Invitation to Tender for the Design and Implementation of Virtual Private Network (VPN) for Nigerian Ports Authority at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No 3805

 

Invitation to Tender for the Design and Implementation of Virtual Private Network (VPN) for Nigerian Ports Authority

 

1.0. Introduction

The Management of Nigerian Ports Authority (NPA) hereby invites interested, competent and reputable contractors with relevant experience in Information Technology to apply for the above mentioned project.

 

2.0. Scope of Work

The scope of work includes but not limited to the following:

a.      Establishment and commissioning of communication links (VSAT, Fiber Optics, Wireless etc) between the NPA Corporate Headquarters and other locations of the Authority in Lagos, Onne, Calabar. Port Harcourt and Warri Ports.

b.       Provide an adequate bandwidth for data connection between the locations.

c.       Ensure that the link is capable of data, voice and video communication.

d.       Provide all the components needed to establish the link.

e.       VPN connectivity configuration and setup between all locations.

f.       Ensuring secure connection between the different sites.

g.       Implementation of the VPN connectivity and Provision of Network consultancy and support services.

h.       Supply all components (Routers, Firewalls, Switches etc) for the configuration, management, monitoring and set up of a secured VPN.

 

 

3.0. Tender Requirements

To tender, interested companies must submit the following documents:

  1. Evidence of company registration with Corporate Affairs Commission (CAC) and Articles of Association.
  2. Evidence of 3 years audited accounts (2009-2011).
  3. Evidence of compliance with the Pension Reform Act, 2004 in terms of remittance to the PFAs.
  4. Evidence of affiliation with OEM (Original Equipment Manufacturer).
  5. Evidence of compliance (registration and remittance) with the provision of the industrial Training Fund (ITF) Amendment Act, 2011.
  6. Provide details of company’s profile including the names, qualifications, experiences of key personnel that will be involved in the project.
  7. Evidence of VAT registration and remittance for the past three (3) years (2009-2011).
  8. Tax clearance certificate for the past three (3) years (2009-2011).
  9. Evidence of company’s technical ability to undertake the project. Please attach copies of transaction documents including letters of award of contract, project completion certificates etc for at least 3 similar projects.
  10. All relevant information concerning physical addresses, Telephone, fax, e-mail of company and its representative.
  11. All tenders in the sum of N100 Million and above must be accompanied with a 2% bid bond from a reputable bank in favour of Nigerian Ports Authority.
  12. For Joint Ventures (JVs), Memorandum of Understanding (MoU) should be provided.

M. Evidence of payment of non-refundable deposit of N10, 000.00 for the collection of bid document.

 

 

4.0. Collection of Tender Documents

Tender documents will be collected from the office of the General Manager, Procurement, Nigerian Ports Authority, Room 227, 2nd Floor, 26/28 Marina-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 (spiral bound) each SEPARATELY submitted in sealed envelopes and clearly marked as either “Technical” or “Financial” Proposal for the “Design and Implementation of Virtual Private Network (VPN) for Nigerian Ports Authority” and put together in a bigger SINGLE envelope which should be marked “Tender For The Design And Implementation Of Virtual Private Network (VPN) for Nigerian Ports Authority” Public Notice No 3805 and Addressed to the “Secretary to the Tenders Board” Nigerian Ports Authority, 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 the 18th September, 2012. All tenders will be opened at 12 00 Noon same day (18th September, 2012), at the Conference Room, Nigerian Ports Authority Annex building, No. l, Joseph street, Marina, Lagos in the presence of all bidders or their representatives and stakeholders.

 

For further enquiries, please contact the “General Manger, 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

 

Advertisement for Tender for the Execution of Tetfund Special Intervention Projects in Unity Schools at Federal Ministry of Education

Federal Ministry of Education

Federal Secretariat, Shehu Shagari Way, Abuja

 

Advertisement for Tender for the Execution of Tetfund Special Intervention Projects in Unity Schools

 

1.       Introduction

The Federal Ministry of Education (FME) intends to undertake the procurement of various Works under the TETFUND SPECIAL INTERVENTION PROJECT in TWELVE UNITY COLLEGES.

 

2.      Description of Work

Construction of Library and Furnishing

2.1     The projects will be sited in the following locations:

Lot 1.          Federal Government Girls’ College, Kazaure, Jigawa State

Lot 2.          Federal Government Girls’ College, Bakori, Katsina State

Lot 3.          Federal Government College, Biliri, Gombe State

Lot 4.          Federal Government College, Azare, Bauchi State

Lot 5.          Federal Government Boys’ College, Apo, Garki,Abuja-FCT

Lot 6.          Federal Government Girls’ College, Gboko, Benue State

Lot 7.          Federal Science College, Odi, Bayelsa State

Lot 8.          Federal Government College, Ibillo, Edo State

Lot 9.          Federal Government College, Nise,Anambra State

Lot 10.        Federal Government Girls’ College, Oyo, Oyo State

 

The Federal Ministry of Education (FME) therefore wishes to invite interested and competent companies to submit technical and financial bids for the construction of the projects.

 

3.0    Requirements

Prospective Bidders are required to submit the following documents: fr\r\

i)                   Certificate of Incorporation/Registration with Corporate Affairs Commission (C AC);

ii)                Evidence of Certification/Exemption from PENCOM in accordance with the Pension Reform Act, 2004 including evidence of remittances of Employees Pension Contributions/Deductions;

iii)              Evidence of Tax Clearance Certificates for the last three years (2009, 2010 & 2011) corresponding to declare turnover;

iv)              Evidence of VAT Registration and past remittances for the last three years;

v)                Company Audited Accounts for the last three years (2009, 2010 & 2011) showing annual turnover;

vi)              Verifiable list of similar jobs successfully executed in the last three years including letters of award of contracts, project costs, job completion certificates and payments (please provide contact addresses of the clients);

vii)           Evidence of Financial Capability to execute the projects from reputable banks;

viii)         Company profile and Technical qualifications of key personnel with evidence of experiences on similar jobs;

ix)              List of verifiable Equipment indicating ownership or on lease (for construction/ renovation only);

x)                A Sworn Affidavit that none of the Directors has been convicted in any court of any criminal offence;

xi)              A Sworn affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the Federal Ministry of Education (FME) is a former or present Director, or has any pecuniary interest in the bidder;

xii)           Evidence of compliance with Industrial Training Fund Act, 2011 (Amended).

 

Submission of Technical and Financial Documents

  1. Bidders may bid for one or not more than two sites. Bid documents are available in the Procurement Department on the third floor, Federal Ministry of Education, Federal Secretariat, Phase III on the production of receipt of payment of N50,000.00 (fifty thousand naira) only by Bank Draft in favour of Federal Ministry of Education.
  2. Bids should be enclosed in two (2) sealed tamper proof separate envelopes marked “Technical Bid” or “Financial Bid” and all two envelopes will be enclosed in a bigger envelope indicating the Lot No. and the Name of School at the Top Right Hand Comer of the Envelope and addressed to:

The Permanent Secretary,

Federal Ministry of Education,

Federal Secretariat, Phase III,

Shehu Shagari Way, Abuja.

 

ii.      The Documents should be deposited in the Tender Box at the Permanent Secretary’s Office. Company name(s) should also be written at the reverse side of the envelope. Closing date for all submissions is on or before Wednesday 5th September, 2012 at 2.00noon prompt. Late submissions shall not be entertained.

 

5.0    Openings

Opening of the received documents will commence at 1.00p.m. on Wednesday 5th  September, 2012 at Federal Ministry of Education Boardroom. All Bidders and/or their Representatives, Relevant Professional Bodies and Non-Governmental Organizations (NGOs) are invited to witness the public opening exercise accordingly.

 

6.0     Please Note That:

i)       The Federal Ministry of Education (FME) reserves the right to reject any or all the submissions that do not meet up with the requirements as specified;

ii)      The Evaluation of the received documents shall be strictly based on the requirements as specified above;

iii)     The advertisement for the submission of the bids shall neither be construed to be a commitment on the part of the Ministry, nor shall it entitle any company to make any claim whatsoever and/or seek any indemnity from the Ministry by virtue of any response to the said advertisement.

 

 

Ben. D. Ibe, Ph.D

Permanent Secretary (FME)

Invitation for Pre-qualification and Financial Bids at Teachers Registration Council of Nigeria

Teachers Registration Council of Nigeria

Invitation for Pre-qualification and Financial Bids

 

1.0     Introduction

The Teachers Registration Council of Nigeria (TRCN), an agency of the Federal Ministry of Education established to regulate and control the teaching profession in all ramifications with headquarters in Abuja, FCT, Nigeria wishes to invite reputable and competent contractors to prequalify and bid for the execution of the following projects under the 2012 Financial Year Capital budget.

 

2.0 Scope of Work

The scope of work therefore includes:

LOT 1:        Printing of revised Teachers Professional Standard’s Manual (Full

Version)

LOT 2:        Printing of Teachers Professional Standard’s Manual (Advocacy

Version)

LOT 3:        Supply of equipment for proper implementation, monitoring and evaluation of Teachers Professional Standards

 

3.0     Technical and Financial Bid Submission Requirement

  • Evidence  of  Registration  with  Corporate Affairs  Commission   including photocopies of Form CO2 and Co7
  • Current Tax Clearance for the Past three (3) years (2009, 2010 and 2011)
  • VAT Registration Certificate and remittance
  • Evidence of PENCOM registration and remittance
  • Evidence of compliance with Industrial Training Fund Act
  • Audited Account for the Past three (3) years (2009, 2010 and 2011)
  • Evidence of financial capability from the Bank. This should include certified Bank statement. (Bank reference letter only is not acceptable)
  • Company profile including names, qualification, technical experiences of company’s key personnel
  • Evidence of technical, operational and managerial capabilities
  • Verifiable evidence of previous experience i.e. having successfully carried out similar job in the last five (5) years with their costs, locations, name and telephone number of the client and copies of award letter and completion certificates
  • A sworn affidavit affirming that none of the Directors of the Company was ever convicted in a Court of Law
  • Any other relevant document that will place the company on comparative advantage.

 

4.0     Collection of Bid Documents

Interested companies are to collect tender documents from the office of:

Director, Planning, Research and Statistics

Teachers Registration Council of Nigeria

12, Oda Crescent, Off Aminu Kano Crescent,

Wuse II, Abuja.

 

Upon the presentation of evidence of payment of N30.000.00 (Thirty Thousand Naira) only, being a non-refundable tender fee into TRCN Account No: 1001807708 with United Bank for Africa Ltd.

 

 

5.0     Submission of Tender/Proposal

The completed technical and financial bids should be submitted in two separate sealed envelopes and marked at the far left corner “Confidential” and boldly written (1) “Prequalification for….”, (2) “Financial bid for…..” indicating the LOT number.

 

All documents should be enclosed in a sealed envelope and returned to the address below not later than 12.00noon on Friday September 21, 2012.

Late submission will be rejected.

 

The Registrar/Chief Executive

Teachers Registration Council of Nigeria

12, Oda Crescent, Off Aminu Kano Crescent,

Wuse II, Abuja.

 

Attention: Director, Planning, Research and Statistics

 

6.0     Bid Opening and Venue

Technical Bids will be opened on the closing date of submission Friday September 21, 2012 in the Conference Room, Registrar’s block of Teachers Registration Council of Nigeria by 1.00pm all bidders, NGOs and General Public are invited to the opening of the Technical Bids.

 

 

7.0 Note

  • The prequalification documents must be arranged in the order listed above. Submission could be disregarded for failure to comply with this instruction.
  • Any Company that submits fake documents shall be disqualified outright and may be reported to the appropriate authority
  • Bidders should accompany every bid with a disclosure whether any officer of Teachers Registration Council of Nigeria (TRCN) is a former or present Director, Shareholder or has any pecuniary interest in the Company.
  • This advertisement shall not be construed as a commitment on the part of the Teachers Registration Council of Nigeria nor shall it entitle any bidder submitting documents to claim any indemnity from the Council.

 

Signed:

Management

 

Invitation to Tender at Nigerian Electricity Regulatory Commission

Nigerian Electricity Regulatory Commission

 

Invitation to Tender

 

  1. The Nigerian Electricity Regulatory Commission (NERC) wishes to invite tenders for the execution of the projects in her 2012 Capital Budget as stated below:

 

Lot 1:  Procurement of Laptops

Lot 2:  Procurement and Installation of Backup Power Equipment

Lot 3:  Printing of Documents

Lot 4:  Publication of Law reports

Lot 5:  Procurement of Furniture

 

  1. Detailed requirements and scope of work are provided in the tender documents.  The tender documents may be obtained by interested bidders upon presentation of evidence of payment to NERC accounts of a non-refundable tender fee of N20, 000.00 (Twenty Thousand Naira Only) for Lots 1 & 2 and N10, 000.00 (Ten Thousand Naira Only) for Lots 3, 4 & 5, at the address below.

 

  1. Interested bidders are required to provide the following documents:
  • Certificate of business registration;
  • Current tax clearance certificate for the preceding three years;
  • Evidence of financial capability or banking support;
  • Details of experience of firm/technical qualification and experience of key personnel;
  • List of similar projects executed and evidence of knowledge of the industry;
  • VAT registration and evidence of past VAT remittances;
  • Evidence of compliance with provision of section 16b (d) of Public Procurement Act 2007 as it relates to the Pension Reform Act 2004;
  • Evidence of registration and remittance to Industrial Training Fund;
  • Evidence of payment of appropriate tender fee;
  • All relevant information concerning contacts, their telephone numbers & email addresses

 

4.       The tendering will be conducted through the National Competitive Tendering   (NCT) procedure as specified in the Procurement Act, 2007 and the Procurement Procedure Manual published by the Bureau for Public Procurement (BPP) in January, 2008.

5.       Interested and eligible bidders may obtain further information from the Procurement Unit of the Commission at the address stated below.

 

6.       Three sets of each completed Tender document (original and 2 copies) must be delivered in sealed envelopes marked “Tender Documents…(State project concerned)” to the address below not later than 5.00pm on 10th September, 2012. All tenders will be opened at 12.00pm on 11th September,2012.

 

7.       The address referred to above is:

 

The Chairman

Nigerian Electricity Regulatory Commission

Plot 1099, First Avenue

Off Shehu Shagari Way,

Central Business District

P.M.B 136, Garki-Abuja

 

N.B:

This advertisement shall not be construed to be a commitment on the part of the Commission, nor shall it entail any bidder to make any claim(s) whatsoever and seek indemnity from the Commission by virtue of that bidder having responded to this advertisement.

 

Signed:

Management

Invitation for Pre-Qualification at The West African Examinations Council

The West African Examinations Council

Private Mail Bag 1022, Yaba, Lagos

 

Invitation for Pre-Qualification

Provision of Consultancy Services for Design and Supervision of Construction Jobs

 

1    Preamble

The West African Examination Council (WAEC) is desirous of building:

 

(1)  Multipurpose Hall and Office Complex in Ilorin

 

(2)  Branch Office Complex In Umuahia

 

(3)  Multipurpose hall in Ikeja

 

Consequently, reputable consultants in the following fields are hereby invited to apply for pre-qualification:

 

(a)    Architecture

(b)   Quantity Surveying

(c)    Mechanical/Electrical Engineering

(d)   Structural Engineering

 

2.    Scope of Work

 

(1)    Carry out relevant survey of the building sites including soil tests,

 

(2)    Design complexes, comprising

 

(i)                500 seat capacity multipurpose hall and office block in

Ilorin

(ii)     Office Block in Umuahia;

(iii)           500-seat capacity multipurpose hall in Ikeja, with Security Posts and landscaping

 

(3)   Prepare tender documents to enable contractors bid for the

Projects including Consultants priced bills;

(4)   Analyse the tenders submitted by contractors and prepare report on same for the award of the contracts; and

(5)   Supervise the projects after the award.

 

 

3. Pre-Qualification Requirement

In order to be considered for pre-qualification, bidders must submit the following documents:

 

(1)    Company profile and organizational structure including names, resumes and telephone numbers of key personnel:

 

(2)    Evidence of tax clearance for the last three (3) years;

 

(3)    Certificate of company incorporation with the Corporate Affairs Commission

 

(4)    VAT registration certificate;

 

(5)    Evidence of execution and completion of similar projects in the last

Three (3) years;

 

(6)    Company audited accounts;

 

(7)    Evidence of registration with the relevant professional body; and

 

(8)    Letters of reference from Bankers

 

4. Method of Application

 

Interested bidders are expected to submit their proposals to the office of the Director of Finance, WAEC, 21 Hussey Street, Yaba, Lagos on or before Friday, 14th September, 2012 in a sealed envelope with reference at the top left hand marked “Prequalification documents for the construction of ……. (Specify site of interest, Ilorin, Umuahia or Ikeja)”.

 

Opening of the documents shall take place by 2.00pm the same day at Excellence Hotel & Conference Centre, Ogba, Ikeja, Lagos.

The pre-qualification documents should be addressed to:

 

The Head of National Office

WAEC, 21Hussey Street

Yaba, Lagos.

 

Management