Invitation to Tender for 2013 Capital Projects at National Park Service

National Park Service

Umaru Musa Yar’adua Expressway, P. M. B. 0258, 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 Lot No.
1 Construction of 2 nos Entrance Gate House,

Renovation of 1.122 Wall Fence and Construction of 3m Radius Round-About with Lion Sculpture

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 Zugumia 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 Par
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 Upgradeing and Laying 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)

iii)              Details  of verifiable  record  of competence

iv)              Tax Clearance Certificate for the last 3 years

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

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

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

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

ix)              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 in 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 address 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 Tender at National Council for Arts and Culture

National Council for Arts and Culture

 Plot 1370 Ukpo Close, Off Oro Ago Crescent, off Muhammad Buhari way, (by Old CBN) Garki II District, P.M.B. 252, Garki-Abuja.

Tel/Fax; 09-2342 360, 09-670 6861

E-mail: natcouncilforarts@yahoo.com, info@ncac.gov.ng

www.ncac.gov.ng

 

Invitation to Tender

 

The General Public is to note that our earlier advert dated 25th March, 2013 and 8th April, 2013 respectively which appeared in Thisday, Daily Trust and Federal Tender Journal have been cancelled due to observed procedural misplacement. The National Council for Arts and Culture (NCAC) is therefore re-advertising and all interested and competent contractors/consultants and event managers are invited to tender.

 

All those that bidded based on the cancelled advert are advised to submit fresh biddings. Biddings are also open to all other interested contractors. The tender covers Lot I -XI as stated below:-

Lot i.           Maintenance of NCAC Headquarters and Ten (10) Zonal Offices.

Lot ii.          Craft Development Centre Calabar, Cross River State.

Lot iii.         Arts and Craft Skill Acquisition Centre in Ijebu Remo, Ogun State.

Lot iv.         Construction of Culture and Unity Centre Biu, Borno State.

Lot v.          Development of National Research Centre on Boat Regatta in Uyo, Akwa-Ibom State.

Lot vi.         Development of Craft Centre in Ikare.

Lot vii.        Development of Craft Centre Kano.

Lot viii.      Development of Craft Centre Sokoto.

Lot ix.         Development of National Research Centre on Durbar Traditions in Kaduna.

Lot x.          Development of National Research Centre on Masquerade Traditions, Enugu.

Lot xi.         27th National Festival of Arts and Culture (NAFEST).

 

3.       Tender Requirements

Interested bidders are required to submit the following Tender Documents:-

  • Evidence of Company Registration with Corporate Affairs Commission.
  • Evidence of Current Tax Clearance Certificate for the last three (3) years (2010 – 2012).
  • Evidence of having fulfilled all obligations in relation to pension and Social Security contributions in accordance with the provision of the Pension Act 2007 and evidence of clearance from Industrial Training Fund (ITF).
  • Evidence of VAT Registration, Remittance and Tax Identification Number (TIN).
  • Company Profile including key Staff and strength.
  • Details of equipment and plants/technology capability.
  • Name, Address of Bankers and letter of Reference from Bank(s).
  • Verifiable details of similar contracts previously executed in the last five (5) years including letters of Award Agreement and Completion Certificate(s) where applicable.
  • Evidence of financial capabilities and banking support.
  • Company Audited Account for the last three (3) years (2010 – 2012).

 

 

4.       Submission of Tender Documents/Instructions

Interested Bidders are to obtain Tender documents after the payment of Tender fee of Fifteen Thousand Naira (N 15,000.00) from the NCAC Office, Plot 1370 Ukpo Close, Off Oro Ago Crescent Off Muhammad Buhari Way, (by Old CBN) Garki II District, Abuja on or before 12noon on 15th July, 2013 and opening of bids shall be by 2pm on the same date.

 

4.1     For each lot, interested bidders are to submit Technical and Financial Bids separate envelopes. The Lot number and the project title should be indicated        on   both Technical and Financial Bids on the left hand corner of each envelop and the company name should be boldly written at the back of the envelop. All envelopes should be addressed to-Executive Director/CEO, National Council for Arts and Culture Plot 1370 Ukpo Close, Off Oro ago Crescent Off Muhammad Buhari Way, (by Old CBN) Garki II District, Abuja.

 

Any envelope not containing the required information will be rejected.

 

5.       Additional Information:-

  1.        i.            The Advertisement shall not be considered as commitment on the part of the National Council for Arts and Culture nor shall it entitle potential companies to make any claim whatsoever and/or seek any indemnity from the National Council for Arts and Culture by virtue of such company having responded to the advertisement.
  2.      ii.            Late submission of Tender documents will be rejected.
  3.   iii.            The National Council for Arts and Culture reserves the right to reject any application.

 

Signed:

Management

NCAC-Abuja

 

Invitation for Tender at Public Service Institute of Nigeria (PSIN)

Federal Republic of Nigeria

Public Service Institute of Nigeria (PSIN)

(Office of the Head of the Civil Service of the Federation)

Km12, Abuja-Kubwa Express Way, Dutsen-Alhaji Junction, Abuja.

 

Invitation for Tender

1 .0    In compliance with the Public Procurement Act 2007, the Public Service Institute of Nigeria (PSIN), pursuant to its mandate of manpower development, is desirous to undertake the procurement of some projects under the 2013 Capital Budget.

 

2.0     In light of the foregoing, the Public Service Institute of Nigeria hereby invites reputable, competent and interested Companies/Firms to tender for the execution of the projects:

 

3.0     Projects Description:

The scope of the works include, but not limited to the following:

  1. Reconstruction  of the  dilapidated  perimeter fence around the Institute.
  2. Establishment of a fully equipped digital classroom with 70 seating capacity

 

4.0     Tender Requirements:

Prospective Contractors/bidders are required to submit the following documents:

  1. Evidence of Registration with Corporate Affairs Commission (CAC);
  2. Evidence of Tax Clearance Certificate for the last three (3) consecutive years;
  3. Evidence of VAT Registration, Remittance and Tax Identification No. (TIN);
  4. Evidence of registration with the provision of the Pension Reform Act 2004 and Industrial Training Funds (ITF) Amendment Act 2011 as applicable;
  5. Evidence of compliance with Employees compensation Act which requires that all Employers of Labour must remit 1 % of the total annual emolument of their workers to the Nigerian Social Insurance Trust Funds (as Applicable);
  6. Evidence of experience as a prime contractor in at least 2 jobs of similar nature within the last 3 years (with provision  of letters  of award  and  Completion Certificates);
  7. Company  Profile   indicating  qualifications  and experience of key staff for the project;
  8. Evidence of financial capacity or bank support to undertake the project;
  9. The Company’s Audited Accounts for the last three years (2010-2012)
  10. Sworn Affidavit to indicate that the company is not in receivership, insolvent or bankrupt and none of its Directors was ever convicted of fraudulent activity; and
  11. Any other relevant information that will be helpful in determining the bidder’s suitability for the execution of the project.

 

5.0     Collection of Tender Documents:

Interested Companies are to collect the Tender documents from the Procurement Unit, Room 129, 1st Floor Yayale Ahmed Building, PSIN, Km12, Abuja-Kubwa Express Way Abuja, upon   presentation   of evidence of payment of N10, 000.00 non-refundable Tenders fee payable to the Institute’s Account: Account Name:      Public Service Institute of Nigeria

Account Number:   0052854203

Bank          GTBank kubwa

 

 

6.0     Submission of Tender Documents.

  1.        i.            Completed tender documents should be returned by hand on or before 12.00 noon, on the 17th June, 2013 in two (2) hard copies (one original and a copy) in an envelope clearly marked with the appropriate Project Name and the Name of the Company at the reverse side of the envelope and sealed with a signed forwarding letter addressed to:

The Secretary,

Parastatal Tenders Board,

Public Service Institute of Nigeria (PSIN),

Km 12, Abuja-Kubwa Express Way,

Dutsen Alhaji Junction, Abuja.

 

  1.      ii.            Tender Documents are to be dropped into a tender box at Room 129,1st Floor Yayale Ahmed Building on or before 12 noon, on the 17th June, 2013

 

  1.   iii.            Late submission: late submission will not be accepted.

 

 

7.0     Public Bid Opening:

The tender documents will be publicly opened same day by 1.00pm at the Institute’s Conference Hall, Kubwa Express Way, Abuja. This serves as invitation to the representatives of the companies who may wish to be present at the bid’s opening.

 

8.0     Important Information:

PSIN has the right to verify the authenticity of claims made on the documents submitted by companies.

 

Signed

Administrator (PSIN)

 

Request for Expression of Interest at National Power Training Institute of Nigeria (NAPTIN)

Federal Republic of Nigeria

National Power Training Institute of Nigeria (NAPTIN)

Request for Expression of Interest

Introduction

The National Power Training Institute of Nigeria (NAPTIN) is planning to establish an e-learning Support Management System for all its training (both technical and non-technical) across all its nine (9) Regional Training Centers (RTCs), HQ inclusive.

 

In furtherance of this, NAPTIN is seeking suitable technical partner to undertake the development of this initiative, and is inviting interested reputable companies with requisite technical capabilities to develop the e-learning support and management system for NAPTIN’s1 training to submit their expression of Interest.

 

1.0     Terms of Reference:

The proposal should among others include but not limited to the following:

 

a)     Detailed design of the all-level network architecture and IT infrastructure including bandwidth that will support the project;

b)    Project implementation methodology and timeline;

c)     Proposed management structure detailing specific function of the management team and the technical personnel to be deployed;

d)    Marketing plans/strategies to be deployed for ensuring increased enrollment on the e-learning platform.

 

2.0     Scope of Works

The Project scope should cover but not limited to the following:

 

Courseware Development

Design and development of E-learning courseware for various courses offered by NAPTIN in the latest version of SCORM (Sharable Content Object Reference Model (SCORM).

 

Learning Management System (LMS):

Standard LMS that will run the above e-learning courseware.

 

E-library component Integration:

An e-library component capable of providing high-level learning support to be developed and integrated into the Learning Support Management System.

 

Security parameters:

The security features of LMS in respect of the application/ Database/System Security etc. may be provided for enabling third party audit, if and when needed.

 

Capacity Planning:

Capacity of the hardware/software to be used and scalability options for the next 3-5 years.

 

Network Architecture And IT Infrastructure:

Detailed design of the all-level network architecture and IT infrastructure including bandwidth that will support the e-learning project. The internet access option must be fiber optics.

Bandwidth Utilization

The Bandwidth requirement should be very reasonable and adequate to stream live video and voice of training webcast the LMS developed /offered.

3.0     Selection Criteria

NAPTIN invites eligible companies to express their interest in providing the above mentioned service. Interested companies must provide the following

a)       Certificate of incorporation with Corporate Affairs Commission

b)       Evidence Tax Clearance Certificates for the recent past 3 years

c)       Evidence if VAT payment for the recent past 3 years

d)      Veritable evidence of similar jobs successfully executed or being executed in Nigeria within the past five years with delivered results

e)       logistics and infrastructural capacity to deliver

f)       Operational governance structure with clear indication of technical and administrative staff strength of key personnel that would be involved in the project

g)       Evidence of financial capability and references from Banker

h)      Evidence of Pension Fund Administration and remittances

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

j)       Proposal showing readiness and demonstrable success in undertaking project under a partnership model will be an advantage.

4.0     Submission of Expression of Interest

All expression of Interest must be submitted in triplicates (three hard copies), and a soft copy in CD-Rom and delivered to the office of the Director General, National Power Training Institute of Nigeria (NAPTIN), Plot 1124, Eldoret Close, Off Aminu Kano Crescent, Wuse II, Abuja not later than 1st June, 2013. The sealed envelope must be clearly marked “Expression of Interest for NAPTIN E-Learning Project”. Interested applicants may obtain further information at the address below from 8.00am to 4pm Monday – Friday (except public holidays).

 

5.0     Important Information

a)       Only companies with satisfactory submissions/proposal will be invited to bid.

b)      This advert shall not be construed to be a commitment on the part of NAPTIN nor shall it entitle any company to any claim whatsoever and/ or seek indemnity from NAPTIN by virtue of such company’s having responded to the advertisement.

c)      Submission made by e-mail and late submission will be rejected.

 

Note that only short listed firms would further be contacted

 

Disclaimer:

NAPTIN reserves the right to reject/accept any/all applications/proposals without assigning any reason whatsoever.

 

Signed

Management

National Power Training Institute of Nigeria (NAPTIN)

Plot 1124, Eldoret Close, Off Aminu Kano Crescent, Wuse II, Abuja

Tel: 09-87599300

e-mail: info@naptin.org.ng

Website:  http/www.naptin.org.ng

 

Signed

Management

Expression of Interest for Information Technology Projects at Federal Mortgage Bank of Nigeria

Federal Mortgage Bank of Nigeria

FMBN Address. Plot 266 Cadastral AO Central Business District P.M. El 2273, Abuja. E-mail: info@fmbn.gov.ng

Website: www.fmbn.gov.ng

 

Expression of Interest for Information Technology Projects

 Reference No: FMBN/HO/IT-IS/ADC

Contract Title: Abuja Data Centre Power System

Date: 3rd June, 2013

 

1.0            Introduction:

The Federal Mortgage Bank of Nigeria plans to engage the services of reputable IT Service Providers to implement a power system project at its Head Office, Plot 266 Cadastral zone AO, Centre Business District, Abuja.

 

2.0            Project Description

Acquisition and Deployment of IT power Infrastructures for the IT department. The Power system should be capable of attaining 8-12 hours constant electricity supply with fall – over switching.

 

The technical details are as provided in the Bid Documents.

 

3.0            Collection of Bid Documents          

Interested firms are required to collect the Bid Documents from the address below, after the payment of the non-refundable tender fee of N15,000.00 in each at the Bank’s Cash office which shall be dully receipted;

Information Technology – Information Systems Unit Federal Mortgage Bank of Nigeria Plot 266 Cadastral Zone AO, Central Business District, Abuja.

 

The Bid Documents can be so obtained between

9am and 4pm on any working day from the date of this publication.

 

4.0            Submission Bids

The completed Bids shall be sealed and marked “tender for: Power System” and shall be submitted in the Tender Box at the office of the secretary, Procurement Planning Committee at the above address not later than 17th June, 2013  and  it shall include the following:

  1. Duly signed Bid
  2. Company profile and evidence of relevant verifiable experience with similar works in Nigeria over the last five years.
  3. Copy of company certificate of incorporation
  4. Evidence of Corporate Tax and VAT payment for the last 3 years.
  5. Receipts for the payment of Tender fee(s).

 

4.0     Closure of Bids/Bid Opening

Submission of Bids closes at exactly 12 noon on Monday 17th June, 2013. The Bids shall be opened immediately thereafter at the Seminar Room of Policy and Strategy Department of the Bank, in the presence of the Bidders  or their representatives who chose to attend.

 

Notes:

  1. Applications received after the closing date and time shall be disregarded.
  2. Participation in the tender process does not construe or imply any commitment to any party or entitle any party to any indemnity or any form of payment from the Bank.
  3. Only shortlisted Bidders will be invited for the Financial Bids.

 

Signed:

Management