Invitation to Tender for Computer/IT Equipment and Office Carpet at Debt Management Office Nigeria

Debt Management Office
Nigeria

Invitation to Tender for Computer/IT Equipment and Office Carpet

Introduction
In line with the Debt Management Office desire for continued excellence in the delivery of its statutory functions, the DMO wishes to acquire new Information Technology Equipment to further boost its operations. In addition, the DMO also wishes to carpet its Office space. Consequently, qualified and interested IT firms and competent carpet manufacturing firms or dealers are hereby invited to tender for the Computer/IT Equipment and Office Carpet, respectively. Applications should be per LOT, as follows:

LOT 1: Computer/IT Equipment
a) Data Centre Raised Floor
b) Local Area Network Structured Data and Power Cable Infrastructure
c) Network Enabled Backup Drives and Presentation Screens
d) Data Centre Cooling Unit
e) Printers
f) Computer Systems
g) Servers

LOT 2: Office Carpet
High (thread) traffic, high grade Rug, approximately 2,900 square metres.

Description of work
Supply/Installation of items in LOTs 1 & 2.

Technical Requirements
a) Evidence of registration with the Corporate Affairs Commission
b) Copy of Tax Clearance Certificates for the past three years
c) Company profile, which include CVs of key personnel
d) Copy of VAT Certificate and evidence of remittances
e) Company’s audited financial reports for the last three years
f) Verifiable evidence of similar jobs successfully done in the past three years
g) Evidence of competence in Data Centre Raised Floor, Structured Cable LAN
Infrastructure installation
h) Evidence of compliance with the Pension Reform Act, 2004, in relation to the Contributory Pension Scheme for employees
i) Bank reference

Submission of Documents
Tenders are to be submitted on or before Monday, October 8th 2012, by 10.00a.m., and the Bids will be opened by 12.00 noon of same day, at the DMO’s Boardroom. Tender documents should be collected from the Administration Unit of the Debt Management Office. The Technical and Financial bids should be sent in separate envelopes, and boldly marked accordingly. Electronic bids shall not be accepted and bids received after the deadline will be rejected. Submissions should be addressed to:

The Director-General
Debt Management Office
The Presidency
NDIC Building (First Floor),
Plot 447/448, Constitution Avenue
Central Business District,
P.M.B. 532, Garki, Abuja

Signed:
Management

Invitation to Tender for Refurbishing and Re-installation of Ten (10) Nos Buoys in Calabar at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No 3809

 

Invitation to Tender for Refurbishing and Re-installation of Ten (10) Nos Buoys in Calabar.

1.0 Introduction

The Nigerian Ports Authority hereby invites reputable and competent Marine contractors to submit tenders for the Refurbishment and Reinstallation of buoys retrieved along Calabar Access Channel.

 

2.0 Scope of Projects

The scope of the project shall include and not limited to the Refurbishment and Reinstallation of l0nos retrieved buoys at Calabar Port. Details of project shall be provided in the Standard Bidding Document to be issued to bidders.

 

3.0 Tender Requirements

To tender, interested companies should submit the following documents:

  1. Evidence of company registration with Corporate Affairs Commission

(CAC) and Articles of Association

  1. Verifiable proofs of company’s technical ability to execute t the project
  2. Evidence of at least three (3) similar projects successfully executed within the last 5 years, including letters of awards, completion certificates etc
  3. Company’s financial details & audited accounts for the last three (3) years (2009,2010& 2011)
  4. Evidence of VAT Registration and Remittance Certificate for the last three (3) years (2009, 2010 & 2011)
  5. Evidence of TAX Clearance Certificate for the last three (3) years (2009

2010&2011)

  1. Evidence of compliance with Pension Reform Act 2004.
  2. Evidence of contributions to Industrial Training Fund (ITF)
  3. Company’s profile to include names, qualifications, experiences of key Personnel.
  4. All relevant information concerning contacts, telephone, fax and e-mail address of the company’s representative
  5. For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.
  6. All tender sums from N100Million and above must be accompanied with a 2% bid bond.

4.0 Collection of Financial Tender Documents

Interested companies are to collect the Standard Bidding Document from the Office of the General Manager, Procurement, 2nd floor, NPAHQ, 26/28, Marina, Lagos on evidence of payment of a non-refundable fee of N 25,000.00 (twenty five thousand naira) only.

 

5.0 Submission of Tender Proposal

Three (3) copies (one original and two duplicate) of Technical and Financial proposals (spiral bound) must be separately submitted in sealed envelopes, marked appropriately as Technical or Financial and placed in a bigger envelope and addressed to the “Secretary To The Tenders Board, Nigerian Ports Authority” and clearly marked “Tender For The Refurbishment And Reinstallation of 10Nos Buoys in Calabar Public Notice NO 3809” 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 4th October, 2012. All tenders will be opened by 12.00Noon on the same day (4th October, 2012) at the Conference Room of Nigerian Ports Authority Annex building, No 1 Joseph Street, off Marina, Lagos in the presence of all bidders or their representatives.

 

Please Note

  1. Late submission will not be entertained
  2. Only Shortlisted companies will be contacted
  3. Management is not bound to accept any tender
  4. Wrong placement of Tender documents will not be entertained
  5. All costs incurred as a result of this tender shall be borne by the bidding companies

 

For further enquiries, please contact General Manager, Procurement or E-mail:

projectinfor@nigerianports.org.

 

Signed:

Management

Nigerian Ports Authority

 

Invitation to Tender for the Overlay of Asphaltic Concrete on the Existing Rigid Pavement at Adekunle Way, Lagos Port Complex, Apapa-Lagos, Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No 3808

 

Invitation to Tender for the Overlay of Asphaltic Concrete on the Existing Rigid Pavement at Adekunle Way, Lagos Port Complex, Apapa-Lagos.

 

1.0. Introduction

The Nigeria Ports Authority hereby invites interested, reputable and competent contractors to submit Tenders for the above mentioned project.

 

2.0. Scope of Works

The scope of work shall include but not limited to the following; Clearance of drainage system, scarification of existing asphaltic concrete wearing course, and laying of double courses of asphaltic concrete.

 

3.0. Tender Requirements

Interested companies must submit the following documents:

  1. Evidence of company registration with Corporate Affairs Commission (CAC), and Articles of Association.
  2. Verifiable proofs of company’s technical ability to undertake Road Engineering projects
  3. Evidence of similar and other projects successfully executed should be provided
  4. Company’s financial details & Audited accounts for the last three years

(2009, 2010& 2011)

  1. Evidence of VAT Registration/Remittance Certificate for the 4ast three years (2009, 2010 & 2011)
  2. Evidence of compliance (registration and remittance) with the provision of the industrial Training Fund (ITF)
  3. Evidence of personnel registration with COREN
  4. Evidence of compliance with Pension Reform Act 2004 in terms of remittance to the PFAs.
  5. All tenders in the sum of N 100 Million and above must be accompanied with a 2% bid bond from a reputable bank in Nigeria in favour of Nigerian Ports Authority
  6. Company profile to include names, qualifications, experiences of key personnel
  7. For Joint Ventures (JVs), Memorandum of Understanding should be provided
  8. All relevant information concerning contacts, telephone, fax and e-mail address of the company’s representative.

M. All tenders in the sum of N100Million and above must be accompanied with a 2% bid bond.

 

4.0. Collection of Financial Tender Documents

Interested companies are to collect Tender Documents from the office of General Manager, Procurement, 2nd floor, room 227, Nigerian Ports Authority, Headquarters, 26/28, Marina – Lagos on payment of non-refundable fee of N 25,000.00 (Twenty-five thousand Naira) only.

 

5.0. Submission of Tender Documents

The completed Bids must be in Three (3) copies (one original and two duplicates) of Technical and Financial Proposals (spiral bound) must be Separately submitted in sealed envelopes, marked appropriately as either “Technical” or “Financial” Proposal and placed in a bigger envelope and addressed to the  “Secretary to the Tenders Board” Nigerian Ports Authority and Clearly Marked “ Invitation to Tender for Overlay of Asphaltic Concrete on the Existing Rigid Pavement at Adekunle Way, Lagos Port Complex, Apapa -Lagos, Public Notice. NO 3808 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 .00 am on 20th September, 2012. All Tenders will be opened by 12.00 Noon same day (20th September,2012) at the Conference Room of NPA Annex, Building No1, Joseph Street, off Marina -Lagos in the presence of all Bidders or their representatives.

 

For further enquiries, please contact the “General Manager, Procurement” or e-mail: projectinfo@nigerianports.org

 

Please Note That:

1.       Late submission will not be entertained

2.       Only short-listed companies will be contacted

3.       Management is not bound to accept any tender

4.       Wrong placement of tender documents will not be entertained.

5.       All costs incurred as a result of this tender shall be borne by the bidding companies

 

Signed:

Management

Nigerian Ports Authority

Invitation to Tender for the Establishment of Port Information & Coastal Surveillance System (GMDSS & AIS Application) at Tin Can, Warri & Bonny Ports Signal Station, NIGERIA PORT AUTHORITY

NIGERIA PORT AUTHORITY

PUBLIC NOTICE NO 3810L SURVEILLANCE SYSTEM (GMDSS & AIS

 

Invitation to Tender for the Establishment of Port Information & Coastal Surveillance System (GMDSS & AIS Application) at Tin Can, Warri & Bonny Ports Signal Station

 

1.0         Introduction

 

The Nigerian Ports Authority hereby invites reputable and competent companies to submit tenders for the establishment of Marine Communication Signal Station at the following Signal stations;

 

Lot1.

 

Tin Can Port Signal Station

 

Lot 2.

 

Warri Port Signal Station

 

Lot 3.

 

Bonny Port Signal Station

 

 

 

2.0 Scope of Works

 

The scope of works for the project shall include the procurement, installation and commissioning of:

  1. Global Maritime and Safety System (GMDSS)
  2. VHF Automatic Identification System (AIS); detailed description of works shall be provided in the Standard Bidding Documents to be issued in connection with the project.

 

3.0 Tender Requirements

 

To tender, interested companies should submit the following documents:

  1. Evidence of registration with Corporate Affairs Commission (CAC), and Articles of Association.
  2. Evidence of compliance with Pension Reform Act 2004
  3. Evidence of audited account and tax clearance certificate for the past three H) years (2009, 2010& 2011)
  4. Evidence of VAT registration and past VAT remittance for the last 3 years (2009, 2010,2011)
  5. Evidence of payment of Training Contribution to Industrial Training Fund (ITF)
  6. All relevant information concerning physical addresses, telephone, e-mail of the company and its representatives.
  7. Resume of key personnel to be involved in the project, detailing experience and registration with relevant Professional bodies
  8. Detailed of verifiable past experience on similar projects executed by the company
  9. Provide details of company’s profile including the names, qualifications, experiences of key personnel that will be involved in the project
  10. For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided
  11. All tenders in the sum of N100Million and above must be accompanied with a 2% bid bond.

 

 

4.0 Collection of Bid Documents

 

Bid document for any LOT desired should be collected from the office of the General Manager, Procurement on the 2nd floor, Room 227 NPA Headquarters at 26/28 Manna Lagos on evidence of payment of non-refundable fee of N10,000.00 (Ten thousand Naira ) only in bank draft in favour of Nigerian Ports Authority.

 

5.0 Submission of tender Documents

 

Three (3) copies (one original and two duplicate) of Technical and Financial Proposals for any LOT desired should be submitted in separate envelopes and clearly marked as either “Technical or Financial Proposal” and put together in another bigger envelope which should be marked “Technical” or “Financial” Tender, and addressed to “The Secretary To Tenders Board”, Nigerian Ports Authority, and marked “Tender For The Establishment Of Port Information & Coastal Surveillance System (GMDSS & AIS Application) For: Specifying the Desired Signal Station and LOT NO” and also Public Notice NO 3810 and dropped into the designated tender box at the 2nd floor of the Nigerian Ports Authority Corporate Headquarters, 26/28 Marina, Lagos. The submission of the tender closes at 11.00am, 4th October, 2012. All tender will be opened at 12.00 Noon, same day (4 October, 2012) in the Conference room, Nigerian Ports Authority annex building, No. 1, Joseph Street, Lagos.

 

Please Note That:

  1. Late submission will not be entertained
  2. Only short-listed companies will be contacted
  3. Management is not bound to accept any tender
  4. Wrong placement of tender documents will not be entertained.
  5. All costs incurred as a result of this tender shall be borne by the biddind companies.

 

For further enquiries, please contact the General Manager, Procurement or e-mail: projectinfor@nigeriaports.org.

 

Signed:

Management

Nigerian Ports Authority

Invitation to Tender for the Supply of Personal Protective Equipment (PPE) For Marine Personnel at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No 3811

Invitation to Tender for the Supply of Personal Protective Equipment (PPE) For Marine Personnel

 

1.0 Introduction

 

The Nigerian Ports Authority hereby invites reputable and competent contractors to submit tenders for the supply of Personal Protective Equipment (PPE) for Marine Personnel.

 

2.0 Scope

 

The scope of job is Supply of Personal Protective Equipment (PPE) for Marine

Personnel listed below:

 

Lot 1-Tools

Lot 2 – Protective Wears.

 

Comprehensive details of job shall be provided in the Standard Bidding Document to be issued to bidders.

 

3.0 Tender Requirements

 

To tender, interested companies should submit the following documents:

  1. Evidence of company registration with Corporate Affairs Commission (CAC) inclusive of Articles and Memorandum of Association,
  2. Evidence of similar projects executed in the past, including letters of awards, completion certificates etc.
  3. Company’s financial details & audited accounts for the last three (3) years (2009, 2010&2011)
  4. Evidence of VAT Registration and Remittance Certificate for the last three (3) years (2009,2010 & 2011)
  5. Evidence of TAX Clearance Certificate for the last three (3) years (2009, 2010 &2011)
  6. Evidence of compliance with Pension Reform Act 2004
  7. Evidence of contributions to Industrial Training Fund (ITF)
  8. Company’s profile to include names, qualifications, experiences of key Personnel
  9. All relevant information concerning contacts, telephone, fax and e-mail address of the company’s representative.
  10. For Joint Ventures (JVs) Memorandum of Understanding (MOU) should be provided.
  11. All tender sums from N100Million and above must be accompanied with a 2% bid bond.

 

4.0 Collection of Financial tender Documents

 

Interested companies are to collect the Standard Bidding Document from the Office of the General Manager. Procurement, 2nd floor, NPA HQ, 26/28, Marina, Lagos on evidence of payment of a non-refundable fee of N 25,000.00 (Twenty-  five thousand Naira) only for each lot.

 

5.0 Submission of Tender Documents

 

Three (3) copies (one original and two duplicate) of Technical and Financial Proposals for any LOT desired should be submitted in separate envelopes and clearly marked as either “Technical or Financial Proposal” and put together in another bigger envelope which should be marked “Invitation To Tender For The Supply Personal Protective Equipment (PPE) For Marine Personnel) Public Notice NO 3811 specifying desired LOT No and addressed to “The Secretary, Tenders Board, Nigerian Ports Authority” and dropped in the designated Tender Box located on the 2nd floor of the Nigerian Ports Authority Headquarters building, 26/28 Marina- Lagos not later than 11.00 am on the 4th October,2012. All bids will be opened at 12.00 Noon on the same day (4th October, 2012) at the Conference Room of Nigerian Ports Authority Annex building, No 1 Joseph Street, off Marina, Lagos in the presence of all bidders or their representatives.

 

Please Note That:

1.       Late submission will not be entertained

2.       Only short-listed companies will be contacted

3.       Management is not bound to accept any tender

4.       Wrong placement of tender documents will not be entertained.

5.       All costs incurred as a result of this tender shall be borne by the bidding companies

 

Signed:

Management

Nigerian Ports Authority