Invitation for Pre-Qualification, Technical and Financial Tender for the Execution of 2012 Capital Projects at Federal Ministry of Agriculture and Rural Development

Federal Ministry of Agriculture and Rural Development

FCDA Secretariat Area 11, Garki, Abuja

 

Invitation for Pre-Qualification, Technical and Financial Tender for the Execution of 2012 Capital Projects

 

The Federal Government of Nigeria has allocated Funds to the Federal Ministry of Agriculture and Rural Development in the Year 2012 Appropriation for the Procurement of Goods, Works and Services for the execution of policies, programmes and projects towards achieving the mandate of the Ministry.

 

2.       Accordingly, the Federal Ministry of Agriculture and Rural Development invites qualified, interested and eligible vendors; suppliers; contractors; Original Equipment Manufacturers (OEMs) and consultants to tender for the procurement of Goods and Services appropriated under the various Departments and Agencies of the Ministry in the Year 2012 Appropriation as specified in the following paragraphs:

 

A.

i)

Lot

1.

 

2.

Nigerian agricultural quarantine service (NAQS)

Goods

Item

Supply of Laboratory Chemicals and Reagents for the Nigerian Agricultural Quarantine Service.

Supply of Laboratory Equipment for the Nigerian Agricultural Quarantine Service.

Location

 

 

As in the Bidding Document

As in the Bidding Document

 

ii)

Lot

3

Consultancy Services

Expression of Interest

Requirement study for implementation of Agricultural quarantine information System

Location

 

As in the Bidding Document

 

B.      Livestock and Pest Control Services.

i)       Goods

Lot

4

 

 

5

 

 

6

 

7

 

8

 

 

9

Item

Provision of Equipment for Cattle Breeding and Semen for Upgrading of genetic potentials of local breeds through Artificial Insemination

Supply of Cattle Breeding applicators and accessories for Artificial Insemination

 

Procurement of Vaccine Refrigerators

 

Supply of Small Ruminant Vaccine (Peste des Petits

Ruminants Vaccine)

Supply of Cattle Vaccine (Contagious Bovine Pleuropneumonia Vaccine)

 

Supply of Reagents for Sample analysis

Location

As in the Bidding Document

As in the Bidding Document

As in the Bidding Document

As in the Bidding Document

As in the Bidding Document

As in the Bidding Document

 

As in the Bidding Document

 

 

ii)

 

Consultancy Services:

Lot

10

Expression of Interest

Upgrading of genetic potentials of local breeds through Al and Cross breeding by Al service providers

 

Location

As in the Bidding Document

 

Bii.

i)

National Grazing Reserve Development Programme

Works

 

Lot

11

12

 

13

14

15

 

16

 

Item

Rehabilitation of access road from Ijio town to Ijio Milk Collection Centre Rehabilitation of access road from Bodo Musa Milk Collection Centre to Iwerele

Rehabilitation of access road from Samoa town to Samoa Milk Collection Centre Construction of Survey Monuments

Construction of Resting points along the stock route at Kudan, Kaduna State

Construction of Resting points along the stock route at Donga, Taraba State

 

 
ii) Consultancy Services Activity

 

Lot

17

Activity

Consultancy for Project Design and Supervision of Resting Points & Bore holes

 

 
C.

i)

Federal Department of Agriculture (Soyabeans Value Chains)

Goods

Lot

18

Activity

Supply of Multi-purpose Grain Thresher (Soyabeans Value Chain)

 

Location

As in the Bidding Document

 

ii) Consultancy Service (Sorghum Value Chains)

 

 
Lot

19

Expression of Interest

Baseline survey and Market Analysis for the Sorghum Transformation Value Chain

Location

As in the Bidding Document

D.

i)

Rural Development Department

Works

 
Lot

21

 

 

22

 

 

23

 

 

24

 

 

 

25

 

 

 

26

Item

Development and Provision of Irrigation Infrastructure at Ero and Itapaji Dams Sites, Ekiti State

 

Completion of Multi-Purpose Hall at Ado-Odo/Ota, Ogun State

 

Provision and Installation of Hand Pump-equipped Boreholes at Ado-Odo/Ota, Ogun State

 

Provision and Installation of Cassava Process Plant,

Circulatory Hatchery Plant and Borehole-equipped Fish Pond at Ekpan in Uvwie LGA, Delta State

 

Agricultural Land Development and Provision of Cassava Processing Plant at Ahoada, in Ahoada LGA, Rivers State

 

Provision and Installation of Cassava Processing Plant at Umuoma Okwelle in Omuimo LGA, Imo State

 

Location

As in the Bidding Document

 

As in the Bidding Document

 

As in the Bidding Document

 

As in the Bidding Document

 

 

As in the Bidding Document

 

 

As in the Bidding Document

 

ii) Consultancy Services for the Design and Supervision for the Construction of the Following Roads:

 

 
Lot

 

27

 

28

 

29

 

30

Activity

 

Adum East-Ohuma – Ojwo Road in Obi LGA, Benue State

Okpudu-ldiri-Okomija Road in Okpokwu LGA, Benue State

Ukwo-Aho-Owukpa Road in Ogbadibo LGA, Benue State

Oju Ebenta-Uwokwu Road in Oju LGA, Benue State

 

Length of the Road Location

6km As in the Bidding Document

6km As in the Bidding Document

8km As in the Bidding Document

8.5km As in the Bidding Document

 

E

i)

Agro-Processing & Marketing Department

Works

 

 
Lot Item Location
31

 

32

 

33

 

34

 

35

 

36

 

37

Construction of pilot dried chips and feed grade cassava grits centre at Jalingo

Construction of pilot dried chips and feed grade cassava grits centre at Lafia

Construction of pilot dried chips and feed grade cassava grits centre at Ibadan

Construction of pilot dried chips and feed grade cassava grits centre at Ilorin

Construction of pilot dried chips and feed grade cassava grits centre at Abraka

Construction of pilot dried chips and feed grade cassava grits centre at Enugu

Procurement and installation of complete line mobile multipurpose full processing machine for tomatoes and citrus (4 tonnes/day)

 

Jalingo

 

Lafia

 

Ibadan

 

Ilorin

 

Abraka

 

Enugu

 

Kano

 

Lot

38

Good

Activity

Procurement of trust juice processing, Batch Dryer, Bench Dryer and Hand-Press Citrus juice extractor

Location

 

As in the Bidding Document

 

F.

i)

 

Federal Department of Fisheries

Consultancy Service

 

 
Lot

40

 

 

 

41

 

 

42

 

 

 

43

 

 

 

44

 

 

 

45

 

 

 

46

 

 

 

47

 

 

 

 

48

 

 

 

49

 

 

 

50

 

 

51

 

 

Expression of Interest

Conduct Soil Assessment for Site Specie Nutrient Omission Test & Trials & Recommendation in Cocoa Producing Cluster Zone

 

Conduct Acidity Assessment in Rice Producing Cluster Zone

 

Conduct Soil Assessment for Site Specific Nutrient Omission Test & Trials & Recommendation in Sorghum Producing Cluster Zone

 

Conduct Soil Assessment for Site Specific Nutrient Omission Test & Trials & Recommendation in Cassava Producing Cluster Zone

 

Conduct Soil Assessment for Site Specific Nutrient Omission Test & Trials & Recommendation in Maize Producing Cluster Zone

 

Conduct Soil Assessment for Site Specific Nutrient Omission Test & Trials & Recommendation in Soyabeans Producing Cluster Zone

 

Conduct Soi1 Assessment for Site Specific Nutrient Omission Test & Trials & Recommendation in Cotton Producing Cluster

 

Sourcing and Acquisition of all analogue data on soils existing in Nigeria since 1945 (phase II)/Data Capture, Processing, Harmonisation and Storage for easy retrieval, map preparation and printing (NE & SE)

 

Establishment of Pilot Demonstration Plot in Acid Affected Areas of Anambra, Akwa Ibom, Enugu and Ogun States

 

Establishment of Pilot Demonstration Plot in salt Affected Areas of Nasarawa, Taraba, Plateau and Jigawa States

 

Establishment of Pilot Demonstration Plot in Acid Affected Areas of Niger, Edo, Lagos and Benue States

 

Establishment of Pilot Demonstration Plot in salt Affected Areas of Sokoto, Kano, Zamfara and Kebbi States

 

Location

As in the Bidding Document

 

 

As in the Bidding Document

 

As in the Bidding Document

 

 

As in the Bidding Document

 

 

As in the Bidding Document

 

 

As in the Bidding Document

 

 

As in the Bidding Document

 

 

As in the Bidding Document

 

 

 

As in the Bidding Document

 

 

As in the Bidding Document

 

 

As in the Bidding Document

 

As in the Bidding Document

iii) Works  
Lot

52

 

53

 

Item

Construction of Water Harvesting Structure

 

Supply, installation and training of Medium Infra Red (MIR) Soil Testing Equipment.

Location

As in the Bidding Document

As in the Bidding Document

 

iii) Goods

 

 
Lot

54

 

 

55

 

 

56

 

57

 

 

58

 

 

Activities

Supply of Lime to Nasarawa, Taraba, Plateau and Jigawa

 

Supply of Lime and Crystalizer to Sokoto, kano, Zamfara and Kebbi States

 

Supply of Lime to Niger, Edo, Lagos and Ogun States

 

Supply of Lime to Anambra, Akwa Ibom, Benue and Enugu States

 

Supply of Global Positioning System

 

Location

As in the Bidding Document

 

As in the Bidding Document

 

As in the Bidding Document

As in the Bidding Document

 

As in the Bidding Document

 

Qualification Criteria and Tender Requirements

3.       In order to be considered, interested companies, which must be Nigerian companies, must submit tenders/bid documents accompanied with the following:

i.        Evidence of registration with Corporate Affairs Commission (CAC) and Forms; C07:

ii.       Provide detailed Company Profile.

iii.      Detailed evidence of compliance with Pensions Act:

iv.      Company Audited Accounts for last 3 years.

v.       Detailed copy of current Tax Clearance Certificate (2009 -2011) verifiable from Federal Inland Revenue Service (FIRS):

vi.      Evidence of Contribution to Industrial Training Fund (ITF)

vii.     Evidence of VAT Registration & past VAT remittances

viii.    Letter of Financial Capability & Banking support

ix.      Evidence of payment of non- refundable Tender Fee of N10,000.00 only (for Goods and Works) in favour of Federal Ministry of Agriculture and Rural Development:

x.       Evidence of 2-3 similar jobs previously executed or currently being executed (including letters of award, completion certificates, payment);

xi.      Consortium members should have a valid ISO 9001:2008 Certification-Certificate attached for (Lot A 3)

xii.     Submission of technical details & brochures of items being tendered for and evidence of Manufacturers’ Authorization of dealer/distributorship appointment:

xiii.    Any other document(s) to support the qualification and tender documents as may be contained in the Standard Bidding Documents;

xiv.    Bidders for Roads Construction Lots must be registered with COREN;

xv.     Bidders are free to bid for as many lots as possible, but shall not be offered more than two lots for award of contract;

xvi.    Any Bid above 100 million Naira (Goods and Services) and 300 million Naira (for Works) must be accompanied with Bid Security of 2% of Bid Price;

xvii.   All the requirements stated in paragraph 3(i – xvi) shall be enclosed in the Technical envelopes.

 

4.       Collection of Tender and Expression of Interest (EOI) Documents

Qualified Companies shall on application collect tender documents from the Ministry’s Office of:

The Director

Procurement Department

Federal Ministry of Agriculture and Rural Development

Area 11, Garki, Abuja.

 

Upon the presentation of evidence of payment of non-refundable tender fee of N10, 000.00 (for Goods and Works only) into the Ministry’s Account as follows:

Account Name:    Federal Ministry of Agriculture and Rural Development

Account Number: 321-207270113

Bank:                   Guaranty Trust Bank Plc, Area 3, Garki, Abuja.

 

5.       Submission of Tender and Expression of Interest (EOI) Documents

The completed Tender Pre-qualification and Expression of interest (EOI) documents must be submitted in three (3) copies each; including one (1) original and two (2) copies, in 2 separate sealed envelopes clearly marked “Technical” and “Financial” where appropriate and both sealed in a third  envelop market with the appropriate project title. Company Name and lot number at the top right hand corner of each of the three envelops and delivered to September, 2012 for Pre-qualification and 12 noon of Monday 3 September 2012. (for EOI):

 

The Secretary:

Ministerial Tenders Board;

Federal Ministry of Agriculture and Rural Development:

2nd Floor, Room 213; FCDA Secretariat, Area 11, Garki Abuja.

 

6.       Opening of Bids

Technical bids will be opened at 1.00p.m at the National Agriculture Research Council, Mabushi, Abuja after the close of the submission date and only qualified bidders, relevant NGOs and CSOs will be invited to witness the public opening of the financial bids documents

 

Please note.

7.       Contravention of the conditions in Paragraph 3(i to xvi) could lead to disqualification of bid

8.       Late submission of bids will be rejected

9.       Item D (21) in respect of the Development and Provision of Irrigation      Infrastructure at Ero and Itapaji Dams Sites, Ekiti State required the submission of “only” Pre-qualification Document

10.     This advertisement shall not be construed as a commitment on the part of the Federal Ministry of Agriculture and Rural Development nor shall it entitle any bidder submitting documents to claim any indemnity from the ministry

 

Signed

DR Ezekiel O Oyemomi

Permanent Secretary

Invitation to Tender at Federal Medical Centre Jalingo

Federal Medical Centre Jalingo

P.M.B. 1061 Jalingo

 

Invitation to Tender

 

Introduction:

The Federal Medical Centre, Jalingo hereby invites interested and reputable  contractors, Companies with relevant experience and good track records to tender for 2012 capital projects.

 

Details of the Projects:

Lot 1 Supply of Medical Equipment

 

Lot 2 Supply of Utility Vehicles

 

Lot 3 Supply of Hospital Furniture

 

Lot 4  Supply of Medical Library Books

 

Tender Requirements

Interested bidders are to submit the following:

 

A.      Name/Address, Telephone Number of the contractor

B.      Certification of Registration with the Corporate Affairs Commission (CAC) C.             Evidence of staff pension scheme

D.      Evidence of Current Tax Clearance for 3 years

E.      Evidence of Experience with similar jobs in the last 3 years

F.      Evidence of financial capacity to handle the Job.

G.      Evidence of VAT registration

H.      Name(s) and address(s) of Bankers

I.       Company profile with names and qualification(s) of key personnel.

J.       Evidence of payment of non refundable fees of Twenty Five Thousand Naira (N25,000.) Tender fee to the Finance Department of Federal Medical Centre, Jalingo.

K.      Presentation of original documents B-J above.

L.      Documents should be submitted in sealed envelops and addressed to the Medical Director, Federal Medical Centre, Jalingo. Tenders should indicate clearly on top right hand corner of the envelop what you tendered for. Tender will be opened at Federal Medical Centre, Jalingo Board Room on or before by 12:00 noon in the New Nigerian Newspapers of July 25,2012.

 

NB.

The Federal Medical Centre, Jalingo is neither committed nor obliged to reply any company not found suitable. Also all expenses incurred in preparing the tender are to be borne solely by the contractors/ suppliers concerned.

 

Signed

Management

Advertisement for Pre-Qualification and Tender for the Proposed Refitting of Physical Sciences Laboratory (Abuja) at University of Nigeria, Nsukka

University of Nigeria,

Nsukka Nigeria

 

 

Advertisement for Pre-Qualification and Tender for the Proposed Refitting of Physical Sciences Laboratory (Abuja), At University of Nigeria, Nsukka

 

The University of Nigeria invites interested companies/firms to the pre-qualification and tender exercise for the execution of the Proposed Refitting of Physical Sciences, Laboratory, (Abuja) at University of Nigeria, Nsukka:- Reference No. UNN/CAP/2012/Lot 01 – 09

 

Project:

Proposed Refitting of Physical Sciences Laboratory, (Abuja) at University of Nigeria, Nsukka:- Reference No. UNN/CAP/2012/Lot 01 – 09

 

 

Scope of Works and Project Description:

This consists of the Refitting of the existing Physical Sciences Laboratories, (Physics and Chemistry Laboratories) (Abuja) to provide world class teaching and learning / research environment.

 

 

Requirements:

Competent and interested companies/firms who hold the requisite experience, equipment and plants and desire to execute the project are required to submit their Firm’s Profile which must include but not limited to the following documents:

  1. Evidence of incorporation of the company with the Corporate Affairs Commission (CAC).
  2. Evidence of Recent Annual Returns to Corporate Affairs Commission (CAC).
  3. Evidence of Current Tax Clearance Certificate i.e. (2009, 2010 and 2011)
  4. Evidence of VAT Certificate and VAT remittances to Federal Inland Revenue Services (FIRS)
  5. Company Profile with list of staff, including curriculum vitae, competencies, qualifications, registration with relevant professional bodies and experience of key personnel,
  6. Evidence of previous similar projects undertaken in the past five (5) years including scope of project, site of project, contract sum, evidence of successful completion of the project (interim/final valuation & certificates),
  7. Evidence of possession of plants and equipment and a listing of such plants as possessed/owned by the firm. State location of the plants and equipment for ease of verification.
  8. Evidence of Current Audited Accounts of Firm for the last three (3) years i.e. (2009, 2010 and 2011).
  9. Evidence of Financial Capability and Banking Support (bank reference), bank statements of account for the last three months and letter authorizing the University to verify same from the bank.
  10. Sworn affidavit that: (a) The Firm is not bankrupt; (b) None of the Directors is an Ex-convict or bankrupt,
  11. Articulated work plan and methodology for the execution of the project.
  12. Evidence of Employees Retirement Savings Accounts (RSA) with a Pension Fund Administrator.
  13. Evidence of remitting Employer and Employee Pension Contributions to the appropriate pension fund custodian.
  14. Evidence of transferring all pension funds and asset prior to the commencement of the pension Reform Act. to licensed pension operators.
  15. Please state clearly your Company’s full contact address, GSM Phone number and e-mail address for ease of communication.

 

 

Method of Application;

Eligible companies/firms who desire to be pre-qualified for these projects are required to prepare and submit their pre-qualification documents in one (1) hard copy and one (1) soft copy in a sealed envelope clearly marked on top: Proposed Refitting of Physical Sciences Laboratory, (Abuja) At University Of Nigeria, Nsukka:- Reference No. UNN/CAP/2012/LOT01 -09

 

(State clearly the Description and Reference Number please) and addressed to:

The Registrar,

University of Nigeria, Nsukka.

 

Deadline for Submission;

Pre-qualification documents should be submitted, registered and dropped into the Tender Box at Room 226, Registrar’s office, University of Nigeria, Nsukka latest August 20, 2012 on or before 12.00 noon. Pre-Qualification documents will be opened on the same day in the NUGA Secretariat, UNN by 1.00 pm in the presence of all representatives of the companies who choose to attend. All contractors/firms that applied are therefore, invited.

 

All pre-qualified contractors/firms will be communicated in writing to collect the financial bid document and would be required to pay the stipulated tender fee. The completed financial bid document would be returned not later than  18th September, 2012.

 

 

Enquiries:

All enquiries should be directed to: The Registrar, University of Nigeria, Nsukka

 

Please note that response to this invitation shall not oblige the University to consider any responding firm/company for pre-qualification. All costs incurred as a result of response to this invitation and any subsequent requests for information shall be borne by the responding firm/company.

 

A.I. Okonta FIIA, FCAI.

Registrar

Invitation for Pre-Qualification Exercise for Year 2012 Capital Appropriation at University of Lagos

University of Lagos, Nigeria

Invitation for Pre-Qualification Exercise for Year 2012 Capital Appropriation

 

Preamble

This is to invite interested and reputable contractors to indicate interest in the Pre-qualification exercise for the under- listed projects under the Year 2012 Capital Appropriation.

S/N Projects Contract Number Non-Refundable Pre-Qualification

Fees

 

1 Supply of 11,000V HT Cable and Accessories UL/CP/ 12/01

 

20,000

 

2 Replacement of Power Sub-stations UL/CP/ 12/02

 

20,000

 

3 Improvement and Deflooding Works for the College of Medicine Main Entrance UL/CP/ 12/03 20,000

 

4 Shoreline Protection by Lagoon Front UL/CP/ 12/04

 

20,000

 

5 Channelization and reclamation works between Faculties of Engineering and Sciences UL/CP/ 12/05

 

20,000

 

6 Retaining Wall to Mariere fence UL/CP/12/06

 

20,000

 

7 Rehabilitation/ Upgrade of Access Road to The Honours Hostel UL/CP/ 12/07

 

20,000

 

8 Channelization and reclamation works at the Commercial Road

 

UL/CP/ 12/08

 

20,000

 

9 Rehabilitation/’ Upgrade of Water & Sewage Works

 

UL/CP/ 12/9

 

20,000

 

10 Raw Water Tank at Service Area UL/CP/ 12/10

 

20,000

 

11 Rehabilitation/ Upgrade of Ransome Kuti/ Service Area Annex- Phase 1 UL/CP/ 12/11

 

20,000

 

 

 

Pre-Qualification Requirements

1 A                   Compulsory and Mandatory Requirements

  1. Evidence of registration with the Corporate Affairs Commission (CAC)
  2. Company Audited Account for the last three years duly stamped
  3. Evidence of Tax Clearance Certificate for the last three (3) years
  4. Evidence of Value Added Tax (VAT) registration
  5. Evidence of registration with National Pension Commission, in compliance with the provisions of section 16 (6)(d) of the Public Procurement Act 2007 as related to Pensions
  6. Evidence of compliance with the statutory provision of section 6 (l)-(3) of the Industrial Training Fund Amendment Act, 2011
  7. Evidence of payment of the Non-refundable Pre-qualification Fees at the UNILAG Cash Office with a Bank Certified Cheque

 

Failure to provide any of 1A(i)-(vii) above will automatically disqualify the bidder.

 

1 B.     Other Requirements:

  1.        i.            List and Source of Equipment to be used for the work
  2.      ii.            Indication   of Technical   and  Administrative   Staff strength,   with   academic/professional qualifications and years of experience of key personnel available for the project
  3.   iii.            Bank reference from a reputable Bank
  4.   iv.            Verifiable evidence of similar jobs successfully executed or being executed in Nigeria over the last five years stating, type, cost and evidence of award and completion
  5.      v.            Evidence of Social  Responsibility  in  terms  of Endowment,  Sports  or  ETF contribution.

 

Collection of Documents

Pre-qualification forms shall be made available to interested companies on presentation of the receipt issued at the Cash Office in respect of the Pre-qualification, from the office of:

The Director

Works and Physical Planning Department

Commercial Road (Near AP Petrol Station)

University of Lagos schedule

Akoka-Yaba, Lagos.

 

Submission of Documents

The Pre-qualification documents, neatly arranged, spiral bind and sealed in an envelope. The envelope should be identified with the project contract number at the top left hand corner of the envelope and marked as “PRE-QUALIFICATION DOCUMENTS FOR ——-(Please state the specific project)”. The submissions should be addressed and submitted to;

The Registrar

Fifth Floor, Senate House

C/O Council Affairs Office

University of Lagos

Akoka – Yaba, Lagos.

 

The Pre-qualification documents shall be submitted not later than 12:00noon on the 7th September, 2012 and the documents shall be opened in the presence of the prospective Contractors at 2:00pm on the 7th September, 2012 at the University Council Chamber.

Attendance at this opening event is important.

 

Participation in the Pre-qualification exercise and any related neither creates any commitment nor establishes any legal relationship with the University of Lagos

 

Oluwarotimi O. A. Shodimu, Esq. FNIM

Registrar & Secretary to Council

 

Invitation to Tender at Nigerian Communications Commission

Nigerian Communications Commission

 

Invitation to Tender

 

Ref. No *NCC/WRKS/GDS/Vol. 1/010/2012

 

in compliance with the requirements of the Public Procurement Act 2007, the Nigerian Communications Commission invites tenders from reputable companies with proven experience to undertake the under listed projects in its 2012 budget.

 

Lot No Project  Description
AD 17 Supply and Initiation of office furniture in the Head Office and Zonal offices
AD 18 Large Photocopying Machine
AD 20-22 Supply of Pool Vehicles (Saloon & SUV), Project Vehicles (Saloon & SUV), Quality of Service Monitoring Vehicles.
IT 2 Procurement of Microsoft Licence
IT 3 – IT 4 Supply and installation of ICT Tools (Computers, UPS, Printers. USB Flash, Printer Cartridges etc)
TS 2 Supply and installation of Advanced Number Software
PR 1 Supply and installation of Vendor Risk Management Software
PR2 Supply and Installation of Document Reduction System and associated

Works

WORKS
AD 13 – AD 16 Supply and Installation of Security Gadgets
SA1-SA2 Upgrade and Integration of Frequency Monitoring and Management System
SA4 – SA8 Expansion  of  Frequency  Management  and. Interference  Coordination System
IT 5 Upgrade of Existing Hardware HP Server
IT 6 Supply and Installation of Video Conferencing System
IT 7 Supply and Upgrade of Web Development Applications
AD 9 –AD10 Supply and Installation of Sound Proof Power Generators
SM 1 Design and Construction of Anechoic Chamber
SE1 Construction of Computer Laboratories,   Supply and Installation Power

Generator,    Air conditioners   and branded   window blinds in selected

schools in the South-East Zone

 

 

SW1 Construction of Computer Laboratories, Supply and Installation of Power Generator, Air conditioners and branded window blinds in selected schools m the South-West Zone
SS1 Construction of Computer Laboratories, Supply and Installation of Power Generator, Air conditioners and branded window blinds in selected schools in the South South Zone
SNE1 Construction of Computer Laboratories, Supply and Installation of Power Generator, Air conditioners and branded window blinds in selected schools in the North East Zone

 

SNW1 Construction of Computer Laboratories,  Supply and Installation of Power Generator,   Air conditioners   and branded   window blinds in selected schools in the North-West  Zone
SNC1 Construction of Computer Laboratories,  Supply and Installation of Power Generator,   Air conditioners   and branded   window blinds in selected schools in the North-Central Zone
SE2 Supply and Installation of ICT and Furniture Facilities at Selected Schools in the South-East.
SW2 Supply and Installation of ICT and Furniture Facilities at Selected Schools in the South-West.
SS2 Supply and Installation of ICT and Furniture Facilities at Selected Schools in the South-South.
SNE2 Supply and Installation of ICT and Furniture Facilities at Selected Schools in The North-East
SNW2 Supply and Installation of ICT and Furniture Facilities at Selected Schools in the North-West.
SNC2 Supply and Installation of ICT and Furniture Facilities at Selected Schools in the North-Central.
SS – SE Supply and Installation of Laptops in selected schools in the South-East
SS – SW Supply and Installation of Laptops in selected schools in the South-West
SS-SS Supply and Installation of Laptops in selected schools in the South-South
SS-NE Supply and Installation of Laptops in selected schools in the North-East

 

SS-NW Supply and Installation of Laptops in selected schools in the North-West
SS-NC Supply and Installation of Laptops in selected schools in the North-Central
SS-THS Supply and Installation of Laptops in selected Teaching Hospitals in the

South

SS-THN Supply and Installation of Laptops in selected Teaching Hospitals in the

North

SS-SC Provision of wireless Cloud in selected schools in the South Zone

 

SS-NC Provision of wireless Cloud in selected schools in the North Zone

 

Eligibility Criteria

Interested Contractors are required to submit the following documents in the order stipulated below:

  • Verifiable Evidence of Incorporation and registration with CAC.
  • Verifiable Tax clearance Certificate for the proceeding 3 years i.e 2009,2010 and 2011.
  • Verifiable Evidence of Pension Fund/ ITF Contribution.
  • Companies audited account for the preceeding 3 years.
  • Number of years of experience of similar work of the same magnitude
  • List of Similar Works Performed in the last five(5) years with verifiable evidence, example; award letters, completion certificate and employers’ contact person.
  • Profile of the Company including list of Professional Staff qualification and competence for the assignment
  • List of relevant equipment with evidence of purchase if owned or lease agreement.
  • Evidence of financial capability supported with bank statements for the last six months from a reputable bank.
  • Manufacturer or dealership certificate/agreement in the case of goods
  • Interested Firms MUST NOT submit bids for more than two (2) Lots.
  • Every Submission must be accompanied with an affidavit that all information and documents submitted are true and correct and that no officer of the Commission is a former or present director, shareholder or has any pecuniary interest in the bidder.

Collection of Tender Document

The tender document can be collected from the procurement department on the 2nd floor at the Commission’s Head Office at the address below for a fee of N25, 000.00 (twenty five thousand naira) in bank draft made payable to the Nigerian Communications Commission. Evidence of payment of tender fee must be attached to the tender document at the lime of submission.

 

 

Submission of Documents

The prospective Bidders shall enclose the original and two copies of Technical and financial bids in two (2) separate envelopes clearly marked “Technical” and “Financial”, and enclose the two (2) separate envelopes in one sealed large outer envelope which shall bear the Lot number and description, the name and address of the Company and addressed to:

The Executive Vice Chairman

Nigerian Communications Commission

Plot 423 Aguiyi Irons Street,

Maitama, Abuja

 

The documents shall be submitted in the Bid box at the Reception of the Commission’s Head Office at Plot 423, Aguiyi Ironsi Street, Maitama, Abuja not later than 12 noon 7th September, 2012. The opening of the technical bids will take place immediately thereafter.

 

Disclaimer

  • Late submissions shall be rejected
  • This advertisement is published for information purposes only and should not be considered as a commitment or obligation on the part of the Commission to award a contract.
  • The Commission reserves the right to annul or cancel the bidding process at any time without incurring any liabilities and assigning any reason thereto.
  • Only the financial bids of shortlisted companies that meet the technical evaluation criteria shall be opened at a later date to be advised to shortlisted companies.

 

All enquiries should be directed to:

Director,

Human Capital and Infrastructure Group, Nigerian Communications Commission, 3rd Floor, Plot 423 Aguiyi Ironsi Street, Maitama, Abuja.

 

Signed:

Tony Ojobo

Director, Public Affairs

 

 

Nigerian Communications Commission

Plot 423, Aguiyi Ironsi Street, Maitama, Abuja.

Tel: 09 – 4617000 – 29. Fax: 09 – 2344589.

E-mail: ncc@ncc.gov.ng 

http:www.ncc.gov.ng