Invitation to Bid for the Supply /Installation of Radio Masts at Federal Road Safety Corps

Federal Road Safety Corps

National Headquarters, P.M.B, 125, Wuse, Abuja, Nigeria

 

Invitation to Bid for the Supply /Installation of Radio Masts

 

The Federal Road Safety Corps is committed to achieving the road safety goals of the UN Decade of Action and thus, braced up for the sustained pursuit of zero tolerance to road traffic crashes. In Its continued efforts to optimise performance and ensure a safer motoring environment for Nigeria, the Corps hereby invites competent companies to bid for the following supply and installation of radio masts at the various locations listed here below:

 

LOT 1. SITE INFORMATION

 

S/N Site Location Mast Height
1 Driver’s License Center, Utako Olusegun Obasanjo Way, Zone 7, Wuse, FCT 25m
2 Driver’s License Center, Mabushi DTT, VIO Office, Mabushi FCT 25m
3 Driver’s License Center, Gwagwalada Specialist road, After GT Bank G/Lada, FCT 35m
4 FRSC, Kado Behind University of Abuja Distance Learning Centre, Kado, Abuja, FCT 30m
5 Drivers’ License Center, Makurdi BIR Office Kashi, Ibrahim road, GRA, Makurdi, Benue State 35m
6 Driver’s License Center, Ilorin IRS Office, Ahmadu Beloo Way, Ilorin,  Kwara State 35m
7 Driver’ License Center, Omu-Aran Premises of Irepodun LG Secretariat, Omu – Aran Kwara State 35m
8 Driver’s License Center, Lokoja State Secretariat complex, off Kabba – Okene road, Lokoja, Kogi State 30m
9 Driver’s License Center, Lafia BIR Nasarawa State Art & Culture (by sharp corner) Mararaba, Nasarawa State 25m
11 Driver’s License Center, Suleja BIR Beside General hospital, Suleja, Niger State 35m
12 Driver’s License Center, Minna Tourism Building, Ladi Kwali Street, behind sector command, Niger State 35m
LOT 2. SITE INFORMATION
S/N SITE LOCATION MAST HEIGHT
1 Driver’s License Center, Ado-Ekiti BIR Office, Old Governor Office Ado-Ekiti, Ekiti State 25m
2 Driver’s License Center, Ojodu FRSC, Ojodu, Lagos State 25m
3 Driver’s License Center, Shomolu Bariga Lagos, Lagos State 25m
4 Driver’s License Center, Ikorodu VIO Office Odogiyan, Ikorodu, Lagos State 25m
5 Driver’s License Center, Eti Osa Eti Osa LG, old Party Secretariat, Opp Sura Shopping Complex, EtiOsa, Lagos State 25m
6 Driver’s License Center, Ikeja Old Secretariat, Oba Akinjobi Street, GRA, Ikeja, Lagos State 25m
7 Driver’s License Center, Otta Internal Revenue Service, 25m
8 Driver’s License Center, Ojodu Abiodun &, Ganiyu Davis Str. off Odozi road, Ojodu- Abiodun, Ogun State 30m
9 Driver’s License Center, Ijebu – Ode BIR Area Office, Igbeba GRA, Ijebu – Ode, Ogun State 25m
10 Driver’s License Center, Shagamu BIR Ejoku Garage, Shagamu, Ogun State 25m
11 Driver’s License Center, Abeokuta BIR Office HQ, Abeokuta 25m
12 Driver’s License Center, Ore Ill By Old Magistrate Court, Ominia –Ore, ondo State 25m
13 Driver’s License Center, Akure BIR Office, Akure road, Akure, Ondo State 25m
14 Driver’s License Center, Ikara Akoko BIR, Jubilee roads, Ikare Akoko, Ondo State 30m
15 Driver’s License Center, Ife 107 Fajuyi road, ile ife, Osun State 25m
16 Driver’s License Center, Osu Atakumosa West LG Secretariat, Osun State 25m
17 Driver’s License Center, Oshogbo BIR Office, Ministry of Finance, State secretariat, Abere, Oshogbo, Osun State 25m
18 Driver’s License Center, Ibadan State Secretariat Complex, BIR Complex, Agodi Ibadan, Oyo State 35m
19 Driver’s License Center, Kishi Ajana House, Round About, Kishi, Oyo State 25m
20 Driver’s License Center, Ogbomosho MLA Office General Hospital, Oke Ado, Ogbomosho, Osun Sate 35m
21 Driver’s License Center, Oyo Town Oko-Ebo, Atiba LG, Oyo town, Oyo State 30m
22 Driver’s License Center, Onikere Ibadan main DCI, Onikere Layout, Oyo State 30m

 

2.       Pre-Qualification Requirement

Pre-qualification requirements are listed Hereunder

  1. Comprehensive Company Profile
  2. Evidence of registration with Corporate Affairs Commission
  3. Evidence of payment of tax for the last three years (2010, 2021 and 2012)
  4. Evidence of VAT registration
  5. Verifiable proof of company’s financial capacity to deliver (Bank reference)
  6. Evidence of payment of training contributions to ITF (industrial Training Fund)
  7. Evidence of experience in previous relevant jobs

 

3.       Submission

For each lot, four (4) enveloped copies of technical submissions and an enveloped financial submission, all placed in a much larger envelope should be appropriately marked and submitted at the Corps Procurement Office, Federal Road Safety Corps Head Quarters, Wuse Zone 3, Abuja on or before 12.00 noon of Monday 15th July, 2013.

 

4.       Opening of Bids

Opening of bids shall take place on Monday 15th July, 2013 at 2.00pm in the general Conference Room (3rd floor) FRSC Headquarters, Wuse Zone 3, Abuja.

 

5.       Important Information

  • Bidders to collect detailed bidding documents from the ICT/Communication Unit, FRSC HQ, 4th Floor, Wuse Zone 3, Abuja
  • For ease of identification, the reverse side of larger envelope should bear the company’s name, address and phone number(s) of contact person(s).
  • Please adhere strictly to closing date of bids.

 

Signed:

Management

 

 

 

Invitation for Tender at Federal Road Safety Corps

Federal Road Safety Corps

National Headquarters, P.M.B, 125, Wuse, Abuja, Nigeria

 

The Federal Road Safety Corps is committed to achieving the road safety goals of the UN Decade of Action and thus, braced up for the sustained pursuit of zero tolerance to road traffic crashes. In its continued efforts to optimise performance and ensure a safer motoring environment for Nigeria, the Corps hereby invites competent companies to bid for the supply of:

 

S/N Description Quantity
1 Double cabin 4×4 Patrol/Operational vehicles: 2.7L, DC, AC, Petrol Engine. Radio/CD, Central Lock, Power Steering, Auto windows, ABS, Aux Gear, Airbags,  Manual Transmission (Including Painting In FRSC colours, Siren, Flasher, PA. system and Rear roof) 30

 

2.       Pre-qualification Requirement

Pre-qualification requirement are listed hereunder:

a.       Comprehensive Company Profile

b.       Evidence of registration with Corporate Affairs Commission

c.       Evidence of payment of tax for the last three years (2010, 2011 and 2012)

d.       Evidence of VAT registration

e.       verifiable proof of company’s financial capacity to deliver (Bank reference)

f.       Evidence of payment of training contributions to ITF Industrial Training Fund)

g.       Evidence of experience in previous relevant supplies

3.       Submission

Four (4) enveloped copies of technical submissions and an enveloped financial submission, all placed in a much larger envelope should be appropriately marked and submitted at the Corps Procurement Office, Federal Road Safety Corps Head Quarters, Wuse Zone 3, Abuja on or before 12.00 noon of Monday 15th July, 2013.

 

4.       Opening of Bids

Opening of bids shall take place on Monday 15th July, 2013 at 2.00pm in the general Conference Room (3rd floor) FRSC Headquarters, Wuse Zone 3, Abuja.

 

5.       Important Information

  • For ease of identification, the reverse side of larger envelope should bear the company’s name, address and phone number(s) of contact person(s).
  • Please adhere strictly to closing date of bids.

 

Signed:

Management

 

 

 

Invitation to Tender at ESAN Central Local Government

ESAN Central Local Government

P.M.B 04, Irrua,

Edo State, Nigeria

 

Invitation to Tender

 

Tenders are hereby invited from Reputable Contractors/Suppliers Currently registered with the Local Government for the Execution of the underlisted projects on behalf of the Local Government

 

1.       Rural Electrification

2.       Building of Health Centres

3.       Construction/Installation of water treatment plant

4.       Construction and rehabilitation of Roads

5.       Construction and rehabilitation of primary schools

6.       Building of skill acquisition Centres

7.       Reconstruction and renovation of Secretariat Building

8.       Supply of transformers

9.       Construction/Fencing of markets

10.     Construction of Boreholes

11.     Rehabilitation/construction of motor parks

12.     Construction of toilets in schools and markets

13.     Supply of official vehicles; Toyota Brands

 

2.       Intending tenders are required to pay to Esan Central Local Government Treasury a non refundable deposit of Thirty Thousand Naira (N30,000) only per project and the tenders are to be accompanied with:

 

i.        Evidence of current business registration with Esan Central Local Government as a contractor/supplier in the appropriate category.

ii.       Evidence of payment of non refundable deposit of Thirty Thousand Naira (N30,000.00) only to the Local Government Treasury

iii.     Tax clearance certificate for the immediate past three years.

iv.     Current Bank Guarantee of credit worthiness.

v.       Evidence of jobs previously executed with the Local Government or other Government Agencies.

vi.      Evidence of registration with Corporate Affairs Commission (CAC).

vii.    Evidence of Personal Income Tax Clearance Certificate of the Director of the Company

 

3.       Documents showing the drawing and specification of the above listed projects are available for inspection between 8:00am to 4:00pm Monday – Friday in the office of the Director of Works, Land and Survey.

 

4.      Tenders should be addressed and submitted in a sealed envelope and marked “Confidential” at the top left hand corner of the envelope and addressed to:

 

The Executive Chairman

Esan Central Local Government

P.M.B 04,

Irrua,

Edo State

 

To reach him not later than 15th July 2013.

 

5.       Esan Central Local Government is not bound to accept the lowest on any tender, nor is it bound to give reason for rejection of any tender.

 

Signed:

Vote E. Ugberaese Esq.

For: Executive Chairman

Esan Central Local Government,

Irrua

 

 

Invitation to Tender for 2013 Capital, Projects at National Park Service

National Park Service

Umaru Musa Yar’adua Expressway,

P.M.B 0256, Garki, Abuja

 

Invitation to Tender for 2013 Capital, Projects

 

The National Park Service invites competent and experienced contractors to tender for the execution of the following projects under the 2013 Appropriation Act.

 

S/N Projects Lot No.
Park Headquarters

 

1 Construction of 2 nos Entrance Gate House, Renovation of 1,122 Wall Fence and Construction of 3m Radius Round-About with Lion Seulpture

 

NPH Lot 1
2 Surveying and Beaconing of Kamuku and Kainji Lake National Parks

 

NPH Lot 2
3 Provision of Water from Manyara River to Earth Dam ‘A’ and ‘B’ in Zugurma Sector of Kainji Lake National Park

 

NPH Lot 3
4 Biodiversity Survey in Kainji Lake and Gashaka-Gumti National Parks

 

NPH Lot 4
Cross River .National Park

 

1 Construction of 10 nos Tourist Chalets

 

CRNP Lot 1
2 Provision 2 nos fully-serviced camping sites

 

CRNP Lot 2
3 Construction of Double-Cell Culvert at Ekaemanghe (Erokut Camp Track)

 

CRNP Lot 3
4 Upgrading and Leyins of Asphalt on Erokut Road (9km)

 

CRNP Lot 4

 

Interested contractors are required to provide the following:

i)       Evidence of incorporation with the Corporate Affairs Commission

ii)      Comprehensive company profile

iii)     Evidence of financial capability to handle work (bank reference)

iv)     Details of verifiable record of competence

v)      Tax Clearance Certificate for the last 3 years

vi)     Evidence of VAT registration/remittances Certificate with TIN NO.

vii)    Evidence of compliance with Pension Act 2004 (as amended)

viii)   Evidence of compliance with the amended Industrial Training Fund (ITF) Act, 2011

ix)     Proof of company/firm registration with relevant professional bodies

x)      Any additional information that may enhance the chance of the company

 

Eligible bidders may obtain further information from the National Park Headquarters, Umaru Musa Yar’adua Expressway, Abuja. Bidding documents for the projects may be purchased by interested bidders upon payment of a non-refundable fee of N5,000.00 in cash or bank draft payable to the National Park Service.

 

All tender documents are to be submitted m sealed envelopes, with the Park and Lot No, clearly written at the top left hand corner and addressed to: The Conservator-General, National Park Service, Umaru Musa Yar’adua Expressway, Abuja.

 

Bids must be delivered to the duress above before 12.00 noon on Tuesday, 25th June 2013. The bids will be opened by 12 noon same day in the Conference Room of the National Park Headquarters. Umaru Musa Yar’adua Expressway Abuja. Late bids will not be accepted.

 

Signed:

Secretary, Parastatals Tenders Board.

 

Invitation to Pre-qualification of Contractors for the Expansion and Rehabilitation of Tin Can Island Port (TCIP) Service Lane, Apapa, Lagos at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No. 3823

Invitation to Pre-qualification of Contractors for the Expansion and Rehabilitation of Tin Can Island Port (TCIP) Service Lane, Apapa, Lagos

 

1.0     Introduction

 

The Nigerian Ports Authority hereby invites reputable and competent civil engineering contracting firms to submit prequalification documents for the expansion and rehabilitation of Tin Can Island Port (TCIP) serv­ice lane, Apapa, Lagos.

 

2.0     Scope of Works

 

The scope of the projects shall include but not limited to the provision of engineering works for the expan­sion and rehabilitation of the existing Tin Can Island Port (TCIP) service lane, Apapa, Lagos.

 

3.0     Pre-qualification Requirements

 

Interested companies shall submit the following documents bound in specific chapters and paginated as outlined hereunder:

 

Mandatory Requirements

A.      Evidence of company’s registration with Corporate Affairs Commission (CAC), inclusive of Articles and Memorandum of Association.

B.      Evidence of VAT registration and remittance for the past three years (2010 – 2012).

C.      Tax clearance certificate for the past three years (2010-2012).

D.      Evidence of compliance with Pension Reform Act, 2004 and remittances, (where applicable).

E.      Evidence of contributions to Industrial Training Fund (ITF) (where applicable)

F.      Company’s and personnel’s registration with COREN.

 

Additional Requirements

 

G.      Company’s audited accounts for the past three years (2010 – 2012).

H.      Verifiable proof of at least five (5) similar works executed in the past.

I.       All relevant information concerning physical addresses, Telephone, fax, e-mail of the Company and its representative.

J.       Company’s profile to include names, qualifications and experiences of key personnel.

K.      Evidence of business status.

L       For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.

M.     Bids must be in English language and signed by an official authorized to bind the bidder to a contract.

 

Failure to provide any of the listed mandatory requirements may lead to disqualification/rejection of a Bid

 

4.0     Submission of Prequalification Documents

 

The prequalification documents should be submitted in triplicate bounded hard copies, paginated and arranged with dividers as indicated above with a soft copy of the submission. The pre-qualification documents should be submitted in a sealed envelope and addressed to the “Secretary to the Tenders Board, Nigerian Ports Authority” and clearly marked “Invitation to Prequalification of Contractors for the Expansion and Rehabilitation of Tin Can Island Port (TCIP) Service Lane, Apapa, Lagos.”, Public Notice No.—-, and dropped into the designated Tender Box located on the 2nd Floor, Nigerian Ports Authority Corporate Headquarters, 26/28 Marina, Lagos not later than 11.00am on 19th June, 2013. Bidders are advised to register their bids in the office of the General Manager (Procurement), room 227,26/28, Marina, Lagos, NPA HQ Building, before dropping them into the desig­nated tender boxes.

 

All tenders will be opened at 12.00noon on the 19th June, 2013 in the Conference Room, N.PA Annex Building No. I Joseph Street, Off 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 does not place any obligation on the Authority to consider any responding bidder for:

1.       Award of Contract.

2.       Acceptance of any tender.

 

All costs incurred as a result of this pre-qualification tender invitation and any subsequent requests for information shall be borne by the bidder. While late submission and wrongly placed tenders will not be enter­tained. Only short-listed bidders will be contacted.

 

For further enquiries, please contact the “General Manager (Procurement)” on e-mail: info.procurement@nigerianports.org

 

Signed:

Management

Nigerian Ports Authority