Tender for the Manufacture/Supply of Pilgrims’ Suitcases for 2013 Hajj Exercise at National Hajj Commission of Nigeria (NAHCON)

National Hajj Commission of Nigeria (NAHCON)

Sokoto House, No 1 First Avenue, Off Ahmadu Bello Way, Abuja

 

Tender for the Manufacture/Supply of Pilgrims’ Suitcases for 2013 Hajj Exercise

 

The National Hajj Commission of Nigeria (NAHCON) invites National and International Companies with requisite experience to submit quotations for the manufacture/supply of pilgrims’ 32kg standard suitcases and 8kg hand trolleys for the 2013 Hajj.

 

Technical Specifications:

a)     The specifications of the 32kg suitcase should be:

  1. Size of 75 x 50 x 24 cm
  2. Outer PVC cover of Eva hard sheet material.
  3. Inner silk lining
  4. Rubber tyres (wheels) at both bottom edges
  5. Top rubberized handle with condensed plastic cover resting on the ribbet and inner protective plastic piping.

 

b)      The specifications of the 8kg shall be:

i.        Size of 50 x 35 x 220 cm

ii.       Outer PVC cover of Eva hard sheet material.

iii.      Inner silk lining

iv.      Rubber tyres (wheels) at the bottom with aluminium sliding handle trolley.

v.       Collapsible in design (i.e. without the inner plastic protective piping)

 

 

c)       The suitcases and hand trolleys are expected to be produced in different selected colour codes (to be specified by the Commission) with the Nigerian National colours boldly displayed on both sides.

 

d)      The supplier/manufacturer shall visibly display IATA prohibited items on both sides of the suitcases and hand trolley bags.

 

 

Company Requirements:

  1. Certificate of Incorporation.

 

  1. A certified true copy of the Company’s Forms C02 and C07

 

  1. A copy of the Company’s Memorandum and Articles of Association.

 

  1. Audited accounts of the Company for the last three years

 

  1. Valid/Verifiable Tax clearance certificate for the last three years

 

  1. Evidence of VAT registration and remittance.

 

  1. One samples each of the 32kg and 8kg hand luggage.

 

  1. Manufacturers/suppliers that have supplied suitcases before must tender a clearance letter of satisfactory and efficient service delivery from the States they supplied to in the past.

 

 

Mode of Application:

Prospective manufacturing companies and suppliers shall indicate their interest by:

 

  1. Submitting a written indication of interest addressed to:

The Chairman/CEO,

National Hajj Commission of Nigeria,

No. 1 First Avenue, Off Ahmadu Bello Way,

Abuja.

 

  1. Paying a non-refundable application fee of five hundred thousand Naira only (N500, 000.00) in certified bank draft payable to the National Hajj Commission of Nigeria.
  2. Collecting an application form from the Commission’s Secretary at the Commission’s headquarters on the above mentioned address.
  3. Submission of the duly completed in and submit the application form along with copies of all relevant documents on or before the deadline indicated on the application form.
  4. Appearance for screening on a date to be communicated them after receipt of the application.

 

Successful Companies are to note that:

  1. They shall pay a licensing fee of five hundred thousand Naira (N500, 000.00)
  2. They shall canvass for patronage from State Pilgrims Welfare Boards/Commissions/Agencies
  3. They shall provide a bank guarantee to the States patronized them.
  4. iv.              They shall deliver the 8kg hand (trolley) bag in Nigeria while the 32kg suitcases will be delivered in Saudi Arabia, not later than July 30th, 2013.

 

Signed:

Management

Application for Allocation of 2013 Hajj Seats to NAHCON Licensed Travel and Tour Operator Companies at National Hajj Commission of Nigeria (NAHCON)

National Hajj Commission of Nigeria (NAHCON)

Sokoto House, No 1 First Avenue, Off Ahmadu Bello Way, Abuja

 

Application for Allocation of 2013 Hajj Seats to NAHCON Licensed Travel and Tour Operator Companies

 

The National Hajj Commission of Nigeria (NAHCON) wishes to inform all NAHCON Licensed Travel and Tour Operators interested in operating Hajj as private tour operators to apply for the 2013 Hajj seat allocation as follows:

 

 

Conditions of Application

1.       Evidence of current registration with NAHCON

2.       Absence of pending case(s) before Nigeria/Saudi Hajj Agencies, Aviation Authorities, court of law and or any Government Agency.

3.       Applicants must have good previous record of performance.

4.       Clearance letter from Saudi Arabia on the company’s last performance.

5.       Valid IATA licence.

 

 

Mode of Application

Prospective Tour Operators shall indicate their interest by:

 

1)    Submitting a written indication of interest along with a non-refundable application fee of N200.000.00 (two hundred thousand Naira) addressed to:

 

The Chairman/CEO,

National Hajj Commission of Nigeria (NAHCON)

No. 1 First Avenue, Off Ahmadu Bello Way,

Abuja.

 

2)      Collect an Application Form from the Commission Secretary at the Commission’s Headquarters on the above mentioned address.

 

3)      Submitting the duly completed application form along with:

 

i)                   Proposed details of pilgrims’ Hajj package for the

Commission’s consideration,

ii)                Proposed registration, screening, enlightenment and health/welfare system/activities,

iii)              A refundable security deposit of N5, 000,000.00 (five million Naira) as prescribed by section 16(4) of NAHCON (Establishment) Act 2006.

 

 

Successful Applicants:

Successful Applicants shall be required to amongst others provide the following:

 

1)  LicensingfeeofthesumofN300, 000.00 for the 2013 Hajj only

 

2)    Provide a Performance Bond as prescribed by section 16(5) of NAHCON (Establishment) Act 2006, in a format to be provided by the Commission.

 

3)  Indicate the mode of airlifting the pilgrims either with NAHCON appointed carrier or other scheduled carriers that fly into Saudi Arabia.

 

4)  Confirmation of payment of airfare to the NAHCON appointed carrier for those wishing to engage its services.

 

5)  Confirmed evidence of return ticket of each passenger for those wishing to engage other scheduled carriers.

 

6)  Submission of an electronic copy of the passenger manifest.

 

7)  Submission of data page of each registered pilgrim for the purpose of visa processing and clearance.

 

New Company wishing to apply must provide the following in Addition to the above:

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

2)      Certified true copy of Form CAC, C02, C07

3)      Certified true copy of Memorandum of Articles of Association of the company.

4)      Valid IATA licence

5)      3 years Audited Account

6)     3 years Tax Clearance

7)     Police report/Court Affidavit on all the Directors

8)     Curriculum Vitae of the company’s staff to be responsible for the Hajj matter/administration.

 

Conditions for the New Companies Only:

1)     Inspection of the company’s office.

2)     Company Security Clearance to be processed by the Commission from Department of State Service (DSS).

 

Submission/Closing Date:

All applications along with the prescribed payments shall be submitted to “The Secretary, National Hajj Commission of Nigeria (NAHCON), Sokoto House, No. 1 First Avenue, Off Ahmadu Bello central Business District, Abuja”, not later than 12th February, 2013 from the date of this publication.

Please be informed that the application is not intended to create any form of contractual relationship or obligation on the part of NAHCON, neither shall it be liable to any applicant for any expenses or loss incurred in connection with this application.

 

 

Signed:

Management

National Hajj Commission of Nigeria (NAHCON)

Sokoto House, No 1 First Avenue, Off Ahmadu Bello Way, Abuja

 

Application for Allocation of 2013 Hajj Seats to NAHCON Licensed Travel and Tour Operator Companies

 

The National Hajj Commission of Nigeria (NAHCON) wishes to inform all NAHCON Licensed Travel and Tour Operators interested in operating Hajj as private tour operators to apply for the 2013 Hajj seat allocation as follows:

 

 

Conditions of Application

1.       Evidence of current registration with NAHCON

2.       Absence of pending case(s) before Nigeria/Saudi Hajj Agencies, Aviation Authorities, court of law and or any Government Agency.

3.       Applicants must have good previous record of performance.

4.       Clearance letter from Saudi Arabia on the company’s last performance.

5.       Valid IATA licence.

 

 

Mode of Application

Prospective Tour Operators shall indicate their interest by:

 

1)    Submitting a written indication of interest along with a non-refundable application fee of N200.000.00 (two hundred thousand Naira) addressed to:

 

The Chairman/CEO,

National Hajj Commission of Nigeria (NAHCON)

No. 1 First Avenue, Off Ahmadu Bello Way,

Abuja.

 

2)      Collect an Application Form from the Commission Secretary at the Commission’s Headquarters on the above mentioned address.

 

3)      Submitting the duly completed application form along with:

 

i)                   Proposed details of pilgrims’ Hajj package for the

Commission’s consideration,

ii)                Proposed registration, screening, enlightenment and health/welfare system/activities,

iii)              A refundable security deposit of N5, 000,000.00 (five million Naira) as prescribed by section 16(4) of NAHCON (Establishment) Act 2006.

 

 

Successful Applicants:

Successful Applicants shall be required to amongst others provide the following:

 

1)  LicensingfeeofthesumofN300, 000.00 for the 2013 Hajj only

 

2)    Provide a Performance Bond as prescribed by section 16(5) of NAHCON (Establishment) Act 2006, in a format to be provided by the Commission.

 

3)  Indicate the mode of airlifting the pilgrims either with NAHCON appointed carrier or other scheduled carriers that fly into Saudi Arabia.

 

4)  Confirmation of payment of airfare to the NAHCON appointed carrier for those wishing to engage its services.

 

5)  Confirmed evidence of return ticket of each passenger for those wishing to engage other scheduled carriers.

 

6)  Submission of an electronic copy of the passenger manifest.

 

7)  Submission of data page of each registered pilgrim for the purpose of visa processing and clearance.

 

New Company wishing to apply must provide the following in Addition to the above:

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

2)      Certified true copy of Form CAC, C02, C07

3)      Certified true copy of Memorandum of Articles of Association of the company.

4)      Valid IATA licence

5)      3 years Audited Account

6)     3 years Tax Clearance

7)     Police report/Court Affidavit on all the Directors

8)     Curriculum Vitae of the company’s staff to be responsible for the Hajj matter/administration.

 

Conditions for the New Companies Only:

1)     Inspection of the company’s office.

2)     Company Security Clearance to be processed by the Commission from Department of State Service (DSS).

 

Submission/Closing Date:

All applications along with the prescribed payments shall be submitted to “The Secretary, National Hajj Commission of Nigeria (NAHCON), Sokoto House, No. 1 First Avenue, Off Ahmadu Bello central Business District, Abuja”, not later than 12th February, 2013 from the date of this publication.

Please be informed that the application is not intended to create any form of contractual relationship or obligation on the part of NAHCON, neither shall it be liable to any applicant for any expenses or loss incurred in connection with this application.

 

 

Signed:

Management

Invitation for Pre-qualification/Expression of Interest (EOI) from Interested Bidders for Projects under the Year 2012 TETFUND Special Intervention at The Federal Polytechnic, Nassarawa

The Federal Polytechnic, Nassarawa

P.M.B. 001 Nassarawa, Nassarawa State

 

Invitation for Pre-qualification/Expression of Interest (EOI) from Interested Bidders for Projects under the Year 2012 TETFUND Special Intervention

 

 

1.1     Introduction

The Federal Polytechnic Nasarawa hereby invites for Pre – Qualification / Expression of Interest (EOI) documents from interested, qualified and competent companies/firms and consultants.

 

1.2     The projects earmarked for execution are categorized as follows:

 

LOT 1:       Construction of School of Applied Science complex.

 

LOT2:        Construction of Mass Communication Complex.

 

LOT3:        Construction of twin – lecture theatre, procurement and installation of 700No composite purpose made executive collapsible single chairs with in-built collapsible table for the twin – lecture theatre and procurement and installation of 80No new clime ceiling fans with regulator.

 

LOT4a:      Procurement and Installation of 2No Hitachi digital interactive boards with complete boards with complete accessories.

 

LOT 4b:     Procurement and installation of 6No 1.5 HP national split Air Conditioners with 5000VA stabilizers.

 

LOT4c:      Procurement of 2No ball multimedia projector 3000 ansilemns with 6″ x 4″ projectors screen.

 

LOT 4d:     Procurement and installation of 43No various equipment to the Department of Chemical Engineering Technology.

 

 

2.0     Eligibility Criteria

Interested Bidders for any of the above projects are requested to provide the following as minimum pre-qualification requirements.

 

2.1     Consultancy Service

i.        Certificate of registration with CAC

ii.       Tax clearance certificate for the last three years 2010, 2011, 2012.

iii.      VAT registration and remittance with FIRS TIN number.

iv.      Evidence of experience in at least five (5) jobs of similar nature and complexity, executed within the last five (5) years, with verifiable letters of contract award evidence of payment and certificate of job completion

v.       Detailed company profile with copy of Article of Association / memorandum of company’s registration with professional relevant professional bodies

vi.      Evidence of personnel capability including list of Curriculum of Vitae of each registration of these personnel with relevant professional bodies

vii.     Full Account details including SORT Code

viii.    Submission of three years (2010, 2011, 2012) Audited Accounts with Annual Turn Over of at least N5 million in each of the three (3) years.

ix.      Possession of satisfactory Quality Assurance/Quality Control Manuals

x.       Evidence of remittance of Pension and social security contribution of employees (Certificate of compliance issue by PENCOM).

 

 

2.2     Constructions

i.        Certificate of Registration with CAC

ii.       Tax clearance certificate for the last three years 2010, 2011, 2012.

iii.      VAT registration and remittance with FIRS TIN number.

iv.      Evidence of ownership of or access to lease of relevant construction equipment and their status (where applicable)

v.       Evidence of experience in at least five (5) jobs of similar nature and complexity, executed within the last five (5) years, with verifiable letters of contract award, evidence of payment and certificate of job completion

vi.      Detailed company profile which should include list of personnel, their qualifications (CV) and experience in similar works.

vii.     Memorandum of understanding should be included for joint ventures

viii.    Evidence of financial capability / bank reference letter

ix.      Full account details including Sort Code

x.       Submission of three (3) years (2010, 2011, 2012), audited accounts with the financial state of the company.

xi.      Possession of satisfactory quality assurance/quality control manual.

xii.     Evidence of remittance of pension and social security contribution of employees (certificate of compliance issued by PENCOM).

 

 

2.3 Procurement/Installation

i.        Certificate of Registration with CAC

ii.       Tax clearance certificate for the last three years 2010, 2011, 2012.

iii.      VAT registration and remittance with FIRS TIN number.

iv.      Evidence of experience in at least five (5) jobs of similar nature and complexity, executed within the last five (5) years, with verifiable letters of contract award, evidence of payment and certificate of job completion

v.       Detailed company profile which should include list of personnel, their qualifications (CV) and experience in similar works.

vi.      Memorandum of understanding should be included for joint ventures

vii.     Evidence of financial capability / bank reference letter

viii.    Full account details including Sort Code

ix.      Submission of three (3) years (2010, 2011, 2012), audited accounts with the financial state of the company.

x.       Possession of satisfactory quality assurance/quality control manual.

xi.      Evidence of remittance of pension and social security contribution of employees (certificate of compliance issued by PENCOM).

 

2.4     All Bidders are requested to provide sworn Affidavit certifying as follows:

a)       That the company is not in receivership, not insolvent or bankrupt

b)      That the company does not have any director who has been convicted in any court in Nigeria or any other country for criminal offence in relation to fraud or financial impropriety.

c)       That no officer of the Polytechnic is a former or present director or shareholder of the company.

d)      That there has been no promise of a gift in any form to any staff of the Polytechnic.

 

 

3.0     Submission of Completed Pre – Qualification / EOI Documents

 

3.1     Completed pre – qualification / expression of interest should be submitted in two (2) hard copies (one original and one other copy) enclosed in a sealed envelope and labeled “Pre- Qualification or Expression of Interest” enclosed in a sealed envelope and labeled “Project Category and Lot Number” at the top right corner and addressed and returned to.

 

The Registrar

Federal Polytechnic

P.M.B. 001 Nasarawa

Nasarawa State

 

 

3.2     Pre-qualification document must be accompanied with duly signed submission letter by the bidders.

 

4.0     Closing Date for Submission

 

4.1     The closing date and time for the submission in respect of all projects is on or before 12th February, 2013 at 12noon. Any document submitted after this date will be rejected.

 

2013 Invitation for Pre-qualification for Tender at The Federal High Court of Nigeria

The Federal High Court of Nigeria

 

2013 Invitation for Pre-qualification for Tender

 

 

The Federal High Court of Nigeria wishes to Pre-qualify competent contractors and other service providers who wish to tender for jobs in the various areas specified below and accordingly invites interested parties who are competent, experienced and reputable to apply.

These services are required in our offices, Courts and official residences all over the Country’s (36) Judicial divisions, including Abuja. Below are areas to apply for pre-qualification.

 

(A)The Areas Of Services Required

 

FHC/CAP/MV/001/2013

Supply of Motor Vehicles:

Lot 1:   Supply of Motor Vehicles of different Make and models.

 

 

FHC/CAP/FRF/002/2013

Supply of Office and Residential Furniture:

Lot 1:          Supply of Office and Residential Furniture.

 

 

FHC/CAP/FRE/003/2013

Supply of Office and Residential Equipment:

Lot1: Supply of office and Residential Equipment such as Shredding Machines, Security safes (Fire Proof), Adding Machines, Refrigerators, Standing Fans, Ceiling Fans. Steel Filling Cabinets, Photocopying Machines, Electric Kettle, Gas/ Electric Cookers, Deep Freezers, Micro Waves, Air Conditioners (Window/Split Units) etc.

 

 

FHC/CAP/CICE/004/2013

Computer, Information and Communication Equipment:

Lot 1:          Supply of complete sets of Computers and Laptops.

 

 

FHC/CAP/ME/005/2013

Medical Equipment:

Lot 1:          Supply of medical Equipment

Lot 2:          Supply of Drugs, Reagents, and other    related consumables.

 

 

FHC/CAP/FFE/006/2013

Fire Fighting Equipment:

Lot 1:   Supply of Fire Fighting Equipment

 

 

FHC/CAP/LBPE/007/2013

Library Books, Periodicals and Equipment:

Lot 1:          Supply of Law Books, Law Reports and other Periodicals.

Lot 2:          Supply of Library Equipment.

 

 

FHC/CAP/SE/008/2013

Supply of Sporting Equipment:

Lot 1:          Supply of Sporting equipment such as Boots, Jerseys, Shorts, Stockings, Shin Guards, Hose, Keepers Gloves, Table Tennis, Bats and Balls, Foot Balls, Canvases, Track Suites etc.

 

FHC/CAP/PGP/009/2013

Power Generating Plant:

Lot 1:          Supply of various capacities of Generators

 

 

FHC/CAP/PJF/010/2013

Printing of Judicial Forms and Other Documents:

Lot 1:          Printing of Judicial Forms i.e. Bail Forms, Reman Warrants, Attachment Forms, Justification of Surety Forms, Order to Stay Proceeding Forms, Criminal Summons Forms, Civil Summons Forms, Transfer of Case Forms, etc.

 

Lot 2:          Printing of treasury Forms i.e. Confirmation of Cheques (payment Advice), Capital Expenditure payment Voucher, Paying in forms, Bank Schedule Forms, Payroll Summary Voucher (Junior officer) bank Certificates etc.

 

Lot 3:          Printing of other Documents i.e. Complimentary Cards, memo Pads, Letter Headed Papers, Open File Jackets, Confidential File Jackets, Case File Jackets, Clinic Forms/Dispensing Bags.

 

 

FHC/CAP/GCS/011/2013

Contract and Services:

 

 

FHC/CAP/UIC/012/2013

Uniform Other Clothing:

Lot 1:          Supply of Uniforms for Medical Personnel, Drivers, Porters, Craftsmen, etc.

 

 

FHC/CAP/SSE/013/2013

Supply of Security Equipment

 

 

FHC/CAP/RCBQ/014/2013

Renovation of Court Buildings and Judges Quarters

 

 

FHC/CAP/EC/015/2013

Erosion Control

 

 

FHC/CAP/CON/016/2013

Consultancy:

Lot 1:          Consultancy of Professional Fields such as Staff Training, Construction Industry, Case Law Management, etc.

 

 

B1.    Pre-Qualification Requirements:

Prospective contractors shall be required to possess the following qualification documents.

(a)  Valid Certificate of registration/ incorporation

(b) Current Tax Clearance Certificate for the last (3) years, valid up to December 31st 2012.

(c)  Value Added Tax Registration Certificate.

(d) Company’s resume including details of key staff strength to be deployed for execution of the contract.

(e)  Name and Address of Bankers(s) including a letter of reference/guarantee from the Bank.

(f)   Evidence of involvement and experience in similar contracts stating contract sums and showing evidence of award and timely completion

(g)  Evidence of opening of Retirement Savings Account (RSA) for staff or employees with Pension Fund Administrator (PFA).

 

 

B2.    Submission of Pre-Qualification Documents:

Pre-qualification document should be enclosed in sealed envelope marked at the top centre “The Group Code” and at the bottom left “Prequalification 2013” to Tenders Board Secretariat, Federal High Court Abuja, not later than 2.00 pm on 11th February, 2013 to:

 

The Secretary,

Departmental Tenders Board

Federal High Court Head Quarters

(2nd Floor), Shehu Shagari Way,

Central Business District,

Federal Capital Territory,

Abuja.

 

 

Opening of the bid will take place at Justice Ukeje Hall, Federal High Court Headquarters, Abuja on 14th February, 2013 by 10.00 a.m.

 

 

Please note.

(a)     Late submission will be rejected

(b)               This advertisement for Pre-Qualification to tender shall not be construed to be a commitment on the part of the Federal High Court of Nigeria nor shall it entitle the submitting tender to make any claims whatever and seek any indemnity from Federal High Court by virtue of such tenderer having responded to this advert.

(c)      Pre-qualification bid should be very dear about the bidder’s area and proven competence and interest.

(d)     Proposal for different procurement/category should be submitted in different envelopes.

(e)      Subsequent to this pre-qualification exercise, tender for contracts and jobs will be accepted only from pre-qualified contractors, and the Federal High Court of Nigeria shall not enter into any correspondence with unsuccessful applicants.

(f)      Only regular stockers of goods are advised to apply as minimum period would be allowed between the date of award and final delivery.

 

Signed:

Secretary Departmental Tenders Board,

Federal High Court

Abuja

Invitation of Tenders for Voice of Nigeria 2013 Capital Projects at Voice of Nigeria

Voice of Nigeria

 

Invitation of Tenders for Voice of Nigeria 2013 Capital Projects

 

Voice of Nigeria hereby invites reputable Companies/Contractors with relevant experience to tender for the under-listed projects at various locations of Voice of Nigeria.

 

A.      Requirements

1.       A sworn affidavit from the Federal High Court stating that no staff of VON nor the Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the Contractors/Companies and attest to the veracity of all information in the tender.

 

2.       Indicate availability of requisite and appropriate skills among staff of the Contractor and availability of requisite equipments to do the job.

 

3.       Certificate of Registration. Certified True Copies of Memorandum and Articles of Association including forms C0.7 and C0.2 of the Company

 

4.       Evidence of Offices in Nigeria and locations.

 

5.       VAT registration and evidence of remittances in the past three years.

 

6.       Company profile with curriculum vitae of key personnel.

 

7.       Evidence of previous experience on similar jobs (scope, location and value) executed in the last three years giving names of Clients, their contact address/telephone numbers and contract sum with certificate of completion.

 

8.       Evidence of financial capability and Bank support to handle the project or projects.

 

9.       Three years audited account and three years Tax & VAT clearance certificates (2009, 2010 and 2011).

 

10.     List of equipment owned by the Company.

 

11.     Evidence of remittance of contributory pension funds of employees to     PENCOM.

 

12.     Payment of a non-refundable tender fee of N10, 000.00 only for collection of relevant tender documents.

 

13.     Companies are to submit separate tender for each job they wish to undertake in separate envelopes. Voice of Nigeria is not bound to accept any tender and shall not entertain any correspondence or request for refund of fees in the event of non-compliance in this regard.

 

14.     Submissions which must be clearly spelt out should include but not limited to the under listed provision.

 

  • Contract Price (Valid for 12 months)
  • Terms and Conditions of Payment (In line with Procurement Act 2007)
  • Delivery Period
  • Insurance

 

 

B.      Project Titles:

 

Project 1:    Construction of fence to demarcate VON Transmitting Station Lugbe Abuja from VON Garden City, Lugbe Abuja

 

Project 2:    Engagement of Electrical Consultant for the construction of 33kv overhead power supply and sub-station at VON Corporate Headquarters Airport Road Abuja

 

Project 3:    Construction of 33kv overhead power supply and sub-station at VON Corporate Headquarters Airport Road Abuja

 

 

Project 4:    Construction of Auxiliary Office blocks at VON Corporate Headquarters Airport Road Abuja

 

 

Project 5:    Construction of fence, gate house and borehole, at VON Corporate

Headquarters Airport Road Abuja

 

 

Project 6:    Supply, Installation and Commissioning of 350KVA Generator and Generator House at VON Corporate Headquarters Airport Road Abuja

Project 7:    Construction of foundation and installation of studio transmitter links tower at VON Corporate Headquarters Airport Road Abuja

 

Project 8:    Supply of Thomson Broadcast & AG Short Wave 2300 Transmitters Spare Parts for VON Transmitters at Ikorodu, Lagos and Lugbe Abuja

 

Project 9:    Supply of Spare Parts for 1250 KVA Perkins Power Generator.

 

 

Project 10: Construction of reinforced concrete retaining wall at VON Corporate Headquarters Airport Road Abuja

 

Project 11:  Supply of 3nos Toyota Corolla (2012 model, 1.8 GLI, Automatic, Fabric, A/C and 1 nos Toyota Coaster (30 seater, high roof, A/C, fabric, Petrol, Radio Cassette, Reverse alarm, in-built digital clock, manual transmission)

 

 

Note:          Bills of quantities and or Details/Specifications to Projects No 1, No 3, No 4, No 5, No 6, No 7, No 8, No 9, and No 10 be procured at VON address below.

 

 

 

D.      Submission of Tender Documents:

Each Tender should be addressed appropriately labeled “Tender for…. (Indicating the title of the Project)…….. on the top left hand corner of the envelope, addressed to the Secretary/Legal Adviser, Voice of Nigeria, 7th Floor, Radio House, Area 10, Garki, Abuja and must be received not later than 11th March, 2013.

 

Please note:

  • All expenses incurred in the preparation and submission of any response to this invitation shall be borne solely by the interested participating company.
  • Tenders shall be publicly opened; a day after the closing date or such other convenient date provided always that representatives of the Companies that made submissions are invited to witness the opening of the submissions

 

Signed

Management