Invitation to Tender for Tertiary Education Trust Fund (TET Fund) Merged Projects (2009/2010) For Library Development at Kaduna Polytechnic

 

Kaduna Polytechnic

P.M.B, 2021 Kaduna, Nigeria

 

Invitation to Tender for Tertiary Education Trust Fund (TET Fund) Merged Projects (2009/2010) For Library Development

 

Following the successful completion of the pre-qualification exercise of contractors and suppliers for the merged 2009/2010 TETFUND sponsored projects on library development at Kaduna Polytechnic, notice is hereby given to the successful companies to bid for the lots for which they were qualified.

 

The respective Lots were:

Lot A:         Procurement of Books

1.       Procurement of various volumes of assorted journals

2.       Procurement of various volumes of hardcopy books

 

Lots B: Procurement of Equipment

1.       Procurement of multi-media equipment for the library

2.       Procurement of science direct e-books

3.       Procurement of library software (LIB PLUS)

 

Lot C: Procurement of Bookshelves and Cabinet

1. Procurement of double sided book shelves

2. Procurement of single sided book shelves

3. Procurement of store shelves

4. Procurement of catalogue cabinet

 

Please note that letters of notification have already been sent to the companies.

 

Bid Documents:

Documents for the financial bids could be obtained from the Directorate of Physical Planning, Kaduna Polytechnic, Polytechnic Road, T/Wada Kaduna during the hours of work, Monday through Friday on payment of the appropriate tender fees.

 

Submission of Documents:

Completed documents should be clearly marked indicating the project of interest and submitted to the office of the Registrar, Kaduna Polytechnic, Polytechnic Road, Kaduna on or before Monday, 9th April 2012  by 12.00noon.

 

Returned documents will be opened at 2.00pm on the same date at the Council Chambers, Central Administration, Kaduna Polytechnic, Kaduna.

 

NOTE:

The Kaduna Polytechnic is neither committed nor obliged to carry out any or all of the works described above.

 

Signed

Zayyana Kukasheka

Ag. Registrar.

 

Registration of Pilgrims Excess Luggage Carriers at National Hajj Commission of Nigeria (NAHCON)

 

National Hajj Commission of Nigeria (NAHCON)

Registration of Pilgrims Excess Luggage Carriers

In line with NAHCON Pilgrims’ Excess Luggage Policy all luggage in excess of the maximum allowed limit are to be airlifted through a separate arrangement with Cargo operators, as the designated Hajj carriers are not allowed to carry such excess luggage.

 

Mode of Application

2.       As part of the implementation of the Excess Luggage Policy Applications are hereby invited from Nigerian /Foreign airlines/cargo operators for freight of pilgrims’ excess luggage from Saudi Arabia to designated airports in Nigeria. Interested airlines/cargo operators must fulfill the following pre-selection and post selection conditions.

 

Conditions of Application:

Every applicant must produce:

a)       Copies of certificate of incorporation in Nigeria with CAC and Memorandum and Article of Association or its equivalent for foreign companies.

b)      Possession of ATL (Air Transport License) or AOP (Air Operators Permit) or its equivalent for foreign companies

c)       Tax clearance certificates for the last three (3) years

d)      Evidence of ownership of Cargo aircraft or standard and genuine lease agreement

e)       Evidence of appropriate authorization/permit by Saudi Arabian Authorities to weigh and freight pilgrims excess luggage Cargo or valid agreement with a bonafide Saudi Arabian licensed cargo/baggage operator(s) with valid authorization/permit

f)       Evidence of cargo fights arrangement in Saudi Arabia and Nigeria.

 

3.       Once an airline/operator is pre-qualified (upon satisfactory fulfillment of the above conditions) the following post-selection terms must equally be fulfilled before the cargo airlift contract agreement is signed with NAHCON.

 

i)       Deposit of N20 million minimum guarantee with NAHCON which will be refunded after satisfactory conduct of the operation

ii)      payment of a License fee of N500,000.00

 

Submission of Application

4.       Applications are to be submitted to the Secretary, National Hajj Commission of Nigeria, Sokoto House, No. 1 First Avenue, Off Ahmadu Bello Way Central Business District, Abuja along with payment of non-refundable fee of N500,000 (Five hundred thousand Naira) in bank draft in favour of the National Hajj Commission of Nigeria, Abuja. Closing day for the submission of application on or before 12th March 2012.

 

5.       Please be advised that the application is not intended to create any form of contractual relationship or obligation on the part of NAHCON

 

6.       Consequently, NAHCON shall not be liable to any Applicant for any expense or loss incurred in connection with this application. NAHCON will contact Pre-qualified Applicants for interview, while formal agreement will be signed with successful Applicants.

Signed

Management

 

 

Procurement of Goods at National Water Resources Institute (NWRI), Kaduna

 

Federal Republic of Nigeria

Federal Ministry of Water Resources

National Water Resources Institute,

Mando Road Kaduna

Goods: Procurement of Goods Lot 1, 2

 

1.0     Introduction

The National Water Resources Institute (NWRI) Kaduna, a Parastatal of the Federal Ministry of Water Resources intends to carry out procurement of the following

 

Lot (1)        Supply of PIPE, Fittings and appurtenances for the water network renewal project

Lot (2)        Supply of compressor for borehole drilling Type Ingerssoll Rand 750, Model XHP 750 EXP 750 2005ID, Capacity -42 bar PSI 600 Engine CATC 9 (6 Cylinders)

 

2.0     Eligibility Criteria:

a.       Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certificate incorporation and Article of Association

b.       List 3 years Tax Clearance Certificates

c.       Detailed Company Profile

d.       Evidence of financial capability reference letter from a reputable bank

e.       For Joint Ventures include MOU

f.       Full accounts details including SORT code

g.       Possession of Satisfactory Quality Assurance Quality Control Manual

h.       VAT Registration with evidence of remittances

i.        3 years Audited Accounts (2008-2010)

 

3.0     Collection of Tender Documents

3.1     Qualified companies shall on application collect (Standard Bidding Documents Technical and financial), from 12noon 6th February 2012 from the; Office of the Head of Procurement Unit, National Water Resources Institute Mando Road, Kaduna.

Upon the presentation of evidence of payment of non-refundable tender fee of N10,000.00 payment is its be made to the institute’s Cashier.

4.0     Submission of Bids:

4.1     Completed Technical and Financial bids Two sets of hard copy and one set of Electronic copy in computer disk and Microsoft office shall be submitted in two different sealed envelopes and labeled “Technical Bid” and “Financial Bid” with the company name indicated at the back of each envelope. Both envelopes should be sealed and placed in a third envelope marked “Project Name” at the top right hand corner and addressed to:

 

The Office of the Executive Director,

National Water Resources Institute,

Mando Road Kaduna.

 

4.2     The closing date for the submission of the bids is on or before 19th March 2012

 

4.3     Technical bids will be opened same day at 1.00pm. at the institute’s Conference Hall, Mando Road Kaduna.

4.4    Only firms whose technical bids fulfill the minimum requirements would have their financial bids considered

4.5     All enquires should as the case may be director to:

 

The Head of Procurement Unit,

National Water Resources Institute,

Mando Road Kaduna.

5.0     Disclaimer and Conclusion

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

5.2     The Institute will not nor be responsible for any costs or expenses incurred by any interested party(ies) in connection with any response to the invitation and or the preparation or submission in response to any enquiry

 

5.3     The Institute pledges fair and equal treatment of all participants but is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities.

 

Signed:

Dr. O. A Bamgboye

Executive Director

National Water Resources Institute.

Expression of Interest for Pre-Qualification of Consultants and Contractors for Infrastructure Development at Ministry of Works and Transport, Kaduna

Kaduna State Government

Ministry of Works and Transport, Headquarters, Sokoto Road, Kaduna

Expression of Interest for Pre-Qualification of Consultants and Contractors for Infrastructure Development in Kaduna State.

Preamble:

The Kaduna State Government is desirous of providing basic infrastructure in the State. The project shall be funded from the State budgetary appropriation and other financial assistance from international agencies.

 

It is in pursuance of this noble objective that the State Government hereby advertises for competent and interested Engineering Consultants and Contracting Firms to submit Expression of Interest for pro-qualification to tender for proposed development projects.

 

Scope of Work:

The projects shall include but not limited to the provision of the following designs and construction works as the case may be.

 

i.            Inter-town road network which include drains, culverts and bridges where applicable
ii.            Township road distribution networks including drains and culverts where applicable.
iii.            Construction of major culverts and bridges.
iv.            General building construction.
v.            School building construction and basic infrastructure.
vi.            Installation and construction of Mechanical/Electrical infrastructure.

 

Qualifying Criteria for Consultancy Service for Engineering design and construction Supervision:

Interested Firms Are Required To Submit the Following Verifiable Information

 

a)     Certificate of Registration with the Corporate Affairs Commission (CAC).

b)    Evidence of Current Tax Clearance for the last three years.

c)     Evidence of subsisting registration with relevant bodies. (Professional bodies). Registration with relevant professional bodies is compulsory.

d)    Registration with Kaduna State Tenders Board.

e)     Audited account for the last 3 years.

f)      Company profile with names and qualifications of key technical and other personnel to be used (enclose photocopies of professional qualifications)

g)     Verifiable evidence of having successfully designed/supervised similar works in the last 5 years, names of client, location of projects, contract sum with evidence of engagement and photographs.

h)    Name and address of Bankers and their recommendation

i)       Possession of substantial equipment and technical capacity for the project execution.

j)       VAT Registration Certificate and evidence of VAT remittances

k)    Any other relevant information that will be helpful in determining the firm’s suitability for the work.

 

Qualifying Criteria for Contracting Firms:

Interested firms are required to submit the following verifiable information:

(a)     Certification of Registration with the Corporate Affairs Commission (CAC).

(b)     Evidence of current tax clearance for the last three years

(c)      Registration with Kaduna State Tenders Board in relevant category.

(d)     Audited account for the last three years. For those interested in inter-town roads and major bridges and annual turnover of N50mllion – N1 billion. For those interested in township roads, contractors to be specific on their turnover value within the above range in their submissions.

(e)      Possess experience as a prime contractor on at least one project of similar nature and complexity within the last five years, stating client cost and attach completion certificate and photographs.

(f)      For those interest in Inter-town Road and major bridges should have a project or contract manager with at least 10 years experience in works of equivalent nature and volume, including not less than 5 years as Manager among its core staff.

(g)     Organization structure with names of key personnel to be involved on the project stating their qualifications and professional registrations where applicable (enclose photocopies of professional qualification).

(h)     Letter of reference and financial comfort from a Bank.

(i)      Have liquidity and/or evidence of access to/or availability of confirmed positive credit facilities of not less than N25 mllion-N500million for those interested in inter-town roads and major bridges and N 15million-N250million: For those interest in township roads. Contractors to be specific on their liquidity/access values in accordance with above range in their submissions

(j)      Verifiable list of contraction plants and machinery with years of manufacture and locations of equipment to be used in the project.  Please state whether the equipment is on lease hire or owned by the company with evidence of purchase where applicable

(k)       Any other relevant information that will be helpful in determining the firm’s suitability for the work

 

 

Important Notice:

(a)     This is not an invitation to tender

(b)     Only technically qualified firms and joint venture whose documents fulfils the minimum requirement will be invited to tender for the proposed project development.

(c)      It is important to note that the Kaduna State Government will verify claims of prospective consultants and contracting firms and any false declaration/documentation will attract instant disqualification of candidate. Please also note that high diligence and care will be required in the submission of all documents.

(d)     The Kaduna State Government or its Agencies will not make any form of payment whatsoever for submission presented in response to this notice.

Note that ONLY companies that respond to this particular advertisement shall participate in the selection exercise.

 

 

Submission:

The completed documents shall be forwarded to the address below in one sealed envelope and clearly marked at the top right hand comer “EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES” OR “EXPRESSION OF INTEREST FOR CONSTRUCTION WORKS” as the case may be to be submitted on or before 6th March, 2012 to the following address:

 

The Hon. Commissioner, Ministry of Works and Transport, Sokoto Road, Kaduna,

 

Signed:

Hon. Commissioner

Ministry of Works and Transport

Kaduna State

Application for the Airlift of Pilgrims Allocated to Tour Operators Licensed by the National Hajj Commission of Nigeria (NAHCON) for 2012 Hajj and to Serve as Back-up Carrier for 2012 Hajj

National Hajj Commission of Nigeria (NAHCON)

Application for the Airlift of Pilgrims Allocated to Tour Operators Licensed by the National Hajj Commission of Nigeria (NAHCON) for 2012 Hajj and to Serve as Back-up Carrier for 2012 Hajj

 

Introduction:

Interested Airlines/Carriers with requisite operational authorization and experience (who have not already applied for the airlift of regular pilgrims) are hereby invited to submit Application:

i)       For the airlift of pilgrims allocated to NAHCON licensed Travels and Tours Operators for a return flight to Saudi Arabia for the 2012 Hajj.

ii.)     To serve as back-up for the 2012 Hajj regular pilgrims airlift on paid as carried basis.

 

2.       The outbound airlift is expected to commence in October 2012, white the inbound journey will commence in November, 2012. The outward airlift operation would be carried out at designated Nigerian airports.

 

Conditions of Application:

A) Applicant must possess any of the following:

i.        Valid Air Transport License (ATL)/Air Operators Certificate (AOC)

ii.       Valid Airline Operating Permit (AOP)/Air Operator’s Certificate

 

B)   TYPE OF AIRCRAFT

i)       Wide-body aircraft with capacity for a minimum of 250 passengers are required for airlift of the pilgrims of Travels and Tours Operators;

ii)      While Boeing 747-200 or newer series aircraft, with minimum capacity of 450 passengers are required for the back-up air carrier services.

 

C)     Technical Requirements

i)       The aircraft must meet Nigerian Civil Aviation Authority (NCAA) requirements including pre-arrival inspection and acceptance.

 

D) Applicant is also required to submit the following

i.        Details/ specification of aircraft to be used

ii.       Verifiable evidence of ownership or arrangement with the owners of aircraft and confirmed by the NCAA.

iii.      Insurance which must not be less than $500,000,000.00 (Five hundred million US dollars) combined single limit (hull passenger, baggage/cargo and third party).

iv.      Evidence of ability to make authentic flight schedule available four weeks before the commencement of airlift.

v.       Clearance from indebtedness to relevant Aviation authority or Service providers either in Nigeria or in Saudi Arabia, Specifically evidence of non-indebtedness to NCAA, NAMA, FAAN and ground handling agents must be provided.

vi.      Arrangement for Ground handling in Nigeria and Saudi Arabia.

vii.     Arrangement with fuel suppliers in Nigeria and Saudi Arabia.

viii.    Proposal for Luggage and Passenger Screening (Security) in Saudi Arabia.

ix.      Arrangement for Catering Services (must be up to the international standard) both in Nigeria and Saudi Arabia,

x.       Arrangement for Crew Accommodation during Hajj.

xi       Evidence of installation of an aircraft tracker/transponder and confirmed by NCAA.

xii.     Evidence of financial capability to fund the airlift operation.

Xiii    Arrangement for over flight clearance, en-route and landing permit.

xiv.    Two years Audited company Financial Reports.

xv.     Foreign applicants are also required to submit these documents or its equivalents as required by ICAO.

 

Mode of Application

3.       Application Forms should be collected from NAHCON Headquarters, No. 1 First Avenue, Off Ahmadu Bello way Central Business District, Sokoto House, Abuja on payment of non-refundable fee of N1,000,000.00 (One million Naira) in bank draft in favour of the National Hajj Commission of Nigeria, Abuja.

 

Submission of Application

4.       Application must be submitted to the Secretary to the Commission, National Hajj Commission of Nigeria, No. 1 First Avenue, Off Ahmadu Bello Way, Central Business District Sokoto House, Abuja on or before 12th March 2012

 

5.       Successful Carriers will pay appropriate Hajj licensing fee.

 

6.       Carriers are expected to independently prospect for passengers from the licensed Tour Operators

7.       Back-up carriers will only be engaged as the need arises and paid for actual pilgrims airlifted.

 

8.       Please be advised that this request for Application is not intended to create any form of contractual relationship or obligations on the part of NAHCON. Consequently NAHCON shall not be liable to any Applicant for any expenses or loss incurred in connection with this Application, NAHCON will contact Pre-qualified Applicants far interview, while formal Agreements will be signed with successful Applicants.

Signed:

Management