Invitation to Tender at Bank of Agriculture (BOA)

Bank of Agriculture (BOA)

Invitation to Tender

Tenders are hereby invited from suitable and qualified bidders for the Supply, Deployment and Maintenance of Personal Computers(PCs).

Mode of Applying

Bidders are to forward one (1) original copy and five (5) copies of its technical proposal and one (1) original copy and five (5) 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 28th November, 2011  to the address indicated not later than 12.00 noon prompt.

Tender Fee

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

Payment Fees

Fees shall be payable by bank draft to the 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)

2.       Proof of Alliances/partnership With original Equipment Manufacturer

(OEM)

3.       Company audited accounts for the past three years

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

5.       VAT registration certificate and evidence of past VAT remittance

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

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

 

Tenders shall be opened in the presence of bidders by 1pm prompt on the expiration date  at the Bank of Agriculture Kaduna,

 

SIGNED

Executive Director, Corporate Services

Bank of Agriculture

No 1, Yakubu Gowon Way, Kaduna

Invitation for Pre-Qualification for Bids/Tender at National Insurance Commission

National Insurance Commission

1239 Ladoke Akintola Boulevard, Garki II, Abuja, Nigeria

Invitation for Pre-Qualification for Bids/Tender

The National Insurance Commission is desirous of engaging qualified, competent and reputable ICT firms that will assist the Commission to:

 

Lot 1: Build a Disaster Recovery Centre (Lagos).

The selected firm will be required to build a data centre for the Lagos office,

 

Lot 2: Procure, Install, Configure and Optimize a Network Monitoring and management Tool.

The network Monitoring and Management tool should have at least the following functions among others:

  • Network monitoring software must possess depth, with the capability to span all seven layers of the network stack.
  • Network Performance Monitoring Feature,
  • Network Fault Management Feature.
  • Server Performance Monitoring Feature,
  • Enterprise Network Management Feature

 

 

Lot 3: Implement an Electronic Document Management and Archiving System (EDMS)

  • Must possess web client access.
  • Should have document security features.
  • Archival of different document types and formats.
  • Must be flexible to contain millions of files.
  • Must retain original version of documents.
  • Easy and fast document search feature.
  • Information transfer between departments
  • Must have expansion options and other features.

 

 

 

Lot 4: Procure End User infrastructure

  • 10 Laptops
  • 70 Desktop Computer

 

Lot 5: Implement a Contact Centre Management Solution.

  • Configuration of the contact management system such that ease of use and flexibility is attainable,
  • Call monitoring which allows for the provision of feedbacks by an insurance-consumer on the service provided and supports multiple insurance consumers.
  • Intelligently route request and calls to the agent most qualified to address the insurance-consumer need.
  • Manage and maintain all communication infrastructures.
  • Develop and execute quality assurance procedures, data acquisition and reporting procedures etc.

 

Bidding Requirements

Qualifications requirements include:

1.       Evidence of Incorporation with the Corporate Affairs Commission.

2.       Company audited financial statement for the past three years

3.       Evidence of payment of company income Tax for the past three years valid up to December 31, 2010.

4.       VAT Registration Certificate and past VAT Remittances;

5.       A detailed but brief profile of the company

6.       Evidence of Financial capability;

a)   Bank Reference Letter

b)   Bank statement or evidence of financial backing from Bank.

7.       Evidence of successful execution of similar projects,

8.       Sample clientele.

9.       Evidence of compliance with Pension Reform Act 2004.

10.     Evidence of OEM partnership.

 

Procurement of the above items will be conducted in accordance with the Procurement Act 2007 and its applicable guidelines for the procurement of goods and services.

 

All documents must have contact numbers displayed on sealed envelopes and marked “Prequalification for Tender; Lot 1, Lot 2, Lot 3, Lot 4 or Lot 5 and must be received on or before 26th December, 2011 and addressed to:

The Commissioner for insurance,

National Insurance Commission

1239 Ladoke Akintola

Boulevard Garki 2, Abuja.

Construction of Six (6) Schools in Slum Areas of Lagos City

Lagos State Government

Invitation for Bids (IFB)

 

Lagos Metropolitan Development and Governance Project (LMDGP)

ID A Credit No. 4219

 

International Competitive Bidding (ICE)

Construction of Six (6) Schools in Slum Areas of Lagos City.

Package No.: LMDGP/ICB/SU/W/SC/02/011

1.       This Invitation for Bids follows the General Procurement Notice for this Project that Development Business, issue no. 1688882 of March 20, 2007.

 

2.       The Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Lagos Metropolitan Development and Governance Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for Construction of Six (6) Schools in Slum Areas of Lagos City.

 

3.       The Lagos State Government represented by Lagos Metropolitan Development and Governance Project now invites sealed bids from eligible and qualified bidders for the execution of the works below.

 

 

Contract Identity Name of Works Delivery Construction Period Amount of Bid Security

LMDGP/ICB/SU/W/SC/02/011/ Lot 2 Construction of Community Secondary School, ltire. 12 months

Naira 9 million or USD 60,000.00 Bank Draft or Bank Guarantee.
LMDGP/ICB/SU/W/SC/02/011/ Lot 3 Construction of Oyewole Primary School – Orile – Agege

 

12 months

Naira 8.1 million or USD 54,000.00 Bank Draft or Bank Guarantee.
LMDGP/ICB/SU/W/SC/02/011/ Lot 4 Construction of Methodist Primary School – Orile – Agege

 

12 months

Naira 5.1 million or USD 34,000.00 Bank Draft or Bank Guarantee.
LMDGP/ICB/SU/W/SC/02/011/ Lot 5 Construction of Igbo Oru Junior Secondary School, Amukoko 12 months Naira 7.9 Million or USD 53,000.00

Bank Draft or Bank Guarantee

LMDGP/ICB/SU/W/SC/02/011/ Lot 6 Construction of Ajegunle  Primary School, Amukoko 12 months Naira 2.1 Million or USD 14,000.00 Bank Draft or Bank Guarantee
LMDGP/ICB/SU/W/SC/02/011/ Lot 7 Construction of Olaniyoun Primary School, Amukoko 12 months Naira 7.9 Million or USD 53,000.00 Bank Draft or Bank Guarantee

 

Bidders can bid for one lot or any combination of the lots or all the lots.

 

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, May 2004 revised October 1, 2006, and May 2010 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 Director, Lagos Metropolitan Development and Governance Project (LMDGP), e-mail: info@lmdgp.org.ng and inspect the Bidding Documents at the address given below. The documents can be inspected during official hours of 8.30am – 5.30pm on Monday to Friday, except on public holidays.

 

6.       Qualification requirements for these contracts are in the bid documents and include:

 

a.       Possession of experience as a Prime Contractor for at least the last five (5) years prior to the application submission deadline, and work cited should be at least 70% complete.

b.       Minimum average annual turnover in construction works of:

Lot 2: Naira 900 million or USD 6 million

Lot 3: Naira 810 minion or USD 5.4 million

Lot 4: Naira 5 10 million or USD3.4 million

Lot 5: Naira 786 million or USD 5.2 million

Lot 6: Naira 2 10 million or USD 1.4 million

Lot 7: Naira 786 million or USD 5.2 million

in the last five years in works that have been successfully and substantially completed and that are similar to the proposed works under this Contract;

c.       Contract Manager with First Degree in Civil Engineering and at least 7 years experience in Works of equivalent nature and volume;

d.       Own a substantial proportion of the construction equipment required to successfully execute the Contract:

e.       Provide Annual audited account for the last 5 years to demonstrate the current soundness of the applicant’s financial position and its prospective long term profitability, and have Liquidity and/or evidence of access to or availability of confirmed positive credit facilities of not less than:

 

Lot 2: Naira 150 million or USD 1 million

Lot 3: Naira 135 million or USD 900,000.00

Lot 4: Naira 85 million or USD 570,000.00

Lot 5: Naira 131 million or USD 873,000.00

Lot 6: Naira 35 million or USD 230,000.00

Lot 7: Naira 131 million or USD 873,000.00

 

7.       A complete set of Bidding Documents for one Lot 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 in local currency of  Naira 20,000 or in US Dollar 130. Additional Lots would be sold for Naira 10,000 or in USD 70 each. The method of payment will be in the form of Bank Draft or pay Order in favor of “LMDGP”. The Bidding Documents may be collected in Person by a bidder’s representative duly authorized by the bidder in his application, or sent by courier services on request (in case of request by courier, the bidder is advised to arrange for own pre-paid courier service).

 

8.       A bidder can bid in one, or all the lots of this contract. Bidders bidding in one or more than one lot must ensure that they possess the qualification requirement specified in the bidding document and necessary capacity to complete the lots bidded within the time specified in the bidding document.

 

9.       Bids must be delivered to the address below on or before 16th December 2011 by 11:00 a.m. All bids must be accompanied by a Bids security or securities in the amounts staled in paragraph 3 for each lot. Late Bids will be rejected. Bids will be opened in the presence of the bidders’ representatives and anyone who choose to attend at the address below on 16th December 2011 by 1:00 p.m.

Bayo Kelekun

The Project Director

Lagos Metropolitan Development and Governance Project

1, Wempco Road, off Lateef Jakande Road,

Agidingbi, Ikeja, Lagos State, Nigeria

E-mail: info@lmdgp.org.ng

Telephone: 234(01) 8976433, 7390259

 

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

For

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 is issued.

 

The Federal Ministry of Works (FMW) represented by Road Sector Development Team (RSDT) (hereinafter 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 as well as road marking and installation of road studs, traffic signal and barricade for the pedestrian bridges as the traffic management measures. 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 Kwali Street (Sheraton Junction)

 

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

i.          Road markings along the following roads in Abuja:

–      Kwame Nkrumah Crescent (2.3km; 2 motorianes-2 parking lanes) fully kerbed

–      Tafawa Balewa Way (4.5km, Dual carriageway; 2 motorlanes) 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

–      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 Iron fences at inner edge of carriageway at pedestrian bridges located at Nnamdi Azikiwe Way (Phase I) and Shehu Yar’adua Way (Phase II)

 

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

 

S/No Contract No Contract Name (M) Contract Period AMT of Bid Security Cost of Bid Document
1 FROP/2011/NCB/W/19 Shehu Yar’adua Way by Okonjo-lweala Way (VIO Mabushi Junction) 55 6 months N2.5m N25,000.00
2 FROP/2011/NCB/W/20 Shehu Yar’adua Way by Ladi Kwali Street (Sheraton Junction) 22 6 months N1.5m N25,000.00
3 FROP/2011/NCB/W/21 Provision of Road Markings to include continuous and broken lines, stop and channelization lines zebra/pedestrian crossing lines and arrows on 5 roads of 14.4km as well as the installation of Solar Powered Road Studs (600Nos) 14,400

 

 

 

 

 

 

 

 

 

 

 

 

 

 

600Nos

6 months N2.0m N15,000.00
4 FROP/2011/NCB/W/22 Upgrading of existing Signalized Intersection to Solar Powered Signals 15Nos 6 months N7.0m N15,000.00
5 FROP/2011/NCB/W/23 Provision and Installation of Barricade for 6 pedestrian bridges at inner edge of carriageway 6000 6 months N0.5m N15,000.00

 

 

 

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 2006), 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 10:00 am to 5:00 pm. (local time).

 

Qualification requirements include: Eligibility (Nationality, Conflict of Interest Bank Inedibility); 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 and upon payment of a non-refundable fee as tabulated above on working days from 10:00 am. to 5:00 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 a manner stated above, but RSDT will not be responsible for late delivery or loss of the documents so mailed.

 

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 one or more lots, the evaluation will also include an assessment of Bidder’s capacity to meet the aggregated requirements. This shall be on the basis of direct addition of the requirements for each lot.

 

Bids must be delivered to the address below on or before 9th December 2011 by 2:00 pm. (local time). 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 2:30 pm (local time) at the address below on 9th December 2011 in the presence of the 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.

Attn: Unit Manager, Engr. Ishaq D. Muhammed

Tel: +234-7036609082

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

 

 

Expression of Interest for the Construction of the African Development Bank’s Field Office in Abuja, Nigeria

African Development

Temporary Relocation Agency

General Services and Procurement Department

Telephone: (216) 71102 902Fax: (216) 71835256

Request for Expression of Interest ADB/REI/NGFO/2011/0149

Construction of the African Development Bank’s Field Office in Abuja, Nigeria

 

1.         The African Development Bank plans to build its field office in Abuja, Nigeria in line with its decentralization strategy and is currently seeking the services of qualified technical control firm or group of firms to carry out technical control during design phase and throughout construction phase until the building construction is completed and handed over.

 

2.         The main objective of the services is the technical control of the following areas:

 

i)          Underground  structure:   Foundations,   support  of excavation, sheeting and shoring

ii)         Above ground structure: structural frames, shear and support walls, beams, roof structure and exterior skin including glazing

iii)        Mechanical (& plumbing) work: Boilers, air conditioning,

piping, valves etc….

iv)        Electrical work (both High and Low voltage): All equipment

including conduit and wiring

v)         Vertical transportation: Elevators, escalators etc…..

 

3.         The African Development Bank now invites technical control firms or group of consulting firms, eligible in accordance with the Bank rules, to indicate their interest in providing the said or outlined or aforementioned services, interested firms must provide a statement of capability and experience in technical control indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff etc).

 

4.         The firms selected from the shortlist will be required to register on­line in the Bank’s consultants data base named “DACON (http://dacon.afdb.org/dacon). The firms or group of firms should meet the following minimum criteria

(i)         be constituted in accordance with the legislation of a Bank member country

(ii)        have at least ten (10) years of experience in technical control of building projects

(iii)       have carried out at least two (2) similar contracts of the same nature and scale as stated above during the past five fiscal years (2006-2010).

 

5)         The information provided by the consulting firms will be used to prepare a shortlist of six consulting firms or groups of firms who will be requested to submit proposals. The Bank reserves the right to modify or cancel the request at any time during the process,

6)         Written expressions of interest together with the relevant information must be delivered to the address below before 3:00 p.m. Tunis time, 1st December 2011

 

Postal Address

African Development Bank.

General   Services   and   Procurement

Department

Temporary Relocation Agency, BP 323 Tunis

1002 Belvedere, Tunisia

 

Email Address: tender@afdb.org

 

Mohamed EL AZIZI

Director

General Services and Procurement Department