Invitation to Pre-Qualification and Tender at Federal College of Education (Technical), Umunze

Federal College of Education (Technical)

P.M.B. 0189, Umunze, Anambra State

 

Invitation to Pre-Qualification and Tender

The Federal College of Education (Technical), Umunze, hereby invites reputable, competent, contractors and suppliers with the capacity and experience for timely delivery of projects for Pre-qualification and tender for the following proposed Tertiary Education Trust Fund Intervention Projects:

 

A: Year 2012 Tertiary Education Trust Fund Special Intervention

 

S/N

 

Description

 

Code
1 Procurement of 1No Mercedes Benz MB 151 Truck, Water Tanker A M /FM Radio Cassette AC Player 10,000 litres, full kitted

 

FCE(T)UMUNZE/TETFUND/SP/12/01

 

2 Procurement of 1No 30 Seater 5 Gear Manual Transmission, 2.7 Litre Engine AM/FM Radio Cassette Player, C Power Steering, Reverse Alarm

 

FCE(T)UMUNZE/TETFUND/SP/12/02

 

 

B: Year 2012 Tertiary Education Trust Fund Special Intervention

 

 

S/N

 

Description

 

Code
1 Construction of proposed Entrepreneurship Development Centre

 

FCE(T)UMUNZE/TETFUND/SP/12/01

 

 

C: Year 2012 Tertiary Education Trust Fund Special Intervention

 

S/N

 

Description

 

Code
1 Construction of 1No Block of 1,000 Capacity Lecture Theatre.

 

FCE(T)UMUNZE/TETFUND/SP/12/01

 

2 Procurement of I No Moffle Furnace 0-1200oC

 

FCE(T)UMUNZE/TETFUND/SP/12/02
3 Procurement of 1No Shaping Machine 250mm, 10m

 

FCE(T)UMUNZE/TETFUND/SP/12/03
4 Procurement and installation of 400 No Lecture Theatre Seats for Hall B

 

FCE(T)UMUNZE/TETFUND/SP/12/04

 

D: Year 2010/2011 (merged) Tertiary Education Trust Fund Normal Intervention

 

S/N

 

Description

 

Code
1 Construction of Academic Staff Offices for School of Sciences including procurement of 1No 2IKVA Sound Proof Generator Set.

 

FCE(T)UMUNZE/TETFUND/SP/10-11/01

 

2 Proposed Re-Roofing of School of Industrial Technical Education Building

 

FCE(T)UMUNZE/TETFUND/SP/10-11/02
3 Procurement and installation of 1000KVA Generating Set

 

FCE(T)UMUNZE/TETFUND/SP/10-11/03
4 Procurement of Equipment for Home Economics Department

 

FCE(T)UMUNZE/TETFUND/SP/10-11/04
5 Procurement of Equipment for Metal Work Department

 

FCE(T)UMUNZEATETFUND/SP/10-11/05

 

 

Scope of Work:

The Scope of work for the listed projects/Supply will be as contained in the Bill  for Engineering Measurement  and  Evaluation (BE ME)/ Bill of Quantities (BOQ)

 

A. Pre-qualification Criteria

1.       Evidence of company registration with corporate Affairs Commission (C.A.C.)

2.       Company’s VAT Registration Certificate

3.       Company’s Current Tax Clearance Certificate

4.       Evidence of registration of key personnel with relevant professional bodies

5.       Letter from reputable Commercial Banks(s) to the company indicating their willingness to provide financial support for the project.

6.       Verifiable evidence with photographs and certificate of job completion of at least three (3) similar projects handled in the last three years mentioning clients, their addresses and contract value.

7.       Company’s current Audited Accounts.

8.       Evidence that company has fulfilled all its obligation in respect of pensions, social security contributions as required by the Pension Reforms Acts 2004.

9.       Evidence of compliance to Industrial Training Fund (ITF) Act 2011

10.     List and evidence of ownership of relevant equipment to be deployed for the job.

 

B.      Pre-qualification Guide

 

Interested companies applying for the pre-qualification should note the following:

1.       This is not an invitation to tender irrespective of the pre qualification requirements submitted to the Federal College of Education (Technical), Umunze

2.       The College is neither committed nor obliged to include any company on any bid list or to award any contract to any company or associated agents.

3.       The College will not enter into correspondence with any company on why the company was pre-qualified or not pre-qualified.

4.       This advertisement of invitation to pre-qualification exercise should not be construed as a commitment on the part of the College, nor shall it entitle companies to make any claims whatsoever and/or seek any indemnity from the Institution.

5.       Submission of pre-qualification of packages is not a commitment on the part of the College to enlist any contractor nor shall it be deemed an acceptance of any particular company for a particular contract.

6.       Full tendering procedures will be applied to companies that are pre-qualified

and found prima-facie capable of executing the project who will be invited to pay prescribed tender fees and collect the tender documents.

 

C.      Submission Guide for Pre-qualification

Two sets of the pre-qualification documents neatly bound and separately sealed in envelopes and clearly marked pre-qualification for the project/procurement of choice should be dropped in the tender box stationed in the office of the Secretary PPC on or before 26th August 2013.

 

D.      Opening of Pre-qualification Packages

 

Pre-qualification submission will be opened at 12 noon on the closing date 26th August 2013 which at the Council Chambers FCE(T), Umunxe in the presence of respondents to the pre-qualification exercise who choose to attend.

 

E.      Collection of Tender Documents Procurement/Construction Project

 

Pre-qualified companies will be invited to collect tender documents from the office of the Secretary PPC between 9 a.m. and 4pm daily upon the presentation of original receipt for the payment of twenty thousand naira (N20,000.00) tender fee for each of the Project or procurement.

 

F.      Submission of Tender Documents

 

Completed tender documents are to be dropped in the tender box in the office of the Secretary PPC within the period stipulated in the invitation for submission of tender.

 

G.      Opening of Tender

The tenders are to be opened by 12 noon on the date of the expiration of tendering period which is to be indicated in the letter of invitation for submission of tender

 

Please note that originals of pre-qualification criteria A1-A10 are to be sighted on the day of the opening of pre-qualification

 

Signed:

Management.

 

Invitation for Pre-Qualification/Tender at Abaji Area Council

Abaji Area Council

Federal Capital Territory Administration Administration Department

 

Invitation for Pre-Qualification/Tender

 

Abaji Area Council Federal Capital Territory Administration, Abuja hereby invites applications for pre-qualification / tender from competent and interested companies/ contractors for the execution of approved jobs / projects under its year 2013 budget.

 

A.      Scope of Work

Lot 1:         Electricity Supply:

i.        Extension of Electricity from Pelele to Gigbe and Supply of 3No. 500KVA and 2No 300KVA Transformers

ii.       Supply of 3No. 500KV A and 2No. 300KVA Transformers

 

B.      Lot 2 Water Supply Project

 

i.        Drilling of Borehole at old Gawu with Elevated Tank, reticulation and Gen-set.

 

C.      Lot 3: Purchase/Supply

 

i.        Supply of Toyota Jeep 2012 Model

ii.       Supply of Toyota Camry 2012 Model

iii.      Toyota Corolla Car 2012 Model

iv.      Peugeot 406 prestige

v.       Toyota Hiace 18 Sealer Bus

 

D.      Pre-qualification / Tender Criteria

 

To pre-qualify / Tender consideration, interested Companies / Contractors are required to submit the following documents

i.       Evidence of Incorporation with Corporate Affairs Commission (CAC.)

ii.      Evidence of registration with the Abaji Area Council

iii.     VAT Certificate

iv.     Tax Clearance Certificate 2010 -2012

v.      Company Profile

vi.     Bank Reference

vii.    Evidence of similar job executed in the past

viii.   List of Equipments

ix.     Any other relevant information.

x.       Companies/Contractors should collect Bid/Tender documents in the works department of the Council.

 

E.     Submission of Documents:

 

Pre-qualification/Tender Documents should be submitted in sealed envelopes and should reach the Secretary Tender’s Board on or before 1st August. 2013. Interested Companies / Contractors should pay a non refundable tender fee of N80, 000.00 only to Abaji Area Council Account No: 2000318051 with First Bank Plc, Abaji Branch.

 

All pre-qualification / tender documents will be publicly opened on the dosing date by 12:30 pm at the Councils Secretariat.

 

Signed:

Secretary Tender’s Board,

Abaji Area Council,

 

Call for Expressions of Interest at West Africa Agricultural Productivity Programme (WAAPP-Nigeria)

The Federal Government of Nigeria

West Africa Agricultural Productivity Programme (WAAPP-Nigeria)

Credit No.: 4822-0

 

Project Coordination Office (PCO) West Africa Agricultural Productivity Programm (WAAPP)

Agricultural Research Council of Nigeria (ARCN)

(Federal Ministry of Agriculture and Rural Development)

Date of Issuance: Thursday July 18th 2013.

 

Call for Expressions of Interest

 

I.       Preamble

 

This request for Expressions of Interest follows the General Procurement Notice for this project that appeared in Development Business No. WB 2089 of 4th April 2012 and Thisday and Daily Trust Newspapers of Nigeria of 18th July 2013

 

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) to finance the cost of the West Africa Agricultural Productivity Programme (WAAPP-Nigeria) and intends to apply part of the proceeds of this credit to payments under the contract for the following consultancy services:

 

A.      A Study on Cross – Border Regional Trade Barriers

 

The study will be conducted through a survey in some states of the country. These include Lagos, Niger, Borno, Calabar, Adamawa, Katsina, Kebbi and Sokoto states. The objective is to identify key trade barriers focusing on trade-related policies and regulations at the borders; find out other behind the border barriers hindering trade between the countries in the sub-region and suggest specific policy recommendations to address trade barriers and thus help ease and strengthened trade between the countries.

 

The Consultant shall have a minimum often (10) years Post Doctorate degree in Economics, Agricultural Economics or any other relevant field. Evidence of relevant work in the area is essential.

 

It is expected that the study will take at least four months and would commence in the third quarter of the year.

 

B.      Technical Study on Beneficiary Assessment studies:

 

This study will be conducted with an objective of providing empirical evidence of the achievements of WAAPP’s components. To measure the impact of WAAPP project on income and wealth before and after the project started and with and without the project. Appropriate methods need to be used to address the potential selection bias that results from the community or household having characteristics that could lead to higher income or wealth even without the project interventions.

 

The study areas shall cover a sample of the communities where WAAPP’s activities are being implemented.

 

The Consultant shall have a minimum often (10) years Post Doctorate degree in Economics Agricultural Economics or any other relevant field. Evidence of relevant work in the area is essential.

 

It is expected the study will take at least 4months and would commence in the 4th quarter of 2013.

 

C.      Environmental and Social Management Plan for Modern Technology Demonstration Plots for Crops, Livestock and Fisheries:

 

This will be conducted in seven National Agricultural Research Institutes (NARIs). The Environmental Management Plan (ESMP) has the following goals: Identifying activities that may have detrimental impact on the environment, health & social life of the neighboring people; Identify expected environmental impacts of various activities to be carried out under WAAPP support; Detailing the mitigation measures that will need to be taken, and the procedures for their implementation; Prepare institutional arrangement for the implementation of the ESMP; Prepare cost estimates for mitigation and monitoring; Establishing the reporting system to be undertaken during the implementation of the activity.

 

The ESMP also serve to highlight specific requirements that will be monitored during the development and should the environmental impacts not have been satisfactorily prevented or mitigated, corrective action will have to be taken. The document should, therefore, be seen as a guideline that will assist in minimizing the potential environmental impact of activities.

 

The Consultant shall utilize highly qualified experts for the study. The team shall comprise of the following experts: Environmental Management Specialist, with a Minimum of M.Sc. in any of the natural sciences or related field and 15years post qualification experience: Livestock/ Poultry expert with a minimum of M.Sc (in Livestock sub-sector); Waste Management Expert with a M.Sc in Chemistry or related field and an Agronomist with a minimum of MSc.

 

It is expected the study will take at least 6weeks in each location and would commence before the end of third quarter of 2013.

 

D.      Design, Development and Implementation MIS/ M&E Database  Platform:

 

As part of the efforts to achieve WAAPP-Nigeria development objectives, the Project Coordinating Office (PCO) needs to set up an effective and efficient M&E management information system, (MIS) for data collection, storage and analysis, and reporting, to guide the PCO and stakeholders make informed decisions, to achieve programme’s goals.

 

Summarily, the Scope is to design, develop and deploy a robust WAAPP-Nigeria online real-time Monitoring and Evaluation Management Information System (M&E MIS) multi-user platform with Key Performance Indicator Monitoring Database, MIS, and a public accessible dynamic website with WAAPP Nigeria domain specified emails. As well as provide capacity development and system implementation support for smooth operationalisation of the digital platform.

 

A Consultancy Service firm with the following personnel shall be required for the assignment;

 

An Agriculture Economist preferably with good analytical knowledge of data collection and processing under the international funding programme. He or she must have a minimum of 15 years’ experience in management information system design, development and implementation procedures.

 

A Computer Scientist/ Engineer with minimum of master degree in computer Sciences/Engineering. And proven experience of at least 10 years database applications design and in-depth knowledge of management information systems in donors funded programme. Experience in the design and implementation of enterprise systems; Knowledge of standard administrative tools and excellent communication skills will be of an advantage. Professional registration will be an advantage.

 

A Computer Programmer/ Software Engineer with a minimum of Master Degree in Computer Science/ Engineering. And proven experience of at least 7 years Computer and Web programming skills and excellent communication skills will be of an advantage. Professional registration will be an advantage.

 

E.      Technical Studies and Dialogue:

 

This will include such services on Monitoring and Evaluation, results framework, ICR, extension etc. to be conducted through various means across the country. The objective is to identify and eliminate constraints towards effective implementation of WAAPP activities.

 

The Consultant shall have a minimum of ten (10) years Post Doctorate degree in Economics, Agricultural Economics or any other relevant field. Evidence of relevant work in the area is essential.

 

It is expected that each study will take at least two months and would commence in the third quarter of the year.

 

F.      Design and Supervision of New/Renovation of Existing Buildings:

 

The Project is aimed at enhancing the agricultural productivity and competitiveness through the four components. Component 2 is the National Centre of Specialisation (NCOS). Three new Laboratories and hostel for visiting scientists will be constructed and three existing buildings will be rehabilitated at the National Institute for Freshwater Fisheries Research (NIFFR) New-Bussa Niger State, which is the NCOS.

 

The Design phase of the consultancy assignment will be awarded as Phase 1 with a lump-sum contract, while the Supervision Phase will be awarded as Phase 2 with a time-based contract.

 

II. Requirement

 

Expression of Interest must be submitted in four copies clearly marked “Expression of Interest for either A, B, C, D, E or F address to the Project Coordination Office (PCO), West Africa Agricultural Productivity Programme (WAAPP), Interested firms must provide adequate information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, general qualifications and availability of appropriate skills among staff, and so forth). Consultancy firms may associate to enhance their qualifications.

 

A consulting firm will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (January, 2011). The selection method for all the consultancy service Consultant Qualification (CQ)

 

Interested firms may obtain further information at the address below during office hours (0900 to 1700 hours) on Mondays to Fridays.

 

Expression of interest must be delivered to the address below on or before 1st August 2013.

 

National Project Coordinator,

Project Coordination Office (PCO)

West Africa Agricultural Productivity Programme (WAAPP)

No. 32, Constitution Avenue, Gaduwa Estate, Gudu District,

Abuja FCT, Nigeria

E-mail: waappnpc@ymail.com

 

Invitation for Bids (IFB) at West Africa Agricultural Productivity Programme (WAAPP-Nigeria)

The Federal Government of Nigeria

West Africa Agricultural Productivity Programme (WAAPP-Nigeria)

 

Project Coordination Office (PCO) West Africa Agricultural Productivity Programm (WAAPP)

 

Agricultural Research Council of Nigeria (ARCN)

(Federal Ministry of Agriculture and Rural Development)

Specific Procurement Notice

 

Invitation for Bids (IFB)

 

Name of Country:        Nigeria

Project:      

IDA Credit No.:            4822-0

Bid Issue Date:              Thursday 18th July, 2013

Last Submission Date:  Thursday 15th August, 2013

IFB Number:                WAAPPCO/NCB/06/13

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. WB 2089 of 4th April 2012 and Thisday and Daily Trust Newspapers of 18th July 2013.

 

2.       The Federal Government of Nigeria has received a credit from the International Development Association toward the cost of West Africa Agricultural Productivity Programme (WAAPP-Nigeria), and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of Laboratory Equipment.

 

3.       The West Africa Agricultural Productivity Programme (WAAPP-Nigeria) now invites sealed bids from eligible and qualified bidders for the Procurement of Laboratory equipment

 

Lot No Item No Description of Goods Qty Bid Security Delivery Period Delivery Location
1 1 Automated Fish egg incubator with thermo-regulators

 

3 N1,570,000.00

 

90 days

 

WAAPP-Nigeria

No 32. Constitution Avenue, Gaduwa Estate, Gudu District,

Abuja.

 

2 U.V Lights

 

3           “
3 Sensitive balance (0.001g, 0.001mg Sensitivity)

 

5      “           “
4 Photomicroscope

 

2       “              “
5 Binocular microscope

 

2       “              “
6 Light Microscope

 

2       “              “
7 Fish sorters and counters

 

10       “              “
8 Weighing Balance (300Kg and above capacity

 

3       “              “
9 Complete Water Quality Kit for Aquaculture

 

4       “             “
10 Air Blowers

 

5      “             “
11 Micro-injector

 

2      “             “
12 Electrophoresis Gel analyzer

 

2      “             “
13 Refrigerated Centrifuge

 

3       “                “
14 Atomic Absorption spectrophotometer

 

1       “                “
15 Amino Acid analyzer

 

1       “                “
16

 

Twin-Screw extrusion machines

 

1       “                “
17 Hammer Mill and Mixing machines 2

 

 

      “                “
18 Dry Pelletizer

 

3       “                “
19 High Performance Liquid

 

1       “                “
20 Gas Chromatography

 

1        “                “
2 1. Spin vacuum concentrator

 

N4,419,125.00       “                “
2. Spin vacuum concentrator

 

      “                “
3. Water bath chiller/ circulator (Format Scientific)

 

      “               “
4. Water bath with micro centrifuge tube holder

 

       “               “
5. Heat sealer

 

      “                  “
6. Heat block/lid locks

 

      “                 “
7. Rocking platform

 

      “                 “
8. Cross – Liner

 

      “                 “
9. Nanofuge

 

      “                “
10. Cell homogenizer

 

     “                “
11. Micro centrifuge

 

     “                “
12. Capillary automated DNA sequencer

 

     “                “
13. Thermal cycler

 

       “                 “
14. Thermal cycler

 

       “                “
15. Q-PCR thermal cycler machine

 

       “                “
17. Photomicroscope with computer display

 

      “                “
3 1. Inverted Microscope with Camera Lucida

 

1 N350,000.00       “                “
  2. Compound Microscope

with Camera Lucida

 

1       “               “
  3. Insitu Chlorophyll Digital Analyser

 

1       “               “
  4. Clarke-Bumpus zooplankton Sampler with nets of 20um, 50um  100um

 

2        “                 “
  5. Photo Macroscope with Digital Camera

 

2        “                “
  6. Stage Dissecting Microscope with Accessories

 

2        “               “
  7. Hacch Water Quality Kit

 

4        “               “
4 1. Floating fish food Pellet Extruder

 

1 N222,500.00       “               “
  2. Fish meal Processor for pre and fine grinding particles

 

1       “                “
  3. Poveriser (Feeding Powdering processor)

 

1       “                “
  4. Feed dryer

 

1       “               “
  5. Combined Pelletizer and Dryer

 

2       “              “
5 1 Assorted Primers
  2 Assorted Chemicals

4.       Bidding will be conducted through the National Competitive Bidding (NCB) 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 Coordination Office (PCO), West Africa Agricultural Productivity Programme (WAAPP) No. 32, Constitution Avenue, Gaduwa Estate, Gudu District, Abuja, GSM Nos. 08140604599 and 08073369030 e-mail waappnpc@ymail.com  and inspect the Bidding Documents at the address given from 9am-5pm daily on working days.

 

6.       Qualifications requirements include:

 

a)      Financial Capacity

The Bidder shall furnish documentary evidence that it meets the Following financial requirement (s):

 

  • External Audit Report of the Bidder for the last (3) years
  • Financial Capacity or a line of credit to execute a contract of the same magnitude (as contained in the schedule of requirements) for the supply of goods

 

b)      Experience and Technical Capacity

 

  • Evidence of previous supply (sale) of similar Goods proposed for the last 5 years.

 

c)       The Bidder shall furnish documentary evidence to demonstrate that the goods it offers meet the usage requirement stipulated and technical specification in the Bidding Documents.

 

d)      Legal Requirement:

 

  • Provide evidence of Business Registration
  • Provide evidence that the company is in compliance with section 6 (1) – (3) of the industrial Training Fund Amendment Act No 19 of 2011

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 often thousand naira (N10,000.00) or in an equivalent amount in a freely convertible currency. The method of payment will be deposit to the project designated account with commercial bank. The Bidding Documents will be sent by courier at the bidders request and cost.

 

8.       Bids must be delivered to the address below at or before 12 noon on Thursday 15th August, 2013. 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 at 12 noon on Thursday 15th August, 2013. All bids must be accompanied by a Bid Security as specified in the schedule of requirement above in naira or an equivalent amount in a freely convertible currency.

 

9.       The address referred to above is:

Project Coordination Office (PCO),

West Africa Agricultural Productivity Programme (WAAPP),

No 32, Constitution Avenue, Gaduwa Estate, Gudu District,

Abuja,

 

Signed:

National Project Coordinator

Invitation to Tender at Sokoto State University, Sokoto

Sokoto State University, Sokoto

PMB 2134, Along Airport Road, Sokoto State, Nigeria

Email: info@ssu.edu.ng, Website: www.ssu.edu.ng

(Office of the Registrar)

 

Invitation to Tender

 

A.        Introduction

The Sokoto State University, Sokoto wishes to invite both national and international contractors to tender for the Supply of Ceremonial Robes and Students Academic gowns to the University.

 

 

B.       Scope of Work

The Scope of work shall include the Supply of the following:

1.       Ceremonial Robes for the Visitor, Chancellor, Pro-Chancellor, Council members, Vice-Chancel for, Principal Officers and Senate members.

2.       Academic Gowns for undergraduate students (Green and Gold).

 

C.        Specification

A standard Academic robe that shall comprise gown, cap and hood sewn with quality craftsmanship

 

D. General Requirements

Interested Contractors should submit the following:

1.       Certificate of registration with Corporate Affairs Commission (CAC).

2.       Current Tax Clearance Certificate that covers the three years

3.       Evidence of financial capacity to execute this project.

4.       Evidence of similar jobs/contracts done.

5.       Quotation should be inclusive of all taxes.

6.       Any other relevant information.

 

 

Tender Instructions

Interested contractors should collect bid documents from: The Secretary, Finance and General Purposes Committee, Sokoto State University, P.M.B. 2134, Sokoto not later than 31st July, 2013 upon payment of a NON- REFUNDABLE sum of Twenty Thousand Naira (N20, 000) only.

 

Signed

Amina Yusuf Garba, MON

Registrar