Provision of Facility Management, ICT / Office Equipment Maintenance and Related Support Services for ICRC Head Office Complex at Infrastructure Concession Regulatory Commission (ICRC)

Infrastructure Concession Regulatory Commission

Invitation for Bids

Provision of Facility Management, ICT / Office Equipment Maintenance and Related Support Services for ICRC Head Office Complex

Background

The Infrastructure Concession Regulatory Commission (ICRC) was established by an Act of the National Assembly in 2005 to regulate Public-Private Partnership endeavours of the Federal Government aimed at addressing Nigeria’s physical infrastructure deficit which hampers economic development.

 

The Project

The Commission has acquired a four storey office accommodation situated at Plot 1270. Area 11, Garki. FCT, Abuja that is currently undergoing remodeling. The Commission wishes to procure the services of qualified providers of facility management, ICT equipment maintenance, catering, security and office cleaning for the new office building, on the basis of which it now invites sealed bids from eligible bidders for the following lots;

 

S/N Description Of Services Service Delivery Address
Assignment/ Lot1 Security Services ICRC Head Office Complex
Assignment /Lot 2 Office Equipment Maintenance Services (Covering Copier, ICRC Head Office Complex

 

Assignment /Lot 3 Facility Management (Comprising Air-Conditioning. Electrical, General Masonry and Sundry Building Maintenance) Services ICRC Head Office Complex

 

Assignment /Lot 4 Office Cleaning, Gardening and Fumigation Services ICRC Head Office Complex

 

Assignment /Lot5 ICT Equipment Maintenance Services (Covering Printer, Scanner, Etc) ICRC Head Office Complex

 

Assignment /Lot6 Catering and Canteen Management Services ICRC Head Office Complex

 

 

Bidders may bid for one or more assignments or lots, subject to their competency and capacity, and discounts will be considered in bid evaluation. Evaluation of bids and award of contracts shall be on individual assignment basis.

 

Bidding will be conducted through the National Competitive Bidding (NCB) procedure specified by the Public Procurement Act (PPA) 2007 and relevant guidelines issued by the Bureau of Public Procurement (BPP).

 

Interested eligible bidders may obtain further information from the Infrastructure Concession Regulatory Commission located at Plot 1270, Ayangba Street, Area 11, Garki District, Abuja, FCT to inspect the bidding documents from 08:00 a.m. to 04:00 p.m. local time, Mondays to Fridays, excluding public holidays.

 

A complete set of bidding documents in English Language may be purchased by interested bidders on the submission of a written application indicated above and upon payment of a non-refundable fee of Fifteen Thousand Naira (NGN 15,000.00) in form of cash or bank draft payable to the Infrastructure Concession Regulatory Commission.

 

Bids must be delivered to the address below on or before Wednesday 29th February 2012 by 10:00 a.m. Please note that late bids will be rejected and any bid sent by email and/or fax will not be entertained.

 

The Director General

Infrastructure Concession Regulatory Commission

Plot 1270, Ayangba Street, Area 11,

Garki District, Abuja, FCT

Tel-09-4604900: E-mail: info@icrc.gov.ng

 

Supply and Installation of 1 Unit of 350kva Sound Proof Generator for ICRC Head Office Complex at Infrastructure Concession Regulatory Commission (ICRC)

 

Infrastructure Concession Regulatory Commission

Invitation for Bids

 

Supply and Installation of 1 Unit of 350kva Sound Proof Generator for ICRC Head Office Complex

Background

The Infrastructure Concession Regulatory Commission (ICRC) was established by an Act of the National Assembly in 2005 to regulate Public-Private Partnership endeavours of the Federal Government aimed at addressing Nigeria’s physical infrastructure deficit which hampers economic development.

 

The Project

The Commission has acquired a four storey office accommodation situated at Plot 1270, Area 11 Garki District, FCT, Abuja that is currently undergoing remodelling. The Commission wishes to procure one (1) unit of 350kva soundproof diesel powered generator for the new office building, on the basis of which it now invites sealed bids from eligible bidders;

 

S/N Description Quantity Delivery Period Bid Security

 

Delivery

 

1 Brand New

350Kva Sound Proof, Diesel Powered, Generator

One(1)

 

2 Weeks 2.5% of Bid Price

 

ICRC, Head Office Complex

 

Bidding will be conducted through the National Competitive Bidding (NCB) procedure specified by the Public Procurement Act (PPA) 2007 and relevant guidelines issued by the Bureau of Public Procurement (BPP).

 

Interested eligible bidders may obtain further information from the Infrastructure Concession Regulatory Commission located at Plot 1 270, Ayangba Street, Area 11, Garki District, Abuja, FCT to inspect the bidding documents from 08:00 a.m. to 04:00 p.m. local time, Mondays to Fridays, excluding Public Holidays.

 

A complete set of bidding documents in English Language may be purchased by interested bidders on the submission of a written application to the address indicated above and upon payment of a non-refundable fee of Fifteen Thousand Naira (NGN15, 000.00) in cash or Bank Draft payable to the Infrastructure Concession Regulatory Commission.

 

Bids must be delivered to the address below on or before Wednesday 29th February 2012 by 10:00 a.m. Please note that late bids will be rejected and any bid sent and/or fax will not be entertained.

 

The Director General

Infrastructure Concession Regulatory Commission

Plot 1270, Ayangba Street, Area 11,

Garki District, Abuja, FCT

Tel-09-4604900; E-mail: info@icrc.gov.ng

Invitation to Tender at National Agency for the Control of AIDS (NACA)

National Agency for the  Control of AIDS (NACA)

Invitation to Tender

 

A.         Preamble

The Federal Republic of Nigeria (FGN) has earmarked funds under its 2011 financial year budget for the National Agency for the Control of AIDS (NACA) to execute the following projects. Consequently, the Agency wishes to invite reputable and competent interested companies to tender accordingly;

 

Lot 1.              Supply of Computer Systems

Lot 2               Supply and installation of Power Generating Sets

Lot 3               Procurement of HIV Test kits

 

B.                    Pre-Qualification Requirement

To qualify for consideration, interested companies are required to submit the documerits fisted hereunder, future to submit any of the under-listed documents may lead to disqualification of  bid

 

 

1.         Evidence of incorporation with Corporate Affairs commission (CAC) of Nigeria.

2.         Evidence of Tax payment for the past three (3) consecutive 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,  Email address, etc.  The Bidder shall furnish documentary evidence to demonstrate that It meets the following experience requirements); during the past three (3) years the Bidder must have completed at least three (3) successful contacts as a contractor Involving the delivery of similar equipment or item (Attach letters  of Award and Certificate of Completion).

 

5.         Annual Turnover and Audited Statements of Accounts for the past three (3) consecutive years. The Bidder shall furnish documentary evidence that it meets the following financial requirement (s): the average Annual Turnover within the last three (3) years not less than N20 million for Lots 1 and 2 and N50 million for  Lot 3; In any case, the turnover must be the sum of required turnover for all lots for which the Bidder is submitting the bid.

 

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

 

7.         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.

 

8.         Any other information that would be of advantage to the company.

 

Note:

(i)         The past three (3) years shall be determined to have begun three (3) years prior to the publication date of the Invitation for Bids and will not be altered in the case of a postponement of the deadline for  submission.

 

(ii)        Successful shall mean that relevant contract terms have been met to the satisfaction of the Client.

 

The Bidder may bid for one or more lots but no bidder shall be awarded more than one

(1) lot Evaluation of the bid will consider the right specification and the price factors.

Bidders are required to submit bids for the entire quantity within each tot and item(s).

Incomplete or partial Bids will not be considered The evaluation of bids and contract award will be carried on “lot by lot” basis, Cross-discounts will not be accepted.

Additional details are provided in the Bidding Documents.

 

(c)       Tender Documents

Tender documents are obtainable at the address given below between 9am – 4pm Nigerian time on working days, before closing date, upon payment of a non refundable tender fee of  N15,000.00 (Fifteen Thousand Naira only) for each of the lots in form of Bank Draft payable to National Agency for the Control of AIDS (NACA). Interested  eligible  bidders may obtain further information from Procurement Unit of the Agency.

 

(d)       Submission of Documents

Completed Financial and Technical Tenders are to be submitted in two (2) separate envelops marked Financial Bid or Technical Bid respectively. Each of the envelopes is to contain 1 original and 2 duplicate of the Tenders respectively.

 

Both envelops should be enclosed in a large envelop boldly marked Tender for (Specify LOT) at the topmost right hand corner with the Name, Address and Phone number of the Bidder boldly written at the back of the envelope.  Tenders to be addressed and submitted in the Tender Box provided at the address stated below.

 

 

(e)       Closing of Submissions

Submission of application closes on Monday, 13th February, 2012 by 12 noon while bid opening will take place same day at 2:00 p.m. at the Conference Room of the Agency.

 

Note:

Only the  pre-qualification/Technical  Bids will be opened on the date mentioned in this publication, financial Bids of the Bidders that pass the Technical Evaluation would be opened on a date that would be communicated  to the shortlisted Bidders.

 

(f)       Address for information and submission:

Attention: Head of Procurement Unit

Address: NACA Office Complex,

Plot 823 Ralph Shodeinde Street,

Central Business District, Abuja -Nigeria

Tel.: +234(9)461-3724-29; Fax: 234(9)461-3700

Email: info@naca.gov.ng

Procurement; Installation and Commissioning of Stand Alone VHF at Airspace Management Agency (MAMA)

Nigerian Airspace Management Agency (NAMA)

Headquarters, Murtala Mohammed Airport Ikeja Lagos

Invitation to Tender

A.        Preamble

In compliance with the provisions or the Public Procurement Act 2007. The Nigerian

Airspace Management Agency (MAMA) Headquarters Lagos intends to execute the under listed project under its 2011 capital budget.   Consequently, the Agency wishes to invite reputable and competent interested companies to tender for the project.

 

Lot 1   Procurement; Installation And Commissioning of Stand Alone VHF

Radios Fob Kano (East& West) and Lagos (East & West)

The project Is for the procurement installation and Commissioning of a Stand Alone system which should be independent to VCCS and It would provide NAMA with a highs powered backup system for Kano FIR North (Kano) and Kano FIR South (Lagos).

 

B.        Tender 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 on 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.

 

C         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 N50,000.00 (Fifty Thousand Naira) only for the lot.

 

E.        Submission Deadline

Completed Financial and Technical Tenders are to be submitted in 2 separate envelops marked financial Bid or Technical Bid respectively. Each of the envelopes is to contain 1 original and 3 duplicate copies of the Tenders respectively. Both envelopes should be enclosed in a larger  envelop marked Confidential on Top Left Corner and written Tender for Lot 1 at the Centre. 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 9th February, 2012 by 12.00 noon while the bid will be opened  at 1.00pm on the same  date at the  NAMA Headquarters Annex 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  pass the  Technical Evaluation would be opened on a date that would be communicated to these companies.

 

Management

Nigerian Airspace Management Agency

Lagos.

Supply and Installation of a Hybrid Library at Economic and Financial Crimes Commission (EFCC)

Federal Republic of Nigeria

Invitation for Bids (IFB)

Economic Reform and Governance Project Credit number 4011 UNI

Supply and Installation of a Hybrid Library

Contract No: EFCC/NCE/001-11

Issuance Date: Monday January 23, 2012

1.       The federal Government of Nigeria has received a credit from the international Bank for Reconstruction and Development/International Development Association toward the cost of Supply and installation of a Hybrid Library, and it intends to apply part of the proceeds of this credit to payments under the Contract for Supply and Installation of Hybrid Library.

 

2.       The Economic and Financial Crimes Commission now invites sealed bids from eligible and qualified bidders with proven experience to apply for the following:

 

LOT 1:       Books, Journals and Periodicals.

LOT 2:       Library Furniture.

LOT 3:       Office Equipment

LOT 4:       Metallic Mobile Shelving and Tools.

LOT 5:       Library Solutions,

LOT 6:       Computer Hardware,

 

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

 

4.       Qualification requirements include:-

All bids must be accompanied with the following documents as prerequisite for consideration:

  • Audited Financial Statement for the last three years
  • Evidence of financial capability and banking support
  • Verifiable evidence of 2 contracts of similar nature and complexity executed successfully in the last 3 years.
  • List of previous supplies and installations and name/e-mail address and phone number of contact person
  • Clear indication of Head Office Address
  • A letter authorizing the Commission to verify claims with relevant agencies or bodies
    • A sworn affidavit that none of the directors has been convicted in any country for any criminal offences including fraud or financial impropriety,

5. A complete set of Bidding Documents in  English Language may purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of Nl15. 000 for the building document. The method of payment will be by bank Draft payable to Economic and financial Crimes Commission

 

6.  Bids must be delivered to the address below on or before 1 2 noon Monday 20th February , 201 2. All bids must be accompanied by a bid security equivalent to, at least 2% (two percent) of Bid Price in form of a Bank Guarantee issued by a reputable Bank.  Late bids will be rejected. Bids will be opened in the presence of the bidders representatives who choose to attend in person at 12 noon on Monday 20, February, 2012 in the Secretary to the Commission’s Conference Room, second floor at the EFCC Head Office.

 

Signed

The Secretary to the commission

The Project Director,

Economic Reforms and  Governance Project

EFCC Head Office

5 Fomella Street,

Off Ademola Adetokumbo Crescent Wuse 11, Abuja