Request for Bids at Nigerian Communications Satellite (NIGCOMSAT) Limited

 

2011 Capital Project Implementation

Request for Bids

The Nigerian Communications Satellite (NIGCOMSAT) Limited, a Company under the new Federal Ministry of Communications Technology, was incorporated in April 2006 to operate and manage Nigerian Communications Satellite-IR and future communications satellites. Our mission statement is to manage and exploit the commercial viability of the Nigerian Communications Satellites, (NigComSat-1R) for the socio-economic benefit of the nation.

 

In furtherance of our commitment to provide better services and fulfillment of our mission, NIGCOMSAT Limited is upgrading some facilities at its Ground Station in Abuja, whilst completing ongoing projects.

 

Therefore, in compliance with the due process guidelines for the award of contract, NIG­COMSAT Limited hereby invites experienced, reputable, competent and registered con­tractors with verifiable track record of performance to bid for the following projects.

 

PROJECTS PROJECTS CODES
  • Perimeter CCTV Surveillance System for NIGCOMSAT Premises
1
  • Mega watt Solar Power System contractors Construction  of DTH Peripherals and
2
  • Broad Band Equipment
3
  • Ka band indoor and outdoor peripherals, facilities and utilities at DTH and MEC, Multimedia Equipments and Last Mile, Handheld devices, Digitalized and Georeferenced utility Maps of Nigeria for terrain modeling, Net Design and optimization kits for CDMA REV B and LTE. RF components and KITS.
 

 

 

4

  • Procurement of Surface Mount Technology Equipment for production of Handset and Computer Modaboard
5
  • Microelectronic Centre
6
  • Renovation of Satellite Control Rooms
7
  • Construction of Fire Service Station and Fire Engine
8

 

NOTE:

Project Code 2:    Vendors are to be self financed

 

Project Code 3:    Vendors are invited for invalidation in respect to2010 advert

Project Code 6: Pre-qualified vendors are to collect BOQ

 

Pre-Qualification Requirement

To qualify for consideration, all prospective contractors are required to submit the fol­lowing documents along with their applications.

 

  • Certificate of Incorporation

 

  • Evidence of registration with Nigerian Communication Satellite Limited

 

  • Evidence of registration with Federal Ministry of Transportation

 

  • Tax Certificate and VAT Registration Certificate for the last three(3) years

 

  • Bank Statement for the past twelve (12) month

 

  • Letter of Attestation of Financial Capability of the Company from a reputable Bank

 

Submission Of Documents

All pre-qualification documents should be submitted in two separately sealed envelopes with code of the project written on the Top Left Corner of the envelopes on or before 2nd September 2011 by 10am  on the elapsed date. Opening of Bid will commence a week after. The envelopes containing the tender docu­ments should be addressed to:

 

The Managing Director,

Nigerian Communication Satellite Limited,

Obasanjo Space Centre

Airport Road, Lugbe, Abuja

ATTENTION:

Head, Supply Chain and Logistics

hlawal@nigcomsat.com , hauwee4eva@yahoo.com

 

Construction Works for Projects B2 and B3 at National Water Resources Institute (NWRI), Kaduna

Federal Republic of Nigeria

Federal Ministry of Water Resources

National Water Resources Institute Mando Road Kaduna

(B) Works: Construction Works for Projects B2 and B3

1.0     Introduction

1.1     The National Water Resources Institute (NWRI) Kaduna, a Parastatal of the Federal Ministry of Water Resources intends to carry out renewal of the Institutes internal water reticulation network and the construction of a 1 bedroom guest chalet.

 

1.2     The Institute therefore wishes to invite as follows:

 

(B) WORKS:

LOT B2:     Renewal of Internal Water Reticulation Network

LOT B3:     Construction of the Proposed 1 Bedroom Guest Chalet

 

2.0     Eligibility Criteria:

a)       Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certificate of incorporation and Article of Association

b)      Last 3 years Tax Clearance Certificates

c)       Detailed Company Profile

d)      Possession of experience as a Main Contractor in at least five (5) projects of similar nature and complexity with verifiable letters of contract award and certificates of job completion within 5 years (to comply with this requirement, works quoted should be at least 70% physically completed). Evidence of at least 2no. completed similar projects in the last 3 years each of value not less than N 500million

e)       Having liquidity and /or evidence of access to or availability of confirmed credit facilities of not less than N20,000,000.00 (Twenty Million Naira) from a reputable bank;

f)       For JVs include MOU.

g)       Full accounts details including SORT code

h)      Evidence of Pension and Social Security Contribution

i)       Possession of Satisfactory Quality Assurance/Quality Control Manual

j)       Having annual Auditors Report in construction works of at least N50 million (Fifty Million Naira only) value in any of the last 3 years;

 

3.0     Collection of Tender Documents

3.1     Qualified compares shall on application collect (Standard Bidding Documents, Technical and financial), from on or before 12noon  22nd   August, 2011 from

Office of the Head of Procurement Unit

National Water Resources Institute

Mando Road, Kaduna.

 

Upon the presentation of evidence of payment of non-refundable tender fee of n20,000.00 Payment is to be made to the Institute’s Cashier.

 

4.0     Submission Of Bids

41      Completed Technical and Financial bids (Two sets of hard copy and one set of  Electronic copy in compact disk and Microsoft office shall be submitted in two different sealed envelopes and labelled “Technical Bid” and “Financial Bid” with the company name indicated at the back of each envelope. Both envelopes should be sealed and placed in a third envelope marked “Project Name” at the top right hand corner and addressed to

 

The Office of the Executive Director,

National Water Resources Institute,

Mando Road,

Kaduna.

4.2     The closing date for the submission for all the projects is on Tuesday 20th September, 2011 by 12:00 noon.

 

43      Technical bids will be opened same day at 1.00pm at the institutes Conference Hall mando road, Kaduna.

 

4.4     Only firms whose technical bids fulfil the minimum requirements would have their financial bids considered.

 

4.5     All enquiries should as the case may be directed to;

The Head of procurement unit,

National Water Resources Institute,

Mando Road,

Kaduna.

5.0     Disclaimer and Conclusion

5.1     This announcement is published for information purposes only and does not

Constitute an offer by the Institute to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the Institute to procure concession services.

 

5.2     The Institute will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to the invitation and or the preparation or submission in response to an enquiry.

 

5.3     The Institute pledges fair and equal treatment of all participants but is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities

 

Signed:

Dr. O. A. Bamgboye

Executive Director

National Water Resources Institute

 

Invitation for Pre-Qualification for Works and Services at Federal Ministry of Lands, Housing and Urban Development

Federal Ministry of Lands, Housing and Urban Development

Headquarters, Mabushi, Abuja

Millennium Development Goals (MDGs) Project

Invitation for Pre-Qualification for Works and Services

 

Introduction

The Federal Ministry of Lands, Housing and Urban Development intends to implement capital projects of Urban  Renewal  and  Slum Upgrading under the Millennium Development Goals (MDGs) Programme in line with the approved budget of the Financial Year 2011. The Ministry hereby invites interested   competent Construction Companies and Service providers to submit prequalification documents for the following MDGs projects.

 

 

Objective:

The objective is to deliver basic municipal infrastructure and services in the Rural and Poor Urban Settlements through reconstruction/upgrading and rehabilitation of the existing ones in selected areas in the 6 (six) Geopolitical Zones of the country.

 

Scope of Works:

The works consist of the following:

(i)      Upgrading and Redevelopment of Infrastructure (Construction/Reconstruction of Roads, Water and Electrical Power Schemes).

(ii)     Provision of Solar Powered Street Light.

(iii)    Community Halls, Skill Acquisition Centers and other Social facilities.

Pre-Qualification Requirements

Interested construction companies and service contractors are invited to submit the   following prequalification documents:

i.        Certificate of Company Registration/ Incorporation with  Corporation  Affairs Commission

ii.       Company Current Tax Clearance Certificate for the last three (3) years.

iii.      VAT registration certificate.

iv.      Evidence of Company’s registration with PENCOM

v.       Evidence of financial capability and   banking support

vi.      Company profile showing:

a.       Technical qualification and experience of key personnel to be involved in the project.

b.  %C

Supply, Renovation and Construction of Projects at Maiduguri Metropolitan Council

Maiduguri Metropolitan Council

Borno State

Invitation for Tender

 

Maiduguri Metropolitan Council Borno State invites suitably qualified contractors for pre-quantification of tenders for the following projects:

 

1.       Drilling of Tube Well with accessories.

2.       Construction of Water Dams (Reservoir)

3.       Construction of Culverts.

4.       Transformer Installation.

5.       Construction of Drainages.

6.       Sand Filling and Grading of Unmotorable areas.

7.       Repairs of existing Clinies/Comprehensive Health centres.

8.       Repairs of Offices.

9.       Supply of Office Equipments.

10.     Construction and walling of Toilets e.t.c.

11.     Renovation of Burnt Budum Market.

Pre-Qualification Requirements

a.       Evidence of Incorporation Registration of Business name.

b.       Registration with State Works Registration Board and MMC relevant Category.

c.       Company audit Account for three (3) years.

d.       Evidence of Tax Clearance for three (3) years.

e.       Evidence of Financial Capability and Banking Support.

Submission of Pre-Qualification Documents

Eligible contractors should send Tender to the Office of the Secretary MMC in a sealed enveloped marked for the item A and E applied for which should reach the Secretary on or before 12th September 2011.

 

Signed:

Secretary

Invitation for the Pre-Qualification for the Printing of Training Manuals for Capacity Building for Primary and Junior Secondary School Teachers (MDGS) Project (2011) at National Institute for Educational Planning and Administration (NIEPA), Ondo

National Institute for Educational Planning and Administration (NIEPA), Ondo

Invitation for the Pre-Qualification for the Printing of Training Manuals for Capacity Building for Primary and Junior Secondary School Teachers (MDGS) Project (2011)

 

The National Institute for Educational Planning and Administration (NIEPA), Ondo is in the process of executing the 2011 Capacity Building Workshop for 28,800 Head Teachers of Primary Schools in about 111 designated training centres across the nation. The workshops are scheduled to hold between September and November, 2011. The purpose of the training is to upgrade the skills of the Head Teachers effective school administration. The participants will also be given Training Manuals and Work Books.

 

The workshops will be funded from the Debt Relief Grant and Implemented under the Millennium Development Goals (MDGs) projects. The workshops will be facilitated by selected resource persons using specially designed self-instructional manuals.

 

NIEPA is by this advertisement inviting reputable printers to tender for the pre-qualification of the Training Manuals and Handbook.

 

The printers will be required to meet the standards determined by the Institute in terms of quality of materials and finished products, capacity for timely delivery, and adequate-facilities to deliver.

 

The specifications for the Manuals and the Handbook are available for collection at NIEPA Headquarters, Ondo

Pre-Qualification Requirements

Interested companies should submit their pre-qualification proposal along with the documents stated hereinafter in sealed envelopes to the address below. Failure to submit any of the under listed documents may lead to the disqualification.

i.        Full details of the company’s profile

ii.       Certificate of Registration with the Corporate Affairs Commission

iii.      Three years Tax Clearance Certificate

iv.      Evidence of VAT Registration and Remittance

v.       Evidence of similar job(s) executed in the past (with verifiable addresses)

vi.      Organizational structure, available manpower with list of technical staff with their resumes

vii.     List of equipment

viii.    Company audited accounts over the past three years

ix.      Evidence of Registration with Pensions Commission in compliance with provisions of Section 16(6) (d) of the Public Procurement Act, 2007 (PPA 2007)

x.       Payment of non-refundable bidding fee of N30,000.00 (Thirty Thousand Naira only) payable in Bank Draft to the NIEPA, Ondo

Selection Criteria

Printers will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process mechanism.

Presentation

Interested firms are to submit pre-qualification Technical Proposals in sealed   envelope addressed to the Director-General and Chief Executive, National   Institute for Educational Planning and Administration (NIEPA) Km. 4, Laje Road, P.M.B. 562, Ondo, Ondo State, duly marked “PRINTING”. The bid should be dropped in the Tender Box in the office of the Director-General/CEO. Bidder’s name, address and telephone numbers should be indicated on the reverse side of the envelope. Bidders are to ensure that they also sign the Submission Register in the DG’s office.

 

CLOSING DATE

All bids must be delivered to the address  above  on or before  22nd September 2011 by 12.00 noon.

 

Director-General/Chief Executive Officer