Procurement of Instrument Landing Systems (ILS) and Very High Frequency OMNI Directional Radio Range (VOR) Analyzer Test Equipment at Nigerian Airspace Management Agency (NAMA)

Nigerian Airspace Management Agency (Nama)

Headquarters, Murtala Muhammed Airport

Ikeja – Lagos.

Invitation to Tender

(A):      Preamble

In compliance with the provisions of the Public Procurement Act 2907, The Nigerian Airspace Management Agency (HAMA) Headquarters Lagos intends to execute the under listed project under its 2012 internally Generated Revenue (IGR) capital budget. Consequently; the Agency wishes to invite reputable and competent interested companies to tender for the project

 

Procurement of Instrument Landing Systems (ILS) and Very High Frequency OMNI Directional Radio Range (VOR) Analyzer Test Equipment.

The project is for the procurement and supply of 8Nos Instrument landing system and High Frequency Omni-Directional radio range (VOR) analyzer test equipment.

 

 

(B)       Under Requirements

To qualify for consideration, interested companies are required to submit the documents listed hereunder. Failure to submit any of the under listed documents may lead to disqualification of the bid;

1.       Evidence of incorporation with Corporate Affairs Commission (CAC) of Nigeria or similar organization in overseas,

2.       Evidence of Tax payment for the past three (3) years

3.       Evidence of VAT registration & proof of past remittances

4.       Detailed Company profile and Technical experience/qualification of key personnel, including registered address, name, functional location, Telephone Nos and email address etc.

5.       Annual Turnover and Audited statements of accounts for the past three (3) years

6.       Evidence of Recommendation from Company’s Bankers indicating the Financial capacity and capability to undertake the project if awarded.

7.       List of equipment and plants with Evidence of ownership and verifiable office location

8.       Verifiable evidence of competence exhibited in the Award & timely execution of similar projects, (Attach letters of Award and certificate of completion),

9.       Records of company’s registration with relevant Professional bodies.

10.     Evidence of dealership or manufacturers authorization

11.     Evidence of compliance with the provision of the Pension Reform Act 2004 as contained in section 16 sub section 6 (d) of the Public Procurement Act 2007.

12.     Any other document that would be of advantage to the company.

 

 

Additional Information

(i)      Notwithstanding the submission of tender data, the Nigerian Airspace Management Agency is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or Agent.

(ii)     The advertisement shall not be considered as a commitment on the part of Nigerian Airspace Management Agency or shall it entitle potential companies to make claims whatsoever or seek any indemnity from Nigerian Airspace Management Agency by virtue of such company having responded to the advertisement.

(iii)    All tenders should be accompanied with tender Security in the sum of 2% of the total quotation amount.

 

(D):      Non Refundable Tender Fee

(i)      tender documents can be obtained from the Agency’s Procurement Secretariat within work hours i.e. 8am – 4pm on working days, before closing date, upon payment of a non refundable tender fee of N 50,000. 00 (Fifty Thousand Naira) only for the lot.

 

(E)       Submission Deadline

Completed Financial and Technical Tenders ore to be submitted in 2 separate envelops marked Financial Bid or Technical Bid respectively. Each of the envelopes is to contain 1original and 3 duplicate copies of the Tenders respectively. Both envelopes should be enclosed in a larger envelope marked CONFIDENTIAL on Top Left Corner and written tender for LOT 1 at the Center. Tender to be addressed and submitted to the office of the Managing Director/CEO at the Agency’s address supplied at the top of this advert.

Submission of application closes on Thursday 19th April, 2012 by 12.00 noon while the bid will be opened at 1.00pm on the same date at the NAMA Headquarters Annex Conference Room Lagos.

 

Note: Only the Technical Bids will be opened on the date mentioned in this publication while the Financial Bids of the Bidders that would be commenced to these companies.

Management

Nigerian Airspace Management Agency

Lagos

Supply and Installation Of Dimension Stone Testing/Certification Laboratory Equipment at Sustainable Management Of Mineral Resources Project (SMMRP)

Invitation for Bids (IFB)

Federal Government of Nigeria

 

Sustainable Management Of Mineral Resources Project (SMMRP)

Credit No. 4012-UNI

 

Supply and Installation Of Dimension Stone Testing/Certification Laboratory Equipment

IFB No, (MMSD/SraRP/NCB/G/12/01)

 

1.         This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. ID-843108 of 9™ December, 2004

 

2. The Government of the Federal Republic of Nigeria has received a credit from the international Development Association toward the cost of Sustainable Management of Mineral Resources Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Supply and Installation of Dimension Stone Testing/certification Laboratory Equipment.

 

S/No Description Qty Delivery Period Bid Security
Item 1 Rock and masonry saw for large-size materials

 

1 90 Days At least 2.5% of the Bid price
Item 2 (a) Thermal surface (plate) 1 =do= =do=
(b) Expoxidic resins 1 =do= =do=
(c) Complete set of beackers set =do= =do=
(d) Molds 1 =do= =do=
(e) dropper 1 =do= =do=
Item 3 High-Precision saw (for thin sections + consumables)

 

1 =do= =do=
Item 4 Thin sections consolidation and glueing device + Consumables

 

1 =do= =do=
Item 5 Precision lapping machine for thin sections

 

1 =do= =do=
Item 6 Transmitted/Reflected – Light stereo Microscope

 

1 =do= =do=
Item 7 Scale

 

1 =do= =do=
Item 8 Freeze Thaw cycles automatic chamber (CDF Chamber)

 

1 =do= =do=
Item 9 Specimens’ wet conditioning (Floodable tank for specimens soaking)

 

 

1

=do= =do=
Item 10 Compressive strength testing device

 

1 =do= =do=
Item 11 Flexural strength/anchor test  testing device

 

1 =do= =do=
Item 12 Vacuum Pyknometer (for EN 1936 apparent density test)

 

1 =do= =do=
Item 13 Ventilated Ovens

 

2 =do= =do=
Item 15 Abrasion test device

 

1 =do= =do=
Item 16 Resonance frequency measurement

 

1 =do= =do=
Item 17 Shop Bench

 

1 =do= =do=
Item 18 Pallet handler

 

1 =do= =do=
Item 19 Complete set of screwdrivers, wrench, spanners, allens, torks

 

1 =do= =do=
Item 20 Complete set of beckers

 

1 =do= =do=
Item 21 Air Compressor

 

1 =do= =do=
Item 22 Water demineraliser 1 =do= =do=

 

3.        The Sustainable Management of Mineral Resources

Project now invites sealed bids from eligible and qualified bidders for the Supply and Installation of Dimension Stone Testing/ certification Laboratory Equipment.

 

4.         Bidding will be conducted through the National Competitive Bidding (NCB) , a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

5.         Interested eligible bidders may obtain further information from Sustainable Management of Mineral Resources Project at the address below and inspect the Bidding Documents from 11:00am to 4:00pm Mondays to Fridays.

 

6.        Qualifications requirements include:

Evidence of previous supply (sale) of similar Equipment proposed for the last 5 years, Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.

 

Additional details are provided in the Bidding Documents.

 

7.         A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee N10,000.00 (Ten Thousand Naira) only. The method of payment will be in Bank Draft in favor of Sustainable Management of Mineral Resources Project. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

 

8.         Bids must be delivered to the address below at or before 10:00am on 6th April, 2012. Electronic bidding will not be permitted, Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 11:30am on 5th April, 2012. All bids must be accompanied by a Bid Security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency.

 

9.         The address referred to above is:

Sustainable Management of Mineral Resources Project,

Ministry of Mines and Steel Development,

No.6, Marte Close, Off Misau Crescent, Garki II, Abuja. Nigeria.

P.M.B 107, Abuja

Nigeria.

+2348033140096, +2347098802871

 

Signed

Project Coordinator

Request for Expression of Interest for ICT Consultancy Services and Enterprise System Design, Installation and Implementation at National Planning Commission

National Planning Commission

Plot 421, Constitution Avenue, Central Business District, Abuja – FCT

 

Request for Expression of Interest for ICT Consultancy Services and Enterprise System Design, Installation and Implementation

The National Planning Commission (NPC) initiated an Organization Transformation project to create a robust framework through which the Commission can conduct its activities effectively and efficiently, producing outcomes that are central to its mandate and positively translate into a renewed and sustained focus on Development Planning for the growth of the nation.

 

Consequently, the NATIONAL PLANNING COMMISSION, intends to embark on an ICT infrastructure development initiatives, to achieve the goal of repositioning ICT in the Commission and support her mandate. These will include full implementation of an integrated and Secure Enterprise Software Packages, Network Infrastructure and Web Portal Solutions, that will meet the need of the 21st centuries.

 

Therefore, the Commission seeks to engage the services of reputable, highly skilled and experienced company/companies for pre-qualification to tender for its ICT infrastructure development project.

 

The Objectives of the Project are as follows:

1.         To establish a reliable, integrated and secure network covering all the service area of the Commission, Inter and Intra Agency.

2.         To facilitate manpower skill development

3.         To facilitate easy information sharing and collaboration among the Commission stakeholders.

4.         To facilitate easy storage, update and retrieval of information for effective planning and research programme.

5.         To provide a world class work/research environment that Is conducive and supportive to the operations of modem centre of planning excellence that is innovative and technologically sensitive.

6.         To provide cost efficient triple play data, voice and video communication within the Commission.

 

The selected consultants will be required to perform the following functions/tasks:

 

Part I:             ICT Consultancy Services

Task 1:           Conduct a comprehensive IT Infrastructure Audit including IT Risk Assessment

Task 2:           Development and implementation of IT Processes & Policies

Task 3:           Development of IT Organization Training Curriculum for both IT staff and users

Task 4:           Development of a comprehensive IT Strategy including detailed Business Continuity Plan

 

Part II: ICT Infrastructure Procurements

 

Task 5:           Network Design and Installation

Task 6:           Installation of Fibre optic internet services

Task 7:           Design and installation of a Computer lab to enable research activities

Task 8:           Design, installation and implementation of Active Directory & Domain

Name Server Task

Task 9:           Design, installation and implementation of email and collaboration

system

Task 10:         Design and installation of performance based Monitoring & Evaluation System

Task 11:         Design and installation of Electronic Document Management

System

Task 12:         Develop/overhaul/upgrade NPC website

Task 13:         Design and installation of inventories management system

Task 14:         Design and installation of Automatic File tracking/ management solution

Task 15:         Design and installation of helpdesk management solution

Task 16:         Design and installation of Human Resources Performance

Management Monitoring solution

Task 17:         Design and installation of high performance data archival system

Task 18:         Design and Upgrading of NPC Data Centre

Task 19:         Outsourcing Data Centre Services for efficient Business continuity and Disaster Recovery

 

Requirements for Pre-Qualification

For Pre-qualification, Prospective Consultants should submit an Expression of Interest detailing the following minimum requirements:

1.         Profile of company including ownership structure with full contact details.

2.         Capability profile of the firm (Track Records),

3.         Evidence of Incorporation registration with Corporate Affairs Commission

4.         Tax clearance in the last 3 years and VAT certificate.

5.         Evidence of Pension Reform Compliance

6.         Technical qualifications and experience of key personnel

7          Evidence of similar projects executed

8.         Evidence of alliance/partnership between consortium member if applicable

9.         Evidence of working knowledge of the Government agencies in Nigeria

10.       Summary of the proposed Solution (For Part II) Expression of Interest must be submitted in three (3) copies (one original and two copies) in a sealed envelope clearly marked “Expression of Interest for ICT Consultancy Services and Enterprise System Design, Installation and Implementation”

ACD-ROM version should also be included

 

The expressions of interests should be addressed and delivered on or before 22nd of March, 2012 by 4.00pm.

 

The Secretary, Procurement Planning Committee

Room 208,2nd Floor, National Planning Commission

Plot 421, Constitution Avenue

Central Business District

Abuja- FCT.

 

URL: www.npc.gov.ng

Interested applicants are to download relevant forms from the URL above. They may also obtain further information at the address above from 8.00 am to 5.00pm, Monday through Friday (except public holidays). Only short-listed Consultants will be contacted.

 

Expression of interest through email or fax will not be entertained.

 

Signed:

Secretary

Procurement Planning Committee

Procurement of Vehicles, Generators and Motorcycles at Taraba State HIV/AIDS Programme Development Project II

Invitation for Bids (IFB)

HIV/AIDS Programme Development Project – II

Taraba State Agency for the Control of AIDS

Credit No: 4596-NG

 

Procurement of Vehicles, Generators and Motorcycles

 

IFB No. TR/HPDP II/NCB/GOODS/01/2012

Bid issuance Date: 9th March 2012

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in United Nations Development Business.

 

2.       The Federal Government of Nigeria has received a credit from the International Development Association towards the cost of Taraba State HIV/AIDS Programme Development Project II, and it intends to apply part of the proceeds of this credit to payments under the Contract for procurement of Vehicles, Generators and Motorcycles.

 

3.       Taraba State HIV/AIDS Programme Development Project II now invites sealed bids from eligible and qualified bidders for the under listed contract:

 

Lot No. Contract Description Quantity Bid Security Bid Validity Location Duration
1 18 Sealer Bus, High roof 1 At least 2.5% of Bid Price

 

90 Days Taraba State HIV/AIDS Programme Development Project II, Off Donga Road Jalingo, Behind Bureau for Land and Survey Jalingo, Taraba State-Nigeria 60 Days
2 Saloon Vehicle. 1.8 Litres Engine 1
3 Motorcycles and Crash Helmets 17
4 Generators (60 Kva, 5.5 Kw) and Installation 60 Kva-1 5.5 Kw-18

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

5.       Interested eligible bidden may obtain further information from Taraba State  HIV/ AIDS Programme Development Project II, Off Donga Road Jalingo, Behind Bureau for Land Survey, Jalingo. Taraba State – Nigeria and inspect the bidding documents at the address given below from 9:00am – 4:00pm, Mondays – Fridays, except public holidays.

 

6.       Qualifications requirements include: Verifiable evidence of similar job executed, audited financial report for the last 3years, manufacturers authorization letter. A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

 

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non refundable fee of Ten Thousand Naira (N10, 000) Only or its equivalent in a freely convertible currency. The method of payment will be by cash or bank draft to Taraba State HI V/AIDS Programme Development Project II. The Bidding Documents will be sent by courier service on request or to be collected by representative of the bidder.

 

8.       Bids must be delivered to the address below at or before Tuesday 10th April 2012, by 10:00 am. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or representatives who choose to attend in person at Taraba State HIV/AIDS Programme Development Project II, Off  Donga Road Jalingo, behind Bureau for Land Survey, Jalingo, Taraba State Nigeria  on Tuesday 10th April 2012 by 10:30 am. All bids must be accompanied by a bid security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency. The bid security shall be in the form of a bank draft or bank guarantee as in the form provided in the bidding document from a reputable commercial bank in Nigeria.

 

9.       The address referred to above is:

 

Dr. Garba Danjuma

The Project Manager

Taraba State HIV/AIDS Programme Development Project II,

Taraba State Agency for the Control of AIDS, Off Donga Road Jalingo,

Behind Bureau for Land and Survey Jalingo, Taraba State-Nigeria.

Telephone: +234 8027 799 161,       + 234 7082 790 650

Electronic mail address: tarabahpdp@yahoo.com

 

Procurement of Books, Periodicals and E- Journal at Financial Reporting Council of Nigeria

Financial Reporting Council of Nigeria

Federal Ministry of Trade and Investment

 

Invitation for Bids (IFB)

Federal Republic of Nigeria

Economic Reform and Governance Project (ERGP)

IDA 4011 UNI

 

Procurement of Books, Periodicals and E- Journal (FRCN/ERGP/NCB/1/2012)

1.         The Government of the Federal Republic of Nigeria has received credits from the International Development Association toward the cost of Economic Reform and Governance Project. It intends to apply part of the credits to payments under the contract for supply and delivery of textbooks to FRC, Nigeria for linkage programmes for Tertiary institutions.

 

2.         The Financial Reporting Council, Nigeria now invites sealed bids from you for the supply and delivery of textbooks to the FRC as hereunder:

 

Lot Nos. Description Delivery Period
1. Textbooks 90 days
2. e-Journals 90 days

 

Bidders are allowed, at their option, to bid for individual lots or all lots. Bidders must quote for all items and quantities specified in each lot. They are allowed to propose appropriate titles to replace out of print titles. Bids not quoting for all items and quantities specified in a lot will be considered non-responsive. The basis for bid evaluation and contract award will be lot by lot, and the FRC will award the contract(s) to the most economical combination of lots based on the demonstrated capacity of bidders and discounts offered by the bidders in case they are awarded more than one lot. If no bidder bids for all items and the entire quantities specified in a lot, that particular lot may be awarded on an item by item basis at the option of the FRC.

 

3.         Bidding will be conducted through National Competitive Bidding (NCB) as specified in the World Bank’s guidelines: Procurement under IBRD Loans and IDA Credits.

 

4.         Bidders that do not own copyright of the books they offer to supply shall submit a copyright authorization using the form included in Section V, Bidding Forms to demonstrate that they have been duly authorised by the owner of the copyright to supply these books in the purchaser’s country.

 

5.         Bidders may obtain further information from the Project Officer, Economic Reform and Governance Project, Financial Reporting Council, Nigeria, Elephant Cement House, 2nd Floor, Assbifi Road, Alausa, Ikeja, Lagos from 08.00am to 4.00pm  Monday to Friday except on national public holidays.

 

6.         Complete set of bidding documents in English Language may be purchased by interested Bidders at the address below: Financial Reporting Council, Nigeria, Elephant Cement House, Assbifi Road, Alausa, Ikeja, Lagos and upon payment of non-refundable fee of N15,000.00 (Fifteen thousand naira only). The method of payment will be by bank draft.

 

7.         All bids must be accompanied by a bid security of not less than 3% of the bid amount. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in Board’s Chambers of the Council at address (b) below at 10.30am on 19th April, 2012.

 

8.         Bid must either be directly deposited in a tender box on the third floor Board’s Chambers or delivered at the same address (b) below on or before 19th April, 2012.

 

9.         Address for inspection and purchase of bidding documents, submission and opening bids:

 

a).        Address for Inspection and Purchase of Bidding Documents

Financial Reporting Council Nigeria, Elephant Cement House (3rd Floor) Assbifi Road. Alausa, Ikeja, Lagos. Telephone: 234-1-7918779, Fax: 234-1-3454450.

Email: anyingozi@yahoo.com

 

b)         Address for submission and opening of Bids

Financial Reporting Council. Nigeria, Elephant Cement House (3rd Floor) Assbifi

Road, Alausa, Ikeja, Lagos. Telephone: 234-1-7918779, Fax: 234-1-3454450.