Supply and Installation of Dimension Stone Testing/Certification Laboratory Equipment at Sustainable Management of Mineral Resources Project

Invitation for Bids (IFB)

Federal Government of Nigeria

Sustainable Management of Mineral Resources Project (SMMRP)

Credit No. 4012-UNI


Supply and Installation of Dimension Stone Testing/Certification Laboratory Equipment

IFB No, (MMSD/SraRP/NCB/G/12/01)

 

1.         This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. ID-843108 of 9™ December, 2004

 

2.         The Government of the Federal Republic of Nigeria has received a credit from the international Development Association toward the cost of Sustainable Management of Mineral Resources Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Supply and Installation of Dimension Stone Testing/certification Laboratory Equipment.

 

S/No Description Qty Delivery Period Bid Security
Item 1 Rock and masonry saw for large-size materials

 

1 90 Days At least 2.5% of the Bid price
Item 2 (a) Thermal surface (plate) 1 =do= =do=
(b) Expoxidic resins 1 =do= =do=
(c) Complete set of beackers set =do= =do=
(d) Molds 1 =do= =do=
(e) dropper 1 =do= =do=
Item 3 High-Precision saw (for thin sections + consumables)

 

1 =do= =do=
Item 4 Thin sections consolidation and glueing device + Consumables

 

1 =do= =do=
Item 5 Precision lapping machine for thin sections

 

1 =do= =do=
Item 6 Transmitted/Reflected – Light stereo Microscope

 

1 =do= =do=
Item 7 Scale

 

1 =do= =do=
Item 8 Freeze Thaw cycles automatic chamber (CDF Chamber)

 

1 =do= =do=
Item 9 Specimens’ wet conditioning (Floodable tank for specimens soaking)

 

 

1

=do= =do=
Item 10 Compressive strength testing device

 

1 =do= =do=
Item 11 Flexural strength/anchor test  testing device

 

1 =do= =do=
Item 12 Vacuum Pyknometer (for EN 1936 apparent density test)

 

1 =do= =do=
Item 13 Ventilated Ovens

 

2 =do= =do=
Item 15 Abrasion test device

 

1 =do= =do=
Item 16 Resonance frequency measurement

 

1 =do= =do=
Item 17 Shop Bench

 

1 =do= =do=
Item 18 Pallet handler

 

1 =do= =do=
Item 19 Complete set of screwdrivers, wrench, spanners, allens, torks

 

1 =do= =do=
Item 20 Complete set of beckers

 

1 =do= =do=
Item 21 Air Compressor

 

1 =do= =do=
Item 22 Water demineraliser 1 =do= =do=

 

3.        The Sustainable Management of Mineral Resources

Project now invites sealed bids from eligible and qualified bidders for the Supply and Installation of Dimension Stone Testing/ certification Laboratory Equipment.

 

4.         Bidding will be conducted through the National Competitive Bidding (NCB) , a 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.

 

5.         Interested eligible bidders may obtain further information from Sustainable Management of Mineral Resources Project at the address below and inspect the Bidding Documents from 11:00am to 4:00pm Mondays to Fridays.

 

6.        Qualifications requirements include:

Evidence of previous supply (sale) of similar Equipment proposed for the last 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.

 

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 N10,000.00 (Ten Thousand Naira) only. The method of payment will be in Bank Draft in favor of Sustainable Management of Mineral Resources Project. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

 

8.         Bids must be delivered to the address below at or before 10:00am on 6th April, 2012. Electronic bidding will not be permitted, Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 11:30am on 5th April, 2012. 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 referred to above is:

Sustainable Management of Mineral Resources Project,

Ministry of Mines and Steel Development,

No.6, Marte Close, Off Misau Crescent, Garki II, Abuja. Nigeria.

P.M.B 107, Abuja

Nigeria.

+2348033140096, +2347098802871

 

Signed

Project Coordinator

Invitation to Tender at Bank of Agriculture

Bank of Agriculture

Improving Lives, Growing Communities

 

Invitation to Tender

Bank of Agriculture, Nigeria’s apex agricultural and rural development finance institution with Head Office in Kaduna, six Zonal Offices in Abuja. Bauchi, Enugu Ibadan, Kano and Port Harcourt and 201 locations nation-wide hereby invites tenders from suitable and qualified bidders for the Implementation of a Core Banking Solution that will technologically enable all banking functionalities/Products like Deposits/Withdrawals, Advances, Micro/Corporate Loans, Credit Monitoring/Non Performing Loan (NPL) Management, Clearing and Collection functions, Money transfer, Term Lending including Agriculture Loan, Customer Information System, General Ledger, MIS and Reports, etc. The solution should support a 24×7 processing environment across all the business units of BOA.

 

Mode of Applying

Each bidder must submit one (1) original copy, one (1) softcopy and six (6) copies of its technical proposal and one (1) original copy, one (1) softcopy and six (6) copies of its financial proposal in two separate sealed envelopes, and enclose the two envelopes in one sealed outer envelope to the Executive Director, Corporate Services. This should be submitted on or before 7th May, 2012 by 12.00 noon prompt.

 

Tender Fee

Bidders are to pay a non-refundable fee of fifty thousand naira only (N50,000.00).

 

Payment of Fees

Fees shall be payable by bank draft to me Bank of Agriculture Limited, Applicants are advised to present evidence of payment to the Executive Director, Corporate Services to enable them collect tender documents.

 

Conditions for Eligibility

1.         Company certificate of Incorporation issued by Corporate Affairs Commission (CAC) or equivalent,

2.         Proof of Alliances/partnership with Original Equipment Manufacturer (OEM)

3.         Evidence of registration with PenCom and remittance of Pensions

4.         Company audited accounts for the past three years

5.         Evidence of payment of company income tax for the past three years

6.         VAT registration certificate and evidence of past VAT remittances

7.         Bank reference letter of the company’s financial capability

8.         Company certificate of registration with Computer Professionals (Registration Council of Nigeria)

9.         List of similar projects handled in the past stating contract sum and providing evidence of award and completion

10.       Bidder must have their local office in Nigeria. Detailed address of offices and support service centres must be provided with the bid.

11.       The proposed solution should have been successfully implemented in at least three (3) banks In Africa by the bidder.

 

Tenders shall be opened in the presence of bidders by 1.00pm prompt on 7th May, 2012 at the Bank of Agriculture Kaduna. No submissions will accepted after the closing date.

 

Invitation for Pre-Qualification to Reputable Contractors to Tender for University Projects at Adekunle Ajasin University

Adekunle Ajasin University

P.M.B, 001, Akungba-Akoko, Ondo State, Nigeria

 

Invitation for Pre-Qualification to Reputable Contractors to Tender for University Projects

 

A.        Introduction:

Adekunle Ajasin University, Akungba-Akoko, Ondo State, invites Interested and reputable Contractors with relevant experience and good track record in solar lighting to tender for the following:

Projects

LOT 1             Solar Street tight on Campus

LOT 2             Solar Lighting for 2 Nos. blocks of 8 Classrooms

 

B.        Pre-Qualification Requirement

Interested and eligible Contractors are required to meet the following criteria:

i.          Evidence of incorporation/registration with the Corporate Affairs Commission

ii.         Evidence of registration with Adekunle Ajasin University

iii.        Evidence of Tax Clearance Certificate for the past three years

iv.        Evidence of VAT registration and remittance

v.         Company’s profile and office address

vi.        Evidence of similar jobs done m the past five years (i.e. Letters of Award and Certificates of Practical Completion)

vii.       Evidence from Company’s Bankers as to its financial strength, worthiness and solvency.

ix.        Technical qualifications and experience of key technical personnel (i.e.

professional certificates & CVs are to be attached).

x.         List of equipment

xi.        Detailed programme of work and realistic date of completion.

 

Arrangement of documents should follow the fist above, appropriately numbered. Each parcel should Have a Table of Content indicating the pages or folios on which these Items are to be found. Any submission that does nest conform to this format may not be further.

 

C         Submission:

Pre-qualification documents are to be submitted with the requirements.

The envelope for each tender should be wax-sealed and marked at the left corner;

 

Tender for Project (Project Title), addressed and delivered to:

 

The Registrar,

Adekunle Ajasin University

P.M.B 001, Akungba-Akoko, Ondo State.

 

Tenders should be submitted on or before Wednesday April 4th 2012 by 11.00am. Tenders shall be opened on Wednesday April 4th, 2012 the same day at the University’s Council Chamber at 12 noon on the same day.

 

The University is not liable to any firm(s)/ Contractor(s) who fail to get the award.

 

Signed

R.B.Olotu

Registrar and Secretary to Council.

Request for Proposals for the Airlift of Christian Pilgrims to and From Israel, Rome/Greece for 2012 Prilgrimage Operations at Nigerian Christian Pilgrim Commission

Nigerian Christian Pilgrim Commission

(The Presidency)

Request for Proposals for the Airlift of Christian Pilgrims to and From Israel, Rome/Greece for 2012 Prilgrimage Operations.

1.0     Introduction:

1.1.    The Nigeria Christian Pilgrims Commission (NCPC) through its Operation Department intends to carry out the airlifting of Pilgrims under the 2012 Christian Pilgrims Operations.

1.2     The NCPC therefore, wishes to request for proposals from interested and competent National/International Airlines/Air-carriers with qualification and experience for the airlift with the scope of services ad follows:

i.        Number of expected Christians Pilgrims to be carried from Nigeria to Israel, Rome/Greece is 30.000;

ii.       The airlift operations shall be carried out at the under-listed Airports.

a.       Nnamdi Azikwe International Airport, Abuja

b.       Murtala Muhammed International Airport, Lagos

c.       Port Harcourt International Airport, Port Harcourt.

d.       Gombe International Airport, Gombe

e.       Akwa Ibom International Airport. Uyo

 

2.0     Aircraft Specification

1.2     Bidders are to use only the specified aircrafts for the airlift operations. The aircrafts must meet NCAA safety requirements and are subject to pre-arrival inspection, unless on the Nigeria register. The only aircrafts are  as follows:

 

a.       Boeing 747-400 and above and

b.       Airbus 340-500

 

The aircrafts which must have capacity to carry 450 passengers and above or to

carry minimum of 326 passengers per trip are required for the operations. The

aircrafts must have installed re-enforced cockpit door. TCAS II.

 

3.0 Eligibility Criteria

Bidders should provide the following as minimum requirement for the project:

(a)     Copy to Transport Licence (ATL)

(b)     Copy of Air Operation Permit (AOP)

(c)      Copy of Air Travel Organiser’s Licence (ATOL)

(d)     Copy of Air Operators Certificate (AOC)

(e)      Verifiable written evidence of ownership or partnership with the owners of aircrafts and confirmed by the NCAA

(f)      Evidence of ability to make authentic fight schedules available before the commencement of the airlift

(g)     evidence of non-indebtedness to service providers either Nigeria or in Israel, Rome/Greece.

(h)     Specifically evidence of payment to NCAA, NAMA, FAAN, SAHCOL and other ground service providers in Nigeria

(i)      Evidence of Company Registration

(j)      Copy of Aircraft Airworthiness Certificate

(k)     Tax Clearance Certificate for the Last 3 years 2009, 2010 & 2011. Evidence of Pension and Social Security Contribution and evidence of Remittances of employee pension

(m)    VAT Registration and Remittances

(n)     Detailed Company Profile

(o)     Evidence of operational experience in at least five (5) jobs of similar nature and complexity executed within the last five years with verifiable letters of contract award and certificates of job completion.

(p)     Evidence of financial capability with letter for access to line of credit in the sum of $50million USD in any of the years. In addition International Air carries are also expected to submit theses documents/Requirements or its equivalent as required by ICAO:

(a)     Ground handling arrangement in Nigeria. Israel, Rome/Greece

(b)     Luggage allowance 32/10kg and Passengers Screening equipment (security)

(c)      Catering Services arrangement

(d)     Flight Engineering and Cabin Crew transit Accommodation during the airlift.

(e)      Insurance which must not be less than $500 million USD combined single limit/hull passenger, baggage/cargo and third party

(f)      evidence of over flight clearance, enroute and landing permit.

(g)     Details/specifications of aircrafts to be used.

(h)     Evidence of installation of EGPWS as required by NCAA, Israel, Roman and Greek CAA

(i)      The bid must be accompanied by a Bid Security of not more than 2% of the bid price by way of a bank guarantee in the acceptable format in the SBD issued by a reputable bank in Nigeria.

 

4.0     Collection of request for Proposals Documents

4.1     Interested and Qualified companies shall on written application collect (Standard Bidding Documents Request Proposal), from Friday March 23rd 2012 from the

Office of Head, Procurement

Nigerian Christian Pilgrims Commission

Plot 1348 Cadastral zone A03

Ahmadu Bello way, Garki 2, Abuja

OR

Nigeria Christian Pilgrim Commission Website www.ncpc.gov.ng

 

Upon the presentation of evidence of payment of non-refundable application/tender free of US$5,000 (five Thousand dollars) into the NCPC’s account as follows

Citibank N.A

Address:         111 Wall Street, New York, USA

Swift Code:                    CITIUS33

Routing/ ASA Number: 021000089

Account Name: First Inland Bank Plc

Swift Code: CMTMNGLA

Account Number: 361471 (USD Account)

Nigerian Christian Pilgrim Commission

Account Number: 2000089246

(Note: for those who are bidding documents online, evidence of payment and written application for collection of bidding documents should be submitted separately).

 

5.0 Submission of Documents

5.1 Completed proposals (Two sets of hard copy and One Electronic copy in compact disk and Microsoft office) shall be submitted in sealed envelope and appropriately marked “Project Name” at the top right hand corner and addressed to:

The Office of the Head, Procurement

Nigerian Christian Pilgrim Commission

Plot 1348 Cadastral Zone A03

Ahmadu Bello Way, Garki 2, Abuja.

 

5.2     The closing date for submission in respect of the project is on or before 12.00noon Thursday 3rd May, 2012.

 

5.4.    Only firms whose technical proposals fulfill the minimum requirements would be considered for the next stage and agreement will be signed with only the successful bidder (Airline/Carrier).

 

5.5     All inquiries should be directed to:

Office of the Legal Adviser

Nigerian Christian Pilgrim Commission

Plot 1348 Cadastral Zone A03

Ahmadu Bello Way, Garki 2, Abuja.

 

6.0     Disclaimer and Conclusion

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

6.2     The Commission will be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry.

6.3     The Commission is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning any reason thereof.

 

 

(Signed)

John Kennedy Opara (JP)

Executive Secretary

Nigerian Christian Pilgrim Commission

 

Invitation for Crude Oil Term Contract Application at Nigerian National Petroleum Corporation (NNPC)

Nigerian National Petroleum Corporation

NNPC Towers, Herbert Macaulay Way, Central Business District,

P.M.B. 190, Garki, Abuja – Nigeria.

 

Invitation for Crude Oil Term Contract Application

The   Nigerian   National   Petroleum Corporation wishes to invite interested companies for lifting of Nigerian Crude Oil for the period starting 1st June 2012 to 31st May 2013 to apply as follows:

 

A. Who May Apply

I.       A bona fide end user who owns a refinery and retail outlets – Details of the applicant’s facilities, markets and volume of crude oil processed over the last three years must accompany the application.

 

II.      An established and globally recognized large volume trader-applicant must provide evidence of its global network, its activities and volumes of crude oil handled in the last three years.

 

III.     Indigenous Nigerian company engaged in Nigerian Oil and Gas business Applicant must attach the evidence of registration.

 

IV.     Applicant must be involved in oil and gas business for a period of not less ten (10) years- Please attach evidence.

 

B. Financial Requirements

I.       Applicant must have a minimum annual turnover of US$ 600million and net worth of not less than US$ 300 million-Applicant must attach three (3) years audited accounts.

 

II.      Applicant will be required to make payment of US$5.0 million as deposit for the first cargo to be lifted.

 

III.     Payment for all cargoes shall be on the basis of confirmed irrevocable Letter of Credit from approved local and International banks

 

 

C. Modalities

Short listing of applicants for consideration of crude oil term contract allocation will be contingent upon successful independent due diligence reports.

 

II.      Nigerian National Petroleum Corporation shall maintain regional balance in the distribution of Nigerian crude oil term contract holdings to the following regions:

–        Africa

–        North and South America

–        Western Europe/Mediterranean/Eastern Europe

–        Asia

 

D. Method of Application

Interested companies should submit their applications accompanied with their Company Registration document, three (3) years audited accounts and company business profile outlining business activities, facilities, major markets, volume of crude oil traded over the past three (3) years and any other relevant data in a sealed envelope to the following address, not later than 4.00pm on the 5th April 2012:

The Group Managing Director

Nigerian National Petroleum Corporation,

NNPC Towers

Herbert Macaulay Way

Central Area, Abuja.

 

 

Signed; Management