Supply of Equipments at Ministry of Agriculture and Natural Resources, Lokoja

 

Kogi State Government

Tender Notice

Kogi State Government has received a credit towards Commercial Agricultural Development in the State parts of this fund is to be applied to procure bulldozer and Double axie Low bed Trailer and tractor Truck.

 

2.       The State Ministry of Agriculture and Natural Resource, now invites sealed bids from eligible bidders for the supply of the following equipments.

 

3.       SCHEDULE OF REQUIRMENTS

 

Lot No. Item No. Description Quantity Bid Security Delivery Period Delivery Location
1 1 CAT D&GXL series 2

Tractor Type

2 2% 60 days State Ministry of Agriculture and Natural Resources, Lokoja
2 1 Double Axle Low bed Trailer and tractor Truck. 2 2% 60 days State Ministry of Agriculture and Natural Resources, Lokoja

 

4.       Tender Requirements For The Contracts:

i.        Certificate of Incorporation with CAC/Letter of Consent.

ii.       Comprehensive Company Profile to include:

a.       Evidence of similar job executed in the last five (5) years i.e. Certificates of

completion and payments.

b.       Audited account for the past three (3) years, list of Personnel and Equipment.

iii.      Tax Clearance Certificate for the past 3 years,

iv.      Evidence of Registration with Kogi State Ministry of Agriculture and Natural Resources

v.       Evidence of Financial capability duly issued from any capitalized Bank in Nigeria.

vi.      Evidence of traceable address (NOT P. O. BOX) in Nigeria.

vii.     Evidence of payment of non-refundable fee of N20, 000.00 (Twenty Thousand Naira) only for the purchase of the bidding document

viii.    Bidders are expected to bid for a complete lot. Any bid that is not for a complete lot wm not be considered.

ix.      Bid shall be valid for a period of Ninety (90) days after bid opening and must be accompanied by bid security of 2% of the total value of the goods in local currency

5.       Collection and Submission of Tender Documents:

Interested bidders are to obtain tender documents from the State Coordinator, Commercial Agricultural Unit, Ministry of Agriculture and Natural Resources, Lokoja, Kogi State. Completed tender documents should be waxed, sealed and addressed and delivered to:

 

The Coordinator,

Commercial Agricultural Development Unit,

Ministry of Agriculture and Natural Resources, Lokoja,

On or before 12.00 noon, on 2nd June, 2011 at which time they will be opened in the presence of the bidders who may wish to attend.

 

Invitation for Pre-Qualification and Tender for Consultancy and Training Services at Railway Property Management Company Limited

Railway Property Management Company Limited

(A Subsidiary of Nigerian Railway Corporation)

7 RACE Course Road, P.M.B 2418, Kaduna

Invitation for Pre-Qualification and Tender for Consultancy and Training Services

Introduction

The Railway Property Management Company Limited (A Subsidiary of Nigerian Railway Corporation), in its efforts to cope with the ongoing transformation of the company wishes to invite reputable and qualified Consultancy Firms and Training outfits to submit their technical proposals for pre-qualification and tender for its projects in the following areas:

 

A.      Consultancy and Training Services Areas:

General Consultancy Services

1.       Estate Surveying and Valuation Firms or Consortia to assist the Company in the preparation of comprehensive tenants register, assets register etc in terms of location valuation etc in the following zones:

Lot 1:                   Lagos zone

Lot 2:                   Western zone

Lot 3:                    Northern zone

Lot 4:          Northern-central-east zones

 

2.       Estate Surveying and Valuation Firms, Investment Analysts or other related Consortia to provide feasibility/ viability studies for the establishment of some commercial investment projects in Kano, Port Harcourt, Lagos and Ibadan.

 

3.       Physical Planning Firms or Consortia to carry out detailed study of Railway Compounds, Stations etc with a view to identifying and presenting schematic drawings/plans using relevant Railway plan or drawings as a basis. They are to identify existing land uses, areas presently in use by Nigerian Railway Corporation, areas  presently in use by tenants, areas with potential for development and/or redevelopment areas suitable for utilization based on the site and services scheme/sub division etc. consultants who have already responded to the previous advertisements on this subject need not to reapply.

 

Lot 1:                    Iddo Apapa etc

Lot 2:                    Ebute Metta Railway compound Including Tejuosho and Yaba etc

Lot 3:                    Ibadan /Abeokuta/ Osogbo/Ilorin /Off etc

Lot 4:                    Engugu Inclding Emene and Umuahia etc

Lot 5:                   Aba and Port Harcourt including Imo River etc

Lot 6:                   Kaduna zaria, Kano Gusau etc

Lot 7:                   Jos Lafia, Kafanchan, Makurdi etc

 

4.       Land Surveying Firms or Consortia to carry out the work of resurveying and/or reestablishment of beacons on some Nigeria Railway Corporation landed properties nationwide.

 

5.       Consultancy Firms or Consortia whose core staff includes registered Architects, Civil/structural Engineers, Mechanical/Electrical Engineers Quantity Surveyors etc. they are to prepare architectural and engineering drawings, bill of quantities as well as supervise buildings, constructions, renovations etc with respect to the following projects.

Lot 1: Project in Lagos and Western zones

Lot 2: Project in South East zones

Lot 3: Project in North Central and North-East-zones

Lot 4: Project in Northern zones

 

6.       Firms or Consortia/ Training outfits to assist in the preparation of a workable organizational structure, schedule of duties, scheme of service, enthronement of new condition of service that will keep the Company at par with similar companies in the property industry.

 

7.       Accounting/ Audit Firms or consortia/ Training etc to assist in the setting up company’s a new Accounting/ Auditing System in order to cope with the ongoing expansion in the company’s activities in line with the global best practices, providing accounting /auditing manuals, accounting coding system for reporting revenue assets and liabilities. It also include providing framework for reporting assets, preparation of stores/inventory recording system as well as providing adequate training for the implementation of the systems.

 

8.       Training institution, professional Firms or Consortia etc to provide on the job intensive training for company staff in the following core areas:

 

  • Administration
  • Legal
  • Estate Management
  • Project management
  • Leadership/ Managerial
  • ICT Training
  • Emergent issue in Public relations
  • Procurement Processes under the 2007 Procurement Act Record keeping office and Filling System.

 

B.      Pre-Qualification Requirements

Interested Firms or Consortia are required to provide the followings:

i.        Certificate of registration/Incorporation with Corporate Affairs Commission (CAC)

ii.       Evidence of registration with the Federal ministry of Works/Federal Ministry of Housing, where applicable

iii.      Current Tax Clearance Certificate for the past three consecutive years

iv.      Evidence of registration with relevant professional bodies

v.       Evidence of having experience in the required technology/ competence for the area being applied for.

vi.      Verifiable list of similar works/projects executed where such technology/competence was successfully applied within Nigeria or internationally with photographs, contract values, and locations evidence of award and actual completion of projects

vii.     Company profile giving details of current activities, management structure, technical experience and list and qualifications of Company’s key personnel

viii.    Certified Annual Turnover and Audited Statements of Accounts for the past three consecutive years

ix.      Evidence of recommendation from Company’s bankers indicating the financial capacity capability to undertake the project if warded

x.       Evidence of compliance with Pension Act where applicable

xi.      Any other information that would be of advantage to the company.

 

C.      Collection of Tender Documents

Bid documents can be collected at the Company Managing Directors’ office upon presentation of certified Bank Draft of a non-refundable fee of N5,000.00 (Five thousand naira) only per LOT in favour of Railway Property Management Company Limited, for items 1 and 5, applicants should apply for only one lot.

 

D.      Submission of Documents

a.       The lot applied for must be clearly stated

b.       Pre-qualification and Tender documents should be submitted in two (2) separate sealed envelopes marked “Prequalification Documents for LOT…. (Stating the name and the lot number) and TENDER DOCUMENTS FOR LOT… (Stating the name and the lot number) at the upper right hand corner of the envelope and drop in the appropriate boxes provided in the Company’s Board room on or before 17th June 2011.

 

All correspondences should be address to:

The Managing Director

Railway Property Management Co. Ltd.

No. 7 Race Course Road

PMB 2418, Kaduna

 

E. Opening of pre-qualification and tender documents pre-qualification/tender documents will be opened on 20th June 2011 by 11.00am prompt at the Railway Property Management Company Ltd Board’s room.

 

IMPORTANT INFORMATION

All intending applicants should please take note of the followings:

a)       Late submission will be rejected

b)      All the job area constitute one lot only except items 3 and 5.

c)       For items 5, interested bidders should not apply for more than one lot

d)      All information requested pre-qualification shall be provided in English Language by all applicants

e)       This Notice shall not be construed to be a commitment on the part of Railway Property Management Company Limited to award any form of contract to any respondent nor shall it entitles any indemnity from the Company

f)       These documents must be delivered on or before 9th June 2011.

 

For further information and/or clarification, please contact: The Company’s Procurement officer

 

Signed

Management

Procurement and Installation of Items at Bureau of Public Enterprises (BPE)

Federal Government of Nigeria

The Presidency

National Council on Privatization

Bureau of Public Enterprises (BPE)

Invitation for Bids (IFB)

Nigeria

Issuance Date: May 5, 2011

 

1.       Federal Government of Nigeria has received a credit from the International Development Association towards the cost of National Energy Development Project (NEDP), and it intends to apply part of the proceeds of this credit to payments under the contract for the Procurement and installation of IT Systems and two project vehicles at BPE. The Bureau of Public Enterprises now invites sealed bids from eligible bidders for the supply and installation of the items listed below.

 

Lot No. Description QTY Delivery period Bid Security Delivery
1 Data Centre raised Floor for Electric Power data Center 58 60 Days 2.5% of the Bid price BPE 11 Osun Crescent, Off IBB Way Maitama Abuja
2 VMware Virtualization System Setup for Disaster Recovery for electric Power Systems Various
3 Network Component (for Setting Up LAN for Electric Power) Various
4 Power Supply System Upgrade/Integration – Ups/Inverter/Stabilizer Various
5 Salon car 1
6 5×4 WD Jeep (SUV) 1

 

 

 

2        Bidding will be conducted through National Competitive Bidding 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.

 

 

3.        Interested eligible bidders may obtain further information from the Bureau of Public Enterprises, 11. Osun Crescent off IBB Way, Maitama Abuja and inspect the bidding documents at the address given below from 8:00 am 4:00pm Local time (Mondays Fridays).

 

 

4.  A complete set of bidding documents in English Language 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 Ten Thousand Naira (N10,000.00) or in a freely convertible currency and in form of cash or Bank Draft payable to the Bureau of Public Enterprises.

 

5.       Bids must be delivered to the address below on or before 11.00am on Friday, June 4, 2011.  All bids must be accompanied by a Bid Security of 2.5% of the bid amount. Late bids will be rejected. Bids will be opened in the presence of bidders or their representatives, who choose to attend at 11.00am on Friday, June 4, 2011 at the address below.

 

6.       The attention of prospective Bidders is drawn to (i) the fact that they will be required to certify in their bids that all systems are produced or guaranteed by the Bidder, and (ii) that violations are considered fraudulent, which is, among other remedies, punishable by potential blacklisting from participation in future World Bank-financed procurement.

 

Director General

Bureau of Public Enterprises

11, Osun Crescent, off IBB Way

Maitama, Abuja

Email: bonagoruwa@bpeng.org

 

Signed

Ms Bolanle Onagoruwa

Invitation for Pre-Qualification Notice to Contractors and Consultants at University of Agriculture, Abeokuta

University of Agriculture, Abeokuta.

Alabata Road, P.M.B. 2240, Abeokuta, Ogun State

Invitation for Pre-Qualification Notice to Contractors and Consultants

 

Introduction

The University of Agriculture, Abeokuta (UNAAB) is desirous of undertaking a Pre-qualification exercise for the under-listed projects. Consequently, the University wishes to invite reputable Contractors to indicate interest in the Pre-qualification for the projects. The projects are as follows

 

S/N

 

Projects Non-Refundable Pre-Qualification Fee
1 Rehabilitation of Ring Road    UNAAB/CW/2011/21

 

N100.000.00
2 Completion of College of Veterinary Medicine (COLVET) Office Block UNAAB/CW/2011/22

 

N20.000.00
3 Fencing of Vice Chancellor’s, Pro-Chancellor’s and Chancellor’s Lodges : Lots (I, 2, & 3) – UNAAB/CW/2011/23

 

N20.000.00 for each Lot
4 Fencing of International Scholars and Resource Centre: Lots (1, 2, & 3)

– UNAAB/CW/2011/24

 

N20.000.00 for each Lot
5 Construction of Road from Health Centre to Vice Chancellor’s, Pro-Chancellor’s and Chancellor’s Lodges and International Scholars and Resource Centre – UNAAB/CW/2011/25

 

N100.000.00
6 Construction of Road from Postgraduate School Junction to the Farm Centre – UNAAB/CW/2011/26

 

N100.000.00
7 Construction of Road from UNAAB International School (UNIS) Junction to the Staff Nursery and Primary School – UNA AB/CW/2011/27

 

N100.000.00
8 Construction of Road from Isolu Second Gate to the Junction of the Farm Centre Road    UNAAB/CW/2011/28 N100.000.00
9 Construction of Road from the farm Centre to Institute for Human Resources Development (INHURD)- UNAAB/CW/2011/29 N100.000.00
10 Construction of Interlocking Car Park for the 2,500 – Seater Auditorium (INHURD)- UNAAB/CW/2011/30 N25.000.00
11 Construction of Earth Road from Institute of Food Security, Environmental Resources and Agricultural Research (IFSERAR) Building to IFSERAR Farm –  UNAAB/CW/2011/31 N25.000.00
12 Electrification of Institute of Food Security, Environmental Resources and Agricultural Research (IFSERAR) farm to IFSERAR Building – UNAAB/CW/2011/32 N25.000.00
13 Construction of Bukateria Building Phase III – UNAAB/CW/2011/34 N20.000.00
14 Rehabilitation of Access Road to works and services Department –UNAAB/CW/2011/34 N25.000.00
15 Fencing of New Females Hostel – UNAAB/CW/2011/35 N20.000.00
16 Construction of Linkway between 2000-Capacity Lecture Theatre & 500 – Seater Computer Laboratory – UNAAB/CW/2011/36 N20.000.00
17 Construction of Interlocking Walkway along the Ceremonial Road: Lots (1&2) – UNAAB/CW/2011/37 N25.000.00 For each Lot

 

 

 

 

 

 

Contractors who have earlier tendered for these projects need not to pay for pre-qualification again as they have been pre-qualified previously.

 

 

Invitation

Contractors are hereby requested to indicate their interest in participating in the Pre-qualification exercise following which only qualified Contractors will be  invited to competitively tender for the works. Intending Contractors are to pay a non-refundable Pre-qualification processing fee as indicated above quoting the project title. Only companies with proven track records on similar works will be qualified to competitively tender for the said Works.

 

 

Pre-Qualification Requirements

To be considered, potential companies are required to collect a Pre-qualification Screening Questionnaire from the DIRECTOR, PHYSICAL PLANNING UNIT.  Intending contractors must submit all the under-listed verifiable documents:

 

 

  1. Evidence of company registration with Corporate Affairs Commission.
  2. Certified true copy of Memorandum and Articles of Association of the company with CAC 07.
  3. Corporate profile, to include List. CVs, and copies of Credentials of company professional and technical staff, indicating qualification and year(s) of cognate experience and registration with necessary professional bodies
  4. Evidence of registration in the appropriate category with the University of Agriculture. Abeokuta.
  5. Evidence of payment of tax for the last three (3 ) years duly stamped.
  6. Copy of VAT registration and evidence of past VAT remittances for completed projects.
  7. Current Company’s audited Statement of Accounts duly stamped by a registered Auditor.
  8. Original Bank Statement for the past Twelve Months.
  9. Bank Reference from reputable Bank with evidence of overdraft Facilities of at least Two Million Naira, and cash at Bank of at least Two Million Naira N2m) for projects (2-4, 10-17) and Five Million Naira

(N5 m) for projects ( 1 , 5-9).

  1. Verifiable evidence of similar jobs successfully executed or being executed within the last Five (5) years, indicating type, cost, location and evidence of award and completion.
  2. List of equipment to be used for the projects, listed as own hired or leased,  with evidence
  3. Company’s registered address, functional contact address, and GSM phone number and e-mail addresses.
  4. Reference letter from Three (3) previous clients of similar projects, satisfactorily completed
  5. Original copies of documents would be requested to be made available for sighting whenever Required.
  6. A sworm Affidavit certifying mat:

 

  • the documents submitted for the pre-qualification exercise are not only genuine but correct
  • the Directors) seeking for pre-qualification had never been convicted by any court of law
  • the company is not bankrupt
  • none of the Officers of UNAAB or BPP is a former or present Director of the company
  1. Evidence of payment of non-refundable Pre-qualification fees.

Submission of Pre-Qualification Documents

The pre-qualification documents arranged in the order listed above are to be submitted in five (5) copies, A4 size, paged and neatly bound and sealed in two envelopes with the outer envelope marked “SECRET Pre-qualification for…”,  (Quoting the appropriate project’s name boldly written on the top right hand corner of the envelope) and delivered to:

 

The Registrar,

University of Agriculture, Abeokuta,

P.M.B. 2240, Abeokuta, Ogun State.

To reach him not later than 20th May, 2011

Important Information

  • This invitation for Pre-qualification is NOT an invitation to tender for the projects.
  • Failure to comply with the above requirements would automatically result in disqualification
  • The University reserves the right to verify the authenticity of any claim made on the pre-qualification documents submitted by companies.
  • The University reserves the right to reject any pre-qualification document and is neither committed nor obliged to give reasons for the rejection of any of the companies responding to this invitation
  • Only contractors that have been pro-qualified and found suitable will be invited t o competitively tender for the projects.

 

 

 

 

(B) Consultants

Request for Proposal for Biometric Identification Card System

For The University Of Agriculture, Abeokuta (UNAAB)

Introduction

The University of Agriculture, Abeokuta is seeking a company. Consultant or Consultants to assist in its desire to implement a biometric identification card system in line with “Agreement for Service” which would typically follow this proposal, assuming the University finds a Consultant that willing and qualified to enter into an agreement with the institution to provide this service and train its staff for its full implementation.

 

 

Situation:

The University currently has an existing non-biometric identification card system which it is poised to change into a biometric system. It has a population of about 10.000 students and a staff of another 2,000. It now requires an update of its staff and student identity card system to comply with modem identification practices using existing technology for a more dynamic system.

Task to be accomplished

Implement the development of the UNAAB staff and student biometric identification system that will incorporate current technology in a unified identification system for current use and plan for its future improvement

 

  • Work with a task force of members of UNAAB ICT Resource Centre, MIS staff to Implement the biometric identity card system for use for general identification all over the campus, particularly at the Health Centre, University Library and for Examination purpose.
  • Implement  a biometric identification system that will incorporate modern security features and elements that will guarantee the safety of the staff and student data to be entrusted in them.

 

How to submit a proposal

Intersted companies should submit a FRESH, well illustrated proposal of your biometric identity card system, spelling out the following among others:

  1. Describing the qualifications (or the qualification of the team of Consultants) of how the tasks described above would be carried out.
  2. Details of the features of your company’s biometric identification system in terms of functions use accessories, benefits and implementation scheme.
  3. A firm all-in estimate of take-off costs and other fees to be charged, and an estimate of the additional expenses that would be incurred for a student population of 10.000 and staff of 2.000. (We do not want any hidden cost that is not spelt out).
  4. Resume of all Consultants who would be involved in the project.
  5. Names, phone numbers and contact of at least three non-profit organizations who have been your clients during the last 18 months, whom we can call on as references.

 

 

 

Interviews with short-listed companies will be held as soon as the proposals are received and analyzed.

 

 

Proposals should be delivered to:

The Registrar,

University of Agriculture, Abeokuta,

P.M.B. 2240, Abeokuta, Ogun State.

 

 

To Reach him not later than 20th May, 2011

 

 

 

Signed:

Adeleke Adeboye

Ag. Registrar

Invitation for Submission of Pre-Qualification and Commercial Bid Documents in Respect of year 2010 Education Trust Fund (ETF) Special Intervention Projects at Institute of Management and Technology, Enugu

Institute of Management and Technology, Enugu

Invitation for Submission of Pre-Qualification and Commercial Bid Documents in Respect of year 2010 Education Trust Fund (ETF) Special Intervention Projects

 

The Institute of Management and Technology (IMT), Enugu intends to engage in the following projects under the Year 2010 Education Trust Fund (ETF) sponsored Special Intervention Projects:

 

 

Lot 1a:        Construction of School of Engineering Complex

Lot 1b:        Furnishing of School of Engineering Complex

Lot 2a         Construction of School of Technology Complex

Lot 2b:        Furnishing of School of Technology Complex

Lot 3a:        Construction of Central Library

Lot 3b:        Furnishing of Central Library

Lot 4a:        Construction of Center for Entrepreneurial studies

Lot 4b:        Furnishing of Center for Entrepreneurial studies

Lot 5:                   Equipping the School of Engineering Laboratories

 

 

Interested reputable Manufacturers, Suppliers and Building Contractors with relevant cognate experience and good track record of performance are hereby invited to submit pre-qualification and Commercial Bid Documents. The pre-qualification documents should include the following:

 

 

  1. Profile of Company with list of key personnel and their respective resume
  2. Copy of Certificate of incorporation/ Evidence of Registration with Corporate Affairs Commission,
  3. Evidence of registration with the Federal Ministry of Works as a contractor in the appropriate category.
  4. Evidence of registration as a contractor with the Institute of Management and Technology (IMT), Enugu.
  5. Evidence of Financial Capacity  reference from a reputable bank indicating credit worthiness and readiness to obtain financial cover/liability and guarantee.
  6. Verifiable experience in works of similar nature and scope wit h evidence of award and actual completion of projects.
  7. Tax Clearance Certificate for the immediate past three (3) years.
  8. VAT Certificate and past VAT remittances for the immediate past three (3) years.
  9. Evidence of payment of Education Tax.

10. Audited statement of account for the immediate past three (3) years.

11. Details of plants and equipment including machines owned or to be hired,

12. Evidence of collaboration and technical support from manufacturers of the equipment to be supplied.

13. A Sworn Affidavit disclosing (l) Whether or not any officer of the relevant Committees of the Institute of Management and Technology, Enugu is a former or present director, shareholder of the Company, or has any pecuniary interest in the bidder or bid. (2) No director of the Company had been convicted for criminal offence. (3) All information in the bid is correct in all respects to the best knowledge of the bidder.

14.  Any other documents/ information to support application.

15. Original documents should be available for sighting on demand during or after the opening of the pre-qualification documents.

 

 

 

Please note that the Institute reserves the right to reject all or any of the pre-qualification submissions) that fall(s) to meet the expected standard.

 

 

A copy of the Tender Documents can be obtained from the Office of the Registrar, institute of Management and Technology (IMT) Enugu, upon payment of non-refundable tender fee of Thirty Thousand Naira (N30.000) only, per lot, in bank draft drawn in favour of the institute of Management and Technology (IMT), Enugu.

 

 

Each Tender should be wax sealed and forwarded under Confidential Cover in two separate envelopes, one marked Pre-qualification Documents” and the other marked “Tender indicating in full the Lot of preference at the Top Left Corner of the envelopes and addressed to:

The Registrar,

Institute of Management and Technology (IMT),

Campus I,

P.M.B 1079,

Independence Layout,

Enugu.

 

To reach him not later than 12.00noon on Tuesday 17th May, 2011.

 

All bids will be opened immediately after the closure of bidding at 1.00pm on the said date, Tuesday 17th May, 2011 in the Council Chambers of the Institute of Management and Technology (IMT) Enugu, This serves as invitation to interested bidden and the public to witness the bid opening,

 

 

Important Notice

Please note that this publication shall not be construed as a commitment on the part of the Institute of Management and Technology (IMT) Enugu, nor shall it entitle the bidder to make any claims whatsoever and to seek any form of indemnity from the Institute by virtue of such bidder having responded to this publication.

 

 

 

Please note also that the Institute is not obligated in any way to the bidders. Only successful bidders will be contacted.

 

 

Signed

Barr. Barth. O. Ezea

Registrar