Procurement of Pilot Plant Equipment and Chemicals for Petrochemicals and Textile and Procurement and Installation of 1 no. CNC Machine at National Research Institute for Chemical Technology (NARICT), Zaria

Invitation for Bids (IFB)

Federal Government of Nigeria

Science and Technology Education Post-Basic (Step-B) Project

National Research Institute for Chemical Technology (NARICT), Zaria

Credit No. 4304-UNI

 

Procurement of Pilot Plant Equipment and Chemicals for Petrochemicals and Textile and Procurement and Installation of 1 no. CNC Machine

 

IFB No. (IFB NO: NARICT/STEP-B/G/NCB/l/12)

Date of Issuance: April 13, 2012

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared Development Business, issue no. 591 of 2nd July, 2007 and 4 National Dailies of the same date.

 

2.       The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post-Basic Project (STEP-B Project), and it intends to apply part of the proceeds of this credit to payments under the contract for the Procurement of Pilot Plant Equipment and Chemicals for Petrochemicals and Textile and Procurement and Installation of 1 no. CNC Machine

 

3.       The National Research Institute for Chemical Technology (NARICT), Zaria, now invites-sealed bids from eligible and qualified bidders for the execution of the following:

 

Lot No. Item Description Quantity Bid Security Delivery Period Location
1 Procurement of Pilot Plant Equipment for Petrochemicals and

Textiles

6 At least 2.5% of Bid price 90 days Maximum NARICT, Zaria, Kaduna State
2 Procurement of Chemicals 14 At least 2.5% of Bid price 90 days Maximum NARICT, Zaria, Kaduna State
3 Procurement of Process and Analytical Equipment 90 At least 2.5% of Bid price 90 days Maximum NARICT, Zaria, Kaduna State
4 Procurement and Installation of CNC Machine 1 At least 2.5% of Bid price 90 days Maximum NARICT, Zaria, Kaduna State

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guideline: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

5.       Interested eligible bidders may obtain further information from National Research Institute for Chemical Technology (NARICT), Zaria at the address below and inspect the bidding document, between the 9:00 am to 4:00pm Mondays to Fridays, except on public holidays.

 

6.       Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five(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 Manufacturer’s Authorization for equipment not produced by the company.

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

 

7.       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 of N 10,000.00 (Ten Thousand Naira) only or USD75.00. The method of payment will be cash or bank draft in favor of National Research institute for Chemical Technology (NARICT), Zaria. The Bidding Documents will be collected by the representative of the Bidder or by courier services paid by the bidder on request.

 

8.       Bids must be delivered to the address below at or before 2:00pm local time on May 13, 2012. Late bids will be rejected Electronic bidding will not be permitted. Bids will be opened in the presence of the bidders or bidders’ representatives, who choose to attend in person at the address below at 2:00pm on May 13, 2012; All bids must be accompanied by a Bid Security of 2.5% of bid price in freely convertible currency or bank draft from a reputable Nigeria commercial bank.

 

9.       The address referred to above is:

Project Manager

Science & Technology Education Post-Basic (STEP-B) Project

National Research Institute for Chemical Technology (NARICT)

Kilometer 4, Old Kano Road, Basawa

P.M.B 1052

Zaria

Kaduna State

Tel: +234-08054553615, +234- 07033488338

E-Mail: narictstepb09@gmail.com

Signed:

Dr. A.A. Ihuoma

Project Manager.

 

Call for Expression of Interest at Nike Lake Resort Enugu

Call for Expression of Interest


Property Refurbishment – Nike Lake Resort

Date of issuance: April 13, 2012


Introduction

Nike Lake Resort Enugu intends to carry out refurbishment of its property. The hotel is therefore inviting applications from suitable qualified company that can provide consultancy service for Architectural, Civil Engineering and Quantity Surveying works

 

Scope of Work:

Consultancy services to include

  • Design and provide architectural drawings of the hotel’s roof deck.
  • Submit Bill of Quantities for the designed hotel’s roof deck.
  • Produce drawings of the hotel’s plumbing system.
  • Provide Bill of Quantities of the hotel’s plumbing requirements.

3.       Eligibility

The following serves as minimum requirements from vendors

  • Non refundable fee of N50, 000 (fifty thousand Naira).
  • Submit audited financial reports for the last 3 years.
  • Present valid tax clearance certificate.
  • Proof of having undertaken a similar job in the last 3 years,
  • Submit detailed company profile.

 

4.       Submission

Sealed copies of expression of interest in the above project enclosed with all items mentioned in paragraph 2 shall be submitted with sealed envelope labeled EOI at the top hand corner of the envelope and addressed to:

 

The General Manager

Nike Lake Resort

Abakpa Nike

Enugu

5.       Duration

The closing date of submission in respect of the project above shall be on or before Friday 20th April 2012.

 

6.       Disclaimer/conclusion

This announcement is published for information purpose only and does not constitute an offer to transact with any part of the project nor does it constitute a commitment or obligation on the part of the company to procure concession services.

 

Signed:

Management

Invitation to Tender at Sumaila Local Government

Sumaila Local Government

Kano State

Invitation to Tender

The Sumaila Local Government council has resolved to construct Mini Bridge along Sumaila-Gani Road in its effort to alleviate the sufferings of the masses and make Transportation easier.

 

1.       Construction of Mini Bridge along Sumaila-Gani Road.

Pre-Qualification Documents

i.        Evidence of Registration and Incorporation by Corporate Affairs  Commission (CAC).

ii.       Company income tax Certificate and Audited Account of the last three years.

iii.      Evidence of VAT payment

iv.      Evidence of Registration with Kano State.

v.       List of variable similar projects successfully executed.

vi.      List of key staff with evidence of proficiency and experience.

 

In view of the above, Sumaila Local Government Authority is hereby inviting all interested and reputable companies wishin to apply can do so to the secretary tender board committee Sumaila Local Government Secretariat.

 

Submission of document shall be done on or before 26th April 2012.

Signed

C.P.O.

Sumaila Local Government

Procurement of Indoor Residual Spray Insecticide, Pumps and Protective Clothing at Bauchi State Malaria Control Booster Project

Invitation for Bids (IFB) Nigeria

Bauchi State Malaria Control Booster Project

Credit Number: 4250 -UNI

Procurement of Indoor Residual Spray Insecticide, Pumps and Protective Clothing

IFB NO: BSMCBP/ ICB/IRS/001/12

1.       This invitation for bids follows the general procurement notice for this project that appeared in development Business; issue no GNP/001/06 of 13th September 2006 and SPN in dg market of 12 April. 2012

 

2.       The Federal Government of Nigeria has received credit from the International Development Association toward the cost of Malaria Control Booster Project (MCBP). and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Indoor Residual Spray Chemical, Equipment and Protective Clothing. (IFB NO: BSMCBP/ICB/IRS/001/12)

 

3.       The Bauchi state Malaria Control Project (BSMCP) now invites sealed bids      from eligible and qualified bidders for

 

Lot Description Qty (Satchels)/ Units Bid Security

 

Bid Validity Delivery Period Delivery Location
1 IRS Chemicals (Insecticides) Alphacypermethrin (or its equivalent) 72,975

Sachets (125 grams)

At least 2.5% of Bid Price 90days

 

Within 120days

 

Malaria Project Central Medical

Store  Bauchi

2 Item 1 Spray Pumps 300 -do- -do- -do- -do-
2 item 2 Repair Kits 75 Repair

Kits

-do- -do- -do- -do-
3 Protective Clothing 300 -do- -do- -do- -do-

 

Note: there are a total of three lots. Bidders quoting the incomplete lot will have their bids declared non responsive. Quotations for Insecticide and Pumps should include cost of training.

 

Bidders may bid for any one or more lots and discounts offered for the award of combined lots will be considered in bid evaluation.

 

4.       Bidding will be conducted through the International Competitive Bidding (ICB) procedures 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.

 

5.       Interested eligible bidders may obtain further information from The Project Manager, Bauchi State Malaria Control Booster Project (BSMCBP), E-mail: aubabuga@yahoo.com , and inspect the Bidding Documents at the address given below from 8:00 to 4:00, Monday to Friday, except on public holidays.

 

6.       Qualifications requirements include:

  • Evidence of experience in the last five 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 15% domestic preference for certain goods manufactured domestically “shall”, be applied. Additional details are provided in the Bidding Documents.

 

7.       A complete set of Bidding Documents in English Language 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 of N10,000:00 (Ten thousand Naira only) or $ 100:00 (One hundred US Dollars only). The method of payment will be certified cheque or bank draft in favor of Bauchi State Malaria Control Booster Project. The Bidding Documents may be collected by bidder’s representative.

 

8.       Bids must be delivered to the Address below on or before 24th May 2012 by 11:00am. 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 or before 24th May 2012 by 11.00am.

 

All bids must be accompanied by a bid security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency.

 

9.       The address (es) referred to above is(are):

The Project Manager,

Bauchi State Malaria Control Booster Project,

Bauchi State Agency for the Control of HIV/ AIDS,

Tuberculosis, leprosy and Malaria (BACATMA)

No. 4 Yandoka Road, Bauchi,

Nigeria

Tel: 234 8058622243

E-mail: umar_babuga@yahoo.com

 

Invitation Invitation to Bid for Expansion of Kebbi State Airport at Ministry of Works & Transport HQ Haliru Abdu Secretariat Birnin Kebbi

Government of Kebbi State

Ministry of Works & Transport HQ Haliru Abdu Secretariat Birnin Kebbi

Invitation to Bid for Expansion of Kebbi State Airport at Ambursa

Mission: “To achieve highest standards of safety and quality in air traffic services and airport management by providing state-of-the-art infrastructure for total customer satisfaction, contributing to economic growth and prosperity of Kebbi State of Nigeria and the nation.”

 

Vision: “To be a world-class organization providing leadership in air traffic services and airport management & making Kebbi Stale a major hub in North West geo-political /zone/region by 2014.”

 

Sealed Bids, subject to the conditions contained herein will he received by the Ministry of Works & Transport HQ, Haliru Abdu Secretariat, Birnin Kebbi, Kebbi State until 2:00 PM local time on April 30, 2012 then to be publicly opened and read aloud for furnishing all labour and materials and performing all works for.

 

Extension of Runway, Apron and Taxiways and Associated Works at Kebbi State Airport, Ambursa.

 

Client: Ministry of Works & Transport

Completion period: 24 months

 

Extension of Runway

Extension of runway as per scope of works and the reference Aircraft Boeing 747 (400 series) type Aircraft, 4 nos. parking bays for ‘E’ type category Airport.

Apron augmentation, provision of visual lighting aids with Apron lighting and associated civil & Electrical works.

 

Upgrading and Development of additional aviation facilities

Upgrading of CNS equipment. ATC systems, a new DVOR/DME have been planned. ILS on the main runway is to be installed. A project to integrate radar and flight data is also under execution. It is also planned to have a full-fledged ATC automation etc.

Proposal for Integrated Passenger Terminal

The Terminal Building consisting of two separate wings side by side for International & Domestic Traffic having modern passenger friendly facilities such as excellent air conditioning system, inline x-­ray baggage inspection system integrated with the baggage conveyor system, public address system, Flight information Display System (FIDS), CCTV for surveillance, check in counters, car parking, etc.

 

International operations will commence from Kebbi State Airport. Ambursa when Integrated Terminal is commissioned while existing special domestic operations will continue subject, to regulatory decision and availability of existing runway remaining open to air traffic.

 

Supervision and Project Management

Preparation of cost estimates and tender documents invitation and evaluation of tenders, construction, .supervision and project management for all works related to civil E&M equipments, fire fighting, water supply and sewerage disposal system.

 

Project management and construction supervision services for complete execution of work constituted a part of the consultancy services.

 

Specifications and drawings must be obtained from the Department of Civil Engineering and Department of Architecture & Building of the Ministry of Works & Transport HQ, Hali.ru Abdu Secretariat, Birnin Kebbi, A non-refundable deposit of N350,000:00 will be required for each set of specifications and drawings. Cash deposits will not be accepted. All non-refundable deposit cheques are to be made payable to the Government of Kebbi State.

 

Submission of Bids

Bids must be submitted upon the proposal form(s) furnished, and must not be detached from the proposal book. A refundable deposit in the amount of 5% of the bid (including base bid, allowance and add on items) will be required. This deposit shall consist, of a bid bond or certified cheque or bank draft payable to the Government of Kebbi State, Failure to submit, a bid bond or certified cheque or bank draft with bid will result in automatic disqualification of bid, Failure to submit a bid upon the proposal form(s) in the proposal book famished by the Ministry of Works & Transport HQ, Haliru Abdu Secretariat, and Birnin Kebbi will result in automatic disqualification of bid.

 

Envelopes containing bids must be sealed marked and addressed to the Director of Civil Engineering, Ministry of Works & transport HQ, Haliru Abdu Secretariat, Birnin Kebbi, Also mark on the envelope or package the Bid Reference Number and type of work for which the proposal is submitted.

 

The Government of Kebbi State reserves the right to revise or amend the specifications prior to the date set for opening bids. Such revisions and amendments, if any, will be announced by addenda to this advertisement

 

The Government of Kebbi State also reserves the right to reject any and all bids received and any and all add-on hid items.

 

All bids and contract to be entered to subsequently is subject to compliance with Procurement of instruction. Goods and Services (Guidelines) Law No. 5 of 2008.

 

(Signed)

Hon. Muhammad B. Tuga

Commissioner for Works & Transport

Ministry of Works & Transport

Kebbi State

Birnin Kebbi

Date: 10th April 2012