Invitation to Participate in the Tendering Exercise for Various Projects Under Council for the Regulation of Freight Forwarding in Nigeria at Federal Ministry of Transport

Federal Ministry of Transport

Bukar Dipcharima House, Central Business District, Abuja

 

Invitation to Participate in the Tendering Exercise for Various Projects Under Council for the Regulation of Freight Forwarding in Nigeria

 

Federal Ministry of Transport, through the Council for the Regulation of Freight Forwarding in Nigeria has provisions in the CRFFN 2012 Statutory Appropriation and is hereby inviting competent and interested Companies to submit Technical and Financial bids for the following:

 

1.       Supply of (Mikano) Power Generator

2.       Supply of Library books and Equipments

3.       Supply of Kits for Security Personnel

 

(A)    Technical (Pre-Qualification) Requirements

Interested Companies should forward copies of the following documents and the originals to be made available for sighting during the Tender opening:

i.        Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.

ii.       Interested Companies should have up to date returns with CAC and be   informed that due diligence could be conducted;

iii.      Company’s Audited Account for the last three years from a Chartered     Accounting Firm;

iv.      Tax Clearance Certificate for the last three years; expiring in December, 2012.

v.       List of verifiable documentary evidence of similar jobs successfully executed within the last three years (copies of letter of contract award, completion certificate)

vi.      Current Reference Letter from a Reputable Bank and Statement of Account for the last twelve (12) months.

vii.     Sworn Affidavit in line with the provisions of Part IV, Section 16, subsection 6(e-f) of the Public Procurement Act 2007;

viii.    List of key staff and their Evidence of professional registration;

ix.      Letter of Authority to CRFFN to cross check the company’s account;

x.       Bidders should show evidence of Registration and up to date remittance of Employee Pension Fund Contribution in line with section 6d of the Public Procurement Act, 2007.

xi.      Letter introducing an authorized representative of bidder with his/her sample signature and position in the Company.

xii.     Evidence of payment of Training contribution to the Industrial Training Fund.

 

(B)     Collection of Tender Documents:

Interested Companies are to collect tender documents from the Director, Administration & Human Resources, Council for the Regulation of Freight Forwarding in Nigeria, 51, Khartoum Street, Zone 5, Wuse District, Abuja, upon the presentation of a payment of N10,000.00 (Ten Thousand Naira) only, non-refundable Tender Fee into CRFFN Treasury Revenue Account at Diamond Bank, AC/NO. 0612130000670.

 

(C)    Submission

The pre-qualification and Financial Bid Documents should each be sealed and labeled “Technical and Financial Bids” as appropriate separately and the two separate envelopes be put in another envelope that should be sealed and labeled as “(Project Title)”. The Financial Bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the Bidder.

 

This document is to be dropped in the Tender Box in the Office of the Secretary, Tenders Board, CRFFN, on or before 14th September 2012 by 10.00am. This Tender is for a period of six weeks. The representatives of Bidding companies are invited to witness the opening of the Tenders on the same day at 12:00pm in the conference hall of the office complex at Freight Forwarders’ House 51, Khartoum Street, Zone 5, Wuse District, Abuja.

 

(D)    Successful companies could be requested to provide Performance Bond, whose value shall not be less than 10% of the contract sum before signing the contract.

 

Please Note

This is an invitation for expression of interest. Response(s) to this invitation do not place any obligation of the Authority to consider any responding company for:

 

1.       Award of contract

2.       Information of any resultant action

3.       Acceptance of tender submission

4.       Refund of costs incurred as a result of the EOI invitation or any subsequent requests for information from bidding companies

5.       Late submission will not be entertained and only short-listed companies will be contacted

 

Signed

Secretary, Tenders’ Board

Calling for Submission of Tender at Federal Medical Centre, Azare Bauchi State

Federal Medical Centre, Azare Bauchi State

 

Calling for Submission of Tender for the following Projects:

 

Lot 1:       Completion and improvement of Radiology Complex at permanent site.

Lot 2:          Completion of perimeter fencing at permanent site.

Lot 3:          Renovation of male surgical ward.

Lot 4:          Supply and installation of medical equipment.

 

Introduction

The Federal Medical Centre, Azare is desirous of carrying out the above mentioned projects in its 2012 Capital appropriation.

 

Requirements

Interested Companies are to apply on or before 1st October 2012 with the following documents:-

1.       Copy of Certificate of Incorporation/Registration with Corporate Affairs

Commission

2.       List of Directors of the Company

3.       VAT Certificate

4.       List of Projects executed and locations

5.       List of Technical Staff, their C.V.’s and GSM Nos.

6.       List of Equipment owned by the Company

7.       Tax Clearance for the last 3 years (2009, 2010 and 2011)

8.       Statement of Bank Account for last 6 months and Bankers Reference

9.       Evidence of the existence of Pension Scheme for Company employees.

10.     Company Pro file

11.     Audited Statements of Accounts for the last 3 years (2009, 2010 and 2011)

12.     Any additional information that may enhance the bidder’s chance

 

Method of Application

Interested companies should submit for each project two [2] proposals separately in two (2) sealed envelopes clearly marked as “Technical Bid” and “Financial Bid” respectively. Note that the “Technical Bid” should contain the documents listed above in Items No. 1–12 while the “Financial Bid” is to contain the amount quoted for executing the project. Be informed that only Companies who satisfy the requirements of “Technical Bid” would have their “Financial Bids” opened; those who are deficient would be automatically disqualified. Tender Documents for the above projects are obtainable in the Centre upon the payment of non-refundable fee of N30, 000.00 cash or Bank

Draft addressed, to “Federal Medical Centre, Azare”.

 

Submission

All submissions should be addressed to “The Medical Director, Federal Medical Centre, No. 5 Sule Katagum Road, P.M.B. 005, Azare, Bauchi State. “and be delivered on or before 18th September, 2012.

 

Note that opening of “Technical Bids” will take place on the same day by 12.00 Noon in the Board Room of the Centre; while the date for the opening of “Financial Bids” would be announced later. All are invited. Further enquiries can be made through the Office of the Head of Administration.

 

Kabir M. Lele

Head of Administration

For: Medical Director

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 at AFAM POWER PLC

AFAM POWER PLC

Invitation to Tender

P. M. B. 6151, Port Harcourt

 

Afam Power Plc (PHCN) in Okoloma Afam, Oyigbo L. G. A in Rivers State invites interested Reputable Contractors and Manufacturers to tender for the supply of the following listed items and services needed for GT. 20 Gas Turbine Power Generating Unit overhaul. The procurements are to be funded from 2012 budget for GT. 20.

 

Lot 1:          Airlntake Pre-filters

Specification

Type: Pocket filters S45KR8190NC

Dimension (MW)                                        592x592x190

Number of pockets                                     8

Filter class according to

DINEN 779                                                          G4

Normal Air flow rate (M3/1/2 )                     3400

Average Granvimetric Arertance Grade     90%

Dust Holding capacity (g) at 250Pa

for 3400 m3/h                                             350

Initial pressure drop (Pa)                                     45

Media grade synthelic media

Type of frame plastic

Qty                                                             800

 

Lot 2:          Air Intake filters for Afam GT.                            20

Filter-class /filtering Area                           F7/18m2

Position No                                                          1

Pressure drop                                             100 pa

Dimension                                                  (592 x 592 x 296)mm

Description                                                          MPK 47-18-VK-KW 2 GT QTY                                                                400

 

Lot 3:          1No Injection Electrical Test Equipments Meger (Secondary & Primary) Model sits – 120 WITH 240V input

 

Lot 4:          1No Gas Flow Measuring Meter (contact AGM (P) Afam plc for specification)

 

Lot 5: 1No Hydraulic Torque Wrench (Type-35)

Max. Pressure                         350bar

Frequency                                50Hz

Amperage                                8.6/5

Voltage                                    220/380

 

Lot 6:          5 ton fork lift (1No)

 

Lot 7:          500KVA CAT Generator (1No)

 

Lot 8: (a)     Oil cooler fan motors (3Nos)

Spec: MBV23AN020

15/18KW, 725/875 rpm

KKS No                         7UM150

(b)     Brush holders                (24Nos)

Spec: Machine Type

GT. PPV94.2 KKS No. AooA43J93

(c)      Axial Impeller (machine type)

Spec.                                       GT. PP94.2

Axial impeller                50229185

(d)     Louver Damper System (machine Type GT PPV94.2)

(2Nos)

KKS No. EXT. 30230

 

Lot 9:          (a)     Battery Bank for GT20 (1set) Spec

(b)     Extraction fan for Battery Bank (2Nos)

Spec. 300 mm3, 220V, 50Hz, 38 W

 

Lot 10: (a)   Function Generator (1 No)

Spec. Type D2003

(b)    Frequency Counter (1 No)

Spec. PM 6662

Frequency         150Hz

 

Lot 11:        Rehabilitation of Co2 fire system

 

Lot 12:        Turbine Oil (l00drums) Spec. Quantity

Lot 13:        Electric Fire Pump complete with motor

Motor spec. 132KW Pf 0.9 spd-2975rpm

Pump Spec. Etanorm-mxfl 25-250 spd-2980 nr-48875995

 

Requirement

Intending contractors should enclose:

1.       Evidence of incorporation by Corporate Affair Commission (CAC)

2.       Current tax clearance certificate for the last 3yrs.

3.       Evidence of financial capability for executing the projects

4.       Evidence of experiences and technical qualifications of the personnel if applicable.

5.       Evidence of similar jobs  executed (Award letters, completion certificate) etc.

6.       V. A. T. Certificate

7.       Company’s Annual Audited Account for at least 3yrs if applicable

8.       Payment in Bank draft ,a non-refundable processing fee of ten thousand naira (N10,000) for each lot, addressed to Afam Power Plc

 

Submission of Tender Documents:

All tender documents must be submitted in a sealed envelope(s) indie-the LOT (s) and marked “2012 Tender for GT. 20 project”.

This should be submitted on or before 10th September 2012 to the:

 

Chief Executive Officer

Afam Power Plc

P.M.B. 6151

Port Harcourt Rivers State

 

Opening of Tender Documents

The Tender Documents will be opened a day after the expiration of bid submission by 12noon in the Company’s Conference Room. All Tendering Company’s representatives. NGO’(s), Professional bodies are invited to witness the opening of the tender documents.

 

Enquiries:

All inquiries regarding this advertisement should be directed to the Principal Manager Procurement

Afam Power Plc

P.M.B.6151, Port Harcourt

Phone: 07066940534

 

Closing Date:

Tender documents must be submitted on or before 10th September 2012, failure to do so disqualifies any applicant.

 

ENGR. D. U. OBIAGAZIE

Chief Executive Officer

Afam Power Plc

Invitation for Pre-Qualification of Contractors to Tender for the Supply and Installation of Servers, Computer Works Stations, Laptops, UPS and Printers at the Nigerian Ports Authority.

Nigerian Ports Authority

Public Notice No 3806

 

Invitation for Pre-Qualification of Contractors to Tender for the Supply and Installation of Servers, Computer Works Stations, Laptops, UPS and Printers at the Nigerian Ports Authority.

 

1.0     Introduction

The Nigerian Ports Authority hereby invites reputable and competent Contractors to submit tenders for the under-listed projects.

 

LOT 1 Construction of 33/11KV mini injection station at New Port Complex, Warri

 

LOT 2 Replacement of unserviceable Ring Main Unit (RMU) and faulty underground cable on HT Electrical Network, Rivers Port, Port-Harcourt

 

LOT 3 Provision and Installation of Low Tension Distribution Panel at Main Sub-station at Lagos Port Complex, Apapa

 

 

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 supply and installation of Servers, computer workstations, Laptops, UPS and Printers at the Nigerian Ports Authority.

 

3.0.    Pre-Qualification Requirements

For Pre-qualification, Interested companies must submit the following documents:

A.     Evidence of company registration with Corporate Affairs Commission (CAC) and Articles of Association.

B.      Evidence of three (3) years audited accounts (2009-2011).

C.     Evidence of compliance with the Pension Reform Act, 2004 in terms of remittance to the PFAs.

D.               Evidence of affiliation with OEM (Original Equipment Manufacturer). E.      Evidence of compliance (registration and remittance) with the provision of the industrial Training Fund (ITF) Amendment Act, 2011.

F.       Details of company’s profile including the names, qualifications, experiences of key personnel that will be involved in the project.

G.      Evidence of VAT registration and remittance for the past three (3) years (2009- 2011).

H.      Tax clearance certificate for the past three (3) years (2009-2011).

I.       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.

J.       All relevant information concerning physical addresses, Telephone, fax, e- mail of company and its representative.

K.      For Joint Ventures (JVs), Memorandum of Understanding should be provided.

 

 

4.0.    Submission of Tender Documents

Three (3) copies (one original and two duplicate) of Technical Proposal must be submitted in sealed envelope and clearly marked “Invitation for Pre-Qualification of Contractors for the Supply and Installation of Servers, Computer Workstations Laptops, Ups and Printers at the Nigerian Ports Authority” Public Notice No 3806 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 on the 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