Rehabilitation and Construction of Projects at Ahmadu Bello University Zaria

Division of Agricultural Colleges

Ahmadu Bello University Zaria

Invitation for Pre-Qualification for the 2010 Capital Project

Applications are hereby invited from reputable and interested contractors and suppliers with relevant cognate experience and good track record of performance on projects for pre-qualification on:

  1. Projects:

Lot” A”: Teaching And Research Equipment

A1 –             Supply of Teaching and Research Equipment to 3

Colleges,

Lot” B”:    General Rehabilitation

B1 –            Rehabilitation of Laboratories (Biology, Micro-Biology and Bio-Chemistry Labs) at CAAS, Mando Road. Kaduna.

B2 –            Completion of General Rehabilitation of Academic Building at Kabba College of Agriculture.

B3 –            Rehabilitation of Student Hostel at Kabba College of Agriculture.

B4 –            Furnishing of Block of 3 Classrooms at Kabba College of

Agriculture.

B5 –            Rehabilitation/Installation of Electrical Fittings to the three Colleges.

Lot “C”     New Academic Building

C1 –            Construction of Phase III of New Horticulture Building at Samaru College of Agriculture.

C2 –            Construction of Oil Press and Rehabilitation /Upgrading  Palm Kernel Plantation at Kabba College of Agriculture.

LOT”D”    Improvement to Infrastructural Facilities

D1 –            Construction of Road, Culverts and Earth Drainage at Samaru College of Agriculture.

D2 –            Construction of Perimeter Wall Fence at College of Agriculture and Animal Science. Mando Road, Kaduna.

D3 –            Construction of Road, Drainages/Culverts at College of Agriculture and Animal Science, Mando Road, Kaduna.

D4 –            Construction of Drainages, Culverts and Landscaping at Kabba College of Agriculture.

  1. 2. Technical Bid

The pre-qualification documents should include:

  1. Evidence   of   Incorporation/Registration with Cooperate Affairs Commission (CAC).
  2. Evidence of current registration with Ahmadu Bello University and/or FME/FMH/FMVW in the relevant category C or D.
  3. Company current Tax Clearance Certificate for the last three (3) years (2007 -2009),
  4. Audited Account for the last three years (2007 – 2009) including annual turn-over.
  5. VAT registration and evidence of remittances in the last three years (2007 – 2009).
  6. Evidence of financial capability to execute the project i.e. Bank reference and Credit Facility.
  7. List of similar, verifiable and successfully executed or on­going projects by the company with letter of award and completion certificates, in the last five years (2005 – 2010).
  8. List of Managerial, Key Technical and Administrative staff of the Company which should include names, curriculum Vitea and copies of certificates for each key staff.
  9. List of equipment owned or on lease hold by the company.
  10. Evidence of remittance of contributory pension fund for staff of the company as provided in section 16 subsection 6(d) of the Public Procurement Act 2007.
  11. Any additional information that may enhance the bidder’s chance.
  1. The pre-qualification forms documents which are available at Estate Department will be issued to each contractor after making the required payment of non-refundable fee of N25,000.00 (Twenty Five thousand Naira only) for Lot A1, N20,000.00(Twenty thousand Naira only) for Lot B5 N 15,000.00 (Fifteen thousand Naira only) for other Lots to the Finance Officer. DAC for this exercise and upon presentation of a payment receipt. The completed pre-qualification documents must be in sealed envelope and the Lot Number of the project tendered for should be marked clearly. Photocopy of the payment receipt should be enclosed.
  1. The pre-qualification documents should be addressed to:

The Secretary

Division of Agricultural Colleges

Ahmadu Bello University

Zaria

The receipt of pre-qualification documents will close on or before 13th July, 2010, at 12.00 p m which would be opened at 12:30 p.m on the closing date in the presence of user department and bidders or their representatives at DAC Board Room.

SIGNED:

DAC MANAGEMENT

Supply of Double Cab Pickup and Tractor at Abubakar Tafawa Balewa University, Bauchi

Invitation for Bids (IFB)

Federal Government of Nigeria

Abubakar Tafawa Balewa University, Bauchi

Science and Technology Education Post Basic

Project (Step-B Project)

Credit No. 4304-UNI

Supply of Double Cab Pickup and Tractor,

IFB No. STEP-B/ATBU/BAU/NCB/G/01/2010

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared In Development Business, issue no. 591 of 2nd July, 2007.
  2. The Government of the of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Supply of double cab pickup and tractor at Abubakar Tafawa Balewa University, Bauchi.
  1. The Science and Technology Education Post Basic Project now invites sealed bids from eligible and qualified bidders for the Procurement of the following:
Item Description of Item. Quantity Bid Security Delivery Period
1.

2.

a.

b.

c.

d.

Supply of double cab

pickup

Tractor with the following

Implements.

Trailer

Disc harrow

Ridger

Plough

at Abubakar Tafawa Balewa University, Bauchi

1EACH 2.5% 90  days
  1. Bidding will be conducted through the National Competitive, Bidding (NCB). a procedure 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.
  2. Interested eligible bidders may obtain further information from Science and Technology Education Post Basic Project Office at the address below and inspect the Bidding Documents from 10:00am to 4:00pm Mondays to Thursdays.
  3. Qualifications requirements include:
  • Evidence of previous supply (sale) of similar Equipment proposed for the last 5 years.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.

A margin of preference for eligible national contractors shall not be applied; Additional details are provided in the Bidding Documents.

  1. 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 N 10,000.00 (Ten Thousand Naira) only or the method of Payment will be Bank Draft to favour of Science and Technology Education Post Basic Project. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.
  2. Bids must be delivered to the address below at or before 11:00am on 3rd August, 2010. 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 11:00am on 3rd August, 2010. All bids must be accompanied by a Bid Security of 2.5% of the bid price or an equivalent amount in a freely convertible currency.
  3. The address referred to above is:

The Project Manager

Science and Technology Education Post Basic Project,

Abubakar Tafawa Balewa University,

P. M. B. 0248 Bauchi

E-mail: aelinwa@yahoo.ca

Signed

project Manager.

Supply of Automotive Gas Oil (Ago) at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No 3730

Invitation for Pre-Qualification to Tender for the Supply of Automotive Gas Oil (Ago) to NPA Headquarters Marina and Apapa Dockyard

1.0     Introduction

The Nigerian Ports Authority hereby invites reputable and competent contractors/Suppliers to apply for pre-qualification for the above mentioned supply.

2.0     Scope of Work

The scope involves the supply of Automotive Gas Oil (AGO) to Headquarters, Marina and Apapa Dockyard for generators.

3.0     Pre-Qualification Requirements

For pre-qualifications, interested companies must submit the Following documents:

  1. Evidence of company registration with Corporate Affairs Commission
  2. Verifiable proofs of company’s ability to undertake petroleum Product supplies. Similar and other supplies successfully executed will be an added advantage.
  3. Company’s financial details & audited accounts for the test three years (2007-2009).
  4. Evidence of VAT Registration/Remittance Certificate.
  5. Company profile to include names, qualification, experience of key personnel.

4.0     Submission of Pre-Qualification Tenders

The completed pre-qualification bids must be in triplicate, in sealed envelopes addressed to the “Secretary To The Board, Nigerian Ports Authority” and clearly marked “Pre-Qualification to Tender” For The Supply OfAutomotive Gas Oil (Ago) To NPA Headquarters Marian and Apapa Dockyard, and dropped into the Tender Boxlocated on the 6th floor of the Nigerian Ports Authority Headquarters at 26/28 Marina Lagos not later than 9th of July, 2010. All tenders will be opened the next working day at 11.00 am in the Conference Room, No 1 Joseph Street, Marina, Lagos, in the presence of all bidders or their representatives.

Please Note

This is not an invitation to tender. Response(s) to this invitation do not place any obligation on the Authority to consider any responding company for:

  1. Pre-qualification
  2. Inclusion on the bid list
  3. Award of supplies
  4. Information of any resultant action

All costs incurred as a result of this invitation and any subsequent requests for information shall be borne by the bidding company.

Signed:

Management

Nigerian Ports Authority

Procurement of goods and Services at National Agricultural Seeds Council

National Agricultural Seeds Council

Federal Ministry of Agriculture and Rural Development

Invitation to Tender

The National Agricultural Seeds Council (NASC) of the Federal Ministry of Agriculture and Rural Development intends to procure some goods and services as provided for in the 2010 Capital Budget in respect of the lots indicated below:

A:  Goods

Lot Items
A1 Supply of Seed packaging bags, seed dressing chemicals, weighing scales and seed labels.
A2 Supply of Seed Testing Equipment
A3 Supply and installation of VSAT Internet Facilities.
A4 Supply of Office Furniture
A5 Supply of Office Equipment
A6 Production and Buy Back of Foundation Seed in North West Zone
A7 Production and Buy Back of Foundation Seed in North East Zone
A8 Production and Buy Back of Foundation Seed in North Central Zone
A9 Production and Buy Back of Foundation Seed in South West Zone
A10 Production and Buy Back of Foundation Seed in South East Zone

B: Consultancy

Lot Items
B1 Development of national programme for tree and horticultural seeds and seedlings
B2 Establishment of operational model for enforcement of Seed Act/National Seed Rules and Regulations

Eligibility Criteria

Interested firms wishing to carry out any job in the above listed areas must submit the following:

  • Evidence of registration with the Corporate Affairs Commission (CAC).
  • Evidence of VAT registration
  • Evidence of Tax Clearance Certificate for the last three (3) years.
  • Evidence of financial capability and unqualified Reference from a reputable Bank.
  • Evidence of experience in at least five (5) jobs of similar nature with verifiable letters of contract award and evidence of job completion;
  • Evidence of personnel capability including list of key professional. curriculum vitae of each professional;
  • Submission of three (3) years Audited Accounts
  • For Lots A6-A1 0, evidence of registration as a seed producer with National Agricultural Seeds Council.

Collection of Tender Documents

Bid Documents of the required goods and services are obtainable from the Procurement Unit, National Agricultural Seeds Council, (6th Floor), NACRDB Plaza, Central Area, Abuja on presentation of written application and payment of a non-refundable tender fees of N10,000 into the Council’s Account Number: 6116807336 at Zenith Bank Plc..

Submission of Bid Documents

Completed Technical and Financial Proposals for the project(s) of interest should be submitted in three(3) hard copies and one (1) electronic copy and enclosed in separate sealed envelopes marked ‘Technical’ and ‘Financial’. Both envelopes should be enclosed in a third larger sealed envelope marked “Lot Number and Project title” addressed and returned to: Executive Director, National Agricultural Seeds Council, 6th Floor, NACRDB Plaza, Central Business Area, Abuja on or before 12noon Monday July 26th, 2010. Any bid submitted after this will be rejected.

Bid Opening and Venue

The Technical Bid Opening exercise shall be conducted publicly on the closing date of submission Monday July 26th, 2010 in the Conference Room of National Agricultural Seeds Council by 1.00 pm in the presence of bidders or their representatives who choose to attend.

Only technically qualified companies shall have their financial bids opened on 2nd August, 2010 at 12 noon.

Signed

CHIEF O.J. SHOBOW

Executive Director

Supply and Installation of Indelec Prevectron at Nigeria Deposit Insurance Corporation

Nigeria Deposit Insurance Corporation (NDIC)

Plot 447/ 448 Constitution Avenue, Central Business District,

P.M.B. 284, Abuja, Nigeria. TEL: 09-5237715

E-MAIL: info@ndic-ng.com, Website: www.ndic-ng.com

Invitation to Tender for the Supply and Installation of Indelec Prevectron S3.40 Lighting and Earth Protection System at the Corporation’s Zonal Offices at Kano, Benin, Ilorin and Bauchi.

The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite reputable companies with track record of good performance and cognate experience for the supply and installation of Indelec Prevectron S3.40 Lightning and Earth Protection System at its Kano, Ilorin, Bauchi and Benin Zonal Offices respectively.

1.0     Scope of Work

The contract bid for the contract for the installation of the Indelec Prevectron S3.40 Thunder Arrester System is in four (4) lots.

Lot1. Supply and installation of Indelec Prevectron S3.40 Lightning and

Earth Protection system at Kano Zonal Office, Plot 641, Muhammad St., GRA, Kano, complete with all accessories.

Lot2. Supply and Installation of Indelec Prevectron S3.40 Lightning and

Earth Protection system at Benin Zonal Office, 28A &B Benoni Hospital Rd, GRA, Benin City, complete with all accessories.

Lot3. Supply and Installation of Indelec Prevectron S3.40 Lightning and Earth Protection system at Ilorin Zonal Office, 12A, Sulu Gambari Road, Ilorin, complete with all accessories.

Lot4. Supply and Installation of Indelec Prevectron S3.40 Lightning and Earth  Protection  system at Bauchi Zonal Office, 3, Abdulkareem  Ahmed   Road,   Bauchi,  complete accessories.

1.1 Testing and commissioning of the installed systems.

2.0              Bidding Conditions

  1. Bills of quantities stating details of bidding requirements for the   Financial Bid are available for collection by prospective bidders at Administration Unit, 2nd floor, Head Office building, plot 447/448 Constitution Avenue, Abuja.
  1. Bidders are advised to visit the Kano, Benin, Ilorin and Bauchi zonal offices to acquaint themselves with the scope submission, of works before tendering.
  1. Bidders may bid for one or all the lots.

3.0     Tender Requirements

Interested bidders must satisfy the under-listed minimum requirements by submitting the following:

  1. Evidence of registration with Corporate Affairs Commission (CAC)
  2. Certified True Copy of Memorandum and Articles of Association
  3. Last three years of Company’s Audited Accounts (2007 – 2009)
  4. Last three years Tax Clearance Certificate (2007 – 2009)
  5. Evidence of VAT Registration Certificate and TIN.
  6. Evidence of VAT Remittance
  7. Evidence of financial capability to execute the project /Bank support from reputable Bank
  8. Copies of Certified Financial Statement of the Company for the last three months (March – May 2010).
  9. Evidence of past experience of similar works executed
  10. Company profile indicating details of key staff with their CVs
  11. Sworn Statement of Company not being in receivership
  12. Sworn Statement of Company Directors of not being convicted of any fraud or criminal offence
  13. Evidence to show fulfillment of company’s obligations with respect to the Pension Act, including remittance to relevant PFAs and PFCs.
  14. Any other relevant information/documentation to enhance the company’s application.

4.0     Submission of Tender Documents

Five (5) hard copies each (and a soft copy in a flash drive) of the Technical’ and ‘Financial’ bids must be submitted in separate scaled envelopes, clearly marked Technical’ and ‘Financial’ respectively, both put in a Third sealed envelope, marked at top right-hand corner “Tender for Supply and Installation of Indelec Prevectron S3.40 Lightning and Earth Protection System”, (indicating the Lot No(s) addressed to:

The Head,

Administration Unit (2nd floor)

Nigeria Deposit Insurance Corporation (NDIC),

Plot 44 7/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria

The tender documents must be submitted on or before 12th July 2010. Submission of tender by post or courier will not be accepted. Bidders are expected to sign the register before dropping their tenders in the Tender Box on the Ground floor at the above address.

Any tender submitted after 4pm on the date and time specified above stands disqualified.

5.0     Opening of Tenders

Opening of tenders shall be at 5.00pm on the date of closure of bid submission.

Additional Information

  1. Failure to satisfactorily fulfill the conditions stated above will result to  invalidation of such tender,
  2. The financial bids of only the companies pre-qualified shall be considered for further selection.
  3. Nigeria Deposit Insurance Corporation (NDIC) shall reserve the right to verify the authenticity of claim(s) made by the bidders,
  4. NDIC shall reserve the right to reject any submission based on unverifiable or false information.
  5. NDIC shall not be liable for any expenses incurred by prospective bidders of the existing installations.
  6. This advert also serves as invitation to any interested NGO and members of the general Public who may wish to witness the opening exercise.

Signed

MANAGEMENT