Invitation for Technical and Financial Tender for the Provision of Facility Management Services at Ministry of Foreign Affairs, Abuja

Ministry of Foreign Affairs

Invitation for Technical and Financial Tender for the Provision of Facility Management Services to the New Headquarters Building of the Ministry

 

 

The Ministry of Foreign Affairs has relocated to its new Headquarters Building located behind Eagle Square, Central Business District Abuja. In a bid to ensure proper maintenance of the building, the Ministry wishes to engage the services of professional and experienced companies who specialized in facility management to render services to the Ministry.

 

 

The Ministry therefore invites contractors to submit Technical and Financial Bids for the provision of the following services:

LOT I: Facility Management: Daily cleaning, regular fumigation, waste disposal and horticultural services;

 

LOT II: Insurance Services: –

LOT II A: Insurance broker for the building;

LOT II B: Insurance cover for the building;

LOT III    Engineering   Services: Electrical, Mechanical and Water Management;

 

 

LOT IV: Security Services: Provision of professional security outfit including personnel and maintenance of both internal and external security of the building;

 

 

LOT V: Catering Services: Provision of catering services to the Ministry during seminars, conferences and meetings and the management of the Ministry’s canteen. Interested and eligible bidders may obtain detailed description of the services to be provided at the address below during working hours from 8:00 am to 4:00 pm Monday to Friday.

 

Qualification Requirements

Interested eligible bidders MUST provide detailed information showing their capabilities and qualifications in providing the required services, such as the company’s brochure, experience and previous similar jobs undertaken. These include;

 

(i)      List of similar jobs carried out in the last 5 years, the value of the job done in the past 2 years, letters of award   and   certificate   (s)   of satisfactory job completion;

(ii)     Financial   capability;   Bank   reference   from   a reputable bank;

(iii)    Evidence of Tax payment i.e.  Company’s Tax Clearance Certificate for the past three (3) years;

(iv)    Evidence of Company’s registration with CAC; (v)     Documentary   evidence   of knowledge   of the services to be provided;

(vi)    Presentation of methodology and work plan to achieve the services to be rendered;

(vii)   List of equipments and tools available to carry out the services and their location; stating whether they are hired, leased or owned including relevant evidence.

(viii)  Evidence of payment of N50,000.00 non-refundable fees for any tender document(s) to be made to the cashier MFA and original receipt obtained for presentation before collection of bid document (s) from the office of the Deputy Director/ Head (Procurement) 4th Floor West Wing RoomW421.

 

 

Note:

(i)      Only pre-qualified contractors would be contacted.

(ii)     Late submission of bid documents would be rejected.

(iii)    This publication should not be construed as an obligation on the part of the Ministry to award contract.

(iv)    The Ministry will not be responsible for any cost or expenses incurred by any company in connection with the tender.

Submission of Bid Documents:

Two (2) copies of Technical and Financial Bid documents must be packaged in two (2) separate envelopes clearly marked “Technical Bid and “Financial Bid” both sealed in separate envelopes with the project name/ Lot on the top left corner of the envelope and addressed as below. The bids must be dropped in the Technical and Financial Tender Tamper Proof Boxes at the Main Reception (Ground Floor) at the address stated below not later than 11:00 am on Thursday 1ST September 2011.

 

 

Opening of Bids:

All tenders would be opened immediately after the deadline at the Ministry’s Auditorium (Rotunda) Second Floor, Central Wing on Thursday 1st September 2011 at 2: 00 pm. All contractors or their representatives are invited to be present during the opening exercise.

Attention: Deputy Director/ Head,

Procurement Division,

Ministry of Foreign Affairs,

Tafawa Balewa House,

Central Business District,

Abuja

 

For information and enquiries;

Call: 08165499323, 07083381193,

080306397904, 08024330847

Signed Management

 

Invitation to Tender for Technical and Financial Bids at National Automotive Council, Abuja

National Automotive Council

(Federal Ministry of Commerce and Industry)

 

Invitation to Tender

Technical and Financial Bids are invited from interested consultants/firms with relevant experience and good track records to tender for preparing environmental impact assessment studies for the establishment of automotive testing laboratories and administration block in Lagos Enugu and Zaria.

 

 

Tender Requirements

2.       Prospective consultants are required to submit the following documents with verifiable evidence including, but not limited to the following;

(i)      Evidence of Registration with Corporate Affairs Commission

(ii)     Tax Clearance Certificate for 3 years: 2008 – 2010

(iii)    Evidence(s) of compliance with the provisions of the Pension Re farm

Act 2004.

(iv)    Company’s Audited Account for 3 years 2008- 2010

(v)     Evidence of Registration with Federal Ministry of Environment and

other relevant bodies

(vi)    Evidence of technical capacity and evidence of previous similar job done,

(vii)  VAT registration certificate

 

 

3.       Please note:

(i)      That Technical and Financial bids shall be opened at the same time.

(ii)     The notice of invitation to Tender shall not be construed as commitment on the part of National Automotive Council. Abuja nor shall it entitle any company to make claims whatsoever or seek indemnity from the Council.

4. Submission of Tender Documents

All submissions should be enclosed in two sealed envelops clearly marked “Technical and Financial bids” respectively to be submitted to:

The Director General,

National Automotive Council,

23, Parakou Street, Wuse II,

P.M.B. 320, Garki,

Abuja.

Not later than 31st August, 2011.  The submission will  be opened on Thursday, September 1, 2011 at 11.30am in the Conference Room of the Council.

 

All enquiries should be directed to:

Head, Procurement Unit,

National Automotive Council,

23, Parakou Street, Wuse II,

Abuja.

 

Tel: 0707 220 6912 -3

 

Purchase and Supply of Office Equipment/Furniture at Accident Investigation Bureau (AIB)

Accident Investigation Bureau (AIB)

P.M.B. 016, Murtala Mohammed International Airport, Ikeja, Lagos

Invitation to Tender

A.      Introduction

In compliance with the Public Procurement act 2007, the Accident Investigation Bureau (AIB) intends to procure the under listed items under its 2011 financial year IGR Budget. Consequently,  the Bureau wishes to re-invite interested reputable companies to tender for the supply of the following items.

B. List of Projects

LOT 1:        -Purchase and Supply of office equipment

LOT 2:        -Purchase and Supply of office furniture

C. Eligibility/Requirements

Interested companies should submit the following documents:

i.      Evidence of registration and updated status with the Corporate Affairs Commission (CAC).

ii.     Certified true copy of memorandum and articles of association with CO2 & Co7.

iii.    Evidence of remittance of Withholding Tax for the last three years 2008-2010/current Tax clearance certificates

iv.    Value added Tax Registration Certificates with PIN/Past 3 years remittances.

v.     Company profile including the full address, E-mail and telephone numbers of the company and professional experience of key staff  including their CV’s

vi.    Name and address of banker(s) including a letter of reference from the bank.

vii.   Evidence of involvement experience in similar jobs stating contract sum, copies of award letters completion certificates, Must be enclosed.

viii.  Audited financial statements of the firm for the past three (3) years.

ix.    An affidavit           confirming the genuineness of the documents submitted.

D.     Collection/Submission of Tender Documents

The tender documents can be collected on payment of TEN THOUSAND NAIRA (10, 000.00) only and submitted to:

 

The Secretary,

Tenders Boards,

Accident Investigation Bureau,

P.M.B. 016,

Murtala Mohammed Int’l Airport,

Ikeja, Lagos

 

E.     Closing and Opening of Tender:

Submission of tenders shall close on 30th August, 2011. While the bids shall be opened at 12:00noon the same day in the Laboratory building of the Bureau at the Murtala Mohammed International Airport, Ikeja, Lagos.

 

F.     Important Information

1.     AIB reserves the right to verify the authencity of any claims made on the documents submitted by the companies.

2.     Failure to comply strictly with the instructions above and to provide any required documents may result in the disqualification of the company.

3.     AIB reserves the right to reject any or all of the bid documents.

4.     Original documents listed in item C above must be produced for sighting.

5.     Tender documents submitted after the closing date and time shall be rejected.

6.     All submissions should indicate clearly the particular LOT the company is interested in undertaking.

7.     AIB reserves the right to verify the company address/location indicated in the bid document.

 

 

Applications are note that the Accident Investigation Bureau shall not be held liable for the experience incurred by them on their submission and that the Bureau shall evaluate the tenders and select the most responsive bids.

 

Signed

Management.

 

 

Purchase and Supply of Office Equipment/Furniture Accident Investigation Bureau (AIB)

Accident Investigation Bureau (AIB)

P.M.B. 016, Murtala Mohammed International Airport, Ikeja, Lagos

Invitation to Tender

A.      Introduction

In compliance with the Public Procurement act 2007, the Accident Investigation Bureau (AIB) intends to procure the under listed items under its 2011 financial year IGR Budget. Consequently,  the Bureau wishes to re-invite interested reputable companies to tender for the supply of the following items.

B. List of Projects

LOT 1:        -Purchase and Supply of office equipment

LOT 2:        -Purchase and Supply of office furniture

C. Eligibility/Requirements

Interested companies should submit the following documents:

i.      Evidence of registration and updated status with the Corporate Affairs Commission (CAC).

ii.     Certified true copy of memorandum and articles of association with CO2 & Co7.

iii.    Evidence of remittance of Withholding Tax for the last three years 2008-2010/current Tax clearance certificates

iv.    Value added Tax Registration Certificates with PIN/Past 3 years remittances.

v.     Company profile including the full address, E-mail and telephone numbers of the company and professional experience of key staff  including their CV’s

vi.    Name and address of banker(s) including a letter of reference from the bank.

vii.   Evidence of involvement experience in similar jobs stating contract sum, copies of award letters completion certificates, Must be enclosed.

viii.  Audited financial statements of the firm for the past three (3) years.

ix.    An affidavit  confirming the genuineness of the documents submitted.

D.     Collection/Submission of Tender Documents

The tender documents can be collected on payment of TEN THOUSAND NAIRA (10, 000.00) only and submitted to:

 

The Secretary,

Tenders Boards,

Accident Investigation Bureau,

P.M.B. 016,

Murtala Mohammed Int’l Airport,

Ikeja, Lagos

 

E.     Closing and Opening of Tender:

Submission of tenders shall close on 30th August, 2011. While the bids shall be opened at 12:00noon the same day in the Laboratory building of the Bureau at the Murtala Mohammed International Airport, Ikeja, Lagos.

 

F.     Important Information

1.     AIB reserves the right to verify the authencity of any claims made on the documents submitted by the companies.

2.     Failure to comply strictly with the instructions above and to provide any required documents may result in the disqualification of the company.

3.     AIB reserves the right to reject any or all of the bid documents.

4.     Original documents listed in item C above must be produced for sighting.

5.     Tender documents submitted after the closing date and time shall be rejected.

6.     All submissions should indicate clearly the particular LOT the company is interested in undertaking.

7.     AIB reserves the right to verify the company address/location indicated in the bid document.

 

 

Applications are note that the Accident Investigation Bureau shall not be held liable for the experience incurred by them on their submission and that the Bureau shall evaluate the tenders and select the most responsive bids.

 

Signed

Management.

 

 

Procurement of ICT and Multi-Media Equipment and Development of Bandwith and Campus Lan at Federal College of Education (Technical) Akoka, Lagos

Federal Government of Nigeria

Science and Technology Education Post- Basic Project (Step-B Project)

Credit No. 4304-UNI

Procurement of ICT and  Multi-Media Equipment and Development of Bandwith and Campus Lan at Federal College of Education (Technical) Akoka, Lagos IFB/STEP-B/FCE(T)/AK/NCB/GDS/01/11

 

1.       This invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007.

 

2.       The Federal Government of Nigeria has received a credit from the International Development Association towards the cost of Science and Technology Education Post – Basic Project, and it intends to apply part of the proceeds of this credit to payments under the contract for the Procurement of ICT and Multi-Media Equipment and Development of Bandwith and Campus Lan at Federal College of Education (Technical) Akoka, Lagos.

 

3. The Science and Technology Education Post-Basic Project, Federal College of Education (Technical) Akoka, Lagos now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

 

Item Description of Item Quantity Bid Security Delivery Period Delivery Location
Lot A1 Procurement of ICT and Multi-Media Equipment Various as Technical Specification At least 2.5% of bid price 60 days FCE(T) Akoka
Lot 1B. Procurement and deployment of Internet Bandwith and wireless Various as Technical Specification At least 2.5% of bid price 60 days FCE(T) Akoka

 

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 Science and Technology Education Post Basic Project at FCE(T) Akoka the address below and inspect the Bidding Documents10:00am to 4:00pm, Mondays to Fridays.

Qualifications requirements include:

  • Evidence of previous supply (sale) of similar equipment for the past 5 years
  • Audited financial statements for the 3 years to demonstrate  the financial capability of the Bidder in terms of profitability and adequate working capital

A margin of preference for eligible national contractors 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 N10,000.00 (Ten Thousand Naira only) only or USD 84.00 (Eight Four US Dollars).  The method of payment will be Bank Draft in favour of Science and Technology Education Post Basic Peoject. The Bidding Documents will be collected by the representative of Bidder or by courier service on request.

8.   Bids must be delivered to the address below at or before 2.00 noon on 15th September, 2011. Electronic Bidding will not be permitted Late bids will be rejected. Bids will be opened in the presence of the bidder’s representatives who choose to attend in person at the address below  at 2.00p.m on 15th September, 2011. All bids must be accompanied by a Bid Security of at least 2.5% of the bid price or an equivalent amount in a freely convertible currency.

9.   The address referred to above is:

The Project Manager,

Science and Technology Education Post Basic Project,

Federal College of Education (Technical)

Akoka, Lagos, Nigeria.

Signed

Dr. S.O. Olusanya

Project Manager

Email: fceakokastepb@yahoo.com