Invitation to Tender for the Supply, Installation and Commission of Digital VHF Radio Communication System for Nigerian Ports Authority Headquarters and other Port Location

Nigerian Ports Authority

Public Notice No. 3800

 

Invitation to Tender for the Supply, Installation and  Commission of Digital VHF Radio Communication System for Nigerian Ports Authority Headquarters and other Port Location

1.0       Introduction

The Nigerian Ports Authority hereby invites interested reputable and competent telecommunication contractors to submit tenders for the supply, installation and commission of Digital VHP Radio communication system at the NPA headquarters and other port locations.

 

2.0       Scope of Projects

The scope of works shall include but not limited to the supply, installation and commissioning of Digital VHP Radio communication system at the headquarters and other port locations. Comprehensive details of project shall be provided in the Bill of Engineering Measurement and Evaluation (BEME) to be issued to the tendering contractors.

 

3.0       Technical Tender Requirements

Interested companies should submit the following documents as outlined:

a.         Evidence of company registration with Corporate Affairs Commission (CAC)

inclusive of Articles and Memorandum of Association,

b.         Verifiable proofs of company’s technical ability to undertake integrated wide-range telecommunication project,

c.         Evidence of at least (5) projects of similar nature and complexity executed within the last 5 years, including letters of award, completion certificates etc.

d.         Company’s financial details & audited accounts for the last three (3) years (2008,

2009 & 2010).

e.         Evidence of VAT Registration/Remittance Certificate.

f.          Evidence of TAX Clearance/Remittance Certificate for the 2008,2009 & 2010.

g.         Evidence of firm / personnel registration with relevant Professional bodies such as COREN etc.

h.         Evidence of compliance with Pension Reform Act 2004.

i.          Company profile to include names, qualifications, experiences of key Personnel, j.         All relevant information concerning contacts, telephone, fax and e-mail address

of the company’s representative,

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

 

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 10,000.00 (Ten thousand Naira) only. All tenders above N50Million should be conveyed with a 2% bid bond. Bidders with less than 1 SOmillion annual turnover and appropriate tax payments need not apply.

 

5.0       Submission of Tender Proposal

Triplicate hard copies of Technical and Financial proposal must be separately submitted in sealed envelopes, marked appropriately as Technical or Financial bid 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 the Supply, Installation and Commission of Digital VHF Radio Communication System for Nigerian Ports Authority Headquarters and other port locations, Public Notice No.”  and dropped into the designated Tender Box located on the 2nd Floor, Nigerian Ports Authority Corporate Headquarters, 26/28 Marina, Lagos on or before 7th August, 2012 by 10.00am. All tenders will be opened by 11.00am on the 7th  August, 2012 in the Conference Room, N.P.A. Annex Building No. 1 Joseph Street, Off Marina, Lagos in the presence of all bidders or their representatives.

 

For further enquiries, please contact the “General Manager Engineering (Maintenance)” on e-mail: projectinfo@nigerianports.org

 

Please Note

This is not an invitation to tender. Response(s) to this invitation do not place any obligation on the Authority to consider any responding company for;

 

1.         Award of Contract

2.         Information of any resultant action

 

All costs incurred as a result of this tender invitation and any subsequent requests for information shall be borne by the bidding companies. While late submission will not be entertained and only short-listed companies will be contacted.

 

Signed:

Management

Nigerian Ports Authority

Invitation to Pre-qualify for the Supply of Office Equipment and Materials at the Independent National Electoral Commission

Independent National Electoral Commission

Plot 436 Zambezi Crescent, Maitama District, Abuja

 

Invitation to Pre-qualify for the Supply of Office Equipment and Materials

 

1.         Preamble

The Independent National Electoral Commission (INEC) in pursuance of it’s statutory mandate intends to procure Office Equipment and Materials to enhance it’s operation. To this end, the Commission invites interested, registered and reputable Nigerian companies/contractors with relevant experience and good track records to pre-qualify for the supply of the underlisted items.

 

Lot Nos Items
1. Air Conditioners
2. Standing Fans
3. Refrigerators
4. Filing Cabinets
5. Fire Proof Cabinets
6. Shredding Machines
7. Radio/Cassette Sets
8. Television Sets
9. Cushion Chairs, Tables and Office Chairs
10. Computer Systems and Printers
11. Supply of A4 Photocopy Papers
12. Supply of Fulscarp Photocopy Papers
13. Supply of A3 Photocopy Papers
14. Supply of Computer/Photocopies Consumables
15. Supply of other office Materials
16. Supply and installation of Risograph Printers
17. Printing and supply of Envelopes
18. Printing of Non-sensitive Materials
19. Supply of AR 5127 Digital Photocopy Machine

 

INVITATION TO PRE-QUALIFY FOR THE SUPPLY OF OFFICE EQUIPM

2.         Pre-Qualification Requirements

Interested companies/contractors are required to submit the following documents:

i)          Evidence of registration with Corporate Affairs Commission (CAC)

ii)        Audited Account of the Company for the last three (3) years (2009,2010 and

2011)

iii)       Tax Clearance Certificate for the last three (3) consecutive years (2009,2010 and

2011)

iv)       Evidence of Financial capability and banking support, including Annual Turn-over v)        A detailed Company Profile showing list of professional staff, qualifications and

experience

vi)       Evidence of similar projects executed in the last three (3) years (letters of awards

and completion certificates)

vii)       Evidence of technical capability (equipment)

viii)      Evidence of VAT Registration and past remittances

ix)       Submission of PENCOM’s certificate of Compliance, confirming Company’s

fulfillment of it’s statutory obligations to the employees, with respect to Pensions, x)        Telephone (GSM) number(s) of the Contractor/Company’s representative(s).

 

3.         General Information:

a)         For further enquiries, interested company representatives should contact the Director, Procurement, INEC Headquarters, Maitama District, Abuja between the hours of 10.00am and 4.00 pm daily from Monday to Friday during the period covered by this advertisement;

b)         The closing date for the submission of the pre-qualification documents is Wednesday, 18th July, 2012 at 12.00 noon;

c)         The pre-qualification documents submitted on or before the closing date and time shall be opened at the Commission’s Premises on the same Wednesday, 18m July, 2012 at 1.00 pm;

d)         Only successful Companies from the pre-qualification exercise will be invited for the financial bidding exercise.

 

4.        Submission of Pre-Qualification Documents

All submissions must be delivered in one (1) no. neatly bound hard copy in a sealed envelope clearly marked.”Pre-Qualification for Supply of One of the Items (One Lot) and addressed to the Secretary, Independent National Electoral Commission (INEC), Plot 436 Zambezi Crescent, Maitama District. (P.M.B 0184Garki), Abuja.

 

U.F. Usman

Acting Secretary of the Commission

Invitation to Pre-qualify and Tender for the Supply of Automatic Fire Suppression System (FM-200) to Two (2) Zonal Stores Across the Country at Independent National Electoral Commission

Independent National Electoral Commission

Plot 436 Zambezi Crescent, Maitama District, Abuja

 

Invitation to Pre-qualify and Tender for the Supply of Automatic Fire Suppression System (FM-200) to Two (2) Zonal Stores Across the Country

 

A.        Introduction

The Independent National Electoral Commission (INEC), invites interested, registered and reputable companies/contractors with relevant experience and good track records to bid for the supply of the Automatic Fire Suppression System (FM-200) to the Commission’s Zonal Stores located at Gombe and Port-Harcourt respectively.

 

B.        Preq-qualification Requirements:

Interested companies are required to submit the following documents:

 

i)          Evidence of registration with Corporate Affairs Commission (CAC);

ii)         (3) years Tax Clearance Certificate(2009,2010 and 2011)

iii)        Evidence of Financial capability and banking support, including Annual Turn-over

iv)        VAT Registration and past remittances

v)         Last three (3) years’ Company’s Audited Account (2009,2010 and 2011)

vi)        Details of experience/Technical qualification of key personnel;

vii)       Submission of PENCOM’s Certificate of Compliance, confirming Company’s fulfillment of it’s  statutory obligations to employees with respect to Pensions.

viii)      Evidence of technical capability and experience with similar jobs executed in the past (prequalification proposals that provide correct and detailed description of the components of the FM-200 Automatic Fire Suppression System will stand at an advantaged position in the Pre-qualification assessment),

ix)     Telephone (GSM) number(s) of the Contractor/Company’s representative(s).

 

C.     General Information:

i)          The closing date for the submission of the bid documents shall be Tuesday, 3rdJuly, 2012 at 2.00p.m

ii)         The pre-qualification/Tender documents submitted on or before the closing date and time shall be opened at the Commission’s premises on the same Tuesday, 3rd July, 2012 at 3.00pm

iii)        Only successful Companies/contractors from the Pre-qualification assessment exercise will be contacted and invited for the financial bidding exercise.

iv)        For further enquiries, please contact the Deputy Director (Security), INEC Headquarters, Maitama District, Abuja.

 

D      Submission of Pre-Qualification Documents

All submissions must be delivered in two (2) neatly bound copies, each sealed in ar, envelope marked “Pre-Qualification Tender  Documents for the supply of Automatic Fire Suppression System  (FM-200)” and addressed to the Secretary, Independent National Electoral Commission (INEC), Plot 436 Zambezi Crescent, Maitama District, Abuja.

U.F. Usman

Acting Secretary of the Commission

 

Advertisement for Pre- Qualification of Contractors and Consultants at Nigerian Press Council

Nigerian Press Council

 No. 26, Bissau Street, Wuse Zone 6, P.M.B 377 Garki Abuja

Tel: 09-6233004, 09-6233005


Advertisement for Pre- Qualification of Contractors and Consultants

The Nigerian Press Council in its desire to commence the implementation of the year 2012 capital projects hereby invites interested and eligible Contractors and Consultants to apply for prequalification for the following projects:

 

1.         Digitization of Archival Registry in Abuja and Lagos.

2.         E Library and Repositioning of Existing Libraries in Abuja and Lagos.

 

Requirements for the Above Projects

  • Evidence of Registration with Corporate Affairs Commission (CAC)
  • Evidence of tax clearance certificate for the past three years.
  • Value Added Tax (VAT) registration certificate and evidence of past remittances.
  • Registration with NITDA.
  • Evidence of Registration with PENCOM and remittances of employee’s contribution to the PFA’s.
  • Company profile indicating key personnel with years of experience.
  • Evidence of Registration with Nigerian Library Council (NIC).
  • Evidence of similar work successfully carried out and completed within the last five (5) years.
  • Company Audited Accounts for the last three (3) years.
  • Evidence from the Company’s Bankers as to its financial capacity/bank support to undertake the assignment, if awarded.

 

Submission of Pre Qualification Documents

The completed prequalification documents must be forwarded in sealed envelopes marked on top left corner; “Prequalification” indicating “Contractor” and “Consultant” and addressed to:

 

The Executive Secretary,

 Nigerian Press Council,

 26 Bissau Street,

 Wuse zone 6 Abuja.

 

Prequalification documents in duplicates should be submitted on or before 17th July 2012.

Please note that only prequalified contractors and consultants will be contacted for tender.

 

Signed

Executive Secretary

Consultacy Services: Geospatial Baseline Studies of thirteen (13) LGAs and Production of Imo State Poverty Map at Imo State Agency, Community and Social Development Project (CSDP)

Imo State Agency

Community and Social Development Project (CSDP)

(World Bank Assisted)

 

Office Address:

Teacher’s House

Plot 1/9 Port Harcourt Road,

P.M.B. 1042

Owerri – Imo State.

 

Expression of Interest

Credit No:           4496 UNI

Issuance Date:     26th June 2012

 

This Request for Expression of Interest follows the General Procurement Notice of this Project that appeared in dg Market WB4617 – 764/09 of 13th November, 2009.

 

The Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Community and Social Development Project (CSDP), and it intends to apply part of the proceeds of this credit for payments under the contract for Consultancy Services. The Services include: Geospatial Baseline Studies of thirteen (13) LGAs and Production of Imo State Poverty Map.

 

The scope of work is divided into two broad categories namely:

1)      Geospatial Baseline Study of 13 LGAs

2)      Production of Poverty Map of Imo State.

 

Thus, (1) The Consultant is expected to visit the 13 Local Government Areas to be covered by the study and specifically address the following issues:

i.        Identify the number of communities and Community-Based Civil   Organizations registered within the Local Government Areas.

ii.       Describe in general terms the population, size and structure, settlement patterns, ethnic structure and cultural groups of the communities in the LGAs.

iii.      Concisely, describe the economic environment of the Local Government Areas. This should include but not limited to the economic activities, the social and cultural factors that influence economic development and sharing of common property resources, sources of livelihood of Communities and their income per capita. Specific attention should be placed on gender and vulnerable group considerations (men, women, youth, disabled, minorities etc).

iv.      Assess and determine soil and water quality and changes in parameter within the Local Government.

v.       Identify and describe structure of formal and informal institutions and their current roles in community development activities.

vi.     Evaluate agricultural production systems, cropping pattern, yields, household income and constraints to agricultural productivity.

vii.     Identify and assess status of natural resources (land, forest, water, etc of communities) within the LGAs.

viii.    Evaluate the availability and quality /condition of available infrastructural facilities in the community (marketplace, roads, schools, medical facilities, water supply, electricity, etc).

ix.      Identify and describe environmental problems of concern to the community and mitigation measures being adopted.

x.       Evaluate the influences of (i-ix) above) on the socio-cultural activities of and development in the LGA and opportunities for CSDP.

xi.      Rank the communities within the LGA on the basis of the availability and functionality of infrastructural facilities (socio-economic profile).

xii.     Provide information on how to develop measurable indicators to measure impact of project intervention in the LGAs.

xiii.    Prepare a comprehensive report on each of the LGAs based on the above.

 

(2)     The consultant is required to make use of data from the current baseline study of 13 LGAs and the baseline study of 14 LGAs conducted in 2011 to produce a poverty map of Imo State.

 

Specifically, the consultant is to:

i)       Produce digital maps of the state indicating LGAs and Administrative or ward boundaries with specific focus on CSDP.

ii)      Utilize jointly identified poverty indicators based on the baseline studies to develop spatial poverty index for the project.

iii)     Use the available data to generate poverty maps for decision making.

iv)     Train staff in the use of GIS equipment, including their application to poverty issues, specific spatial analytic techniques and web mapping.

v)     Provide three months technical backstopping for relevant officers of the Project on use and application of GIS.

vi)    Generate reports both in soft and hard copies on the activities of CSDP.

 

Skills Requirement:

The firm must have personnel possessing requisite qualifications and experience in conducting rural baseline surveys as well as in GIS poverty mapping. Each member of the team should have, at least, a minimum of 5 years post-qualification experience. Team should include the following expertise (a) socio-economist/rural economist/rural sociologist (b) a Natural resources expert/environmentalist (c) a hydro-geologist and (d) a GIS expert. In addition, the consultancy firm should have an M & E specialist (preferably an economist) that works with the team on designing the questionnaire form and reviewing the collected information for quality and consistency. The consultant’s versatility should also among others, include use of ArcGIS server and its extensions, differential GPS and other related peripheral devices.

 

The Imo State Agency of the Community and Social Development Project (IMO-CSDP) now invites eligible consultants to indicate their interest in providing the services. Interested consultants must provide information indicating that they are qualified to perform the services by indicating: Mandate of their Consultancies with brochures; Description of similar assignments done; Experiences in similar conditions; Manpower capabilities/Availability of appropriate skills among staff, Implementation arrangements for the Study, Gender Sensitivity etc. Consultants may associate to enhance their qualifications.

 

A consultant will be selected in accordance with the procedures set out in the World Banks Guidelines: Selection and Employment of Consultants by World Bank Borrowers (current edition). Interested consultants may obtain further information at the address above during office hours (8.00am to 4.00pm).

 

Expression of interest must be delivered to the address above on or before 13th July 2012 by 12.00 noon.

 

Comrade Amah, O.A.U.

Geral Manager.