Invitation to Tender at National Sugar Development Council Abuja

National Sugar Development Council Abuja

 

Invitation to Tender

 

1.0     Introduction

The Management of the National Sugar Development Council (NSDC) hereby invites reputable and interested Construction Companies and Suppliers to tender

For the following 2012 Capital Projects being carried out by the Council

 

2.0     Scope of Work

Lot1:           Drilling of Tube Wells at Bacita and Numan.

 

Lot 2:          Supply of Heavy Duty Equipment for Sugarcane Bio-Factory Laboratory at Institute of Agricultural Research (IAR), Samaru, Zaria.

 

Lot 3:          Supply of Other Equipment and Glass Wares to Mini Plants.

 

Lot 4:          Supply of Laboratory Chemical Reagents to Collaborate Research Institutions.

 

Lot 5:          Supply of 1 No. Sport Utility Vehicle and 2 Nos. 2012 Toyota Hilux Pick-Ups 2.7VVTi.

 

3.0     General Requirements:

Construction Companies and Suppliers wishing to carry out the above jobs should submit the following:

i.        Registration with CAC

ii.       Current Tax Clearance Certificate.

iii.      Evidence of registration with COREN. (For Drilling of Tube Wells)

iv.      Evidence of accreditation by Toyota Nigeria Limited. (For Supply of Vehicles)

v.       Evidence of compliance with provisions of the Pensions Reform Act, 2004.

vi.      Quotation should also indicate specific period for the completion of the jobs or supply (where applicable).

vii.     The quotation should be inclusive of all taxes.

 

4.0     Tender Instructions

Interested Construction Companies and suppliers should collect Bid Documents from the Procurement Unit of the National Sugar Development Council, after payment of a non-refundable fee of #10,000 (Ten thousand naira only) per job.

 

5.0     Submission of Bid Documents

The completed Tender Documents with a copy of the receipt of Tender fee shall be submitted in a sealed envelope and marked for Lot l:-Tube Wells; Lot 2;- Heavy Duty Equip.: Lot 3:- Other Equip. & Glass wares; Lot 4:- Chemical Reagents; and Lot 5:- Vehicles at the top right corner of the envelope and addressed to:

 

The Executive Secretary

National Sugar Development Council

Federal Secretariat, Block c, 4th Floor,

Maitama District,

P.M.B.299,

Gorki Abuja.

 

Deadline for the submission of completed Tender Documents is 20th December, 2012 while the date of bid opening will be Friday 21st December, 2012 at 10 a.m in the Conference Room of NSDC Federal Secretariat, Block C, 4th Floor, Maitama District Abuja.

 

Signed:

Management

 

Request for Expression of Interest from Consultants at College of Education Agbor

College of Education Agbor

P.M.B. 2090 Agbor, Delta State, Nigeria

055 -250 145, 250120

Website: www.collegeofeducationagbor.net

Email: provost@collegeofeducationagbor.net

registrar@collegeofeducationagbor.net

 

Request for Expression of Interest from Consultants

 

Interested qualified consultants with relevant experience are invited to send in Expression of Interest [EOI] to be used for pre-qualification which is the first step in the process for the selection of suitable consultant to render high quality consultancy services in the following areas:

 

1.       Architectural

2.       Civil/Structural

3.       Electrical

4.       Mechanical and

5.       Quantity Surveying

For the 2012TETFUND Special Intervention Fund projects

 

Pre-Qualification Requirements

i.        Evidence of Registration with Corporate Affairs Commission

ii.       Verifiable evidence of tax clearance certificate for the past three years

iii.      Evidence of Registration with ITF

iv.      Evidence of Registration with Pencom

v.       Evidence of VAT registration and remittance

vi.      Verifiable evidence of audited account for the past three years

vii.     Company profile with detailed list of principal technical personnel including their qualifications and registration with professional bodies

viii.    Evidence of Corporate Registration with professional bodies ARCON, COREN etc as applicable

ix.      List of similar services done previously

x.       Evidence of financial capability and bank support (where applicable)

 

Evaluation Criteria

1.       All interested consultants are expected to submit all documents listed above as failure to comply fully may lead to the disqualification of the consultant.

2.       All submitted documents would be evaluated based on the submitted documents

 

Other Relevant Information

Only consultants who have been successfully pre-qualified would proceed to the next stage and they would be notified by the College.

 

Consultants who are not pre-qualified should know that they were not adjudged to have crossed the pre-qualification stage.

 

Consultants can seek clarification or more information by writing officially to the Director of Works of the College before the deadline for the submission of the EOI.

 

The College reserves the right to reject any or all documents and to terminate entire selection process at any time without any explanation and without any liability to the College.

 

Submission of Documents

The documents must be forwarded in sealed envelope to the address stated below on or before 4th December 2012.

 

The Registrar

College of Education, Agbor

Delta State

 

SIGNED: A.O. AJABOR

Registrar

 

Invitation to Tender at Pact Nigeria

Pact Nigeria

 

Invitation to Tender

 

RFQ Number: Z3073 Pact PMTCT- Veh-11-2012

                                                 

For Procurement of one Saloon vehicle for use in Abuja, Nigeria

 

Issuance Date: November 16, 2012

 

Pact has its headquarters in Washing DC, USA and is operational in over 20 Countries including Nigeria. With more 3 projects in Nigeria, it is apparent that due to the growing needs assessment of the Pact, Nigeria, we are hereby requesting for the submission of bids from interested and reputable automobile dealers for the supply of:

 

1 unit of 4 Door, 1.6 GII MT petrol engine, 5 speed dual range automatic gearbox, manual transmission, full air-conditioning, Power steering, dual airbag, fabric seat, Seat belts for all seats, 1 x 50L fuel tank, Radio/cassette/CD player.

 

A prospective bidder having any questions relating to this RFQ should contact the following person in writing at least three (3) business days prior to the due date and time of submissions of quotes:

 

Ohene Comfort

Procurement Officer

Pact Nigeria

Email: cohene@pactworld.org

 

Pact will respond to questions it receives prior to the due date for the submission of quotes.

Selection Criteria: All interested auto dealers are required to submit the following documents along with the quotation:

  • Evidence of Company registration
  • Company Profile
  • Verification list of previous/similar supplies carried out
  • Current Tax clearance certificate for the last 3 years
  • Evidence of VAT Registration Certificate
  • Audited Account for the last 3 years
  • Evidence of financial strength and bank support

 

Delivery Period:     

Vehicles must be delivered within 1 week of receiving the purchase order

 

Submission of Tender Documents: All quotations should be sealed in an envelope and labelled on the top left hand corner of the envelop “Quote for the supply of 1 Saloon Vehicle” and address to:

 

The Procurement Officer

Pact – Nigeria

30, Lobito Crescent off Ademola Adetokunbo Crescent

Wuse II, Abuja

F.C.T., Nigeria

 

Deadline for submission of quotes is December 15th 2012 at 5:00pm. Please note that only quotes that reach our office at the stipulated time and data will be considered.

 

For more details on the, kindly visit the pact website: www.pactworld.org

 

Signed:

Management                             

Expression of Interest (EOI) from Private Warehouse Operators to Provide Third Party Warehousing Services at Abuja Securities and Commodity Exchange Plc

Abuja Securities and Commodity Exchange Plc

 

Expression of Interest (EOI) from Private Warehouse Operators to Provide Third Party Warehousing Services.

 

The Abuja Securities and Commodity Exchange (ASCE) with the support at the World Bank (WB) have commenced the development of a Warehouse Receipt System (WHR) that will enable farmers use their stored commodities to secure credit from banks.

 

The WHR System will be used as a tool for the development of rural agricultural marketing and as a basic infrastructure to revitalize the Exchange. This will strengthen small and medium scale farmers and invariably create jobs and a sustainable economic growth, which falls in line with Government’s Transformation Agenda.

 

The WHR System will also improve the livelihood of farmers as they will be able to deposit their produce in standard warehouses and defer sale till the price of their commodities appreciate. They may then use the WHR’s as collateral to obtain loans from banks to enable them meet other obligations. The receipts may also be traded on the exchange, thereby enhancing liquidity.

 

There are however, certain physical, regulatory and institutional infrastructure needed for the success of a WHR System; one of which is a network of standard warehouses.

 

It is in this regard that the ASCE with support from the WB is undertaking a National Warehouse Inventory of public and private warehouses in order to determine the available warehousing capacity. To support this exercise, we are calling for Expression of Interest (EOI) from private warehouse operators who will be willing to provide warehousing services as a business to partner with the Exchange in the implementation of the WHR system.

 

 

The EOI should address all the under listed enquiries:

  1.  Warehouse Location and Accessibility by Rail, Road and Water.
  2. Warehouse Description with photographs
  3. Warehouse Capacity
  4. Available Commodity Handling Equipment
  5. Commodities of interest
  6. Years of Experience in Warehouse and Collateral Management
  7. Years of Experience in grading and certification
  8. Ability to provide Fidelity Guarantee or Performance Bond, if and when required
  9. Type of entity
  10. Name of Insurer
  11. Corporate Profile
  12. Level of staffing
  13. Any Litigation against the company

 

The EOI should be addressed to:

 

The Managing Director/CEO

Abuja Securities and Commodity Exchange

397 Muhammadu Buhari Way,

Central Business District

P.M. B. 404 Garki, Abuja

And should reach the Exchange not later than 17th December 2012.

 

Signed

Management

Implementation of Centralized Ups Chq Power Wiring Project at NNPC Towers, Abuja

Nigerian National Petroleum Corporation (NNPC)

Herbert Macaulay Way, Central Business District, Abuja

 

Implementation of Centralized ups Chq Power Wiring Project at NNPC Towers, Abuja.

 

Pre-Qualification of Prospective Contractors

 

1.0     Introduction:

The Nigerian National Petroleum Corporation (NNPC) intends to undertake implementation of Centralized UPS CHQ Power Wiring Project at NNPC Towers Abuja.

 

This advert is to request interested and reputable Structured Cabling companies with specific field of experience in implementing structured UPS cabling in high rise buildings to submit themselves for pre-qualification.

 

2.0     Description of the Project (Works)

The project shall include but not limited to the Procurement, Delivery and Installation of all subsystems that would em-place an infrastructure capable of delivering clean uninterrupted power (from the ups system) to the endpoints/clients on each floor and room m all four towers of the NNPC Corporate Headquarters.

 

This will include:

i.        Procurement of all systems and subsystems necessary for the implementation of a structured cabling for UPS system in all four towers of the NNPC corporate Headquarters.

ii.       Produce a detailed design document drawn to scale that would show all structured cabling outlay from access points through to distribution on individual client systems

iii.      Install and tie-in of the structured cabling system to the NNPC Enterprise Power supply

iv.      Implement a wiring topology of the same format adopted for the present NNPC Local Area Network cabling scheme, where supply to clients will run in a ring format-on a point to point basis

v.       Implement a topology that will be centralized for each tower of the NNPC towers but distributed from each other electrically

vi.      Implement a topology that will have each floor of the tower having a power distribution panel from which each floor will be supplied

vii.     Provide one year post implementation warranty and maintenance services as defined in equipment warranty of all the components being procured and installed.

viii.    Design and implement capacity development plan via training of staff on facility management, and other requisite skills necessary to ensure effective maintenance.

ix.      Carry out and submit all necessary tests to determine that all works have          been completed in an environmentally friendly and safe manner.

x.       Provide post implementation documentation on equipment and systems. Each process map shall clearly define roles and responsibilities, detailed steps for executing defined task.

 

3.0     Submission of Expression of Interests

All companies wishing to express their interest to bid for this project shall submit relevant documentation for pre-qualification as stipulated in 4.0 below. Only companies that are adjudged successful in the pre-qualification exercise shall be invited to collect tender documents upon payment of a non-refundable fee of: N100, 000:00 (One hundred thousand Naira) only for the implementation of a structured cabling works as described in the 2.0 above.

 

All payments shall be in Bank Draft payable to:

Nigerian National Petroleum Corporation.

 

4.0     Pre-Qualification Requirements

By this publication, the NNPC hereby invites competent, reputable and experienced Structured Cabling Contractors (experienced in implementing structured UPS cabling in high rise buildings) for pre-qualification to bid for the required services as described in 2.0.

Interested companies shall submit pre-qualification documents detailing their Company’s capabilities, relevant experience, and financial status as follows:

 

4.1     Full details of company profile with CAC certificate of Incorporation in Nigeria, Certified true copies of the Memorandum and Articles of Association of the Company and CAC form CO7 (Particulars of Directors)

 

4.2     Registration with Department of Petroleum Resources (DPR)

4.3     Registration with NNPC Headquarters or any of its subsidiaries in Category C

4.4     Proof of company’s financial capabilities, including audited accounts for the last three (3) years along with corresponding tax clearance certificates. Value Added Tax (VAT) registration certificate and evidence of past VAT remittances.

4.5     Organizational structure and available work force with CV’s of key personnel showing evidence of adequate human capital for the required services

4.6     Relevant and verifiable cognate experience with NNPC, or other organizations, on similar projects in the past five (5) years. (Please attach job Completion Certificates for completed projects and status report for on-going projects including: Year Project Title. Client. Project Value and Duration Client’s Contact Person. Phone number and e-mail address etc.).

4.7     Provide with verifiable evidence, list of relevant equipment owned and/or to      be sourced by the company.

4.8     Confirm willingness to commence with the execution on the basis of a Letter     of lntent (LOI)

4.9     Nigerian Content: plan indicating utilization of Nigerian Materials, Goods, Services and Manpower, established presence in Nigeria including investment(s) and plan for training/transfer of technology to Nigerians:

4.10   Company’s obligations to pay taxes pensions and social security contributions in line with Section 16 (6) d of the Public Procurement Act (PPA), 2007 and Section 1 (2) of the Pension Reform Act:

4.11   Company’s Cashes and QA/QC policy, and Details of safety records for accidents, injuries and damages for the past three (3) years – e.g. Lost Time Incidents, Down-time, etc

4.12   Any additional information that will enhance the potentials of the company.

 

5.0     Submission of Pre-Qualification Documents

The requested information and any supporting documents in respect of these requirements should be submitted in one original plus two hard copies and two electronic copies (CD ROM). The documents which shall be in single package, sealed and clearly marked as follows: “Implementation of Centralized UPS CHQ Power Wiring Project at NNPC Towers, Abuja”

 

The package(s) is to reach the address given below, on or before Monday, 31st December 2012 by 4 30pm.

 

The Group General Manager,

Information Technology Division,

Block ‘B13″ Floor. Room 08,

NNPC Towers, Central Business District, Abuja.

 

Important Information

You shall provide NNPC with a letter of Authority to verify all claims made in your submissions.

 

For a Joint Venture or Partnership, the previous experience being claimed may include those executed by the Joint Venture or Partnership where applicable, as well as the individual relevant experience.

 

Please note that this is not an Invitation to Tender. Only firms found qualified by NNPC under this prequalification procedure shall be invited to participate in the competitive tender.

 

NNPC reserves absolute discretion and right to either accept or reject any documents and it shall not be required to assign a reason for refusal to invite you to participate in the bidding exercise or to enter any correspondence concerning the selection of any contractor for the services.

 

All costs incurred by you as a result of this pre-qualification exercise and any subsequent request for information shall be to your account.

 

The pre-qualification and any related process neither creates any commitment by NNPC nor establishes any legal relationship.

 

NNPC Management