Procurement of Items at Federal Character Commission, Abuja

Presidency

Federal Character Commission, Abuja

Plot 64, 1st Avenue, Off Shehu Shagari Way,

Central Business District, P.M.B 5008

Wuse Abuja

Federal Character Commission Headquarters, Abuja hereby invites competent and suitable Contractors/Suppliers to submit tenders for procurement of the under-listed items: –

 

Lot 1

Supply/Installation of Computer hardware/Software and Networking Equipment at its Headquarters  Abuja

 

Lot 2

(i)         Web-Security & Expansion of the Commission’s portal;

(ii)       Additional and Suitable Domain names Sourcing/Registration;

(iii)      Conversion of hard copy Data submitted to the Commission from 2005 to date to

soft copy.

 

Lot 3.

Supply/Installation of inverter and accessories along with cooling system.

 

Details/Specifications

Contractors/Suppliers should obtain details/specifications from the Notice Boards of Federal Character Commission’s Headquarters Abuja  office of the Director, Corporate Services Department.

 

Closing/opening of bids

Bids submission shall be closed on 24th August, 2011by 11:30am thereafter the bids will be opened by 1.00pm same day.

 

Signed

Management

 

 

Execution of Some Projects for the Year 2011 at Kaga Local Government Council (Borno State)

Kaga Local Government Council

Borno State

Tender Notice

Introduction

Concious of its responsibilities to provide developmental projects that have direct bearing  to the general well being of its people, the  Kaga Local Government Council hereby publishes the Tender Notice for  the execution of  some projects for the year 2011 as follows:

 

1.       Construction of  Clinic at Borgozo village

2.       Drilling of a standard borehole complete with accessories, 27KVA Generator, Generator Room and fence at Dongo Village

3.       Construction of Classroom Blocks at Warsala and Barmari Villiages

4.       Drilling of 15nos Tubewells and installation of accessories

5.       Sinking of Cement wells and Hnad Pumps  at differenct location across the Local Government.

 

Pre-qualification Requirements

1.       Evidence  of incorporation or Registration with the Corporate Affairs Commission

2.       Registration with State and Kaga Local Government in the relevant category

3.       Company  Audited Account for 3 years

4.       Evidence of Tax Clearance for 3 years

5.       Evidence of Financial Capacity and/or Banking Support

6.       Experiences and Technical Qualification of key personnel

7.       Record of previous projects executed

8.       Equipment, plant and Technology at disposal

9.       Annual Turnover

10.     Evidence of VAT registration and past remittance

11.     Local Resource utilization, Community and social Responsibility support

 

Submission of Pre-qualification Documents

All pre-qualification documents are to be submitted in sealed envelope marked pre-qualification for the proposed projects and addressed to:

 

The Secretary

Tenders Board Committee

Kaga Local Government  Council, Borno State

 

Collection of Tender Documents

Successful contractors will be duly informed and are expected to start collecting tender document from 7 days of this tender notice.

 

Bidding  Process Period

1.       Completed tender are to be submitted on or before 21st July, 2011.

 

NB: Only pre-qualified contractors will be invited to tender for the project. The committee reserves the right to accept or reject any application and shall not give any explanation.

 

Announcer

Fanna Kumatu Maidugu

Secretary

Kaga Local Government Council Borono State.

 

 

Construction of Projects at Mobbar Local Government (Borno State)

Mobbar Local Government

Borno State

Pre-Qualification and Tender Notice

Mobbar Local Government wishes to announce the take up of its 3rd quarter capital projects for 2011 fiscal year.

 

It intends to execute the following projects;

1.         Sinking of one (1) Standard Borehole,

2.         Drilling often (10) Cement Well

3.         Drilling of fifteen (15) tube well or hand pump

4          Constitution of One (1.) Clinic

5.         Construction of  two (2) Blocks of Two (20) classrooms, Store and Office

 

Interested contractors are expected to submit tender documents along with the following:

 

1.         Evidence of Registration with Corporate Affairs Commission

2.         Evidence of tax clearance for the last three (3) years

3.         Company profile including details of technical manpower

4.         Evidence of execution of similar projects experienced

 

Submission

All documents of tender in a sealed envelope clearly marked with the title of the project of interest should be sent to the office of the executive chairman soonest on or before 28th July, 2011.

 

Signed

Al-Amin Sheriff

 

 

Invitation for Pre-Qualification of Manufacturers/Contractors and Suppliers for 2011 Capital Appropriation Projects at (PHCN) Yola Electricity Distribution Company

 

Power Holding Company of Nigeria

Yola Electricity Distribution Company

No. 2 Atiku Abubakar Road Jimeta-YoIa, Adamawa State

Invitation for Pre-Qualification of Manufacturers/Contractors and Suppliers for 2011 Capital Appropriation Projects

 

1.0      Introduction

In line with the Federal Government’s efforts and determination to improve

Electricity Infrastructures and Productive Capacity, Management of Power

Holding Company of Nigeria, Yola Electricity Distribution Company intends to execute some essential Federal Government funded capital Electric Power Projects for 20ll financial year.

 

Interested, competent and reliable companies are therefore invited to express their intention to execute the projects and or supply equipment and materials to the Zone through submission of pre-qualification document(s).

1.1     SCOPE OF WORKS

LOT PROJECT DESCRIPTION
LOT 1 Completion of Jada 2.5MVA Substation: Installation of 2.5MVA, 33/11Kv transformer, replacement of existing 5No, 500kVA, 33/0.415kV Distribution Transformers with 5No. 500kVA, 11/0.415kV Transformer and construction of 3km route length of 11kV feeder.
LOT 2 Mayo Gwoi lx7.5MVA, 33/11kV Injection Substation: Radiation of 2No. Additional 11kV feeders and installation of 11KV Board Panels.
LOT 3 Upgrading of 2.5MVA to 7.5MVA, 33/11kV and rehabilitation of the existing 11kV network at Gombi: Construction of Control Room
LOT 4 Construction of 3No. Additional 11kV feeder in Maiduguri Road Damaturu at Gujda Road Injection Substation.
LOT 5 Rehabilitation of Jambi-Lamba to Song/ Hong-Mararaba Mubi 33kV line.
LOT 6 Construction of lx7.5MVA, 33/11kV Mayo Belwa Injection Substation
LOT 7 Supply of 2×7 Board Panels for 2×7.5MVA Yola Town Injection Substation (Mubi)
LOT 8 Supply of 2×7 Board Panels for Baga Road Injection Substation.
LOT 9 Supply of 2×7 Board Panels for Jalingo Injection Substation (1×7.5MVA)
LOT 10 Provision of 10kits of Test Equipment.

 

LOT PROJECT DESCRIPTION
LOT 11 Provision of Mechanical and Electrical Tool Boxes and Safety Wears.
LOT 12 Rehabilitation of Fika 33KV line
LOT 13 Trace Clearance (610km) of 33kV
LOT 14 Construction of 1×7.5MVA, 33/11kV Injection Substation and associated 33kV and 11kV feeders at Gashua.
LOT 15 Procurement and installation of Distribution Transformers of 500kVA Capacity at various locations within the Zone
LOT 16 Supply of Radio communication batteries
LOT 17 Supply of HT and IT cables and termination kits.
LOT 18 Extension of National Grid from Jido to Damaya, Ajiri, Gamsa, Juluri Yobe State etc.
LOT 19 Supply of 33KV Fibre Glass Cross Arms to replace weak and broken 33KV cross arms

 

1.2     Pre-Qualification Requirements

Tenderers are required to submit the following information to be considered for pre-qualification:

1.       Photocopies of certificate of incorporation/business registration in Nigeria

where applicable.

2.       Photocopies of current company’s tax clearance certificate for the last three years where applicable

3.       Photocopies of value added tax (VAT) registration certificate and evidence of VAT remittances where applicable.

4.       Comprehensive company profile including details of management, professional staff and company brochure with convincing proof of competence to undertake the job.

5.       Evidence of technical, operational and managerial capabilities with organizational chart.

6.       Company’s audited account for the last three (3) years where applicable

7.       Verifiable evidence of previous experience i.e. having successfully carried out similar works/supplies elsewhere in the last five (5) years where applicable

8.       Manufacturing companies must submit evidence of relevant manufacturing capability, facilities and SON/or ISO certificates.

9.       Construction and Engineering companies should have a COREN registered Engineer as one of their Directors and their project supervisors must be COREN registered.

10.     Test certificate(s) issued by well-known international standard test laboratory for manufacturers of equipment where applicable

11.     A copy of test certificate of manufactured equipment where applicable

12.     Evidence of payment into National Health Insurance Scheme (NHIS) for company’s employees,

13.     Evidence of having fulfilled all obligations to pay taxes, pensions and social security contributions.

14.     Any other relevant document(s) that will place such company on a more competitive advantage.

1.3 Submission of Document

The pre-qualification documents should be duly signed by company’s Managing Director and spirally bound in two (2) copies and submitted in a sealed envelope(s) indicating the lot as contained in this advertisement and boldly marked “PRE-QUALIFICATION FOR 2011 FGN CAPITAL BUDGET” at the top left hand corner of the envelope clearly indicating the name of the company, mailing address, e-mail address and GSN number(s). The documents must be delivered by hand to reach the address below:

 

The Chief Executive Officer

PHCN You Electricity Distribution Company

NO. 2 Atiku Abubakar Road, Jimeta-Yola

Adamawa State, Nigeria

 

Two sets (original and a copy) plus soft copy are to be submitted. All information shall be provided in English Language.  Submission of pre-qualification shall close on 25th August, 2011 by 12.00 noon. Bid shall be opened on the same day by 2.00 PM in the same address.

 

Only successful pre-qualified contractors.

 

NOTE:

1.    Processed note that each lot must be bided for separately

2.    Any submission which does not comply with the above will not be processed

3.    This advertisement shall not be construed as a commitment on the part of Yola Zonal Management nor shall it entitle responding Contractors to seek any indemnity from Yola Electricity Distribution Company by virtue of such Contractors having responded to this advertisement.

4.    Yola Electricity Distribution Company will verify all claims made by Companies. Therefore: all necessary authorities and guarantee for verification must be submitted.

 

Further clarification/enquiry can be obtained from:

 

Principal Manager (Procurement)

Yola Electricity Distribution Company

No. 2 Atiku Abubakar Road

Jimeta-Yola, Adamawa State

Gsm No: 08033000205

Signed:

Management

PHCN Yola Electricity Distribute Company

 

Invitation for Pre-Qualification of Tender for ICT Infrastructure to Drive the Employees’ Compensation Scheme (ECS) at Nigeria Social Insurance Trust Fund

 

Nigeria Social Insurance Trust Fund

Established by Act No.73 of 1993

Plot 794, Muhammadu Buhari Way. P.M B 446, Garki, Abuja, FCT.

Invitation for Pre-Qualification of Tender for ICT Infrastructure to Drive the Employees’ Compensation Scheme (ECS)

 

A.      This is to inform the general public that the Nigeria Social Insurance Trust Fund (NSITF) wishes to invite credible and reputable information Technology Solution Providers to participate in a competitive tendering process for the following projects:

 

LOT Number I: Supply of Servers, Desktops, Printers, Enterprise Fund Management System (EFMS) as well as development of bespoke operational Software in the NSITF Corporate Headquarters and its outstations.

 

LOT Number II: Provision of local Area Network, lnternet Bandwidth and UPS across the 36 States of the Federation.

 

LOT Number III: Pre-qualification as Project Manager for the Project

B.      Pre-Qualification Requirements:

Interested companies must meet the following conditions:

1.  Must be registered with the Corporate Affairs Commission (Attach evidence of registration).

2.  Must submit detailed copy of company profile including:

 

(a)   Paid up share capital

(b)   List of Directors and key management staff

3.  Submit a list of projects that have been executed in the past five (5) years.

4.  Submit a copy of audited accounts in the last three(3) years.

5. Submit it evidence of lax clearance for the past three (3) years.

6. Evidence of registration with relevant Professional Bodies.

7. Evidence of compliance with Pension Reform Act (2004,)

8.  Bank Reference from reputable bank.

 

C.      Collection of Tendering Documents

The tender documents can be collected from the office of the Secretary, Tenders Committee after payment of non refundable fees of N15, 000 only.

 

D.      Bidding

Bidding would strictly follow laid down procedures and the principles of Due Process. Completed Tenders must be submitted in sealed envelops marked confidential and addressed to the Secretary, Tenders Committee and deposited in the Tender Box on or before 1st August, 2011 by 12 noon. Opening of Tender shall be by 1.00pm, same day.

 

Management reserves the right to reject any tender in part or in full.

 

Signed:

Management