Procurement of Goods and Services at Ahmadu Bello University, Zaria

Ahmadu Bello university Zaria

Invitation to Pre-qualification and Tender for ETF

Intervention Projects in Ahmadu Bello University Zaria

  1. The Management of Amadu Bello University Zaria hereby invites reputable and competent Companies to apply for Pre-Qualification and Tender in respect of the following projects:

ETF Special Intervention in the Faculty of Veterinary Medicine

Lot 1: Upgrade of ICT Facilities in the Faculty of Veterinary Medicine. ETF Project No. ABUN/Zaria/BO-Sp/ETF/10/01 for ICT Specialist Companies Only

ETF Special Intervention in the Department Of History

Lot 2: production of manuscript in the Northern History Research Scheme (Post Graduate Library) into Soft copies, Editing, Indexing and Printing of the Sixteen (16) Volumes of Manuscript. ETF Project No. ABU/ZARIA/BOT-SP/ETF/10/01

Lot 3: Procurement of 1No. Toyota Hiace D 15, SWAC Standard Roof Bus with Factory Built A/C, ETF Project ABU/ZARIA/BOT-SP/ETF/10/02

Year 2007-2009 (MERGED) ETF NORMAL INTERVENTION PROJECTS

Lot 4: Procurement of Teaching and Research Equipment for Multi-User Science Research Laboratory; ETF Project No. ABU/ZARIA/ETF/07-08-09/03

Lot 5: Procurement of Teaching and Research Equipment for Geography Department: ETF Project No. ABU/ZARIA/ETF/07-08-09/05

Procurement of Workshop Equipment for Water Resources and Environmental Engineering Department; ETF Project No. ABU/ZARIA/ETF/07-08-09/06

Lot 6: Procurement of Laboratory Equipment for Department of Human Anatomy; ETF Project No. ABU/ZARIA/ETF/07-08-09/07

2.       Technical Bid:

The Pre-qualification documents should include:-

a)     Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC)

b)    Company current Registration with Ahmadu Bello University and/or FWRB/FME/FMH/FMW in the relevant category C or D

c)     Company Current Tax Clearance Certificate for the last three (3) years (2007-2009)

d)    Company Audited Account for the last three years (2007-2009) including annual turn-over.

e)     VAT registration and evidence of remittances in the last three years (2007-2009) to be attached

f)      Evidence of Financial capability to execute the projects Bank reference and a letter of credit facility from a reputable Commercial Bank with a commitment to provide loan facility for the execution of the contract if eventually won.

g)     List of similar, verifiable and successfully executed projects or  ongoing by the company with letters of award and companies certificates, in the last five years 2005-2010 only. Letters of award and interim certificates of payment should be attached for projects that are ongoing.

h)    List of Managerial key Technical and Administrative Staff of the Company which should include names, curriculum vitae and copies of certificates for each key staff.

i)       List of Equipment owned or on lease hold by the company relevant for smooth execution of the project. Evidence of ownership and pictures with company Logo is an added advantage.

j)       Evidence of remittance of pension contribution for staff of the company from reputable 6(d) of the Public Procurement Act, 2007

k)    Any additional information that may enhance the bidder’s chance

3.       The Pre-qualification Form and the documents which are available at the University’s Estate Department will be issued each Contractor upon presentation of a payment receipt after making the required payment of the non-refundable processing fee to the Ahmadu Bello University, Main Campus Cash Office for this exercise as follows:

A non-refundable fee of N10,000.00 (Ten thousand naira only) for Pre-qualification.

N10,000.00 (Ten thousand naira only) each as Tender processing fee for Lot. “1”, Lot “3”, and Lot “5”. N20,000.00(Twenty Thousand Naira only) each for Lot. 2 and Lot “6”. And N0,000.00 for Lot “4”. Contractors are entitled to a maximum of two Lots only.

The completed Pre-qualification and bid documents must be in sealed envelope and the title of the project tendered for should be marked clearly. Photocopies of the payment receipt should be enclosed.

4.       Submission of Pre-Qualification /Tender Documents

The pre-qualification and bid documents should be addressed to:-

The Registrar, Ahmadu Bello University Samaru-Zaria and to be deposited in the designated tender box at the office of the Director, PP&Ms, Estate Department, ABU Zaira. The receipt of pre-qualification and bid documents will close on 7th March 2011 at 12:00noon. All bids will be opened at 1.30pm the same day in the presence of bidders or their representative at the Estate Department, Conference Room, A.B.U. Zaria.

5        Please Note

  1. Submission of pre-qualification documents to ABU Zaria is neither a commitment nor an obligation to award contract to any Contactor or his agent.
  2. Advertisement for Invitation for expression of interest for pre-qualification and Tender Bidding should not be construed as a commitment to make any claims whatsoever or seek any indemnity from ABU Zaria.
  3. Due diligence would be following as all documents submitted would be verified. Past executed works, contractors offices, Plants and Equipment may be visited for verification. Any discrepancies found would summarily disqualify the Contractor.

Dr. Isah Mohammed Addass

Registrar & Secretary to Council

Procurement of Motorcycles and office Equipment at National Programme for Food Security (NPFS)

Federal Government of Nigeria

Federal Ministry of Agriculture and Rural Development

National Programme for Agriculture and Food Security (NPAFS)

National Programme for Food Security (NPFS)

(Islamic Development Bank support to NPFS)

IDB Financing Number: NGR (UNI-0031)

Invitation for Bids

Bid Issuance Date: 21st February, 2011.

IFB No.: NPFS/IsDB/NCB/03/11

1. The Government of the Federal Republic of Nigeria has received a credit from the Islamic Development Bank (IsDB) in various currencies towards the cost of National Programme for Food Security Programme. It is intended that part of the proceeds of this credit will be applied to eligible payments under the contract for the Procurement of Motorcycles and office Equipment

The National Programme for Food Security Programme now invites sealed bids from eligible bidders for the Procurement of Tractors and Vegitable Seeds. Bids will be considered, evaluated and awarded as a whole Lot. Bids for part of a lot will be considered non responsive.

2.       Bidding will be conducted through National competitive Bidding Procedures specified in the Islamic Development Bank’s Guideline: Procurement under Islamic Development Bank (IsDB) Credits, and is open to all bidders from eligible source countries as defined in the  Guidelines.

3.       Interested eligible bidders may obtain further information from the  National Programme for Food Security (NPFS) and inspect the  bidding documents at the address given below from 11.00am to 4.00pm daily, Mondays to Fridays.

The National Programme Coordinator,

National Programme for Food Security (NPFS)

127 Adetokunbo Ademola Crescent

Wuse II, Abuja.

Attention: NPFS Procurement Unit

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 nonrefundable fee for the sum of Twenty Thousand Naira (N20,000.00) in form of bank draft or cash payable to National programme for Food security (NPFS). The document will be sent by courier service or collected by hand.

5.       Bids must be delivered to the addres in paragraph (3) above at or before 12.00 noon on 25th March, 2011. All bids must accompanied by a Bid Security of not less than 2.0% of the bid amount. Late bids will be rejected. Bids will be opened in the presence of bidders’ representatives who choose to attend at 12.00noon on 25th March 2011, at the conference room, National Programme for Food Security (NPFS) 127 Adetokunbo Ademola Crescent Wuse II, Abuja F.C.T All bid enquiries are to be directed to the office of:

Project Officer National Programme for Food Security (IDB Financing)

127 Adetokunbo Ademola Crescent

Wuse II, Abuja.

Tel: +2348033119396

Email: Benjamin_ajibade@yahoo.com ,

abdulazizmuhammad@ymail.com

Procurement Officer- Tel: 0806951576

Signed

National Programme Coordinator

National programme for Agriculture and  Food Security (NPAFS)

Abuja.

Consultancy for Design of a Communication and Outreach Strategic Plan at Nigeria Extractive Industries Transparency Initiative (NEITI)

Nigeria Extractive Industries Transparency Initiative (NEITI)

Reissuance

This notice replaces the notice published in Thisday, the Guardian, and Daily Trust with issuance Date 14th February, 2011 on the consultancy Service entitled “ Consultancy for the Design and implementation of a communication and Out reach Strategy.

The Presidency

The Nigeria Extractive Industries Transparency Initiative (NEITI)

Federal Republic of Nigeria

Nigeria Phase II: EITI Implementation

Consultancy for Design of a Communication and Outreach Strategic Plan

Trust Fund Number: 95381.

Request for Expressions of Interest.

Issuance Date: Monday, 21st February, 2011.

The Federal Government of Nigeria (FGN) has obtained a grant from the EITI Multi-Donor Trust Fund (MDTF) to be administered by the Nigeria Extractive Industries Transparency Initiative NEITI) Secretaries NEITI is the Nigerian subset of a global initiative aimed at following due process and achieving transparency in payments by Extractive Industry (EI) companies to governments and government-linked entities. NEITI intends to apply part of the proceeds of this grant to payments under contracts for provision of a communications and outreach strategic plan development consultancy services.

The services required include but are not limited to:

  • Conducting an assessment and review of the NEITI Communications strategy, past and  current action work plans; and pat communication implementation initiatives;
  • Developing communications and outreach strategic plans as well as an action oriented implementation plan;

This assignment may last for a period of 2 months from the time of contracting.

Submission of Expression of Interest (EOIs)

NEITI now invites eligible consultants with expertise in developing and managing communications and outreach programs to indicate their interest in providing the above –mentioned services. Interested consultants can apply as a consortium and each firm/consortia must include consultants with relevant working experience in communication strategy development and management covering media, branding, advertising, marketing and the multimedia

Interested consultants must provide information indicating that they are qualified to perform the services:

  • Profile of Firms/consortium (local/foreign) including ownership structure of firms making up the consortium
  • Description of similar assignments executed/under execution by the firm/consortium. This should cover the role played by the consortium member(s) in (A) developing and preparing action-oriented communication and outreach strategies; and (B) Managing the process for the implementation of communication and outreach strategies.
  • Availability of appropriate skills among staff;
  • Experience in Nigeria and in other developing countries in similar conditions;
  • Evidence of alliance/partnership between consortium members
  • Information on Legal status of the Firm or Consortium.

Consultant may associate to enhance their qualification

Evaluation of competence and qualification of firm will be undertaken on the basis of aforementioned requirements to be met by the consultant’s team.

A consultant 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, published in May 2004 (current edition).

Interested consultants may obtain further information at the address below during office hours. One original and five copies of the  Expression of Interest (EOI) must be delivered to the address below on or before 7th March, 2011 by 5.00pm in a sealed envelope clearly marked “Expressions of  Interest for Developing a Communication and  Outreach strategy for NEITI” .

To:

The Executive Secretary,

Nigeria Extractive industries Transparency Initiative, NEITI Secretariat,

1, Zambezi Crescent

Off Aguiyi Ironsi Street

Maitama, Abuja, Nigeria

Phone: +234-9-2906545

Email: procurement@neiti.org.ng

Website: http://www.neiti.org.ng

Only shortlisted consultants will be contacted.

Procurement of Tractors and Vegetable Seeds at National Programme for Food Security (NPFS)

Federal Government of Nigeria

Federal Ministry of Agriculture and Rural Development

National Programme for Agriculture and Food Security (NPAFS)

National Programme for Food Security  (NPFS)

(Islamic Development Bank support to NPFS)

IDB Financing Number: NGR (UNI-0031)

Invitation for Bids

Bid Issuance Date: 21st February, 2011.

IFB No.: NPFS/IsDB/NCB/01/11

1. The Government of the Federal Republic of Nigeria has received a credit from the Islamic Development Bank (IsDB) in various currencies towards the cost of National Programme for Food Security Programme. It is intended that part of the proceeds of this credit will be applied to eligible payments under the contract for the Procurement of Tractors and Vegetable Seeds.

The National Programme for Food Security Programme now invites sealed bids from eligible bidders for the Procurement of Tractors and Vegetable Seeds. Bids will be considered, evaluated and awarded as a whole Lot. Bids for part of a lot will be considered non responsive.

2.       Bidding will be conducted through National competitive Bidding Procedures specified in the Islamic Development Bank’s Guideline: Procurement under Islamic Development Bank (IsDB) Credits, and is open to all bidders from eligible source countries as defined in the  Guidelines.

3.       Interested eligible bidders may obtain further information from the  National Programme for Food Security (NPFS) and inspect the  bidding documents at the address given below from 11.00am to 4.00pm daily, Mondays to Fridays.

The National Programme Coordinator,

National Programme for Food Security (NPFS)

127 Adetokunbo Ademola Crescent

Wuse II, Abuja.

Attention: NPFS Procurement Unit

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 nonrefundable fee for the sum of Twenty Thousand Naira (N20,000.00) in form of bank draft or cash payable to National programme for Food security (NPFS). The document will be sent by courier service or collected by hand.

5.       Bids must be delivered to the addres in paragraph (3) above at or before 12.00 noon on 25th March, 2011. All bids must accompanied by a Bid Security of not less than 2.0% of the bid amount. Late bids will be rejected. Bids will be opened in the presence of bidders’ representatives who choose to attend at 12.00noon on 25th March 2011, at the conference room, National Programme for Food Security (NPFS) 127 Adetokunbo Ademola Crescent Wuse II, Abuja F.C.T All bid enquiries are to be directed to the office of:

Project Officer National Programme for Food Security (IDB Financing)

127 Adetokunbo Ademola Crescent

Wuse II, Abuja.

Tel: +2348033119396

Email: Benjamin_ajibade@yahoo.com ,

abdulazizmuhammad@ymail.com

Procurement Officer- Tel: 0806951576

Signed

National Programme Coordinator

National programme for Agriculture and  Food Security (NPAFS)

Abuja.

Pre-qualification of Contractors for year 2011 HV Transmission Lines and Associated Transmission Substations at Transmission Company of Nigeria (TCN)

Transmission Company of Nigeria (TCN)

Public Notice

Pre-qualification of Contractors for year 2011 HV Transmission Lines & Associated Transmission substations

Introduction

The Federal Government of Nigeria, through the Transmission Company of Nigeria (TCN), intends to construct the following new transmission lines and substations to improve electricity supply in the country.

Transmission Lines/Substations

Lot 2011-1:          2nd Kaduna-Kano 330KV DC transmission line

Lot 2011-2 Delta-Port Harcourt 330KV transmission line

Lot 2011-3  Yola-Song-Little Gombi-Mubi-Gulak  132KV DC transmission line.

Lot 2011-4 Maiduguri-New Marte-Monguno 132KV DC transmission line.

Lot 2011-5 Obajana-Okeagbe 132KV DC transmission line

Lot 2011-6:          New Heaven-Nkalagu 132KV DC transmission line

Lot 2011-7:          Abakaliki-Amasiri 132KV DC transmission line

Lot 2011-8:          Shagamu-Ayede 132KV DC Transmission line

Lot 2011-9:          New Osogbo-illesha-ife-Ondo 132KV DC transmission line

Lot2011-10:  Yenagoa-Amassoma-Oprpma-Ukubie-Ekawe- Igbumatoro 132KVDC

transmission line

Lot 2011-11: Ugwuaji-Nenwe 132KVDC transmission line

Lot 2011-12: Nenwe-Mpu 132KVDC transmission line

Lot 2011-13: Keffi-Kwo-Kachia 132KV DC transmission line

Lot 2011-14: Omuaran-Egbe 132KVDC transmission line

Lot 2011-15: Benin North-Auchi 132KVDC transmission line

Lot 2011-16: 2x330KV line bays extension each, at Kaduna (Mando) and Kano

(Kumbotso) substations.

Lot 2011-17:        (a)     2x330KV line bays extension each, at Delta and Port Harcourt

Substations;

(b)     2x132KV line bays extension each at New Haven and Nkalagu

substations.

Lot 2011-18:        2x60MVA, 132KV substation at Nnewe and 2x132KV line bays extension

at Ugwuaji substation

Lot 2011-19:        2x60MVA, 132/33KV substation at Ngodo and 2x132KV line bays

extension at Okigwe Substation.

Lot 2011- 20:       2 x 60MVA, 132KV substation at Oporoma and 2x132KV line bays

extension at Yenagoa Substation.

Lot 2011-21:        2 x60MVA, 132KV substation at Igbumatoru and 2 x 132KV line bays

extension at Oproma substation.

Lot 2011-22:        2x60MVA, 132/33KV Substation at Okeagbe and 2x132KV line bay

extension each at Obajana.

Lot 2011-23: 2x60MVA, 132/33KV Substation at Mubi and 2x32KV line bays extension

at  Little Gombi substation

Lot 2011-24:        2x60MVA, 132/33KV Substation at Gulak and 2x132KV line bays

extension at Mubi substation.

Lot 2011-25:        2x60MVA, 132/33KV Substation at Song and 2x132KV line bays

extension at Yola substation.

Lot 2011-26:        2x60MVA, 132/33KV Substation at Little Gombi and 2x132KV line bays extension at Song substation

Lot 2011-27:        2x60MVA, 132/33KV Substation at New Marte and 2x132KV line bays extension at Maiduguri Substation

Lot 2011-28:        2x60MVA, 132/33KV Substation at Monguno and 2x132KV line bays extension at New Marte Substation

Lot 2011-29:        2x60MVA, 132/33KV Substation at Kwoi and 2x132KV line extension at Keffi substation

Lot 2011-30:

(a)     2x132KV line bays extension at New Osogbo Substation

(b)     4x132KV line bays extension at Ilesha substation

(c)      4x132KV line bays extension at Ife substation

(d)     2x132KV line bays extension at Ondo substation.

Lot 2011-31:

(a)     2x132KV line bays extension at IAyede substation

(b)     2x132KV line bays extension at Shagamu substation

Lot 2011-32:        2x60MVA, 132KV Substation at Kachia and 2x132KV line bay extension

at Kwoi substation

Lot 2011-33:        2x60MVA, 132/33KV substation at Ibiono and 2x132KV line bay extension

at UYo

Lot 2011-34:        2x60MVA, 132/33KV substation at Ose and 2x132KV line bays extension

at Ondo substation.

Pre-Qualification

To pre-qualify, Engineering, Procurement & Construction (EPC), companies are required to provide the following:

(1)     A copy of Certificate of Incorporation in Nigeria (Forms C07must be attached) or overseas

(2)     Company profile including

  • Populated organizational and key professional staff with relevant experience on high voltage power lines and  substations
  • Availability of requisite and appropriate skills among key staff and persons to be engaged in the project.
  • Record of Quality Assurance/Quality Management System to be implemented
  • Names of Company MD/CEO, Directors, supported with Form C02, their individual address, phone numbers and curriculum vitae should also be attached.

(3) Evidence of having successfully completed two (2) similar projects within the past five years and/or details of ongoing projects. Final Taking Over Certificates/ Certificates of Performance from Clients including names, evidence of payment for such projects, addresses, e-mails and phone numbers of contact persons on each project must be attached.

(4) Where a company is a Joint Venture (JV), the lead partner shall be the more technically experienced member (having higher magnitude of works and services) with higher financial standing. Evidence of this must be clearly indicated. The responsibilities of each partner shall be clearly defined in the JV arrangement, which shall not change  during the project execution duration. The JV agreement must be signed by the Chief Executives of the JV and witnessed by a Notary Public. Each member company must be severally and jointly liable under the JV agreement which must be attached.

The lead partner shall provide all Advanced payment Guarantees (APGS) and performance Bond for Payments for the Contract.

(5) A firm can only be partner in only ONE JV or Consortium. Bids submitted by JVs or Consortia, including the same firms as  partners will be rejected.

(6) Evidence of local content plan, training plan for local engineers, including evidence of indigenous staff involvement in jobs done in Nigeria and Company’s facilities in Nigeria for execution of services.

(7) Any other relevant information which may assist in enhancing the profile of the applicants

Collection of pre-qualification document is free.

Certified Audited Account and Tax Clearance

The applicant MUST submit a certified Audited Account of the  company, along with the corresponding 3 years Tax Clearance Certificate which shall be verified and the original sighted on demand.

Important Information

1)    TCN will verify claims by companies, including office location and equipment. Interested bidders are therefore, advised to include in their submissions necessary information, authority and guarantee for such verification.

2)    Only technically pre-qualified contractors will be invited to submit financial proposals

3)    Contractors presently engaged in either TCN, PHCN, PMU or NIPP projects can also apply but should note that any contractor executing two or more projects (not Lots or Contracts) collectively not up to 75% complete, should not apply. Certified progress reports from the client shall be required as  evidence.

4)    Any contractor engaged in TCN, PHCN, PMU, or NIPP project whose performance is unsatisfactory will not be pre-qualified.

5)    Companies known to be consultants or partners to consultants with TCN, PHCN, PMU and NIPP need not apply as EPC contractors under this pre-qualification exercise.

6)    Contractors with litigation history/petitions with either TCN, PHCN, PMU or NIPP will not  be pre-qualified.

7)    No EPCC Contractor can win more than two (2) Lots

8)    TCN reserves the right to categorize applicants for 330KV or 132KV projects based on their  experience.

9)    Contractors with substantial manufacturing capacity will be given higher consideration.

10)                       Final agreement will be signed only in the name  of the lead partners

11)                       A local partner who has participated in a JV with active involvement in two or more successfully completed projects at similar voltage level, is qualified to stand alone as a bidder.

12)                       For companies sharing the same Board of Directors, Chairman, only one of such companies is eligible to participate in this pre-qualification exercise.

13)                       Prospective EPC companies whose major equipment will come from countries that will deny visas to TCN Engineers who are first time Overseas travelers, need not apply.

14)                       Evidence of compliance with the   relevant provisions of the Pension Reform Act of 2004.

Collection of Pre-Qualification Document/Technical Data Schedule.

EPC contractors are requested to indicate their interest, requesting for the “pre-qualification Document/Technical Data Schedule” from the office of Assistant General Manager (Procurement) TCN, PHCN Headquarters, Plot 441, Zambezi Crescent, Maitama, Abuja, Nigeria.

Submission of Document

One original and one copy, plus a soft copy of the proposal are to be submitted. The name and mailing address of the Applicants company shall be clearly marked on the envelope(s) bearing the submission. All the information requested for pre-qualification shall be provided in English Language by all applicants.

Failure to provide information/supporting document, that is essential for the evaluation of the applicant’s qualifications, or to provide timely clarification or substantiation of the information supplied, may result in disqualification of the applicant.

Completed pre-qualification documents should be submitted in sealed envelopes and clearly marked “Application for pre-qualification for 2011 Transmission Design and Construction projects” delivered by hand or registered mail to:

The Assistant General Manager (Procurement)

Transmission Company of Nigeria (TCN)

2nd Floor, Room 228/230, PHCN Headquarters

Plot 441, Zambezi Crescent, Maitama

Abuja, Nigeria.

Telephone: +2348055027497

Submission must NOT be later than 5.00pm, on Monday, 4th April, 2011.

Opening of applications will be at 10.00am, Tuesday, 5th April, 2011, in the  Conference Room, 2nd floor, PHCN Headquarters, Plot 441, Zambezi Crescent, Maitama, Abuja, Nigeria.

For further information and/or clarification,  please contact the following email.

solaakinniranye@yahoo.com , denislyd1@yahoo.co.uk , atonack@yahoo.co.uk

Signed

Management

Transmission Company of Nigeria.