Invitation to Tender at Accident Investigation Bureau (AIB)

Accident Investigation Bureau (AIB),

P.M.B. 016, Murtala Mohammed International Airport, Ikeja, Lagos

Website: www.aib.gov.ng

Invitation to Tender

A.      Introduction:

The Accident Investigation Bureau (AIB) hereby express its intention to use part of its 2013 Internally Generated Revenue (IGR)/FGN appropriated budget to fund the Procurement of the under listed jobs.

In line with the above and the Public Procurement Act 2007, the Bureau wishes to invite qualified and experienced Contractors to Tender for the jobs.

Lot 1:          Supply and Installation of Security Fencing Barbed Wire in AIB office in Abuja

Lot 2:          Landscaping of AIB Abuja office complex

Lot 3:          Supply and Installation of Electronic Surveillance (CCTV) equipment in AIB Office.

Lot 4:          Supply of mobile Family Assistance/Crisis Centers in Abuja, Kano, Enugu and Lagos.

Lot 5:          Production of Accident Reports.

B.      Scope of Work

The broad scope of work for the various jobs is as follows:

Lot 1:          The Supply and installation of high quality American barbed wire on the entire fence of the Bureau’s office in Abuja.

Lot 2:          Design of the outer space of the office and laying of interiocking stones/kebs on the entire space.

Lot 3:          Supply and installation of cctv camera /surveillance device in Abuja office.

Lot 4:          Supply of customized mobile crisis centers in the locations above.

Lot 5:          Production of reports of accidents whose investigations have been concluded.

Details of the scope and specific requirements for each of the jobs will be spelt out in the Tender Documents.

The tender documents can be collected from the office of the Secretary of the Tenders Board on payment of Tenders fee of Ten thousand naira (N10,000.00) only.

C.      Eligibility/ Requirements

Interested Contractors must be duty registered with the Corporate Affairs Commission and should submit the following documents:

i.        Evidence of registration and updated status with the Corporate Affairs

Commission (CAC).

ii.      Certified true copy of memorandum and articles of association with CO2 &CO7.

iii.      Evidence of remittance of Withholding Tax for the last three (3) years/ current Tax clearance certificates where applicable.

iv.     Value added Tax Registration Certificates with PIN/Past three (3) years remittances.

v.       Company profile including the full address, E-mail and telephone numbers of the company and professional experience of key staff including their CV’s where applicable.

vi.      Name and address of banker(s) including a letter of reference from the bank.

vii.     Evidence of involvement/experience in similar jobs stating contract sum, copies of award letters completion certificates firm for the past three (3) years.

ix.      An affidavit confirming the authentic of compliance with the pensions Act 2004 and

xi.      Financial Reporting Council of Nigeria Registration Certificate.

D.      Submission of Tender Documents

Interested contractors shall submit their Technical and Financial bids on or before 30th August 2013 and the tenders/bids documents shall be opened by 12.00 noon on the same day.

The submission shall be made in one soft copy (flash drive) and two hard copies sealed in an envelope with the lot number and the name of the job the firm is intending to undertake clearly written on the envelope and submitted to:

The Secretary,

Tenders Board,

Accident Investigation Bureau,

P.M.B. 016, Murtala Mohammed Int’l Airport, Ikeja, Lagos

OR at

Accident Investigational Airport, Abuja.

 

E.      Important Information

1.       Accident Investigation Bureau (AIB) reserves the right to:

 

i.        Verify the authenticity of any claims made on the documents submitted by the companies.

ii.       Verify the company’s address/location.

2.       Failure to comply strictly with the instructions above and to provide any required documents may result in the disqualification of the company.

3.       Original documents listed in item C above must be produced for sighting.

4.       Tender documents submitted after the closing date and time shall be rejected.

5.       Interested firms are to note that the Accident Investigation Bureau shall not be held liable for the expenses incurred by them on their submission and that the Bureau shall short list only firms whose submissions are considered to be responsive to the requirements of the Bureau.

 

Signed:

Management

Request for Expression of Interest for the Provision of Consultancy Service for the Equipping of Aircraft Wreckage Hangar Facility at Accident Investigation Bureau (AIB)

Accident Investigation Bureau (AIB),

P.M.B. 016, Murtala Mohammed International Airport, Ikeja, Lagos

Website: www.aib.gov.ng

Request for Expression of Interest for the Provision of Consultancy Service for the Equipping of Aircraft Wreckage Hangar Facility

A.      Introduction:

The Accident Investigation Bureau (AIB) is the Agency charged with the responsibility of Investigating Air accidents which occur within the Nigerian

airspace and elsewhere that Nigeria’s interest is affected. In order to effectively and efficiently carry out its functions, the Bureau intends to utilize part of its 2013 Federal Government of Nigeria budget to fund the procurement of Consultancy Service for the Flight Safety Laboratory.

In line with the above and in compliance to the Public Procurement Act. 2007, the

Bureau wishes to invite qualified and experienced Consultants to submit

Expression of Interest for the provision of consultancy service for the Flight

Safety Laboratory.

A.      Description of Work

The Consultant is expected to provide insurance cover for the Flight Safety Laboratory.

B.     Qualification of Consultant

The consultant must be an experienced and registered consultant who has handled similar jobs in the aviation industry and must be a Nigerian or a Nigerian representative of a foreign firm.

C.     Other Requirements

Interested and qualified Consultants should submit the following documents:

i.        Evidence of registration and updated status with the Corporate Affairs

Commission (CAC).

ii.       Copies of Certified true copy of memorandum and articles of association with CO2 & CO7.

iii.      Evidence of remittance of Withholding Tax for the last three (3) years      /current Tax clearance certificates where applicable.

iv.      Value added Tax Registration Certificates with PIN/Past three (3) years remittances.

v.       Company profile including the full address. E-mail and telephone numbers

of the company and professional experience of the consultant and key staff       including their CV’s.

vi.      Name and address of banker(s) including a letter of reference from the bank.

vii.     Evidence of involvement/experience in similar jobs stating contract sum, copies of award letters, completion certificates, Must be enclosed.

viii.    Audited financial statements of the firm for the-past three (3) years.

ix.      An affidavit confirming the authenticity and genuineness of the documents submitted.

D.      Submission of Expression of Interests

Interested consultants shall submit the above documents on or before 30th August 2013

The submission shall be made in one soft copy (flash drive) and two hard copies sealed in an envelope and the name of the job clearly written on the envelope and submitted to:

 

The Secretary,

Tenders Board,

Accident Investigation Bureau,

P.MB. 016. Murtala Mohammed Int’l Airport, Ikeja, Lagos.

OR at

Accident Investigation Bureau (AIB)

Nnamdi Azikiwe International Airport,

Abuja.

 

E.      Short Listing

Consultants shall be shorthand based on their qualification/experience.

F.      Important Information

1.       The Accident Investigation Bureau (AIB) reserves the right to:

i.        Verify the authenticity of any claims made on the documents submitted by the companies.

ii.       Verify the company’s address/location.

2.       Failure to comply strictly with the instructions above and to provide any required documents may result in the disqualification of the consultant.

3.       Original documents listed in item C above must be produced for sighting.

4.       Expression of interest submitted after the closing date and time shall be rejected.

5.       Interested firms are to note that the Accident Investigation Bureau shall not be held liable for the expenses incurred by them on their submission and that the Bureau shall short list only firms whose submissions are considered to be responsive to the requirements of the Bureau.

 

Signed:

Management

 

Request for Expression of Interest (EOI) at Ekiti State Community and Social Development Agency (EKCSDA)

Ekiti State Community and Social Development Agency (EKCSDA)

 Engagement of Consultant for Training Programme on Maintenance and Sustainability of Community Micro Projects

 Request for Expression of Interest (EOI)

 Contract No: EKCSDP/MS/CQS/001

 1.       The Ekiti State Government of Nigeria has received a credit from International Development Association (IDA) towards the implementation of the Community and Social Development Project (CSDP) and intends to apply part of the proceeds of the credit to payments under the consultancy services for the training programme on maintenance and sustainability of community micro-projects for Local Government Chairmen, State Government representatives, State Legislators, Supervising ministries, Community development organizations, Desk Officers, CPMC members, Kabiyesis and community/Opinion leaders.

 2.       Objective of the Assignment:

 The contract for the training programme on maintenance and sustainability of community micro-projects is to be awarded to:

(i)      Train community members on how to put up a plan for the effective maintenance and sustainability of micro-projects in their various communities.

(ii)     Train communities and other stakeholders on how to mobilize resources for community project maintenance and sustainability.

(iii)    Create awareness and understanding of ownership, maintenance, sustainability plans and mainstreaming of environmental concerns into micro-project design and implementation.

(iv)    Enable various communities maintain and sustain their various micro-projects at community levels so as to preserve the assets.

(v)     To involve the various stakeholders on the importance of participatory planning and budgeting for community micro-projects.

(vi)    To establish and strengthen a partnership between LGAs, CBOS, Civil societies, CPMC and other stakeholders thereby ensuring stronger commitments and political will in the adoption of CDD as a better option for community development.

 3.       Scope of Work:

 The Consultant is expected to train the participants on the need to put up a plan and mobilize resources for the maintenance and sustainability of community micro-projects in their various communities so as to preserve them and to also evaluate the adequacy and effectiveness of the maintenance and sustainability plans put in place by various communities. The Consultant is also expected to assess the level of relationship between participating LGAs and their communities in capacity building activities.

 4.       Skill Requirements:

 The Consulting firm must be a recognized firm with at least five (5) years experience in the Training of Community Driven Development approach as the basic strategy to effective community development.

 5.       Duration: The training is expected to be completed within Two (2) days.

 6.       Ekiti State Community and Social Development Agency (EKCSDA) hereby invites eligible firms to submit Expression of interest (EOI) for the assignment. Interested firms must provide detail company profile showing experience and competence relevant to the assignment.

 7.       Please note that the costs of Expression of Interest f (EOI) and negotiations of the contract are not reimbursable as a direct cost of the services.

 8.       A firm will be selected under Consultant Qualification Selection (COS) Method and procedures, in accordance with the policies of the IDA detailed in the Guidelines-Selection and Employment of Consultants by World Bank Borrowers which can be found at the following website: www.worldbank.org/procure

The expression of interest accompanied with one (1) original and two (2) copies in a properly sealed envelope must be delivered to the address below not later than 14th August, 2013, by 12,00 noon, clearly marked “Expression of Interest for Training Programme on Maintenance and Sustainability of Community Micro Projects Consultant”,

 The Central Manager,

Ekiti State Community and Social Development Agency (EKCSDA)

Plot 20, Secretariat Road, beside GT Bank,

Ado-Ekiti, Ekiti State.

 

 

Invitation for Pre-Qualification at Gombe State University

Gombe State University

P.M.B. 127, Gombe

Gombe State

Invitation for Pre-Qualification

1.0     Introduction:

The Gombe State University, Gombe in line with the requirement for the due process in the awards for Contracts for TETFUND projects hereby invites competent and qualified Contractors to pre-qualify for:

i.        Procurement of Various Assorted Titles of Textbooks of Different subjects in the areas of Arts & Social Sciences, Sciences and Medical Sciences.

ii.       Procurement of Various Titles of Journals of different subjects.

iii.      Procurement of Bindery Equipment.

iv.     Provision of Internet Bandwidth.

2.0     Pre-Qualification Requirements

(a)     Evidence of Registration /Incorporation of Company with Corporate Affairs Commission (CAC).

(b)    Company’s Current Tax Clearance Certificate for the past three (3) years.

(c)      Company’s VAT Registration Certificate and Evidence of past VAT Remittances.

(d)     Letter of attestation of good financial standing of the Company including the name and address of the Bank(s).

(e)      Evidence of previous similar Contracts stating Contract value and showing evidence of award and timely completion.

(f)     Evidence of Company’s Registration with the University.

3.0     Submission of Pre-Qualification Documents

All prospective Contractors/Suppliers should submit their documents (a-f) mentioned above in sealed envelopes addressed to The Registrar, Gombe State

University, P. M. B. 127, Gombe.

Submission closes on 21st August 2013 by 12:00 noon. Late submissions will not be accepted.

Names of pre-qualified Contractors as well as other matters related thereto will be published on the Notice Board of the University.

Note: That this is not an invitation to tender and also note that the University is not bound to accept any particular applicant or any condition attached to any application.

 

Signed

M.A. Yuguda

Registrar

 

 

 

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 execution of its 2013 capital projects, the Office of the Secretary to the Government of the Federation (OSGF) intends to procure the following goods and services in the Lots listed below. Interested contracting firms are hereby invited to submit technical and financial bids for the projects listed below:-

Lot 1:          Expansion of Radio Frequency Identification (RFID) System

Lot 2:          E- Library Development

Lot 3:          Supply of Library equipment

Lot 4:          Development of the Archival Unit

Lot 5:          Supply of Office Equipments

Lot 6:          Supply of a Heavy Duty Machine with all Accessories

Lot 7:          Upgrading, Supply and Installation of Electrical Components at Shehu Shagari Complex and Fed. Secretariat Complex, phase 1, Shehu Shagari Way, Abuja.

Lot 8:          Reconfiguration and Furnishing of the Basement at Shehu Shagari Complex, Three Arms Zone Abuja:

2.      Requirements

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

i.        Evidence of incorporation with the Corporate Affairs Commissions

ii.       Evidence of VAT Registration.

iii.      Evidence of current Tax Clearance Certificates for the last three (3) years; with Tax Identification Number (TIN)

iv.      Audited Account of the Company for the last three (3) years duly endorsed by a firm of Chartered Accountants.

v.       Verifiable documentary evidence of similar jobs successfully executed/on-going within the last three (3) years.

vi.      List of Key Staff including relevant professionals to be attached to the work, (attach photocopies of relevant professional certificates where applicable)

vii.     Provision of Bid Security for all bids valued above N50m at 2% of the bid price by way of guarantee from a reputable Bank.

viii.    Evidence of Financial Capability and Banking support;

ix.      Evidence of working capital for bids valued N50 Million and above, and authority to seek reference from bidder’s Bankers.

x.       Evidence of participation in the contributory pension Scheme.

xi.      Evidence of contribution to the Industrial Training Fund (ITF) Scheme.

xii.     Original copies of documents listed in i – iv above must be presented on request for sighting.

3.      Collection of Bid Documents

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

4.       Submission of Bids Documents

Technical and Financial Bids are to be separately sealed with wax in different envelopes indicating the Lot number/title and both (financial and technical bids) are to be placed in a single envelop addressed to the Secretary, Tenders Board, Procurement Department, Office of the Secretary to the Government of the Federation, Shehu Shagari Complex, Three Arms Zone, Abuja. Submission of bids shall close at 12.00noon, Monday, 26th August, 2013.

5.       Opening of Bids Documents

Opening of the Technical Bids will take place immediately after closing (Monday 26th August, 2013 by 12.30 pm). Financial Bids for only technically qualified bidders are to be opened at a later date after the conclusion of the technical evaluation exercise, while financial bids for unqualified bidders could be returned to them unopened. Representatives of interested bidders and members of the public are invited to witness the bids opening session.

6.       General Information

i.        This advertisement shall not be construed as a commitment on the part of the Office of the Secretary to the Government of the Federation (OSGF) nor shall it entitle responding Companies to seek any indemnity from the Office by virtue of such Companies having responded to advertisement.

ii.       The Office is not bound to patronize any bidden 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.

iii.      Quality and Cost-Based Method will be used for the purpose of the evaluation of the Automation of the Archival filling system and Equipping the End Room of the Cabinet Secretariat Office.

 

Signed:

Permanent Secretary

(General Services Office)