Invitation for Pre-Qualification and Tender for the Supply Items and Execution of Projects under the Year 2011 Capital Budget at Nigerian Defence Academy Kaduna

Nigerian Defence Academy Kaduna

Public Notice

Invitation for Pre-Qualification and Tender for the Supply Items and Execution of Projects under the Year 2011 Capital Budget for Nigerian Defence Academy Kaduna

 

Preamble

  1. The Nigerian Defence Academy (NDA) is desirous of implementing procurement of goods, works and services in its 2011 budget appropriation. In line with the Federal Government Public Procurement Act 2007, interested and reputable contractors and suppliers with relevant experience and evidence of performance are invited to submit both technical and financial bids for the underlisted projects.

Description of Works

2. The Scope of work includes:

  1. Lot 1. Procurement of Medical Equipment and Consumable
  2. Lot 2. Provision of Books , Journals and Magazines for NDA Library
  3. Lot 3. Renovation of Offices, Staff Quarters, Sport Complex and Medical Center
  4. Lot 4. Procurement of Printing Machines and Accessories for New Works Production Centre (WPC).
  5. Lot 5. Construction and Equipping of Multipurpose Gymnasium.
  6. Lot 6. Construction of 3,000 Seater Auditorium Equipped with Modern Multimedia Facilities.
  7. Lot 7. Construction and Furnishing of Additional Hostel Accommodation for cadets.
  8. Lot 8. Construction and Furnishing of Transit Accommodation for Instructors.
  9. Lot 9. Construction and Equipping of Medical Centre.
  10. Lot 10. Improvement of Base Camp Kachia.

 

 

Pre-Qualification/Tender Requirements

3. The Pre-qualification/Tender requirements are:

  1. Evidence of Registration with Corporate Affairs Commission (CAC). Form C 02 and 07 to be included
  2. Evidence of Tax payment, (pension and social contribution) for the last three years
  3. Value Added Tax (VAT) registration and evidence of remittance of VAT.
  4. Company’s audited financial account and funding information over the past 3years endorsed by a firm of chartered accountants.
  5. Evidence of financial capability from reputable banks (s)
  6. Company’s profile, organogram and resume of key technical staff including individual attestation of availability. Copies of professional certificates to be sealed and endorsed
  7. List of similar projects previously undertaken including letters of awards and completion certificates
  8. Description and list of equipment owned by contractor/supplier (where application)
  9. Any additional information that will enhance the potential of the contractor

 

 

Collection/Submission of Pre-Qualification and Tender Documents

4. Tender documents are to be collected from the Directorate of Logistics NDA Headquarters on the payment of the non-refundable tender fees of N5, 000.00

5. Submission of bids should be in 2 separate envelops, sealed and clearly marked as  of Logistics NDA headquarters Airport Road, Mando, Kaduna. Collection of tender documents commence on 12 August 2011 and return of the completed tender documents closes by 1200hrs on 25th August 2011 at the Academy Headquarters

 

Public Opening of Bids

The Nigerian Defence Academy Procurement Planning Committee will open and pre-qualify all the technical bids submitted by 1200hrs on 25 August 2011. Thereafter, successful contractors or their representatives shortlisted from the Technical Bid Evaluation shall be invited to witness the public opening of the Financial Bids by 1000hrs 31 August 2011 at the Directorate of Logistics NDA Headquarters, Kaduna

 

SIGNED

DIRECTOR OF LOGISTICS (DOL)

for COMMANDANT

NIGERIA DEFENCE ACADEMY

Invitation for Pre-Qualification and Tender at Abubakar Tafawa Balewa, University Teaching Hospital (ATBUTH), Bauchi

Abubakar Tafawa Balewa, University Teaching Hospital (ATBUTH), Bauchi

Invitation for Pre-Qualification and Tender

Invitation is hereby extended to reputable Contractors to Tender for the under listed Projects in the Hospital:

 

Construction Works

Lot No.       Project Title

Lot-I           Completion and Rehabilitation of 1050M Road Network

(Earth, Drainage, and Surface Dressing)

Lot- II         Completion of Eye Complex: Renovation of a Block of Eye Clinic (Civil, electrical and plumbing works)

 

Supply and Installation

Lot-III         Supply of Aluminum Chairs (Four (4) Seater Waiting chairs)

Lot-IV         Improvement of Power Supply (supply and installation of Transformers)

 

Pre-Qualifications Requirements:

1.       Evidence of registration with corporate affairs commission (CAC)

2.       Tax clearance certificate for the last three (3) years

3.       Evidence of Value Added Tax registration and remittance tor three (3) years

4.       Evidence of registration and payment of pension and social security contributions.

5.       Audited account for the past three years

6.       Company profile with CV of Directors

7.       Details of Equipments and plants

8.       Bank reference letter

9.       Evidence of execution of similar contracts including letter or certificate of successful to he attached.

Collection of Tender Documents

Tender documents are available for collection from Thursday 8th August 2011, at the Procurement office; ATBUTH, Bauchi, upon payment of Tender fee of Thirty thousand naira, (N30,000.00) only.

 

Note Please:

a)       This application for Tender shall not be construed to be a commitment on the part of ATBUTH, Bauchi, nor shall it entitle any person to make any claims and or seek indemnity from the committee by virtue of such person having responded to this advert.

 

b)      The Tender committee reserves the right to verify the authenticity of claims made by Bidders in the Tender document submitted and,

c)       The Tender committee is not under any obligation to accept the lowest bids. ATBUTH shall not enter into correspondence with unsuccessful applicants.

 

Submission of Tender Documents

Pre-qualification and Tender documents should, be submitted in sealed wax separate envelopes marked ‘2011 PRE-QUALIFICATION ‘ and ‘2011 TENDER’ with the lot number at upper right hand side of the tender document which must be dropped into the tender box situated at the Administrative block on or before Monday 22nd August, 2011, addressed to:

 

The Secretary,

Tender Committee

Abubakar Tafawa Balewa University Teaching Hospital

Bauchi, Bauchi State

 

Closing date for submission is Monday 22nd August, 2011 by 12.00 noon

Opening of Tender Documents is by 02.00 pm same date

Venue: Board Room of ATBUTH, Bauchi

Prospective bidders or their representative are to be present at the opening.

 

Signed

Management

Supply of Office Equipments at ECOWAS COMMISSION

COMISSION DE LA CEDEAO

ECOWAS COMMISSION

COMIISSAO DA CEDEAO

Invitation for Bids

Date: 02 August 2011

IFB No: 06/LCB/2011

 

1.       The ECOWAS Commission, within the framework of the execution of its budget intends to carry out the purchase of the below defined items.

2.       The ECOWAS Commission now invites sealed bids from eligible bidders for the supply in Two (2) lots of Office Equipment for ECOWAS Commission as follows:

 

Lot 1:          Office Equipment

Lot 2:          Office Equipments

 

A Bidder can participate for one or several lots.

3.       Interested eligible bidders may obtain further information from and inspect the Bidding Documents at the office of ECOWAS Commission, Directorate of General Administration, 101, Yakubu , Gowon Crescent Asokoro District, PMB 401, Abuja, Nigeria, ahmed, Halima@gmail.com , nkuakor@yahoo.fr, abujadego50@yahoo.com , bangoura53@yahoo.com, kabirnfr@yahoo.fr

 

4.       A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application to the above and upon payment of a non-refundable fee of twenty five thousand (25,000) Naira only.

 

5.       Bids must be delivered in a sealed envelope to the above office and clearly marked “Supply of Office Equipment (lot 1) or (lot 2) for ECOWAS Commission. Do Not Open, Except in Presence of the Tender Committee” on or before 3.00pm on Monday 05th September 2011 and must be accompanied by a bid guarantee (bank guarantee or insurance bond) of 200,000 Naira only (100,000 Naira only per lot).

 

6.       Bids will be opened in the presence of bidders’ representatives who choose to attend on Monday 5th September 2011 at 3.15 pm, ECOWAS Confusion, 101. Yakubu Gowon Crescent, Asokoro District Room 523, Fifth Floor.

 

Director, General Administration

The Assessment of Storage, Transport and Distribution at John Snow Inc

 

Request for Expression of Interest

For The Assessment of Storage, Transport and Distribution

Systems in Nigeria

Hiring of Consultants for GPS Coordinate Collection,

Mapping Support, Storage Assessments and Data

Collection at Service Delivery Points

Background

John Snow Inc. (JSI) was awarded a contract to provide technical assistance in logistics management activities in support of the National Agency for the Control of AIDS (NACA) in the implementation of the Nigerian Health System Strengthening activities under the Global Fund Round 8. One of JSI’s functions (working closely with the Federal Ministry of Health Food and Drug Services Department) under this contract is to assist the strengthening of a National Storage and Distribution Systems to support the cross cutting health commodities and supplies issues and to ensure that medicines and suppliers are managed in a cost effective and optimal way.

 

 

SCOPE OF WORK

JSI invites consultants (companies) to express interest in conducting an assessment involves the collection of data on conditions, as well as geospatial data, at selected warehouses utilized by the ATM (HIV/AIDS/Tuberculosis/Malaria) national programs. The consultant will also identify and collect geospatial data on the service delivery (SDP’s).The overall objective of the data collection exercise is to assist the design of a National Storage and Distribution plan for ATM commodities.

 

The successful consultants firm will be expected to work in collaboration with the   Ministry of Health and other relevant Government: agencies at the federal, state and local government levels in order to complete this work. More specifically, the consultancy firm will undertake the following:

 

  • Establish a team of experienced data collectors that will be able to collect and collate geospatial data, at the service delivery points (SDPs) and the storage points using GPS devices. The consultant is expected to provide these devices.
  • Collate and clean the GPS data to provide high quality datasets of GPS coordinates of SDPs and storage points.
  • Collect data on storage points.
  • Collect data on storage conditions at the different tiers of storage utilized by the different programs using predesigned data collection tools to be provided by JSI.
  • Capture additional information/ data that may be of relevance during the activity to be defined by FMoH (FDS)/JSI and /or JSI
  • Submit collected GPS data for SDPs and stores in soft copy in MS Excel format.
  • Work closely with JSI staff on all matters of project monitoring and management for the duration of the project.

 

Submission of Expression of Interest (EOI)

Prospective applicants are requested to submit their Expressions of interest that demonstrate their capacity to undertake this assignment, detailing the following in information as a basis for pre-qualification:

 

1.       Complete Business Profile of firm including ownership structure

2.       Evidence of business registration in Nigeria with CAC in compliance with Nigeria business regulations.

3.       Evidence of an active bank account that is in good standing with a registered bank in Nigeria.

4.       Evidence of having undertaken large data collection projects in Nigeria or another large African country.

5.       A demonstrated ability to undertake a transparent and independent approach in carrying out the assignment.

6.       Possession of the technical capacity to manage all aspects of this project.

7.       Experience of working with government officials at all levels in Nigeria.

8.       Knowledge of Nigeria’s geographical terrain.

9.       Previous experience conducting GPS data collection, mapping and condition assessments in Nigeria

10.     Resume of key staff

11.     At least three (3) professional references.

 

Expression of interest should be submitted hard copy in triplicate (one original and two copies) and in soft copy (on a CD) in a sealed envelope marked:

 

Expression of Interest: For the Assessment of Storage, Transport and Distribution Systems in Nigeria

 

The expression of interest should be addressed and delivered on or before 12th August 2011 by 5 pm. to the following address:

 

Country Director

John Snow Inc.

2nd Floor, Gwandal Center

1015 Fria Close – Off Coree Bay Crescent/Wuse 2

Abuja.

 

Only short-listed candidates in this first phase of the pre-qualification will be contacted. Specific Terms of Reference will be provided to short-listed candidates who will be asked to submit a detailed proposal for carrying out the work, including a budget.

 

No Phone Calls Please

Provision, Installation and Construction of Projects at Pan Ocean Oil Corporation (Nigeria) Limited

Pan Ocean Oil Corporation (Nigeria) Limited

(Operator of the Pan Ocean/NNPC Joint Venture)

TENDER OPPORTUNITY: OVADE – OGHAREFE FLOWSTATION POWER UPGRADE

1. INTRODUCTION

Pan Ocean Oil Corporation (Nigeria) Limited, Operator of NNPC/Pan Ocean Joint Venture in OML-98, located onshore in Edo and Delta states, requires the services of a competent and qualified contractor with suitable equipment and relevant experience for the upgrade of Ovade – Ogharefe Flowstation..

2. SCOPE OF WORK

  • Preliminaries (Mobilization of personnel, materials and equipment to site, project management, CASHES, and demobilization).
  • Provision and installation of 850KVA Perkins diesel generator set.
  • Provision and installation of 850KVA CAT gas generator set.
  • Excavation of cable trenches to expose old underground armored cables.
  • Remove existing old cables and cart away from site.
  • Construction of concrete cable duct.
  • Replacement of damaged four (4) core armored cables of various sizes (70mm2, 50mm2, 35mm2, 25mm2, 16mm2, 10mm2).
  • Backfilling of trench with sharp river sand.
  • Placement of 50mm thick 600mm x 600mm cover slab cable trench.
  • Backfilling of trench with excavated earth materials
  • Upgrading of security lighting system

3. MANDATORY REQUIREMENTS

1. To be eligible for this tender exercise, interested bidders are required to be Prequalified in then Electrical Equipment and Material 1.09.01 category in the NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this NJQS category by the advert close date will receive invitation to Technical Tender (ITT) for this service

 

2. To determine if you are prequalified and view the product/service category you are listed for: visit: www.nipexng.com and access NJQS with your log-in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group

3. If you are not listed in this product/service category and you are registered with DPR to conduct business in the oil and gas industry, contact NipeX office at 30 Oyinkan Abayomi Street, Ikoyi, Lagos with your DPR certificate as evidence for necessary update

 

4.  To initiate the JQS pre-qualification process, access: www.nipexng.com to download an application form, make necessary payments, and contact the NipeX office for further action.

 

5. To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

NIGERIAN CONTENT DEVELOPMENT STRATEGY

In consonance with Nigerian Oil & Gas Industry Content Development Act, Pan Ocean Oil Corporation (Nigeria) Limited is committed to providing opportunities for indigenous capacity development and utilization. In pursuant of the aforementioned, the prospective bidders must therefore, comply with the following criteria:

  • Demonstrate that the entity is a wholly owned Nigerian company, or in genuine partnership with foreign companies, and that the company is not a commissioned agent.
  • Provide a verifiable local involvement plan through employment and sub-contracting plan for Nigerians.
  • Submit an organizational structure to substantiate the information and address of location.
  • Provide information on in-country facilities.
  • Explain further innovative proposals that would enhance and sustain Nigerian Content on this project.
  • Provide other information, innovation or plans you have that will increase Nigerian content development in the contract.
  • The successful contractor will be adjudged on its commitment to abide by the NIGERIAN LOCAL CONTENT requirements within optimal and practical use of Nigerian resources on the project.
  • Demonstrate that all quantities of cables will be procured from industry in Nigeria as required under the Nigerian Oil & Gas Industry Content Development Act. The cables to be procured shall be made in Nigeria. KABEL METAL Product

 

4    CLOSE DATE

This tender opportunity is open till 24th August 2011 (15 working days) and shall close to interested bidders by 1200hrs on August 24, 2011

Only Tenderers who are registered with NJQS Product/Category as at August 24, 2011, being the advert close date shall be invited to submit Technical Bids

 

5. ADDITIONAL INFORMATION

A. Interested contractors must be prequalified for this product/service category in NJQS
B. Full tendering procedure will be provided only to contractors that have been successfully prequalified in NJQS
C. This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of Pan Ocean to award a contract to any supplier and/or associated companies subcontractors or agents.
D. This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from Pan Ocean and/or its partners by virtue of such companies having been prequalified in NJQS.
E. All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers.
F. Pan Ocean shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents.

  • Please visit the NipeX Portal at: www.nipexng.com for this Advert and other information