Invitation for Expression of Interest for Pre Qualification as Training and Capacity Building Services Providers at Bank of Agriculture

Invitation for Expression of Interest for Pre Qualification as Training and

Capacity Building Services Providers

Tenders are hereby invited from suitably qualified Training/consulting firms/companies, for prequalification to develop training curricular and also provide training services in the Bank’s 4 identified skill domains, namely Core mandate Areas, Strategic Support Areas. General Management and Leadership and Special Competence Areas.

 

Further Details

Please visit

http://www.bankofagricultureng.com/Media/NewsDetails.aspxx?NewslD=23 for detailed description of the required skill domains, and qualification/eligibility requirements.

 

Method of Application:

Interested Bidders are required to forward a soft copy of their proposal in pdf format to info@bankofagricultureng.com and five (5) hard copies in sealed envelopes clearly marked “EOI for Provision of Training Services”, on or before 15th December 2011.

 

SIGNED

Executive Director, Corporate Services

Bank of Agriculture Limited

I, Yakubu Gowon Way

Kaduna

 

Email: info@bankofagriculture.com

Web: www.bankofagricultureng.com

Tel: 0704 020 2222, 0704 226 2222

Procurement of Toyota Hilux Double Cabin, Pick-up Vehicles at National Teachers’ Institute (NTI) Kaduna

National Teachers’ Institute (NTI) Kaduna

Invitation to Participate in the Pre-Qualification/ Tendering Exercise

 

The National Teachers’ Institute (NTI), Kaduna is inviting interested and qualified registered companies to submit Technical bids for the procurement of Toyota Hilux Double Cabin, Pick-up Vehicles.

 

Pre-Qualification Requirements

Interested firms should submit their bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below. Failure to submit any of the under listed documents may lead to the disqualification of the bid:

i.        Full detail of the Company’s profile

ii.       Certificate of Registration with the Corporate Affairs Commission

iii.      Tax Clearance Certificate for at least Three years

iv.      Evidence of similar job(s) executed in the past (with verifiable addresses)

v.       Organizational structure, available manpower with list of technical staff with their resumes

vi.      List of equipment

vii.     Evidence of financial capability/ Bank Reference and Annual Turn Over of at least N50 Million Duly Stamped by the Bank

viii.    Company audited accounts over the past three years

ix.      Evidence of Registration with Pensions

 

Selection Criteria:

Consulting firms will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process mechanism.

 

Bid Presentation

Interested firms are to submit Technical Proposal in sealed Interested firms are to submit Technical Proposal in sealed envelopes duly marked: Technical Proposal”. The proposal together with the documents earlier listed are to be submitted in sealed envelopes addressed to the Director -General and Chief Executive, National Teachers’ Institute, Km 5 Kaduna-Zaria Road, P.M.B 2191, Kaduna. These documents are to be dropped in the Tender Box in the office of the Registrar. Bidder’s name, address and telephone numbers should be indicate that they also sign the submission Register in the Registrar’s office.

 

Closing Date:

All bids must be delivered to the address below on or before 19th December 2011 by 12.00 noon.

 

Signed:

Registrar

Invitation for Tender of Manufacturers, Contractors, Suppliers for 2011 MYTO Projects at Power Holding Company of Nigeria Plc

Power Holding Company of Nigeria Plc.

Kano Electricity Distribution Plc

Invitation for Tender of Manufacturers, Contractors, Suppliers for 2011 MYTO Projects

 

Introduction:

1.       In line with Federal Government’s desire to further enhance Electricity supply in the Country Management of Kano Electricity Distribution Company intends to execute some essential Projects. The projects are to be funded from 2011MYTO Funds.

 

2.       Interested, competent and reliable companies are therefore invited to purchase tender documents for the execution of the projects and or supply of under listed equipments and materials to our company.

 

A:      Network Expansion:

 

MY01 Procurement and installation of additional Ix7.5MVA, 33/11KV Transformer, Transformer Control Panel. CT, VT, Line Isolator and Underground Cable at Hadejia lx7.5MVA, 33/11KV Injection Substation.
MY02 Proposed completion of 1.35km SC Madobi/Gwarzo 33KV feeder by splitting the feeder using 2No. Autoreclosures and rehabilitation of 4.65km SC and 0.65km of DC of some existing line
MY03 Proposed completion of 1 km of 33KV line and 0.74km of underground 33KV cable from 132/33KV Dakata Transmission Station to Dakata Small Scale lx15MVA, 33/11KV Injection Substation
MY04 Proposed completion of 9.45km of 33KV SC line and 0.74km of underground 33KV Kurna feder
MY05 Proposed construction of 5.0km SC Jogana 33KV line to feed Jogana lx15MVA, 33/11KV injection Substation only, Ex-Dakata Transmission Station
MY06 Proposed construction of 0.1 km SC 33KV line and 0.15km of underground 33KV cable of Dawaki 33KV feeder Ex-Walalambe 2x30MVa, 132/33KV Transmission Station
MY07 Proposed construction of 3.25km SC overhead line and 0.23km of underground 33KV cable 0.45km DC overhead Turkish 33KV feeder line Ex-Walalambe 2x30MVa, 132/33KV Transmission Station
MY08 Proposed construction of 2.6km SC overhead line and 0.2km of underground 33KV cable of Mariri 33KV feeder Ex-Walalambe 2x30MVA, 132/33KV Transmission Station
MY09 Proposed reconstruction of 4.75km over head line and 0.4km of underground 33KV cable on existing 33KV Zaria Road SC line from Dan’ agundi Transmission Station to DC overhead fine using 40ft prestressed RC poles, standoff post 275/1120 C/W clamps and Hasdi 255/1118, 16mm Ball and 24mm Eye overhead line materials for the Deloading of Zaria Road-Dan’ agundi 33KV feeder
MY10 Proposed construction of 5km of Farawa 11KV feeder Ex-Mariri 2×7.5MVA, 33/11KV Injection Substation
MY11 Proposed construction of 0.5km of SabuwarKofa 11KV feeder Ex-Ado Bayero 1x15MVA, 33/11KV Injection Substation to deload existing overloaded Ibrahim Taiwo 11KV feeder
MY12 Proposed construction of 3.75km of DC 11KV Badawa New Layout feeder Ex-Club 3x15MVA, 33/11KV Injection Substation
 

B:  Network Reconductoring

MY13 Completion of Reconductoring of 4.5km SC Sharada Dangote 33KV line Ex-Kumbotso Transmission Station, Kano
MY14 Proposed Reconductoring of 3.1km SC of Nakudu 11KV feeder Ex-Textile 2x15MVA, 33/11KV Injection Substation, Funtua
MY15 Completion of 48bn line diversion/Reconductoring of Club-Dan’ agundi 33KV line Ex-Dan’agundi Transmission Station, Kano
 

C:  Network Maintenance

MY16 Procurement of 33KV Fiber Cross-arms to replace weak/broken 33KV Cross-arms exist in 10Nos. 33KV feeders namely:- Kurna, IDH, Club/Dan’ agundi, BUK, Club-Dakata, Briscoe, Dawaki, Sharada Dangote, Kumbotso (Bagauda), Zaria Road
MY17 Procurement and installation of 1No. 7.5MVA, 33/11KV Transformers at Mariri for replacement with the existing aged 7.5MVA.
MY18 Procurement and installation of replacement of faulty 20Nos. Distribution Transformers and its accessories; 500kVA, 33/0.415KV capacity (10No), and 500KVA, 11/0.415KV capacity (10No)capacities for 10Nos. Business Units 2Nos. per Business Unit.

Tender Requirements:

1.       Photocopy of Certificate of Incorporation/Business Registration in Nigeria.

2.       Photocopy of Current Company Tax Clearance Certificate for the last three (3) years. (2008, 2009 and 2010)

3.       Photocopy of Value Added Tax (VAT) Registration Certificate and evidences of VAT remittances.

4.       Company’s Audited Accounts for the last three (3) years. (2008, 2009 and 2011), duly signed.

5.       Comprehensive Company profile including details of the Management and professional staff and copy of Company Brochure with convincing evidence of competence to undertake the relevant job.

6.       Evidence of adequate relevant equipments and infrastructure to handle the job.

7.       Evidence of legal capacity to enter into contract i.e. the company is not a receivership,

8.       Evidence of technical, operational and managerial capabilities.

9.       Evidence of Financial capability to execute the work. This shall include certified statement from a reputable Bank. (Bank reference letter only is not acceptable).

10.     Verifiable evidence of previous experience i.e. having successfully carried out similar work/supply in the last five years

11.     Manufacturing Companies must submit evidence of relevant manufacturing capability and facilities and SON Certificate.

12.     Test certificate issued by well known international standard Test Laboratory for Manufacturers of Equipment.

13.     Sample of Test Report of Manufactured Equipment

14.     Evidence of shipping documents to be enclosed for previous shipment (for Stockist and Suppliers).

15.     Evidence of compliance with the Federal Government Pension Reform Act.

16.     A sworn affidavit affirming that none of the Directors of the Company was ever convicted in court of Law.

17.     Any other relevant document that will place the company on a comparative advantage.

Note:

i.        Tender documents MUST be arranged in the order listed above. Submissions could be disregarded for failure to comply with this instruction,

ii.       Any Company that submits fake documents shall be disqualified. Authenticity of Documents submitted will be reviewed with relevant authorities.

iii.      Bidders should accompany every bid with a disclosure whether any officer of Kano Electricity Distribution Company is a former or present Director, Shareholder or has any peculiar interest in the company.

 

Closing Date:

Interested Applicants Should collect Bid Documents on payment of N100,000.00 and submit two (2) copies each of the Tender documents (Technical and Financial) in separate sealed envelopes and both of them in another sealed envelopes and both of them in another sealed envelope, boldly marked “Tender for 2011MYTO Projects” and the LOT number. This must be delivered by hand or registered mail to reach the undersigned on or before 5.00am on 16th January 2012.

 

The Chief Executive Officer,

Power Holding Company of Nigeria

Kano Electricity Distribution Company,

1 Niger Street, Kano

(Attn: PM Procurement)

 

Payments are to be made into the following account:-

Account Name:   PHCV, Kano Electricity Distribution Bid Account

Account Number:         6212201764

Bank:                   Zenith Bank PLC, Hotoro Branch, Maiduguri Rd, Kano

Important Information:

1.       The documents submitted will be opened on 17th January 2011 by 10.00am at Kano Electricity Distribution Company’s Conference Room.

2.       All successful pre-qualified Companies will subsequently be invited to bid for the relevant Lot.

3.       Kano Electricity Distribution Company shall not enter into any correspondence with any unsuccessful Company.

 

This advert shall not be construed to be a commitment on the part of KNEDC nor shall it entail the Company to make any correspondence with any claim(s) whatsoever and/or to seek any indemnity from Kano Electricity Distribution Company by virtue of such Company having responded to this Advertisement.

 

Signed:

Management

Kano Electricity Distribution Company

 

Construction of Pedestrian Bridges (Phase II) and Traffic Management Measures at Federal Ministry of Works (FMW)

Federal Ministry of Works (FMW)

Road Sector Development Team (RSDT)

Federal Roads Development Project (FRDP)

 

Credit Number – IDA 44150

National Competitive Bidding

 

Invitation for Bids

(This Advertisement Replaces the Earlier Advertisement of 9th November, 2011)

Construction of Pedestrian Bridges (Phase II) and Traffic Management Measures in Abuja, FCT

 

This invitation for bids follows the General Procurement Notice for this Project that appeared in the Development Business, Issue No.637 of 11 March 2005. The Federal Government of Nigeria has received a credit of about $330M from the International Development Association (IDA) toward the cost of the federal Roads Development Project (FRDP) and intends to apply part of the proceeds to eligible payments for the construction of pedestrian bridges at some critical locations along Shehu Musa Yar’adua Way (Northern Parkway) and for the construction of traffic management measures along some roads in Abuja, FCT for which this invitation for bids is issued.

 

The Federal Ministry of Works (FMW) represented by Road Sector Development Team (RSDT) (here in after called the Employer), now invites sealed bids from eligible bidders for the construction of pedestrian bridges (Phase II) and the traffic management measures. The project is being executed in collaboration with the Federal Capital Territory Administration (FCTA).

 

The Construction Works of the pedestrian bridges shall include, but are not limited to earth works – site  clearance and excavation for bridge foundations, concrete works for foundations and superstructures; while the traffic management measures shall consist of road marking and installation of road studs, traffic signal and barricade for the pedestrian bridges. The pedestrian bridges will be constructed at the following locations:

i.        Shehu Yar’adua Way by Okonjo-lweala Way (VIO Mabushi Junction)

ii.       Shehu Yar’adua Way by Ladi Kwall Street (Sheraton Junction)

 

Bidding will be conducted through the National Competitive Bidding procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loan and IDA Credits, May 2004 (Revised October 1, 2006 and May 1, 2010), and is open to all bidders from eligible source countries as defined in the Bidding Documents. Interested eligible bidders may obtain further information and inspect the bidding documents at the Office of the Unit Manager, Road Sector Development Team (RSDT) at the address given below on working days from 10:00am to 4:00pm (local time).

 

Qualification requirements include: Eligibility (Nationality, Conflict of Interest, Bank Ineligibility); Historical Contract Non-Performance (History of Non-Performing Contracts, Pending Litigation); Financial Situation (Historical Financial Performance, Average Annual Turnover, Financial Resources); Experience (General, Specific); Personnel (Availability for Key Positions) and Equipment (Access to key equipment),

 

A complete set of bidding documents in English may be purchased by interested bidders at the address below upon payment of a non-refundable fee as tabulated above on working days from 10:00am to 4:00 pm (local time). The method of payment will be through bank draft or certified bank cheque in favour of “Federal Roads Development Project”.  Bidding Documents requested by mail will be promptly dispatched by courier on payment of additional charges of Naira 10,000,00 through bank draft drawn in the manner stated above, but RSDT will not be responsible for late delivery or loss of the documents so mailed.

 

The traffic management measures will also be placed at the following locations:

I        Road markings along the following roads in Abuja:

–        Kwame Nkrumah Crescent (23km; 2 motorianes-2 parking lanes) fully kerbed

–        Tafawa Balewa Way (4.5km, Dual carriageway; 2 motor lanes) fully kerbed

–        Asuquo J.Okon/Agbani Crescent (1.4km; 2 motor lanes – 2 parking lanes) fully kerbed

–        Okonjo Iweala Way (4.2 km; Dual carriageway, 4 motor lanes – 2 parking lanes) fully kerbed

–        Alvan Ikoku Way (2 .0km, Dual carriageway; 4 motor lanes – 2 parking lanes) fully kerbed and

 

Installation of Road Studs (Solar Powered) for four roads in Abuja:

–         Nnamdi Azikiwe Expressway Ramps

–         Northern Park Way Ramps

–         Constitution Avenue Ramps

–         Independence Avenue Ramps

ii.       Upgrading of existing Signalized Intersection to Solar Powered Signals at 15 locations within Abuja (to be decided)

iii.      Provision and Installation of 1 km length of iron fences at inner edge of carriageway at pedestrian bridges located at Nnamdi Azikiwe Way (Phase I) and Shehu Ya’adua Way (Phase II)

 

The details of the Pedestrian bridges (Phase II) and the Traffic Management measure, proposed contract periods and bidding requirements are as follows;

 

S/No Contract No. Contract Name Qty Contract Period Amount of Bid Security Cost of Bid Document
1 FRDP/2011/NCB/00/19 Construction of Pedestrian Bridges along Shehu Yar’adua way by Okonjo-Iweala way (VIO Mabushi Junction) 

 

55m 6 Months N4.2M N25, 000.00
2 FRDP/2011/NCB/00/20 Construction of Pedestrian Bridges along Shehu Yar’adua way by Ladi Kwall Street (Sheraton Junction) 

 

22m 6 Months 3.0M N25, 000.00
3 FRDP/2011/NCB/00/21 Provision of Road marketing to include continuous and broken lines, stop and clennelization  lines, zebra’ pedestrian crossing lines, and arrow on 5 roads of 14.4km as well as the installation of solar powered Road studs (600Nos) 14,400m 

 

 

 

 

 

 

 

 

 

 

600Nos

6 Months N0.8M N15, 000.00
4 FRDP/2011/NCB/00/22 Upgrading of existing Traffic Signals at some intersections to Solar Powered Signals 15Nos 6 Months N5.0M N15, 000.00
5 FRDP/2011/NCB/00/22 Provision and Installation of Banicade for 6 Pedestrian bridges at inner edges of caniageway 6 Months N1.8M N15,000.00

 

 

A bidder shall be free to bid for either one or more lots, The Employer will evaluate and compare Bids on the basis of each lot or a combination of any number of lots in order to arrive at the most economical combination for the Employer by taking into account discounts offered by Bidders in case of award of two or more lots to the same bidder. If a Bidder submits successful (lowest evaluated substantially responsive) bids for more than one lot, the evaluation will also include an assessment of Bidder’s capacity to meet the aggregate requirements. This shall be on the basis of direct addition of the requirements for each lot

 

Bids must be delivered to the address below by 2:00pm (local time) on 4th January, 2012.  All bids must be accompanied by a bid security as indicated in the Table above, late bids will be rejected. Bids will be opened at 2:30pm (local time) at the address below on 4th January, 2012 in the presence of bidders’ representatives who choose to attend.

 

The Federal Ministry of Works (FMW)

Road Sector Development Team (RSDT)

6 Niagara Close, off Erie Crescent, off Nile Street

Maitama, Abuja, Nigeria.

 

Ann:       Unit Manager, Engr. Ishaq D. Mohammed

Tel: +234-7036609082

E-mail: unitmgr.rsdt@yahoo.co.uk

Construction and Asphalt Laying and drainage of 2.0 km Road at Federal College of Agriculture, Akure

Federal College of Agriculture, Akure

Invitation for Pre-Qualification

A.      Applications for Pre-qualification are hereby invited from reputable Federal College of Agriculture, Akure registered contractors for the following 2009 Capital project.

 

LOT 1.        Construction and Asphalt Laying and drainage of 2.0 km Road.

 

B.      Pre-Qualification Criteria for Technical Competence

(a)     Evidence of incorporation or Business Name Registration

(b)     Registration with Federal Ministry of Works in relevant Category

(c)      Company Audited Accounts for three years.

(d)     Evidence of Tax Clearance Certificate for three years

(e)      Evidence of Financial Capability and Banking support.

(f)      Experience/Technical qualification and experience of key Personnel as applicable,

(g)     Similar Projects Executed and Evidence of knowledge of the industry.

(h)     Equipment and technology capacity as applicable.

(i)      Annual turnover as applicable.

(j)      VAT Registration and evidence of past VAT remittance

(k)     Evidence of registration of employees with Pension Fund Administrator(s) and evidence of remittance of employer and employees contributions to employees

Retirement Savings Account (RSA).

 

C.      Submission of Pre-Qualification Documents

Pre-qualification documents should be in sealed envelope and are to be returned on or before 20th December, 2011. Applications submitted after 12.00noon on the closing date will not be considered. All submissions should be addressed to:

The Registrar,

Federal College of Agriculture,

Akure,Ondo State.

 

D.     Please Note:

(a) This is not an invitation to tender, full tendering will be applied to only tenders that have been pre-qualified and found capable of executing the projects.

(b) This notice shall not be construed to be a commitment on the part of the College to award any form of contracts to any respondents nor shall it entitle any organization submitting documents to claim any indemnity from the College.

 

Signed

Dr Pius Ade Adebisi,

For College Registrar.