Invitation for Bids to Tender for the Contract of Maintenance of Nnamdi Azikiwe International Airport Abuja, Under FAAN 2012 IGR Budget at Federal Airports Authority of Nigeria (FAAN)

Federal Airports Authority of Nigeria (FAAN)

 

Invitation for Bids to Tender for the Contract of Maintenance of Nnamdi Azikiwe International Airport Abuja, Under FAAN 2012 IGR Budget

 

A. Introduction.

In compliance with the Public Procurement Act 2007, the Federal Airports Authority of Nigeria (FAAN) intends to undertake National Competitive Bid (NCB) for the Maintenance Works for Nnamdi Azikiwe International Airport, Abuja under its 2012 financial year (IGR) budget. Consequently, the Authority wishes to invite competent and reputable companies with requisite knowledge and experience to tender for the services.

 

B.      List of Services

 

Lot 1:         Maintenance of Electrical installations.

 

Lot 2:         Maintenance of Mechanical Installations.

 

Lot 3:         Maintenance of Water and Sewage Treatment Plants.

 

Lot 4:         Maintenance of Civil/Building Wares.

 

C.      Scope of Work

The scope of work for each Lot is as follows;

Lot 1:         Service management and Maintenance

  • General Power Supply and Distribution.
  • Illumination of Terminal Building, Street Lights of Link Road, Apron. Parking Areas and Service Road.
  • Generators.
  • Transformers and switch gears,

 

Lot 2:         Service management and Maintenance of:

  • Baggage Conveyor Belts.
  • Passenger Boarding Bridges.
  • Lifts and Escalators.
  • Air Conditioning Systems.

 

Lot 3:         Service Management and Maintenance of:

  • Water Treatment Plant
  • Sewage Treatment Plant
  • Sanitary System and Plumbing,

 

Lot 4:         Service Management and Maintenance of:

  • Automatic Doors including Roller Shutters
  • Doors including Aluminium and Glass Doors, Windows and Fixed lights.
  • Roof works including felting.
  • Link Road, Service Roads and Car Parks

 

D.      Documents that must be submitted along with the Completes Tender.

  • Evidence of Company Registration /Certificates of incorporation of the company
  • Certified true copy of memorandum and article of association with CAC forms CAC02 & CAC07 inclusive (where applicable).
  • Evidence of tax payments (Current Tax Clearance Certificate) for the last three years.
  • VAT registration aid evidence of remittance.
  • Certificate of compliance to pay pension from PENCOM and evidence of remittances.
  • Evidence of financial capability to execute the project (Bank Reference letter/Bank guarantee will form part of the evaluation criteria)
  • Evidence of firm’s Corporate Registration with relevant Professional Bodies,
  • Copies of the audited account of the company for the last three years,
  • Verifiable evidence of similar works successfully completed / on-going (e.g. Letter of Award, Certificate of completion, Contract Agreement and Payment Certificate)
  • Bid Security of at least 2% of the bid price from a reputable commercial bank, to be sealed in the envelope containing the financial proposal.
  • Sworn Affidavit disclosing as follows:
  • That all documents submitted are not only genuine but correct.
  • That the Director(s) has / have never been convicted by any court of law.
  • That none of the firm’s Director or the company is bankrupt.
  • Whether or not any of the officers of FAAN or BPP is a former or present Director of the Company

 

E.      Submission of Documents.

i.        The documents are to be submitted in four (4) copies in A4 paper size and neatly bound. The document should be arranged in the order listed under D, above, and clearly separated by dividers.

ii.       The original Technical Proposal should be enclosed in one (1) envelope, duly marking the envelopes as “Original” and “Copy”. These two (2) envelopes shall then be enclosed in one (1) single outer envelope, duly marked “Technical Proposal”

iii.      The Tenderers shall also enclose the original Financial Proposal in one (1) single separate envelope, duly marking the envelope as “Financial Proposal” and with a warning “Do Not Open With The Technical Proposal”

(iv).   The envelopes containing “Technical Proposal” and “Financial Proposal” shall be encloses in a bigger (outer) envelope. The inner and outer envelopes shall;

a.       Bear the name and address of the Tenderer.

b.       Be addressed to the General -Manager (Procurement); FAAN Headquarters, Ikeja Lagos.

c.       Bear the name of the Tender and the Tender Number as specified in this advertisement and;

d.       Bear a statement “Do not open before 12.00am on 22nd October 2012”.

 

v.       if all envelopes are not sealed and marked as required by this advertisement as stated above, the Employer will assume no responsibility for the misplacement or premature opening of the Tender,

vi.      All documents must be submitted to the office of “The General Manager (Procurement)”, FAAN Headquarters, Ikeja- Lagos.

 

F.      Closing and Opening of Submissions.

Submission of tender document shall close at exactly 11.30 am on the 22nd October, 2012. All submissions will be opened on the same day at 12 noon in FAAN Headquarters, Commercial Conference Room, Ikeja, Lagos.

 

G.      Important Information.

  • Tender document are to be obtained at the office of the General Manager (Procurement) Federal Airport Authority of Nigeria, (Headquarters) with a non refundable fee of N20, 00.00 payable to the Accounts Department of the Authority.
  • All Bidders are expected to visit the airport to inspect study and familiarize themselves with all the equipment and systems presently deployed at the airport before bidding,
  • FAAN reserves the right to verify the authenticity of any claims made on the tender documents submitted by companies.
  • Failure to comply with the instruction(s) and provide any required document(s) may automatically result in disqualification.
  • FAAN reserves the right to reject any or all the tender documents. Original of all documents above must be produced for sighting at the opening and any other time requested.
  • Tender documents submitted must be in English Language.
  • This advert shall not be construed to be a commitment on the part of FAAN, nor shall it entail the Applicant to make any claim (s) whatsoever and/or seek any Indemnity from FAAN, by virtue of such applicant having responded to this publication.

 

Signed:

MANAGEMENT

Invitation for Bids at Office of the Secretary to the Government of The Federation

Office of the Secretary to the Government

Of The Federation

Shehu Shagari Complex, Three Arms Zone, Abuja

 

Invitation for Bids

In pursuance of the implementation of its 2012 capital projects, the Office of the Secretary to the Government of the Federation (OSGF) intends to procure consultancy services for some of the projects. Interested consultancy firms are hereby invited to submit technical and financial bids for the projects listed in the table below:

 

Lots Project Title

 

1 Baseline survey of the border region of Nigeria – Cameroun   and Nigeria – Benin Republic.

 

2 Socio- Economic study of Public – Private Partnership (PPP) and Review of the Privatization and Commercialization programme of the Federal Government of Nigeria
3 Socio- Economic study of Federal Government Programme/Projects being implemented by MDAs and Women Empowerment.

 

4 Review of the Socio -Economic impact of Foreign Direct Investment in Nigeria and Nigeria’s Investment in   Europe and Asia.

 

 

2.       Requirements:

Interested bidders are required to submit the following along with their bids:

  1. Evidence of incorporation with the Corporate Affairs Commission:
  2. Copy of Memorandum and Articles of Association;
  3. Evidence of VAT registration;
  4. Evidence of valid Tax Clearance Certificates for the last three (3) years;
  5. Audited Account of the Company for the last three (3) years duly endorsed by a firm of Chartered Accountants and bankers reference;
  6. List and verifiable documentary evidence of similar jobs successfully executed/on-going within the last three (3) years;
  7. List of Key Staff including professionals (if any) to be attached to the work, including photocopies of relevant professional certificates where applicable (for Lots 1,2,3, and 4);
  8. Provision of Bid Security for all bids valued above N50m at 2% of the bid price by way of guarantee from a reputable Bank;
  9. Evidence of working capital for bids valued N20 Million and above, and authority to seek reference from bidder’s Bankers;
  10. Evidence of participation in the contributory pension scheme for bidders having a staff strength of five and above;
  11. Original copies of documents listed in i – iv above must be presented for sighting during the bid opening;

 

The OSGF reserves the right to inspect or verify claims/information submitted as it deems necessary. Similarly, the Office is not bound to patronize any bidder and reserves the right to annul the selection process when unforeseen and justifiable developments warrant such action, without incurring any liability and assigning any reasons thereof.

 

3.       Bid Documents

Bid documents containing full specifications on all the Lots can be obtained from the Office of the Deputy Director (Procurement) located on the Second Floor of the Main Building of the Office of the Secretary to the Government of the Federation, Shehu Shagari Complex, Three Arms Zone, Abuja, upon payment of a non-refundable fee of Ten Thousand Naira (N10, 000.00) for each Lot bided.

 

4.       Submission of Bids

Technical and Financial Bids are to be separately sealed with wax in envelopes indicating the Lot number/title and addressed to the Secretary Tenders Board, Procurement Division, Department of Planning, Research and Statistics, Office of the Secretary to the Government of the Federation, Shehu Shagari Complex, Three Arms Zone, Abuja. Submission of bids shall close at 2.00pm on Monday, 29th October, 2012 to be immediately followed by opening of the bids. Representatives of all companies that submit bids are invited to be present at the bid opening session.

 

Permanent Secretary

(General Services Office)

 

Invitation to Bid for the Supply of Learning/Teaching Aids to FRSC Training Schools at Federal Road Safety Corps

Federal Road Safety Corps

National Headquarters Abuja

 

Invitation to Bid for the Supply of Learning/Teaching Aids to FRSC Training Schools

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 crash. In its continued efforts to optimise performance of personnel and thereby, ensure a safer motoring environment for Nigeria, the Corps hereby invites competent companies to bid for the supply of the under-listed learning/teaching aids.

 

 

 

 

 

 

 

Lot No

 

Item

 

Description

 

Quantity

 

1 Double sided Library Shelving

 

7ft 6” high x wide by 8” deep fitted with 12 rows of shelves

 

6
2 Double sided Library Shelving

 

6ft high x     3ft wide    by 8″ deep with 10 shelves

 

6
3 Single sided periodical/magazine display Shelves

 

With 5 rows of sloping shelves and storage compartment for black issues

 

2
4 Metal book end/support

 

80
5 Compartmentalized 4 readers reading table

 

On metal frame

 

10
6 Metal frame armless reading chairs

 

40
7 Library card catalogue cabinet

 

With base stand drawers -12 drawers

 

5
8 Metal book trolley With 4 sloping shelves and one flat shelve

 

4
9 Automatic numbering machine for numbering library books

 

5
10 Accessioning register for Library books 10
11 Library date due stamp

 

5
12 Electric Stylus pen for writing call numbers on the spines of Library books for display on the shelves

 

5
13 Transfer foils for electric j stylus pen

 

Available in gold, white, black and white colours

 

5
14     Library circulation desk/table for charging and discharging books to the readers

 

1
15 Kick step 5
16 Ladder 5
17 Desktop Computers for j e-learning and accessories 100
18 Laptop Computers 20
19 Photocopiers 10
20 Projectors 10
21 File Cabinets

 

20

 

 

2.       Pre-Qualification Requirements

Pre-qualification requirements 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

d. Evidence of VAT Registration/Remittance Certificate

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 other similar jobs

 

3.       Submissions

Four (4) sealed copies of submissions should be appropriately marked stating the preferred lot and submitted at the Corps Procurement Office, Federal Road Safety Corps, Head Quarters, Wuse Zone 3, Abuja not later than 29th October, 2012.

 

4.       Opening of Bids

Opening of bids shall take place at 2.00pm on the day of expiration of deadline. The venue will be the Visitors-Room, FRSC Head Quarters, Wuse Zone 3, Abuja

 

5.       Important Information

  • Technical and financial submissions should be in two separate envelopes
  • For ease of identification, the reverse side of envelopes should bear the company s name, address and phone number of contact person.
  • Please adhere strictly to closing date of bids

 

Signed:

Management

 

Invitation to Tender at National Commission for Museums and Monuments

National Commission for Museums and Monuments

Block C, First Floor, Federal Secretariat-Head of Service, Phase II Shehu Shagari Way, Central Business District, Abuja.

P.M.B. 171 Garki, Abuja

 

Email: ncmmadm@yahoo.com

 

Invitation to Tender

In compliance with the provisions of the Public Procurement Act, 2007 the National Commission for Museums and Monuments wishes to bring to the attention of the public her intention to carry out the following procurement activities in the Commission as provided for in the 2012 Capital Appropriation. In view of the above, bids are hereby invited from interested and reputable contractors with relevant experience and good track records in respect of the following projects.

 

Lot 1:         Construction of Orumba Multipurpose Hall/ICT Centre, Orumba South, Anambra

Lot 2:         Construction of Multipurpose Hall/ICT Centre, Oke- Surulere, Oyo State

Lot 3:         Construction/Equipping of Multipurpose/ICT Centre, Ibadan

 

 

Qualification Criteria and Tender Requirements

In order to be considered, interested Contractors are required to submit the following documents along with the financial bids

 

  1. Evidence of company registration with Corporate Affairs Commission (CAC) and forms CO7
  2. Company profile and organizational structure, including names and resume of key personnel with addresses and phone numbers
  3. Detail evidence of compliance with Pension Act 2004 including evidence of remittances
  4. Last three (3) years Tax Clearance certificates (2009,2010 and 2011)
  5. Verifiable list of previous/similar major works carried out in recent past with their locations and clients, (copies of award letters, completion certificates/final payment certificate should be attached)
  6. Evidence of VAT registration certificate and past remittances Audited
  7. Accounts for the last three years
  8. Evidence of financial strength and banking support
  9. Evidence of registration with Financial Reporting Council (FRC) of Nigeria List of Equipment to be used for the project and their location. (State whether the equipment are leased, hired or owned, if owned attach proof).
  10. Evidence of compliance with the provisions of the Industrial Training Fund Amendment Act 2011

 

Collection of Tender Documents

Bid documents are to be collected upon payment of non-refundable fee of twenty thousand naira (N20, 000.00) only per project in certified draft in favour of National Commission for Museums and Monuments, Abuja.

 

Submission of Tender Documents

Completed bid should be submitted in three copies (one original and two other copies) and all pages dully endorsed by the bidders. The documents should be sealed and labelled (Technical / Financial Bids as appropriate) separately with the appropriate project title and lot number, clearly written at the top left hand corner of the envelope and addressed to: The Secretary, Procurement Planning Committee, National Commission For Museums And Monuments, Block C, First Floor, Federal Secretariat-Head of Service, Phase II Shehu Shagari Way, Central Business District, Abuja.

 

Closing date and time of submission of bid documents is 12 noon Monday, 29th October. 2012 and tenders shall be opened at 1.00pm same day at the Meeting Room of the National Commission for Museums and Monuments, Block C, First Floor, Federal Secretariat-Head Of Service, Phase II Shehu Shagari Way, Central Business District, Abuja. Bidders or their representatives are strongly advised to be present.

 

 

Please Note:

(I)               Bidders are to enclose a photocopy of the receipt as evidence for the payment of the fee for tender documents

(II)            NCMM reserves the right to reject any document it considers to be of doubtful authenticity

(III)         Late submission will not be entertained.

(IV)        This notice shall not be construed to be a commitment on the part of the NCMM to award any form of contract to any respondent nor shall it entitle any organization to claim any indemnity from the commission.

 

Signed

Management

 

Invitation to Tender at Federal College of Education, Kontagora

Federal College of Education, Kontagora

2008-2011 Merged Tetfund Procurement Notice

 Invitation to Tender

Introduction:

Federal College of Education, Kontagora, Niger State intends to carry out the above stated subject matter as follows:

 

(A)Works

 

Lot1: Construction of 1 No 400 Capacity Lecture Theatre.

 

Lot2: Construction of Guidance and Counseling Centre.

 

Lot3: Construction of 1No Language Laboratory.

 

Lot4: Construction of 1 No Block of Academic Staff Offices.

 

Lot5: Construction of 1No Micro Teaching Laboratory.

 

 

(B)Procurement

 

Lot 6:         Procurement of various offices Furniture

 

Lot 7:         Procurement of various Language laboratory Equipment

 

 

Eligibility Criteria/Requirements’

Interested contractors are requested to forward for consideration the following pre-qualification documents:

 

(i)                Evidence of registration with relevant professional bodies.

(ii)             Evidence of registration with Corporate Affairs Commission (CAC)

(iii)           Evidence of Tax Clearance Certificate for three (3) years (2008)-(2010)

(iv)           Evidence of VAT registration Certificate

(v)             Verifiable Evidence of Similar jobs of job successfully executed by the firm including location, cost, letter of award and completion certificate.

(vi)           Evidence of financial capability which   would be should include State of Account and audited reports of the company (2008-2010) assets and liability

(vii)        Evidence of compliance with pension acts 2007

(viii)      Lists of names of key personnel with professional qualification and experience.

(ix)           Lists of equipments available for the project(s)

(x)             Evidence of contribution to Industrial Fund (ITF)

 

 

Note:

Original copies of the above issued documents should be available for sighting on demand during the opening of pre-qualification applications. Also this is not an invitation to tender. Full tendering procedures will apply only to bidders that has been pre-qualified and found capable of executing the projects.

 

All submission must be duly singed and legible

 

Submission of Pre-Qualification

The pre-qualification documents should be enclosed in sealed envelopes and mark “Pre-Qualification Documents for Tender” and Tender’s Name written on the reverse side of the envelope indicating the Lot Number and addressed to:

 

The Registrar

Federal College of Education,

P.M.B. 39, Kontagora, Niger State.

 

The Pre-qualification document should be deposited in the Tender Box at the Registrar Office not later than 15th October, 2012 Opening of documents submitted will take place by 1:00pm on the same date.

 

Finally, note that only pre-qualified bidders would be invited to pick Tender documents.

 

Signed:

Hajiya Aisha Y. Bukar

College Registrar