will be required to pay a non-refundable fee of Ten thousand naira only (N10, 000) for each project.

Tender documents will be available for collection at the Physical Planning Unit, of the college on presentation of evidence of payment of the processing fee.

Please Note:

a)     That by the submission of pre-qualification documents, Yaba College of Technology is neither committed nor obliged to award any contract to any company or its agent.

b)    That this advertisement for invitation to pre-qualification shall not be construed as a commitment on the part of College, nor shall entitle any company to make any claims whatsoever and/or seek any indemnity from Yaba, Technology.

c)     That due diligence would be followed as all the documents submitted would be verified and the past executed works and contractor’s offices shall be visited. Any discrepancies found would disqualify the contractor.

Signed:

Biekoroma Charity Amapakabo

Registrar