Invitation for Pre-Qualification to Tender at Gezawa Local Government, Kano State

Gezawa Local Government Kano State

 

Invitation for Pre-Qualification to Tender

 

Preamble: As part of the determination to provide basic facilities for the overall development of the people through transparency and openness in the award of contracts, Gezawa Local Government is desirous to undertake some development projects and consequently wishes to invite interested, competent and reputable contractors to submit eligible indications of interest documents for the following projects:

 

1.       Educational Sector

a.       Construction of Classrooms at Bare

b.       Construction of Classrooms at GG ASS Danzaki

c.       Construction of Classrooms at Kadewa

d.       Construction of Modern Quranic Islamiyya School at Tammawa

e.       Construction of Modern Quranic Islamiyya School at Danja

f.       Construction of Modern Quranic Islamiyya School at Babewa

g.       Construction of Modern Quranic Islamiyya School at Baita

h.       Completion of Islamiyya School at Sabon Fuloti

i.        Completion of Islamiyya School at Juya

j.        Completion of Islamiyya School at Maisar Burmi

 

2.       Agric Sector

a.       Purchase of 25 sets of Work Bulls, Ridgers, Plough and Cart

b.       Rehabilitation of five (5) Tractors and Implements

 

3.       Health and Environment Sector

a.       Construction of Maternal and Child Health Centre (MCH) at Jogana

b.       Construction of Health Centre at Zainawa

c.       Construction of Staff Home at Babawa Model PHC

d.       Construction of Drainage at Dan-Zaki Town

e.       Construction of Drainage at Jogana Town

f.       Construction of Embankment at Yanmusa

g.       Construction of Embankment at Zainawa

h.       Erosion Control Measures at Wangara

 

4.       Building Sector

a.       Construction of Women Centre at Gunduwawa

b.       Construction of Computer Centre at Gezawa

c.       Renovation of Jumina’at Mosque at Tsalle

d.       Renovation of Jumina’at Mosque at Wangara

 

5.       Road Sector

a.       Construction of Mini Bridge at Dogarai

b.       Construction of Mini Bridge at Garke-Babawa

c.       Construction of Tarred Road 2.5KM from Gezawa to Bare

d.       Construction of Tarred Road from Jogana to Charo to Dambal

e.       Construction of Culvert at Zainawa

 

6.       Electrification

a.       Completion of Electrification at Danzaki

b.       Completion of Electrification at Aujarawar Alkali Town

c.       Completion of Electrification at Zainawa Town

d.       Completion of Electrification at Danja

 

7.       Community Development

a.       Procurement of Women Centre equipment

 

8.       Water Sector

a.       Drilling of Mechanized bore hole at Hayewa

b.       Drilling of Mechanized bore bole at ‘Bangare

 

Pre-Qualification Requirements

 

The interested contractors are expected to submit the following pre-qualification documents:

 

1.       Evidence of registration with Corporate Affairs Commission

2.       Tax Clearance Certificate for the last three (3) years

3.       Registration Certificate for Value Added Tax (VAT)

4.       Evidence of Financial and Technological capability

5.       List of similar successful executed projects within or outside the state which are verifiable

6.       Company’s profile and list of key officer(s) with evidence of proficiency in the relevant field

7.       Full address and office location of the contractor

8.       Any other pre-qualification supportive evidence and be an added advantage.

 

Method of Application:

All pre-qualification documents are to be delivered in sealed package and boldly marked “Pre- qualification to lender” and addressed to the interim Management Officer Gezawa Local Government, Kano State.

 

Submission of Documents

All submissions must be made on or before 27th November 2012. Late submission will not be considered.

 

NB:

This advertisement should not be considered as a commitment on the part of the Local Government, nor shall it entitle any contractor to any claim whatsoever and or seek any form of indemnity from the Local Government by virtue of such contractor having responded to this advertisement. In addition, interested contractors should note that only those qualified can be eligible to be invited to tender.

 

Signed:

Management

Invitation for Prequalification and Tender at Nigeria Social Insurance Trust Fund Corporate Head Quarters

Nigeria Social Insurance Trust Fund Corporate Head Quarters

Plot 794, Muhammadu Buhari Way Central Business Area,

P.M.B. 446, Garki – Abuja

 

Invitation for Prequalification and Tender

In compliance with the requirements of the Public Procurement Act 2007 and extant regulations of Government on procurement of goods, works and services by the Federal Government Ministries and Parastals, the Nigeria Social Insurance Trust Fund (NSITF) hereby invites interested and reputable contractors/companies with requisite experience and good track record for prequalification and tender for the following goods and works.

 

A)      Procurement of Goods

Lot1

 

S/No Description

 

QTY.

 

1 Toyota Prado Lancruiser 2011 Japanese Model – 6cylinder (Full Option)

 

1
2 HILUX PICK-UP double cabin Manual with AC 2.7

 

5
3 Toyota Corolla Saloon Automatic/Fabric                            ( 1.8LE 2010 MODEL) 6

 

Lot 2

 

S/No Description

 

QTY.

 

1. Peugeot 408 (Full option) 2

 

B)      Office Furniture/Equipment

 

Lot 1                                                 Lot 2

Enugu Branch                                 Jos Branch

 

S/No Description

 

QTY S/No Description

 

Nos. Reqd.
1 Medium Executive Table in laminate finish with extension and side board

 

1 1 Medium Executive Table in laminate finish with extension and side board 1
2 Medium Executive swivel chair

 

11 2 Medium Executive swivel chair 11
3 Visitors Chairs

 

6 3 Visitors Chairs

 

6
4 Metal cabinets 450*1 200*1 800mm high 2 4 Metal cabinets 450*1200*1800mm high

 

2
5 Officers Table in laminate finish with drawers 1 5 Officers Table in laminate finish with drawers

 

1
6 Fire proof Safe

 

1 6 Fire proof Safe 1
7 Shredding Machine

 

1 7 Shredding Machine

 

1
8 Hp A4 Coloured Photo-copier 2 8 Hp A4 Coloured Photo-copier 2
9 Scanner

 

1 9 Scanner

 

1
10 File Rack

 

6 10 File Rack 6
11 Extension Code/Cable

 

6 11 Extension Code/Cable

 

6
12 Electric Kettle (Kenwood)

 

2 12 Electric Kettle (Kenwood) 2
13 Water Dispenser 1 13 Water Dispenser 1
14 Medium Size Refrigerator (Thermo cool)

 

1 14 Medium Size Refrigerator (Thermo cool) 1
15 24” LG Colour Television (LCD)

 

1 15 24” LG Colour Television (LCD)

 

1
16 Set of Tea Cups

 

1 16 Set of Tea Cups 1
17 1000W Stabilizer

 

2 17 1000W Stabilizer

 

2
18 500W UPS

 

2 18 500W UPS

 

2
19 Plastic Office Waste Bin

 

6 19 Plastic Office Waste Bin

 

6

 

B)      Office Furniture/Equipments (Cont.)

 

Lot 3                                                          Lot 4

Lafia Branch                                             Port Harcourt Branch

 

S/No Description

 

QTY S/No Description

 

Nos. Reqd.
1 Medium Executive Table in laminate finish with extension and side board

 

1 1 Medium Executive Table in laminate finish with extension and side board 1
2 Medium Executive swivel chair

 

11 2 Medium Executive swivel chair 11
3 Visitors Chairs

 

6 3 Visitors Chairs 6
4 Metal cabinets 450*1200*1 800mm high

 

2 4 Metal cabinets 450*1200*1 800mm high 2
5 Officers Table in laminate finish with drawers

 

1 5 Officers Table in laminate finish with drawers 1
6 Fire proof Safe

 

1 6 Fire proof Safe 1
7 Shredding Machine

 

1 7 Shredding Machine 1
8 Hp A4 Coloured Photo copier

 

2 8 Hp A4 Coloured Photo copier

 

9.
9 Scanner

 

1 9 Scanner

 

1
10 File Rack

 

6 10 File Rack 6
11 Extension Code/Cable

 

6 11 Extension Code/Cable

 

6
12 Electric Kettle (Kenwood)

 

2 12 Electric Kettle (Kenwood) 2
13 Water Dispenser 1 13 Water Dispenser 1
14 Medium Size Refrigerator (Thermo cool)

 

1 14 Medium Size Refrigerator (Thermo cool) 1
15 24” LG Colour Television (LCD)

 

1 15 24” LG Colour Television (LCD)

 

1
16 Set of Tea Cups

 

1 16 Set of Tea Cups 1
17 1000W Stabilizer

 

2 17 1000W Stabilizer

 

2
18 500W UPS

 

2 18 500W UPS

 

2
19 Plastic Office Waste Bin

 

6 19 Plastic Office Waste Bin

 

6

 

 

C)      Works Procurements

 

Head Office Renovation

Lot 1 –        Re- Structuring of Main Building

Lot 2 –        Aluminum Partition and Curtain Walling

Lot 3 –        External Paved Car Park

Lot 4 –        Construction of Sandcrete Block Wall Fence and Gate House

 

Kano Regional Office

Lot 1 –        Renovation of Main Building

Lot 2 –        General External Works

 

Ibadan Regional Office

Lot 1 –        Renovation of Main Building

Lot 2 –        General External Works

 

Yola Branch Office

Lot 1 –        Renovation of Main Building

Lot 2 –        General External Works

 

Calabar Branch Office

Lot 1 –        Renovation of Main Building

Lot 2 –        General External Works

 

D)          Tender/Bid Requirements:

 

Interested contractors/companies are expected to submit the following documents:

a.       Evidence of registration with Corporate Affairs Commission

b.       Tax Clearance and VAT Certificates for the last 3 years

c.       Comprehensive Company Profile

d.       Evidence of equipment and technical capacity

e.       Evidence of Similar Projects

f.       Audited Accounts of the last 3 years

g.       Evidence of all payments to statutory Bodies such as ITF, PENCOM, NSITF etc.

h.       Evidence of Financial Capabilities (Bank Reference)

 

E)      Collection of Bid Documents

 

Interested contractors/companies are expected to collect tender documents at Nigeria Social Insurance Trust Fund (NSITF) at the above address upon Payment of non refundable fee of N50,000.00 (Fifty Thousand Naira) only in bank draft payable to Nigeria Social Insurance Trust Fund (NSITF).

 

F)      Submission of Bid Documents

 

Financial & Technical Proposal should be submitted separately clearly marked and with specific lot no and description of the Project. These shall be submitted to the Managing Director, Nigeria Social Insurance Trust Fund (NSITF) at the above address.

 

G)     Bids Opening         

 

The bids will be opened at 12.00 noon at the premises of the Nigeria Social Insurance Trust Fund Head Quarters Abuja, in the presence of the company’s representative, NGOs Civil Societies and the General Public on or before 11th December 2012.

 

Note:

  • Bids submitted after 12.00 noon of the opening day will not be accepted
  • No Company is allowed to bid for more than two lots
  • NSITF is not bound to accept the lowest bid

 

Signed:

Management

 

Invitation to Bid for Cargo Superintendent at Pipelines and Products Marketing Company Limited

 

Pipelines and Products Marketing Company Limited

(A Subsidiary of Nigerian National Petroleum Corporation)

 

Invitation to Bid for Cargo Superintendent

 

1.0     Introduction

The Pipelines and Products Marketing Company, PPMC, is the NNPC Subsidiary Company responsible for crude oil deliveries to the refineries as well as the supply and distribution of refined petroleum product through a network of pipeline and storage depots and marine movement of petroleum products.

 

The company intends to engage qualified marine and cargo superintendents for the superintendence of its petroleum cargoes both on-shore and off-shore.

 

PPMC hereby invites bids from suitably qualified cargo superintendence companies for cargo inspection in various locations indicated in this invitation to bid.

 

2.0     Areas of Coverage

2.1     Petroleum Products Cargo Discharge/Receipt Inspection

2.1.1 Lagos Off-Shore/Midstream Transshipments

2.1.2 Atlas Cove Jetty and SPM

2.1.3 Apapa Jetty

2.1.4 Ibafon/Dantata/Obat/Waziri/Folawiyo Jetties

2.1.5 Okriko (Port Harcourt) Jetty

2.1.6 Warri Jetty

2.1.7 Escravos Offshore

2.1.8 Bonny Midstream

2.1.9 Calabar Jetty

 

2.2     Crude Oil Cargo Inspection

2.2.1 Shell Bonny/Port-Harcourt

2.2.2 Escravos Terminal/Warri Refinery

2.2.3 Ughelli QCC/Warri Refinery

2.2.4 WRPC/KRPC

2.2.5 Chevron Terminal-NNPC Terminal at Escravos

2.2.6 Bscravos to any other floating storage vessel that may be nominated.

 

3.0     Bid Documents

Bid documents shall be made available to interested cargo superintendence companies on payment of non-refundable bidding fee of N250,000.00 to the Pipelines and Products Marketing Company in certified bank draft.

 

Tender bid Guidelines and Bid reply Forms should be collected on or fore 19th November 2012 from the office of:

 

Executive Director Commercial

Pipelines and Products Marketing Company

Block C NNPC Towers

Herbert Macaulay Way

Central Business District

Abuja.

 

3.1     Bid Submission

Bidders are to submit separate bids,

3.1.1  Technical

3.1.2  Commercial

 

To the Secretary, Management Tender Committee, Block C. (Mezzanine Floor), NNPC Tower, Herbert Macaulay Way, Central Business District, Abuja, on or before 26th November 2012 by 4.00pm.

 

Bid envelopes should be clearly marked at right hand corner ‘Cargo

Superintendence – Technical Bid’ and ‘Cargo Superintendence – Commercial Bid’ for the technical and commercial bids respectively.

 

Bidder or their agents should please note that PPMC would only consider the commercial bids from companies whose technical bids meet PPMC’s minimum requirements.

 

4.0     Bid Guidelines for Cargo Superintendence

4.1     Scope of Services

4.1.1  Quality re-certification in accordance with industry standard as specified in bid documents.

4.1.2           Quantity determination/recertification in accordance with acceptable Industry method(s)

4.1.3           Cargo transfer supervision

4.1.4           Reconciliation of quantity variances

4.1.5 Sample retention for a minimum of 90 days

4.1.6 Vessel’s bunker survey

4.1.7           Bunkering supervision

4.1.8 Tank Farm/Jetty Monitoring and Trucking Supervision

 

4.2     Eligibility

Reputable cargo superintendence companies who meet the conditions specified here below are eligible to apply:

4.2.1  Company must be incorporated/registered in the Federal Republic of Nigeria. Companies registered overseas must show evidence of strong presence in Nigeria.

4.2.2 Possession of current tax clearance certificate

4.2.3 Possession of valid and current DPR permit in the relevant area of activity

4.2.4 Ownership of standard laboratory for testing all quality parameters specified in bid documents

4.2.5  Possession of highly skilled manpower with minimum of five (5) years experience as marine cargo surveyors

4.2.6  Demonstration of uncompromising level of integrity and professional ethics

4.2.7  Possession of necessary financial strength to finance the operations (which are time bound) without waiting for mobilization fee from NNPC.

 

Signed: Management

 

Invitation to Tender at Kumbotso Local Government

Kumbotso Local Government

 

Kano State

 

Invitation to Tender

 

Kumbotso Local Government of Kano State wishes to bring to the notice of interested, competent and reputable Contractors as part of preliminaries projects, that it intends to carry out the following projects.

 

Projects:

1.       Wall fencing and Electrification of Shekar Barde Grave Yard

2.       Wall Fencing and Electrification of Na’ibawa (Bayan Gidan Fait) Grave Yard

3.       Extension of HT and LT and installation of 500 KVA (33)415VX Transformer at Danjirima Village.

4.       Extension of HT & LT and installation of 300 KVA (33) 415V Transformer     at Danbare Village.

5.       Construction of Health Care Center block Cl at Mariri

6.       Completion of Limawa Islamiya School at Limawa

7.       Construction of Drainage culverts and slabs at Shagari Quarters (226.00×1.20×0-6 1m ) two side along 8th -10th line

Pre Qualification Requirements

01.     Certificate of Incorporation

02.     Registration with State Works Reg. Board

03.     Company Audited Account for 3 years

04.     Evidence of Tax Clearance for 3 years

05.     Evidence of financial capability/Banking support

06.     Experience & technical qualification of key personnel

07.     Record of previous projects executed & evidence of knowledge of the industry

08.     Equipments, plants & Technology capacity

09.     Annual tune over

10.     Evidence of settlement of payee & other withholding tax

11.     VAT Registration & evidence of past vat remittances

12.     Any other document that will enhance your competency and reliability

 

Submission of Document

The application of pre qualification must be submitted in sealed envelopes and boldly marked “Pre Qualification Documents” for …………Application should reach the office of the Director Personnel Management (DPM) Kumbotso Local Government, Kano State.

 

Closing Date

Submission of applications for Pre qualification will be on or before 26th November 2012.

 

Signed

Management

Tender Notice at Gwale Local Government Kano State

Gwale Local Government Kano State

 

Tender Notice

 

This is to invite suitable qualified contractors for pre-qualification to tender for the construction of boundary wall at the under listed grave yards in the Local Government areas as well as construction of solar system in each of the grave yard.

i.        Kofar Waika Grave Yard (A) and construction of solar system.

ii.       Kofar Waika Grave Yard (B) and construction of solar system.

iii       Dorayi Babba Grave Yard (A) and construction of solar system.

iv.      Dorayi Babba Grave Yard (B) and Construction of solar system.

v.       Dorayi Babba Grave Yard (C) and construction of solar system.

vi.      Dorayi Babba Grave Yard (D) and construction of solar system.

vii.     Ja’en Grave Yard (A) and construction of solar system

viii.    Ja’en Grave Yard (B) and construction of solar system.

ix       Ja’en Grave Yard (C) and construction of solar system.

x.       Ja’en Grave Yard (D) and construction of solar system.

xi.      Ja’en Grave Yard (E) and construction of solar system.

xii.     Sani Mainagge Grave Yard (A) and construction of solar system.

xiii.    Ja’en Grave Yard and construction of solar system.

xiv.    Kansakali (Dandolo) Grave Yard (B) and construction of solar system

xv.     Kansakall (Dandolo) Grave Yard (C) and construction of solar system.

xvi.    Tudun Yola Grave Yard (A) and construction of solar system.

xvii.   Dorayi Karama Grave Yard (A) and construction of solar system.

xviii. Dorayi Karama Grave Yard (B) and construction of solar system.

xix.    Unguwar Dabai Grave Yard (A) and construction of solar system.

xx.     Unguwar Dabai Grave Yard (B) and construction of solar system.

xxi.    Unguwar Dabai Grave Yard (C) and construction of solar system.

 

Qualification Requirements:

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

a.       Evidence of incorporation.

b.       Company Audited account for the last three (3) years.

c.       Evidence for Tax Clearance.

d.       VAT Registration and Evidence of VAT Remittance.

e.       Evidence of Financial capability.

f.       Evidence of verification of list of similar projects executed.

g.       Registration with Kano State Works Registration Board in relevant category.

h.       Evidence that the contractor has relevant equipment and personnel required to executed the projects.

i.        Annual Turnover.

j.        Evidence of settlement of PAYE; and other withholding taxes

k.       Local resource utilization.

l.        Community and social responsibility support

m.      Any additional information may enhance the chances of the contractor.

 

Submission of Pre-Qualification:

Eligible contractors should forward their documents to the Office of the IMO Gwale Local Government in a sealed envelope marked for any of the above projects to reach him on time.

 

Important Notice: