Invitation to Tender for the Construction of a Sugarcane Bio-factory Green-House at National Sugar Development Council, Abuja

National Sugar Development Council, Abuja

Invitation to Tender for the Construction of a Sugarcane Bio-factory Green-House at Institute of Agricultural Research (IAR), Samaru, Zaria.

 

1.0  Introduction

THE NSDC has signed a Memorandum of Understanding with the Institute of Agricultural Research (IAR), Samaru, Zaria, for the establishment of a Sugarcane Bio Factory.

Under the terms of the MOU, IAR, Samaru would provide the land while the NSDC would fund the establishment. To this end, the Management of the National Sugar Development Council

(NSDC) hereby invites reputable and competent Construction Companies with experience in the construction of Green-house to tender for the construction of the Sugarcane Bio-factory

Green House at IAR, Zaria.

 

2.0  General Requirement

Construction Companies wishing to carry out the above job should submit the following:

i)       Registration with CAC

ii)      Current Tax Clearance Certificate

iii)     Evidence of registration with COREN

iv)     Evidence of compliance with provisions of the Pensions Reforms Act, 2004

v)      Quotation should also indicate completion period for the job

vi)     The quotation should be inclusive of all taxes.

 

3.0   Tender Instructions

Interested contractors should obtain Bid Documents from the Secretary, Tender’s Board of the National Sugar Development Council as from 12 Noon. Monday 28th February, 2011 after payment of a non-refundable fee of N10,000 (Ten thousand naira only).

 

4.0  Submission of Bid Documents

The completed Tender Documents with a copy of the receipt of Tender fee shall be submitted in a sealed envelope and marked ‘Bio Factory Green house’ at the top right corner of the envelope and addressed to:

 

The Executive Secretary

National Sugar Development Council

5, Ndola Crescent,

Off Michael Okpara Street,

Zone 5,Wuse,

P.M.B 299, Garki,

Abuja.

 

Deadline for the submission of completed Tender Documents is 11th April 2011 by 4.00pm while the date of bid opening will be Tuesday 12th April 2011 at 11am  in the Meeting Room of NSDC 5, Ndola Crescent. Off Michael Okpara Street. Zone 5. Wuse. Abuja.

 

Signed

MANAGEMENT

Execution of Projects at Council for the Regulation of Engineering in Nigeria

Council for the Regulation of Engineering in Nigeria

No.2 Addis Ababa Crescent, Wuse Zone 4 Abuja.

Invitation to Tender

Preamble

The Council for the Regulation of Engineering in Nigeria (COREN) hereby invites interested and reputable contractors to Tender for the following projects:

 

2.0  Areas to Tender

  • Renovation of COREN Zonal Offices
  • Construction of new COREN Zonal Offices
  • Provision of Office Equipment
  • Provision of Office Furniture
  • Production of Engineering Assembly Bags and other materials
  • Production of COREN Register for Engineering Personnel and Firms
  • Purchase of Utility/Pool Vehicles
  • Provision of Catering Services for Engineering Assemblu
  • Production of stamp Seals and Certificates
  • Provision of Cleaning Services.

 

3.0  Requirements

i)       Evidence of Registration with Corporate Affairs Commission (CAC)

ii)      Tax Clearance Certificate for the past three (3) years viz 2007, 2008 and 2009

iii)     Value Added Tax. Registration Certificate

iv)     Tax PIN number from Inland Revenue Service

v).     Company Profile indicating key personnel with years of  relevant experience

vi)     Verifiable evidence of audited accounts for the past three (1) years

vii)    Verifiable evidence of financial capability to execute the job

viii)   Verifiable evidence of similar works successfully completed within the last  five years, attaching photocopies of award letter and job completion Certificates

ix)     Letter of attestation from a reputable Bank.

 

4.0  Collection and Submission of Tender Documents

Tender documents can be obtained at Coren Head office after payment of tender fee of appropriate amount

All completed Tender documents should be submitted in a sealed envelope and must

 

The Secretary,

Procurement Planning Committee.

Council for the Regulation of Engineering in Nigeria (COREN)

No. 22 Addis Ababa Crescent

Wuse Zone 4, Abuja,

09-2904584,08037001258

 

On or before 14th March, 2011.

 

Note:

i)       The “Submission of Tender” shall not be a commitment on the part pf COREN. It shall not entitle the tenderer to make any claims whatsoever or seek for any remedy/indemnity from COREN by virtue of such tender having responded t this advert

ii)      Late submission will not be accepted

iii)     Submission should be very clear on the areas of specialization(s) of interest.

 

Signed

Registrar COREN

21ST February. 2011.

Invitation to Tender for the Purchase of Project Vehicles at Nigerian Electricity Regulatory Commission (NERC)

Nigerian Electricity Regulatory Commission

Adamawa Plaza

Plot 1099, First Avenue, Off Shehu Shagari Way, CBD, P.M.B 136, Garki- Abuja

Tel: 09-6739658,6723206 Fax: 09-5231938

Website: www.nercng.org Email: info@nercng.org

Invitation to Tender for the Purchase of Project Vehicles

 

The Nigerian Electricity Regulatory Commission (NERC) wishes to invite bids for purchase of project vehicles from reputable companies with good track record of performance and experience in sales service of Motor Vehicles of various types as indicated below under each lot.

 

2. Scope of Work

 

S/No. Description QTY Bid Security Deliver Period Delivery Destination
Lot 1 Supply of  1.8cc Litre engine capacity salon car full option with Automatic Transmission,

Leather Seats AC, ABS, CD.

8 2% of the bid price in certified bank Cheque/Draft/Bond. 4 weeks from the date of contract award

 

NERC Headquarters,

Abuja

Lot 2 Supply of  1.8cc Litre engine capacity salon car full option with Automatic Transmission,

Fabric Seats AC, ABS, CD.

4 2% of the bid price in certified bank Cheque/Draft/Bond. 4 weeks from the date of contract award

 

NERC Headquarters,

Abuja

Lot 3 Supply of 3.5 litre V6 engine capacity salon care, full option with, Double Exhaust, Automatic Transmission, Leather Seats. 5 2% of the bid price in certified bank Cheque/Draft/Bond. 4 weeks from the date of contract award

 

NERC Headquarters,

Abuja.

Lot 4 Supply of 2.4cc litre V6 engine capacity Salon car, full option with, Double Exhaust, Automatic Transmission, Leather Seats. 2 2% of the bid price in certified bank Cheque/Draft/Bond. 4 weeks from the date of contract award

 

NERC Headquarters,

Abuja.

Lot 5 Supply of 4WD Hilux Double Cabin Pickup Van or its equivalent for carrying goods. 2 2% of the bid price in certified bank Cheque/Draft/Bond. 4 weeks from the date of contract award

 

NERC Headquarters,

Abuja.

Lot 6 Supply of LC 200, Auto, 8 Seater, Petrol, Airbags , CD keyless or its equivalent 1 2% of the bid price in certified bank Cheque/Draft/Bond. 4 weeks from the date of contract award

 

NERC Headquarters,

Abuja.

Lot 7 Supply of 16-seater Bus, Petrol Engine with A/C and high roof. 7 2% of the bid price in certified bank Cheque/Draft/Bond. 4 weeks from the date of contract award

 

NERC Headquarters,

Abuja.

 

3.  Conditions for Eligibility

All bids must be accompanied with the following:

  • Evidence of Firm Registration with Corporate Affairs Commission (CAC) in Nigeria
  • The current 3 years Tax clearance Certificate of the Company (2008-2010)
  • The Company’s audited accounts for the last three years (2008-2010)
  • Evidence of financial capacity or bank support to undertake the project
  • Evidence of VAT registration remittance
  • Evidence of compliance with Pension Act, proof of remittances to PFCs and PFAs.
  • Evidence of having carried out similar supply within the past three years.
  • Sworn affidavit to indicate that the company is not in receivership and none of its directors were ever convicted of fraudulent activity.

 

Firms will be selected in accordance with the procedures set out in the Public Procurement Act 2007; public procurement Regulations for goods.

 

4.  Submission of Tender Documents

Three bound copies (one original and two copies) of the tender documents which should include full specifications and offer prices (including terms of warranty and validity period) must be submitted on or before 12 noon on Monday 14th March, 2011 in separate sealed envelopes for each lot clearly marked “Tender for NERC Project Vehicles Lot…” and addressed to:

 

The Chairman,

Nigerian Electricity Regulatory Commission

Adamawa Plaza,

Plot 1099, First Avenue,

Central Business District, Abuja.

 

The bidding documents can be obtained from the NERC procurement Unit upon payment of N20,000.00 cash to the Account Division of the  Commission and presenting a receipt for the payment.

 

The tender is to be dropped in NERC Secretariat Unit in room 203 on the second floor of Adamawa Plaza. Companies dropping tenders are expected to sign the tender register before dropping the tenders. Submission of tenders by post or courier will not be acceptable, and any tender received after the required time and date shall be considered late and rejected. Further requisite information required can be obtained from the Head of procurement Unit at the above NERC address. Enquiries could also be made by email sent to procurement@nercng.org or by phone to the number: 08086312121.

 

5.  Opening of the Tenders

Tenders shall be opened immediately after the close of  submission in the presence of representatives of bidding firms that choose to attend. The names of the successful companies shall be posted on NERC’s notice board and the Corporate Website.

 

6.  Additional Information

i)       Failure to satisfactorily fulfill above conditions will result to invalidation of such tender

ii)      NERC shall reserve the right to cancel the qualification process and reject all the bids to recommence later,

iii)     NERC shall reserve the right to verify the authenticity of claim(s) made by the tendering parties

iv)     NERC shall reserve the right to reject any submission based on unverifiable information

v)      All costs incurred as a result of response to this invitation and any subsequent requests for information shall be fully borne by the responding firm.

vi)     This advert also serves as invitation to any interested members of the general public who may wish to witness the opening exercise.

 

Signed

Management

Consultancy Services for Preparation of Environmental Impact Assessment (EIA) for the Rehabilitation of Roads

Federal Ministry of Works Road Sector Development Team (RSDT)

Request for Expressions of Interest

The Federal Government of Nigeria (hereinafter called “Borrower”) has applied for financing from the International Development Association (IDA) (hereinafter called “loan) and intends to apply part of the proceeds of the credit to make payments under contract for:

Consultancy   Services   for   Preparation   of Environmental Impact Assessment (EIA) for the   Rehabilitation of the following roads:

 

I.            Mokwa-Bida Road        –        121km (-ditto-)

II.            Gombe – Biu Road        –        117km (-ditto)

III.            Akure – Ilesha Road      –        74km   (-ditto)

 

 

The services include description of proposed projects, review of environmental assessment requirements/regulations, description of the environment, determination of the potential impacts of the proposed projects,

Analysis of alternatives of the proposed projects, development of Environmental Management Plan (EMP) to  mitigate negative Impacts, Institutional arrangement for the implementation of EMP, monitoring and evaluation, and public information and consultation.

 

The Road Sector Development Team (RSDT) on behalf of the Federal Ministry of works, now invites eligible consultants to indicate their interest in providing the services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability in appropriate skills among staff etc. Consultants may associate to enhanced their qualifications.

A consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment   of Consultants by the World Bank: May 2004.

Interested consultants are required to clearly indicate which road they interested, as each road will have a separate scope of services.

Further information may obtain at the address below during office hours 9:00 am. and 4:00 p.m

 

Expression of Interest must be delivered to the address below not later than

4.00pm local time, 28 March , 2011

Federal Ministry of Works,

Road Sector Development Team

6, Niagara Falls close, off Erie Crescent, off Nile Street,

Maitama, Abuja.

Attn: Engr. Lawal A. Audi

Tell: 09-2910385, 09-2910383

E-Mail: lawalaudi@rsdt.gov.ng

 

Fore more information please visit our website: www.Rsdt.gov.ng

 

Consultancy Services for preparation of Abbreviated Resettlement Action Plan (ARAF) for the Rehabilitation of Roads

Federal Ministry of Works Road Sector Development Team (RSDT)

Request for Expressions of Interest

The Federal Government of Nigeria (hereinafter called “Borrower”) has applied for financing from the International Development Association (IDA) (hereinafter called “loan) and intends to apply part of the proceeds of the credit to make payments under contract for:

Consultancy Services for preparation of Abbreviated Resettlement Action Plan (ARAF) for the Rehabilitation of the following roads:

 

I.            Mokwa-Bida Road        –        121km (-ditto-)

II.            Gombe – Biu Road        –        117km (-ditto)

III.            Akure – Ilesha Road      –        74km   (-ditto)

 

The services include identification of project impacts and affected populations through the following; thematic maps; census enumerates the affected people and registers them according to location; an inventory of lost and affected assets at the household, enterprise, and community level; socioeconomic surveys and studies of all affected people; analysis of survey and studies to establish compensation parameters to design appropriate income restoration and sustainable development initiatives; identifying  baseline   monitoring   indicators;   consultation  with affected populations regarding mitigation of effects and opportunities and establish a “cut-off date” after which any new structures or arrivals along the Rights of Way will be barrel from benefiting from the  re-planning or resettlement exercises.

The Road Sector Development Team (RSDT) on behalf of the Federal Ministry of Works, now invites eligible consultants to indicate their interest in providing the services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability in appropriate skills among staff, etc.). Consultants may associate to enhance their qualifications.

 

 

 

A consultant will be selected in accordance with the procedures set out in the   World   Bank’s   Guidelines: Selection and Employment of consultants by the worldBank: may 2004,

 

Interested consultants are required to clearly indicate which road they interested, as each road will have a separate scope of services.

Further information may obtain at the address below during office hours 9:00 am. and 4:00 p.m

 

Expression of Interest must be delivered to the address below not later than

4.00pm local time, 28 March , 2011

Federal Ministry of Works,

Road Sector Development Team

6, Niagara Falls close, off Erie Crescent, off Nile Street,

Maitama, Abuja.

Attn: Engr. Lawal A. Audi

Tell: 09-2910385, 09-2910383

E-Mail: lawalaudi@rsdt.gov.ng

Fore more information please visit our website: www.rsdt.gov.ng