Call for Proposals at National Oil Spill Detection and Response Agecny (NOSDRA)

 

National Oil Spill Detection and Response Agecny (NOSDRA)

 

Call for Proposals

Background: The National Oil Spill Detection & Response Agency

(NOSDRA), the Federal Government parastatal  vesteed with the responsibility of managing oil spill incidents with respect to recovery, clean-up, remediation of impact sites as well as damage assessment had initiated the process of developing the National Dispersant use Policy  for Nigeria.

The key objective to provide a  standardised  guideline,  procedures and protocols for the production and application of dispersants in the Nigerian environment to achieve sustainability in the petroleum sector.

 

In view of the above, interested consultants/contractors are invited to submit technical and financial Proposals for the under-listed project:

Development of National Dispersant Use Policy for Nigeria

Terms of Reference (TOR)/Scope of Work

i.            to provide the general guidelines and procedures for the use of dispersants in Nigeria in line with global best practices;
ii.            to identify the criteria for approving the appropriate dispersant for use in different oil spill response scenario;
iii.            to standardise the application of dispersants among operators in the upstream sector of the petroleum industry;
iv.            to provide the application methods and levels of concentration required to achieve effective environmental protection;
v.            to prescribe the quality control and assurance procedures for administration of dispersants in Nigeria environment; and
vi.            to determine the standards and guidelines for manufacturing and importing dispersants in Nigeria

Submission of proposals

Proposals should be sent using two envelope system (Technical and Financial Proposals separately) not later than 22nd May, 20120. The project title should be clearly written on the top left corner of both envelopes while the Consultant’s/contractor’s name on the reverse side of the envelope. Proposals should be addressed and submitted to

Office of the Director-General/CEO

NOSDRA

5th floor, NAIC House, Central Business District,

Abuja

Procurement of Vehicles & Motorcycles at Jigawa State Malaria Control Booster Project

Invitation for Bids (IFB)

Jigawa State Government

Malaria Control Booster Project

Credit No, 4522-UNI

 

Procurement of Vehicles & Motorcycles

IFB. NO. JG/MCBP/NCB/GOODS/01/2012 LOT 1-2

 

1.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Malaria Control Booster Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of Vehicles and Motorcycles No: JGSG/MCBP/NCB/GDS/01/2012

2.       The Jigawa State Malaria Control Booster Project now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

 

Lot No. Description of Item. Quantity Latest Delivery Period
1 (i) Light Truck

(ii) 4wd -Double Cabin Pick-   Up Van

 

1

2

60 Days
2 (i)  4WD-Truck

(ii) Motorcycles

 

1

28

60 Days

 

 

Bidders may quote for Lot I, Lot 2 or both lots.

 

3.       Bidding will be conducted through the NATIONAL COMPETITIVE BIDDING (NCB) 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,

4.       Interested eligible bidders may obtain further information from Jigawa State Malaria Control Booster Project, at the address below and inspect the Bidding Documents from 10:00am to 4:00pm Mondays to Thursdays, except on public holidays.

Qualifications requirements include:

  • Evidence of previous supply (sale) of similar at least two
  • Equipment proposed for the last 3 years,
  • Reports on financial standing of the Bidder such as

(i) Profit and Loss statements,

(ii) Balance Sheets, and

Auditors Report for the last three years to demonstrate the financial capability of the bidder

 

A margin of preference for eligible national contractors shall not apply, Additional details are provided in the Bidding Documents.

 

6.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non-refundable fee N20,000.00 (Twenty Thousand Naira) only. The method of payment will be Cash or Bank Draft in Favor of Jigawa State Malaria Control Booster Project. The Bidding Documents will be collected from the office by the representative of the bidder; it may also be sent through courier services, upon request, at an extra cost of Five thousand naira (N5,000.00) only.

 

7.       Bids must be delivered to the address below at or before 12:00noon on 6th June, 2012. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below on the same Date & Time as above at the Ministry of Health’s Conference Hall.

All bids must be accompanied by a Bid Security of at least 2.5% of the Bid Price

 

8.       The address referred to above is:

Attn: Dr. Kabir Aliyu Ibrahim

Project Manager,

Jigawa Malaria Control Booster Project MCBP,

Ministry of Health, Block 6, Room 1, Old Secretariat,

Dutse, Jigawa State.

Mobile: 08065284209 or 08069299329

E-mail: drkanirc@yahoo.com or auwalone1@yahoo.com

 

Signed

Project Manager

 

Invitation to Pre-Qualification for the 2012 Constituency Borehole Drilling Projects at Kaduna State Government, Ministry of Wafer Resources, Headquarters

Kaduna State Government

Ministry of Wafer Resources, Headquarters,

State Secretarial Complex Independence Way, P.M.B. 2347 Kaduna

Invitation to Pre-Qualification for the 2012 Constituency Borehole Drilling Projects

 

Preamble:

The Kaduna State Government in an effort to provide potable and safe drinking water to the teaming population of the State has in recent years made this a priority of the Government. The project shall be funded from the State budgetary provision as appropriated.

 

Scope of Work:

The works are to be carried out in the Thirty-Four (34) Constituencies of Kaduna State. The works include Drilling of Six Hundred and Eighty (680) Hand Pump Boreholes at Twenty (20) different Locations in each of constituencies.

 

The Ministry of Water Resources invites interested and qualified contractors to apply for Pre- Qualification for the following project Lots:

 

i.        Lot 1 to Lot 68 Drilling of Ten (10) Hand Pump Boreholes.

Pre-Qualification Requirement

i.        Profile of Company with details of the following:

a.       Experience/Technical qualification and experience of key Personnel

b.       Similar projects executed.

c.       Equipment and Technology Capacity

d.       Evidence of Financial Capability and Bank Support.

e.       Annual Turnover.

 

ii.       Evidence of Registration with the Corporate Affairs Commission (CAC)

iii.      Evidence of Tax Clearance Certificate (TCC) for the last Three years.

iv.      Evidence of Registration Business Premises in Kaduna State.

v.       Evidence of Registration with State Tender’s Board (STB).

vi.      VAT Registration and Evidence of past Remittances.

vii.     Evidence of Registration as a Contractor with the Ministry of Water        Resources, Kaduna State.

viii.    Evidence of Registration as Borehole Drilling Company in Kaduna State with the Ministry of Water Resources.

 

Submission of Pre-Qualification Documents

Interested Companies should make submission in three (3) copies in one sealed envelope clearly marked “Pre-qualification for 2012 Constituency Borehole Projects” on or before 22nd May 2012 to:

 

The Honourable Commissioner,

Ministry of Water Resources,

State Secretariat Complex,

Independence Way, P.M.B, 2347 Kaduna.

Attention:

Director Planning, Research & Statistics.

 

Note:

i.    This advertisement is not a commitment on the part of Kaduna State Ministry of Water Resources nor shall it entitle any companies to make any claims whatsoever from the said Office or the State Government.

 

ii.   The Ministry of Water Resources office reserves the right to vet and confirm any claims by potential company.

 

iii.  That only Contractors that respond to this particular advertisement shall participate in the Tender Bid.

 

Signed:

Permanent Secretary,

For: Honourable Commissioner.

 

Invitation for Technical and Financial Tender for the Execution of 2012 Capital Projects at Federal College of Land Resources Technology, Owerri

Federal College of Land Resources Technology, Owerri, Nigeria

P.M. B. 1581, Owerri.

 

Federal Ministry of Agriculture and Rural Development

 

Invitation for Technical and Financial Tender for the Execution of 2012 Capital Projects

The Federal Government of Nigeria has allocated Funds to the Federal Ministry of Agriculture and Rural Development in the year 2012 Appropriation for the procurement of Goods, Works and Services for the execution of policies, programmes and projects towards achieving the mandate of the Ministry.

 

2.       Accordingly, the Federal College of Land Resources Technology, Owerri, an Institution  in the Federal Ministry of Agriculture and Rural Development invites qualified, interested and eligible vendors: Suppliers: Contractors: Original Equipments Manufacturers (QMFs) and Consultants to tender for the procurement of Goods, Works and Services appropriated under the various programmes of the College in the years 2012 Appropriations as Specified in the following paragraphs:

 

Works

Lot Works Description Location
1 Construction of Lecture Hall Oforola/Obosima, Owerri.

 

Furniture

Lot Works Description Location
2 Furnishing of College Auditorium Oforola/Obosima, Owerri.

 

Services

Lot Works Description Location
3 Development of Federal College of Land Resources Technology, Owerri Research and Demonstration Farm Oforola/Obosima, Owerri.

 

3.       Qualification Criteria and Tender Requirements

In order to be considered, interested companies, which must be Nigerian companies, must submit tenders/Bid documents accompanied with the following:

  • Evidence of registration with Corporate Affairs Commission (CAC) and Forms Co7:
  • Provide detailed Company Profile.
  • Detailed evidence of compliance with Pension Act;
  • Company Audited Accounts for the last 3 years
  • Detailed copy of current Tax Clearance Certificate, verifiable from Federal Inland Revenue Services (FIRS)
  • Evidence of VAT Registration and past VAT remittances
  • Letter of Financial Capability and Banking Support
  • Evidence of payment of non-refundable Tender fee of N10,000.00 only in favour of the Federal College of Land Resources Technology, Owerri
  • Evidence of 3-4 similar jobs previously executed or currently being executed (including letters of award, Completion/Performance certificates, payment etc)
  • Submission of technical details and brochures of items being tendered for and evidence of Manufactures Authorization of dealer/distributorship appointment
  • Any other document(s) to support the qualification and tender documents as may be contained in the Standard Bidding Documents
  • For Lot 1, Bidding Construction Projects, Bidders Must show evidence of a staff registered with CORBON.
  • Bidders must not bid for more than two lots
  • Any bid above N50million must be accompanied with Bid Security of 20% of Bid Price.
  • All the requirements stated in paragraphs 3(i-xv) shall be enclosed in the Technical envelope.

 

4.       Collection of Tender Documents

Qualified Companies shall on application collect tender documents from the office of:

 

The College Procurement Officer,

Federal College of Land Resources Technology,

Km5, Old Orlu Road, Egbeada, Owerri.

Upon the presentation of evidence of payment of non-refundable tender fee of N10,000.00 into the College’s Account as follows:

 

Account Name: Federal College of Land Resources Technology, Owerri,

Account Number: 2841770000599

Bank: Skye Bank Plc, Douglas Road, Owerri.

 

5.       Submission of Tender Documents:

The completed tender documents must be submitted in three (3) copies each; including one (1) original and two (2) Copies, in two (2) separate sealed envelopes clearly marked “Technical” and “Financial” and both sealed in a third envelope marked with the appropriate project title and lot number at the top right hand corner and delivered to the address below on or before 18th June 2012, by 12.00 noon.

 

The Secretary,

College Tender Board,

Federal College of Land Resources Technology, Owerri,

Km5, Old Orlu Road, Egbeada, Owerri.

 

6.       Opening of Bids

Technical bids will be opened at 1.00pm at the Board Room of the College, Egbeada, Owerr after the closes of the submission date and only qualified bidders, relevant NGOs and CSOs will be invited to witness the public opening of the financial bids documents.

 

Please Note:

7.       Contravening of the conditions in paragraph 3 (i-xv) could lead to disqualification of bid

 

8.       Late submission of bids will be rejected.

 

Signed:

Yemi Akande (Ph.D)

Registrar.

For Management

 

Procurement of Various Titles of Assorted Text Books at Nuhu Bamalli Polytechnic, Zaria

Nuhu Bamalli Polytechnic, Zaria

(Office of the Registrar)

TET FUND Intervention Project LIB. Development 2011

Tender Notice

 

The Nuhu Bamalli Polytechnic, Zaria hereby invites tenders from interested Contractors, companies/firms, for the execution of the 2011 TET FUND intervention project for Library Development.

 

Lot 1 Procurement of Various Titles of Assorted Text Books

2.       Pre-Qualification Requirements

i.        Evidence of incorporation or Business Name Registration

ii.       Registration with Kaduna State Government and Nuhu Bamalli      Polytechnic, Zaria

iii.      Company Audited Accounts for three years

iv.      Evidence of Tax Clearance Certificate for three years

v.       Evidence of Financial capability and Banking support

vi.      VAT Registration and Evidence of past VAT remittances

3.       Tender Documents

Only Contractors, Companies/Firms who have satisfied the pre-qualification requirements may he allowed to tender, upon payment of non-refundable fee of N10, 000.00 Tender documents are obtainable at the office of the Director, Physical Planning Department on presentation of evidence of payment.

 

4.      Submission Requirement

All completed tender documents must be scaled and marked “Confidential, Library Development 2011 Tender” and returned to:-

 

The Registrar

Nuhu Bamalli Polytechnic

P.B.M. 1061, Zaria

On or before 14th May 2012, by 12:00 noon. The documents will be opened at 12:30pm on the closing date at the Board Room of the Polytechnic.

 

Please not that:

a.       The Polytechnic reserves the right to verify any claim by the bidders

b.       Full tendering procedures will be applied only to bidders that have been  pre-qualified and found capable of executing the project(s)

c.       Further clarifications can be obtained from the Director Physical Planning Department

 

Signed:

MRS R.J. SA.NI

Registrar