Expression of Interest for Pre and Post Consultancy Services for the Development of New Terminal Building at Federal Airports Authority of Nigeria (FAAN)

 

Federal Airports Authority of Nigeria

Expression of Interest for Pre and Post Consultancy Services for the Development of New Terminal Building at Two Nation’s

Airports Listed Below:

1. Consultancy List

LOT A, – Port-Harcourt International Airport, Port Harcourt (PHIA).

LOT B, – Margret Ekpo International Airport, Calabar (MEIA).

 

2. Scope

Preliminary design/final design of the terminal building and services. Preparation of tender document and processing for a ward. Supervision of the design/ construction of the terminal building from commencement to completion and ensure that all specification are strictly adhere to.

Carry out valuation and advice client appropriately as may be required.

 

3.       Requirements.

Interested competent Consultancy firms that wish to participate in this competition should submit their firm’s profile which must include but not limited to the following documents.

1.    Evidence of incorporation of company with Corporate Affairs Commissions.

2.    Evidence of Tax Clearance Certificate, (2008, 2009 and 2010)

3.    VAT Certificate and Evidence of Remittance to FIRS (original document to be sighted during opening session).

4.    Evidence of firm’s corporate registration with appropriate professional body.

5.    Details of staff strength include their CV’s and profile of key staff.

6.    Details of previous job undertake include scope

7.    Clear indication of Head office Address

8.    Evidence of up to date Annual returns

9.    Sworn Affidavit that the firm and Directors are not bankrupt.

10. Sworn Affidavit that none of firm Directors is an ex-convict or bankrupt

11. Evidence of Financial capability Banking support (Bank Reference Recent Statement of Account).

12.  Evidence of possession of both Technical and Managerial Competence to perform the contract.

13.     Evidence of possession of equipment and other physical facilities including post contract consultations/services appropriate,

14.  Evidence of fulfillment of obligations to pay pension.

 

4.       Submission of Expression of Interest Documents

 

All submissions for expression of interest should be made in four (4) hard copies binded (spiral) and mark on the top left of the envelope e.g. “Expression of Interest for Pre and Post Consultancy Services For (LOT A, – Port-Harcourt International Airport, Port Harcourt (PHIA)

 

5.       Important Note

  • The document should be arranged in the order listed under the expression of interest requirements and each chapter separated by dividers
  • The document must be sealed in an envelope and the job reference number must be clearly written at the top left hand corner of the envelope. E.g. LOT A
  • Consultant firm can only bid for one lot.
  • All qualified firms among those that express interest will be invited to submit Technical Proposal
  • All documents must be submitted to the General Manager (Procurement), FAAN Headquarters, Ikeja – Lagos

 

6.       Closing and Opening of Expression of Interest Submission

All submission on expression of interest shall close on 25th July 2011 while all submissions will be opened on the same day by 12noon at the Commercial and Business Development Conference Room, FAAN Headquarters, Ikeja-Lagos.

 

FAAN Management

Procure Works, Goods and Services in the 201 1 Fiscal Year at (PHCN) Abuja Electricity Distribution Company

Power Holding Company of Nigeria Plc,

Abuja Electricity Distribution Company

No. 1 Ziguinchor Street, Off IBB way, Wuse Zone 4

P. M. B. 631, Garki-Abuja

Public Notice

Invitation to Tender improvise

1.0 Introduction

The Power Holding Company of Nigeria Plc, Abuja Electricity Distribution Company (AEDC) wishes to notify the General Public of its intention to procure works, Goods and Services in the 201 1 Fiscal Year. These are to be funded through Year 2011 Fiscal Year. These are to be funded through Federal Government Budget Appropriation.

 

Interested reputable and qualified Manufacturers/Contractors, Suppliers and Consultants are hereby invited to submit Tender for desired Lot(s) listed below:

 

2.0          Scope of Work

Lot No.

Description of Project

Tender

Fee (N)

1.

 

Installation of 1 X 75MVA at Zuramai, Minna 100,000.00

2. Installation of recovered 7.5MVA transformer and retrofitting of panels at Lokongoma, Lokoja

 

100,000.00
3 Uprating of 1 x 2.5MVA to 1 x7.5MVA at Nassarawa Toto

 

100,000.00
4 33KV Dedicated line Kontagora Transmission Substation to Matand i Dam site

 

100,000.00
5 Rehabilitation of 170 Spans of 11KV line with  1 No, SF6 RMU at 177 Guard Batalion Shitu Alao Barrack, Keffi.

 

150,000.00
6. Supply of Transformers to Bagaji – Kaibonmada and Environs

 

100,000.00
7. Construction of 1 x 7.5MVA 33/11KV Injection Substation at Abobo 150,000.00

 

8. Provision and Installation of 2Nos. 500KVA Transformers and poles  ECWA, Area, Garki New Town, (Apo –Abuja 50,000.00
9 Construction of 33KV line & 1X7.5MVA Injection S/S to power Naval  Base Lokoja

 

 

150,000.00

10. Construction of 33KV line to evacuate power from new substation in Central Area (Underground Cable) Abuja.

 

100,000.00
11. Replacement of faulty 15MVA, 33/1 1KV power transformer to relief the existing 1 No. 15MVA, 33/11KV Transformer at K3 Bwari injection Substation.

 

 

150,000.00

12. Construction of 2 X 15MVA, 33/11KV Injection S/S at Mararaba and 33KV feeder to evacuate power from new Karu TS to the Substation    1

 

150,000.00
13. Creation of additional 2Nos 11KV feeder from existing

2 X 15MVA  Kubwa Infection S/S

100,000.00
14. Supply of HT & LT Cables and Termination Kits 50,000.00
15. Supply of 33KV Fibre Glass Cross Aims to Rehabilitate Weak 33KV  lines 50,000.00

 

3.0         Requirements

I.       Evidence of company registration / certificate of incorporation

II.      Photocopies of Current Company Tax Clearance Certificate for the last (3) Three Years, 2008, 2009, 2010 (for Companies operating in Nigeria).

III.     Photocopy of VAT registration certificate (for Companies operating in Nigeria).

IV.     Evidence of remitting Employee pension Contributions to the appropriate Pension Fund Administrator.

V.      Evidence of Payment of Non-Refundable Tender Fee,

VI.     A sworn affidavit affirming that none of the Directors of the Company was ever convicted in a court of Law,

VII.   A sworn affidavit affirming that none of the information provided above is false, faked or forged.

VIII. Verifiable Evidence of similar jobs successfully executed, showing letters of award and related completion certificates.

IX.     Evidence of financial capability to execute the proposed work/supply with certified bank statement to buttress claim.

X       Company’s Audited Account for the last (3) three years (2008, 2009, 2010).

XI.     Companies interested in major construction works including the construction of Injection substation must have at least one of its Directors registered with COREN

XII.   Evidence of International Certification of equipment and materials proposed

XIII, Evidence of technical, operational and managerial capabilities (with detailed profile of key management staff)

XIV.  Any other related document that will enhance verification of experience and  competence.

 

Method of Application

Soft Copies of Tender documents are available for collection upon payment of the

appropriate Non-Refundable Tender Fee from the office of:

 

Principal Manager (Procurement)

Abuja Electricity Distribution Company

1st Floor, No. 1 Ziguinchor Street,

Wuse Zone 4 Abuja.

 

Note:

Bid documents will only be sold to interested companies upon presentation of bank draft in the sum of the appropriate Non-refundable  Tender fee and advance photocopies of both certificate of Incorporation and  Tax clearance certificate for  your 2008, 2009, 2010 (for companies operating in Nigeria).

 

4.0     Submission of Documents

Interested Tenderers should submit their bound Documents arranged in the order

stated in 2.0 above, in sealed envelopes marked “Tender for…..” indicating the LOT NO and description of the project on the left hand corner of the envelop, Name, Telephone number and mailing address of the Tenderer shall be clearly stated on the reverse side of the envelope(s). This shall be addressed to:

 

The Chief Executive Officer

Abuja Electricity Distribution Company

No. 1 Ziguinchor Street, Wuse Zone 4

Abuja.

 

5.0         Closing Date for Tender Submission

The Tender must be delivered by hand or mail to reach the following address on or before 5.00pm on Thursday, 25th August, 2011

 

The Chief Executive Officer

Abuja Electricity Distribution Company

No. 1 Ziguinchor Street, Wuse Zone 4

Abuja.

 

6.0   Tender Packaging

The Tender submissions shall be packaged as follows:

 

6.1     Technical bid: Two sets (Original and Copy) of the technical bid duly marked Original and Copy respectively shall be sealed in one envelope and addressed to:

 

The Chief Executive Officer

Abuja Electricity Distribution Company

No. 1 Ziguinchor Street, Wuse Zone 4

Abuja.

 

The top left hand corner of the envelope shall be marked “TECHNICAL BID” Lot No. and Job description. The name, Telephone Number and address of the Tenderer shall be written on the reverse side of the envelope.

 

6.2  Financial bid: Two sets (Marked Original and Copy respectively) plus soft copy of the Financial bid shall be sealed in another envelope and addressed as in 6.1 above.

 

The top left hand corner of the envelope shall be marked “FINANCIAL BID” stating  Lot No. and Job description. The name, Telephone Number and address of the Tenderer shall be written on the reverse side of the envelope.

 

6,2     The two sealed envelopes viz: TECHNICAL BID AND FINANCIAL BID shall be enclosed in a third envelope. This final envelope shall be addressed as in 6.1 above, stating the Let No. and job description on the top left corner of the envelope while the reverse side shall bear the Name, Telephone number and mailing addressed of the Tenderer.

 

Please adhere strictly to the packaging instructions of the bid documents.

 

7.0     Tender documents shall be opened on the same day Friday, 26   August, 2011 10.00am at Arewa Suite, Central Business District Abuja.

 

Note:

1.       Items I – VII under 3.0 are mandatory requirements for any submission to be considered as responsive

2.       No bidder will be considered for more than Two (2) Lots at award.

3.       Any submission that is not substantially responsive will not be processed

4.       Tenderers are advised to bid for lot(s) in the area of their competences.

5.       Non compliance with the provision of the Procurement Act 2007 will result in automatic disqualification.

6.        Any Tenderer that submits fake document shall be disqualified.

7.       Only Technically qualified companies/contractors shall have their Financial Bids Opened.

8.        Notice of Financial Bid opening will be communicated to ONLY Companies/Contractors that emerge successful from the Technical bid evaluation.

 

This Advertisement shall not be construed as a commitment on the part of Abuja Electricity Distribution Company’s Management nor shall it entitle responding Tenderers to seek any indemnity from Abuja Electricity Distribution Company by virtue of such Tenderers having responded to this advertisement.

 

Further clarification can be obtained from:

Principal Manager (Procurement)

Abuja Electricity Distribution Company

Floor, No. 1 Ziguinchor Street, Wuse

Zone 4, Abuja. Phone: 0803 314 1459

E-mail: aedcprocom@yahoo.com

 

Signed

Management

Abuja Electricity Distribution Company

Appointment of Coordinating/Biometric Consultant for Capacity Building Workshops (MDGs Project) at National Teachers’ Institute (NTI), Kaduna

National Teachers’ Institute (NTI), Kaduna

Appointment of Coordinating/Biometric Consultant for Capacity Building Workshops (MDGs Project)

The National Teachers Institute (NTI), Kaduna, is in the process of implementing the 2011 Capacity Building Workshops for 125,000 Primary and Junior Secondary School teachers in about 246 designated training centres nationwide. The workshops are scheduled to hold during the Long Vacation (August September 2011) The essence of the training is to refresh the participants in the innovative techniques of teaching the four primary school core subjects and the J.S.S. i.e. (English Language, Mathematics, Social Studies and Basic Science and Technology), Participants will also be issued with Handbook and Flash Cards.

The workshops will be funded from the Debt Relief Grant and implemented under the Millennium Development Goals (MDGs) Projects. The National Teachers’ Institute is by this advertisement inviting reputable consulting firms to apply for  prequalification appointment to coordinate some activities during the six-day training workshops in the six geo-political zones.

 

The Coordinating Consulting firms will be expected to:

I    Coordinate the provision and distribution of light refreshment to Participants and Resource Persons in each designated centre in the states within each geo-political lone and

II  Coordinate the provision and distribution of customised stationery items to Participants and Resource Persons in each designated training centre in the states within each geo-political zone.

 

The Biometric Consultant will be expected to:

I.       Assist the Institute in creating Data base of participants

II.      Assist the Institute in screening out repeaters

III.     Generate statistics for decision making according to different criteria

IV.     Generate Report according to the Format decided by the Institute

 

 

Prequalification Requirements

Interested firms should submit their bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below, Failure to submit any of the under listed documents may lead to the disqualification of the bid:

 

i.        Full detail of the Company’s profile

ii.       Certificate of Registration with the Corporate affairs commission

iii.      Tax Clearance Certificate for at least Three years

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

v.       Organisational structure, available manpower with list of technical staff with their resumes

vi.      List of equipment/Distribution facilities

vii.     Evidence of financial capability/ Bank Reference and Annual Turn Over of at least N50 Million Duly Stamped by the Bank

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 to the National Teachers’ Institute Kaduna

xi      Evidence of VAT Registration and Remittance

 

Enquiries for additional information should be directed to the address below, Please, note that samples of stationery items are available at NTI Headquarters, Kaduna

 

 

Selection Criteria

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

 

 

Bid Presentation

interested firms are to submit separate prequalification Proposal in sealed envelope. The proposal together with the documents earlier listed are to be submitted in sealed envelope addressed to the Director- General and Chief Executive, National Teachers’ Institute, Km 5 Kaduna-Zaria Road.  P.M.B 2191, Kaduna Duly marked “COORDINATING OR BIOMETRIC CONSULTANCY”. The bid should be dropped in the Tender Box in the office of the Registrar, 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 Registrar’s office.

 

 

Closing Date

All bids must be delivered to the address below not later than 12.00 noon on the 25th July, 2011.

 

Signed

Registrar

Execution of Projects at Nigerian Meteorological Agency (NIMET)

Nigerian Meteorological Agency (NIMET)

33, Pope John Paul II Street, off Gana Street

Maitama District, Abuja, Nigeria.

Invitation for Bids

Introduction:

The Nigerian Meteorological Agency (NIMET) in fulfillment of its mandate to monitor weather, climate and provide early warning advisories; and in accordance with the 2007 Public Procurement Act, invites interested, eligible and reputable contractors to tender for the execution of the following projects which are to be funded through the 2011 Federal Government Appropriation.

 

Package 1: Construction of Synoptic Offices

Lot 1: Zaria

Package 2: Construction of Marine Met forecast Offices/Centers

Lot 1: Apapa (Lagos)

Package 3: Construction of Nimet Zonal Office, South-South, Port Harcourt

Package 4: Procurement of Conventional Instruments for Nimet stations Nationwide

 

Lot 1: Procurement of ordinary Rainguages

Lot2: Procurement of Stephenson Screens and Dry and Wet Bulb Thermometers

Package 5:  Procurement and Installation of Total Lightning and Thunderstorm Detection Coverage Network for Nigeria.

 

Package 6: Procurement and Installation of Pressure Chamber and Accessories for Nimet Calibration Workshop, Abuja,

Package 7: Migration from clicom to clidata and upgrading of Nimet Data processing centre, oshodi.

Package 8: Procurement and installation of 2Nos 500kva soundproof generators for the National Weather Centre, Abuja.

 

 

Interested and eligible bidders are to obtain further information and collect the bidding documents at the address given below from 10:00am to 4:00pm, Mondays to Fridays, except on public holidays.

 

 

Qualification Requirements

Interested bidders are expected to meet the following qualification requirements

I.       Evidence of incorporation in Nigeria (CAC forms C02 and CO7).

II.      Evidence of immediate past and three years tax clearance certificate, (i.e. 2008, 2009, 2010).

III.    Evidence of registration and remittance of Value Added Tax (VAT).

IV.    Evidence of compliance with the relevant provisions of the Pension Reform Act 2004.

V.     Company Profile

  • Evidence of key professional staff with relevant experience and registration with professional bodies
  • Verifiable documentary evidence of similar jobs successfully executed within the last five years. Such evidence shall be in form of valid and verifiable letters of award of contract, contract agreement and completion certificate or interim payment certificates, where such jobs are still in progress
  • In case of construction projects, verifiable evidence of availability through ownership and/or leasehold of appropriate equipment/machinery to be deployed for the execution of the project

 

 

VI.     Evidence of financial capability and availability of bank support if awarded the contract. Please note that bankers’ letter merely stating that the applicant operates an account within a turnover range is not inadequate evidence of financial capability.

VII    Three years’ audited accounts of the company (2008, 2009, 2010).

VIII.  Evidence of a minimum annual turnover of Twenty Million Naira (N20m).  All bidders must include as part of their bids submission

IX.     For packages 4 to 8, verifiable evidence of accreditation or affiliation with relevant equipment manufacturers,

 

 

 

Collection of Bidding Documents

A complete set of bidding documents in English language may be obtained from the address below on payment of a non-refundable fee of N25, 000.00  (Twenty-Five Thousand Naira) only payable in cash or Bank Draft issued in favour of Nigerian Meteorological Agency. The bidding documents will be collected on presentation of the receipt of payment (original and photocopy).

 

Submission of Bidding Documents

Bids must be delivered in an envelope containing two separately sealed envelopes marked technical and financial bids as the case may be, to the address below on or before 12:00 noon on Monday August 22, 2011.

Bids will not be collected after this period. The name and mailing address of the bidder, including valid contact telephone number must be clearly marked on the envelopes.

 

The Director-General/CEO,

Nigerian Meteorological Agency (NIMET),

33, Pope John Paul II Street,

Maitama District, Abuja, Nigeria,

 

Submission of Bidding Documents

Bids will be publicly opened in the presence of representatives of bidders, who choose to be present at the agency’s conference room at the address above at 2:00pm on Monday, August, 22, 2011. This advertisement also serves as an invitation to all stakeholders and the general public to the bids opening.

Bid Security

 

Bid Security

All bids must be accompanied by a bid security of 2 per cent of the bid value,

Note: Bidders who do not scale through the technical evaluation stage shall have their financial bid(s) returned unopened.

 

 

Enquiries

For Enquiries, please call

08059794409, 0806S434995

 

 

NB

  • This advertisement shall not be construed as a commitment on the part of NIMET nor shall it entitle responding contractors to seek any indemnity from NIMET by virtue of the contractors having responded to the advertisement.
  • NIMET reserves the right to verify claims made by any bidder.
  • The Nigerian Meteorological Agency is not obliged to accept the lowest or any tender.

 

Signed

Director-General/CEO

Nigerian Meteorological Agency

33, Pope John Paul II Street

Maitama, Abuja.

Invitation for the Prequalification of the Printing of Training Manuals for Capacity Building for Primary and Junior Secondary School Teachers (MDGs Project) 2011 at National Teachers’ Institute (NTI), Kaduna

National Teachers’ Institute (NTI), Kaduna

Invitation for the Prequalification of the Printing of Training Manuals for Capacity Building for Primary and Junior Secondary School Teachers (MDGs Project) 2011

 

The National Teachers’. Institute (NTI), Kaduna, is in the process of implementing the 2011 Capacity Building Workshops for 125,000 Primary and Junior Secondary school teachers in about 246 designated training centres nationwide. The workshops are scheduled to hold during the Long Vacation (August September 2011).

The essence of the training is to refresh the participants in the innovative techniques of teaching the four primary school core subjects and the J.S.S i.e,

(English Language, Mathematics, Social Studies and Basic Science and

Technology) within the thematic areas. Participants will also be supplied with

Handbook and Flash Cards.

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 (one on each, subject),

The National Teachers’ Institute is by this advertisement inviting reputable printers to tender for the prequaiification of the training manuals, Handbook and Flash Cards,

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, the Handbook and Flash cards are available for collection at the NTI Headquarters, Kaduna.

Prequalification Requirements

Interested companies should submit their prequalification 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     Evidence of financial capability/ Bank Reference and Bank Statement with Annual Turn Over of at least N50 Million Duly Stamped by the Bank

ix.      Company audited accounts over the past three years

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

xi       Payment of non-refundable bidding fee of N30,000.00 (Thirty Thousand Naira only). payable in Bank Draft to the Teachers Institute. Kaduna.

 

Selection Criteria

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

 

 

Bid Presentation

Interested firms are to submit prequalification/Technical Proposals in sealed envelope. The proposal together with the documents earlier listed are to be submitted in sealed envelope addressed to the Director- General and Chief Executive, National Teachers’ Institute, Km 5 Kaduna-Zaria Road.  P.M.B 2191, Kaduna Duly marked “PRINTING”. The bid should be dropped in the Tender Box in the office of the Registrar, 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 Registrar’s office.

 

 

Closing Date

All bids must be delivered to the address below not later than 12.00 noon on the 25th July, 2011.

 

Signed

Registrar