Construction of office blocks, furnishing and fencing Projects at Bwari Area Council, ABUJA

Bwari Area Council, FCT

P.M.B  5032, Wuse, Abuja

Our Ref: BAC/ADM/1460/1/011/L.005             Date: 12/05/2011

Invitation to Tender

Bwari Area Council hereby invites tenders from reputable companies/contractors for the execution of the following jobs:

 

Lot 1 Construction of the Office Block for land Administration & other Agencies within the Council Secretariat Premise.

 

Lot  2.Construction of Drainage Line and  Asphalt Overlay of Dutse Alhaji  2nd Gate Road.

Lot 3.          Construction of Drainage Line  and Asphalt Overlay of Deeper Life Church Road, Bwari Town

Lot 4 Furnishing  of the Newly Constructed Additional Office Complex within the Council Secretariat premise.

Lot 5 Furnishing of the Newly constructed Legislative office Complex within the Council Secretariat Premise

Lot 6 Furnishing of the Newly constructed Youth Development Centre within Bwari Town

Lot 7  Furnishing of the Newly constructed Council Library within Bwari Town

Lot 8 Fencing of Bwari Township Mini villages.

 

Bid Requirements

i.        Evidence of Registration with the  CAC

ii.       Evidence of Registration with BAC

iii.      Up-to-date Tax Clearance

iv.      Evidence of Similar jobs Executed

v.       Evidence  of payment of Tender  Fee of  N15,000.00 only.

 

Companies /Contractors are enjoined to collect the  following tender details.

(a)     Drawing  (where  necessary)

(b)     Un-priced Bills  of Quantities

(c)      Structural Engineer’s Details and Specifications.

 

They are also enjoined  to visit and inspect the site before the submission of their  tender. Not that  all payments must be  by bank draft payable to Bwari Area Council, FCT. Completed Tender Documents should be returned on or before 25th May, 2011 to the Office  of the  Head  of Department of Works, Bwari Area Council, Council Secretariat, Bwari, Abuja- FCT; in sealed brown envelop marked  at the  top right  hand corner, the title  of the job.

 

NB.:

1. The Council wished to inform allottees of market spaces in the  following markets: Gbazango West Bwari 4-4 Days, Dutse Makranta; Dawaki; and Kuchiko, to  commence development on or before 9th June, 2011 or stand  revocation of the  offer.

 

2.       Similarly, allottees of  Chikakore, Mpape, Runji and Dakwa Market spaces should pay relevant  fees on or  before 9th June 2011 or stand  revocation of the offer.

 

Signed

Management

Bwari Area Council, FCT.

 

 

 

Procurement and Installation of Research Equipment, ICT, Teaching and Learning Equipment and Office Equipment at University of Uyo

Federal Government of Nigeria

Science and Technology Education Post-Basic Project

(STEP-B Project) Credit No. 4304-UNI

 

Invitation for Bids (IFB)

Supply and Installation of Research Equipment, ICT, Teaching and Learning Equipment & Office Equipment At

The University of Uyo, Uyo, Akwa Ibom State.

IFB No. (STEPB/UNU/NCB/GDS/01/2011)

 

1.    This invitation for bids, Specific Procurement Notice (SPN) follows the General Procurement Notice (GPN) for this project that appeared in Development Business, issue No. 591 of 2nd July 2007 and in four (4) National Dailies of the same date.

 

2.    The Federal Government of Nigeria has received a credit from the International Development Association toward the cost of a STEP-B Project, and it intends to apply part of the proceeds of this credit to payments under the contract for the Procurement and installation of Research equipment, ICT, Teaching and Learning equipment and office equipment.

IFB NO. STEPB/UNU/NCB/GDS/01/2011

 

3.    The university of Uyo, Nigeria, now invites sealed bids from of the eligible and qualified bidders for the Procurement and instation of the following:

 

 

Lot Description Quantity Delivery Period Bid Security Delivery Location
1 Desktop Computers and Accessories, Laptops and Bags Various 60 days At least 2.5% of the Bid price University of Uyo
2 Office Equipment Various 60 days At least 2.5% of the Bid price University of Uyo

 

  • Evaluation will be done on lot by lot basis and discount for one or more lots will be considered during evaluation.

 

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 from: The Project Manager, STEP-B, University of Uyo, and inspect the Bidding Documents from 11: 00am to 4:00pm Mondays to Fridays.

 

6.  Qualifications requirements include:

  • Evidence of previous supply (sale) of similar Equipment proposed for the last 5 years.
  • Evidence of registration with CAC
  • Audited Financial Statement for the last 3 years to demonstrate the financial capability of the profitability and adequate working capital
  • Technical capacity (personnel) of the company

 

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. The method of payment will be by Bank Draft in favor of: STEP-B Project, University of Uyo. The Bidding Documents will be collected by the representative of the Bidder or by courier services upon a formal request

 

8.  Bids must be delivered to the address below at or before 11:00am on 13th June 2011. Electronic bidding will not be permitted and late bid will be rejected. Bids will be opened in the present of the bidders’ representatives, who choose to attend in person at the address below at 12noon on 13th June, 2011. All bids must be accompanied by a Bid Security of at least 2.5% of bid price.

 

9.  The address referred to above is:

The Project Manager,

STEP-B, University of Uyo,

Uyo, Akwa Ibom State,

 

Signed:

Project Manager

Telephone: -2348028846994: 2348025433984

e-mail: draoette@yahoo.com and apudoh@yahoo.com

Security Service Provider and Cleaning Service Provider are Required at National Postgraduate Medical College of Nigeria

 

National Postgraduate Medical College of Nigeria

KM, 26 Lagos-Badagry Expressway, P.M.B, 2003, Ijanikin, Lagos.

Tel: 01-8182614, 01-8970944, 01-8970925, 01-7413228

Website: www.npmcn.edu.ng e-mail: enquiry@npmcn.edu.ng

 

The National Postgraduate Medical College of Nigeria requires the services of:

 

(A)     A competent and reputable private Security Company

(B)     A reputable private Cleaning Company

Requirements for ‘A’

A Company wishing to apply as a Security Service Provider must possess the following:

  • Certificate of Incorporation from Corporate Affairs Commission
  • Private Guard Company License from Nigeria Security and Civil Defence Organization (NSCD)
  • Bank Guarantee
  • Income Tax Clearance (Tax Identification Number)
  • Insurance of Casualty (Workmen Compensation)
  • Must have been in the security business for not less than 2 years post incorporation.
  • Pay Non-refundable application fee of N50,000.00 (Fifty Thousand Naira only)

Requirements for ‘B’

A Company wishing to apply as a Cleaning Service Provider must possess the following:

  • Certificate of Incorporation from Corporate Affairs Commission
  • Bank Guarantee
  • Income Tax Clearance Certificate (Tax Identification Number)
  • Insurance of Casualty (Workmen Compensation)
  • Must have been in the Cleaning business for not less than 2 years post-incorporation.
  • Pay Non-refundable application fee of N50,000.00 (Fifty Thousand Naira only)

Method of Application

Interested companies are requested to forward ten (10) copies of their applications with attached photocopies of credentials as stated above.

 

Such applications should be addressed to:

 

The College Registrar

National Postgraduate Medical College of Nigeria

Km 26, Badagry Express-Way

P.M.B 2003

Ijanikin, Lagos.

 

Applications must reach the College Registrar, on or before 24th May 2011. Only short listed Companies shall be invited to visit the College to know the scope of work.

 

Signed:

Prof. O. E. Antia-Obong, FMCPaed

College Registrar

 

 

 

 

Invitation for Pre-Qualification to Tender for the Construction/Renovation of Classroom Blocks Under the ETF Special BOT 2010 Intervention at Bauchi State Universal Basic Education Board

 

Bauchi State Government

State Universal Basic Education Board (SUBEB)

Ajiya Adamu Road, Near Awaiah Hotel Round About

P.M.B 0109 Bauchi

 

Invitation for Pre-Qualification to Tender for the Construction/Renovation of Classroom Blocks  Under the ETF Special BOT 2010 Intervention

Reputable and interested contractors with relevant experience are hereby invited by the Bauchi State Universal Basic Education Board to bid for the construction/renovation in the following schools:

 

1)      Walai Primary School –           Itas/Gadau LGA

2)      kakudi Primary School –                   Katagum LGA

3)      Duguri Primary School-          Alkaeri LGA

4)      Fadarnar Mada Model PS-      Bauchi LGA

5)      Mararaban L/Katagun Ps-       Bauchi LGA

6)      Malori Primary School –                   Katagun LGA

7)      Markaz Primary School-                   Katagun LGA

 

To qualify for the bidding, the following documents are required:

i.        Certificate of Incorporation of Company with Corporate Affairs Commission

ii.       Evidence of Registration as a Contractor with the Bauchi State Government

iii.      Tax Clearance Certificate for the last three (3) years.

iv.      Evidence of Financial strength of the company

v.       Availability of Plants and Equipment to execute the works

 

3.       Pre-qualification document should be sealed and marked CONFIDENTIAL and addressed to the Executive Chairman, Bauchi State Universal Basic Education Board, Ajiya Adamu Road, Near Awalah Hotel Roundabout, P.M. B 0109, Bauchi, Bauchi State.

 

4.       This is only an invitation for Pre-qualification but not for Tender and is valid on or before 24th May 2011.

 

5.       Only successful contractor will be contacted for tender after screening, please,

 

Signed

Kabir Ali Kobi

Public Relations Officer

For Executive Chairman

 

 

Invitation for Technical and Commercial Bidding at Nigerian Building and Road Research Institute (NBRRI)

Nigerian Building and Road Research Institute

(Federal Ministry of Science and Technology)

No. 3 Gabes Street, Wuse Zone 2  P.M.B 5065 Wuse GPO, Abuja Tel(09) 523466, 5237467, Fax(09) 5238729

National Laboratory Complex, Km 10 Idiroko Road, PMB 1055, Ota Ogun State

Tender: Invitation for Technical and Commercial Bidding

 

1.       Introduction

The Nigerian Building and Road Research Institute (NBRRI), a  Parastatal of the Federal Ministry of Science and Technology, whishes to invite tender from suitable and registered Building  and Civil Engineering contractors. Interested contractors are to submit Technical and  Commercial bids for the following capital Project:

Development of R&D Infrastructure (Development of on-going permanent site Buildings) Ref. No. BRRI/2011.

 

Development of Research and Development Infrastructure- Ref. No BRRI/2011.

 

2.       Scope of Work

The scope of work shall include  the completion of  workshop Bay at NBRRI, National Laboratory Complex Ota Ogun State.

 

3.       Tendering  Procedure

Bidders should submit  Technical and  Commercial bids in separate envelopes; each envelopes; each envelope should clearly be marked  Technical Bid  or Commercial Bid as appropriate with the reference number  on the  left hand corner . Bids not marked will be rejected.

 

4.       Documents Required for Technical Bids

Interested Bidders should  submit the following documents which will serve as  criteria for evaluation.

a.       Evidence  of incorporation or Business Name Registration

b.       Evidence of  recent Tax Clearance Certificate for past three consecutive years (2008, 2009 and 2010)

c.       Evidence of company audited account for past three consecutive years (2008, 2009 and 2010)

d.       Evidence of financial capability and banking  support

e.       Technical competence/experiences/qualification of key personnel

f.       Evidence of similar projects executed and knowledge of the Industry

g.       Annual Turnover for the past three consecutive years

h.       VAT registration and evidence of past VAT remittances.

i.        Evidence of compliance with the  Pension Reform Act 2004.

 

The document submitted should be  comprehensive and without armbiguity.

 

5.       Submission of Documents

The documents should be  in sealed  envelopes with Project Numbers  clearly indicated; and  addressed  to

Director-General/Chief Executive Officer

Nigerian Building and Road Research Institute

Plot 3 Gabes Street

Wuse Zone 2

Abuja.

 

The document should be submitted sealed  in the  Tender Box located in the Office of the Director-General on or before  21st June, 2011 by 9.00am.

 

Documents received  will be publicly opened at  10.00am on 21st June 2011 in the Conference  Rood  of  NBRRI Office, Abuja Representatives of companies  are  requested to be  present.

 

Note

All expenses incurred in preparing a pre-qualification response and all expenses otherwise associated with its responses shall be borne totally by the submitting company.

 

Interested bidders should collect bidding documents on payment of the  sum of  N25,000.00from  the above  mentioned  address.

 

Signed

Management.