Construction of Projects and Purchase of Mass Transit Vehicles at Nganzai Local Government, Borno State

Nganzai Local Government

Borno State

Invitation to Tender

Tenders are invited from suitably qualified contractors for the following projects.

  1. Fencing of V.LP Government lodge
  2. Construction of Health Clinic
  3. Construction/complement of local education secretarial
  4. Drilling of 2 Bore-Holes
  5. Purchase of Mass Transit Vehicles

The contractor must register with Borno State or Nganzai Local Government.

Tender should be submitted on or before 5th November 2010,

Signed

Buiama Hassan .M

Director Works

Nganzai Local Government.

Supply/Construction and Procurement of Goods at ISA KAITA College of Education

ISA KAITA College of Education

P M B 5007

DUTSIN-MA, KATSINA STATE.

Education Trust Fund Intervention Projects on Library Development 2008

2010 (Merged) /Normal Intervention projects 2010.

Tenders are invited from interested and competent contractors to pre-qualify for  supply/construction of the following in the College.

(A)    Library Development (2008 – 2010 MERGED)

  • Procurement of 4038 Nos of various volumes of assorted books

(B)     Normal Intervention Projects For 2010

  • Construction of 1No. 350 – Seater Capacity Lecture theater ETF Project No. IKCOE/DUTSIN-MA/ETF/01/01
  • Procurement of Furniture & Equipment for Academic Staff offices ETF Project No. IKCOE/DUTSIN-MA/ETF/01/02
  • Procurement of 750 No, 5-Seater Student furniture ETF Project No. IKCOE/DUTSIN-MA/ETF/01/03
  • Procurement of Various Equipment for Dept. of Chemistry Project No. IKCOE/DUTSIN-MA/ETF/01/04
  • Procurement of  various Equipment for department of Physics ETF Project No. IKCOE/DUTSIN-MA/ETF/01/05
  • Procurement of  Various Equipment for Depts. Integrated Sc. ETF Project IKCOE/DUTSIN-MA/ETF/01/06
  • Procurement of  Various Equipment for Depts. of Tech & Voc. Educ. & Mathematics ETF Project IKCOE/DUTSIN-MA/ETF/01/07
  • Procurement of Various Equipment for Depts. Of Biology ETF Project No.  IKCOE/DUTSIN-MA/ETF/01/08
  • Procurement of Various Equipment for Depts. P.H.E ETF Project No. IKCOE/DUTSIN-MA/ETF/01/09

Pre-Qualification Requirements

  1. Evidence of Registration of Company with Corporate Affairs Commission
  2. Tax Clearance Certificate for the last three years
  3. Evidence of VAT Registration certificate
  4. Payment of non-refundable processing fee of N10,000.00 per lot
  5. Tender documents can be obtained from the Office of the Registrar between the hours of 10,00am and 2.30pm on Mondays to Thursdays and from 10.00am to 12.00 noon on Fridays

Submission of Pre-Qualification Document

The Pre-qualification document must be sealed and returned to the Office of the Registrar not later than two weeks from the date of this publication

Pre-qualification is not a commitment by the College nor shall it entitle tenders to any claims whatsoever, it Is not an invitation to bid.

NOTE

Only contractors who have pre-qualified and are capable of executing the contract may be allowed to tender.

Signed:

Registrar.

Procurement of Goods at Royal Embassy of Saudi Arabia, Abuja

Royal Embassy of Saudi Arabia Abuja

The Royal Embassy of Saudi Arabia in Abuja

Republic of Nigeria

Invitation for Tender

The Government of the Kingdom of Saudi Arabia represented by the Saudi Arabian Embassy in Abuja is calling for bids for a comprehensive Facilities

Management at the Embassy Building, Ambassador’s Residence and Staff Housing Estate in Abuja.

The tender Requirements include:

Details of Company Structure, evidence of previous work and capability to undertake the work are required to be provided in specific formats which will be ready for pick up by all interested Contractors at the Embassy at the following Address: No. 6 Orange Close, Off Thames Off Alvan Ikoku Street, Maitama, Abuja.

Telephone: 07098221442, 097822529.

Tender Documents will be available for collection by only the qualified contractors who will pay a nun refundable sum of US $500.00 (Five Hundred US Dollars only) for the Documents.

The completed Tender Documents should be delivered to the Embassy by hand against a receipt in a double sealed envelope (one envelope inside the other). The inner and the outer envelopes must clearly display the words Facilities O&M Tender, the name and address of the company and bear the document reference number: 311 – 104- 10051

The Document should be returned to the Embassy on or before 19th November 2010

All bidders must submit with their bids a Bank Guarantee (Bid bond) with a value equal to 1 % of the total bid amount with a 4 month validity date from the date of submission

The Embassy reserves the right to accept or reject any of the submission at its own discretion,

Supply of Various Goods at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

Invitation for Various Projects under Area

Councils Service Commission

Federal Capital Territory Administration (FCTA) through the Area Councils Service Commission has provisions in the FCT 2010 Statutory Budget proposal and is hereby inviting competent and interested companies to submit Technical and Financial bids for the following projects:-

  • Supply of Office Materials
  • Supply of Specialized Training Chairs
  • Refurbishment of ACSC Training Hall / Purchase of Training Equipment

B.      PREQUALIFICATION REQUIREMENTS

Interested companies are to forward copies of the following documents and the originals are to be made available for sighting during the tender opening:-

  • Evidence of Registration with Corporate Affairs Commission (CAC) and articles of Memorandum of Association.
  • Interested companies should have up to date returns with CAC and due diligence could be conducted,
  • Company’s Audited Account for the last three year from a Charted Accounting firm.
  • Tax Clearance for the last three (3) years expiring December, 2010.
  • List of verifiable documentary evidence of similar jobs successfully executed within the last three years (copies of letter of contract award, completion certificates etc
  • Reference letter from a reputable bank,
  • Sworn affidavits in line with the provisions of part iv section 16, subsection 6(e f) of the Public Procurement Act, 2007
  • Letter of authority to FCT Administration to cross check the company’s account.
  • Evidence of registration and remittance of contributory pension fund by the Company as provided for in section 16, sub-section (d) of the Public Procurement Act, 2007.
  • Copies of the Tender Forms G-1 and G-4 should be completed as stated in ITT Clause 17. Form G-2 Price Schedules for the supply is to be detached and completed separately as Financial Bid.

C.      COLLECTION OF TENDER DOCUMENTS

Interested companies are to collect tender documents from the Director Administration and Finance, Area Councils Service Commission, Area 3, Garki Abuja upon the presentation of a proof of payment of N 10,000.00 (Ten thousand Naira only) non-refundable tender fee into FCT Treasury Account at Fidelity Bank, Central Business District, Account No. 051503010000426.

SUBMISSION

The prequalification and Financial bid documents should each be sealed and labeled Technical and Financial bids as appropriate separately, and the two separate envelopes be put in another envelope that should be sealed and labeled as Tender for. “(Project Title)”. The financial bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be -duly endorsed by the bidder. The document is to be dropped in the Tender Box in the office of the Secretary FCT Tenders Board, Room 43, FCT Procurement Department (Former Public Building Department), First Floor, Block B, FCTA Secretariat, Area 11, Garki Abuja on or before 10.00 am, on 30th November, 2010. The representatives of the bidding companies are invited to witness the opening of the tenders on the same date at G9, Archives and History Bureau Building, near AGIS, peace Drive/Area 11, Garki Abuja by 12.00 noon

E. Successful companies could be requested to provide Performance Bond, whose value shall not be less than 10% of the contract sum before signing the contract.

NOTE:

  • Interested bidders are not allowed to bid for more than one (1) of the listed projects.
  • Interested members of the general public, especially the Civil Society Organizations are invited to attend the opening exercise.
  • They are to abide by the code of conduct for procurement observers issed by the Bureau of Public Procurement Act, 2007.
  • Company’s representatives are to come along with a letter of introduction indicating name, rank and sample signature to the opening exercise,
  • FCTA is not bound to accept the lowest bid or any other tender.

Signed

Secretary, FCT Tenders Board

Renovation, Supply and Installation of 15No 3-Tones Package Units Air Conditioners at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

Abuja Geographic Information system (AGIS), No. 4, Peace Drive off Kapital Street, Area II Garki Abuja

Invitation for Various Projects under Abuja Geographic Information Systems (AGIS)

Federal Capital Territory Administration (FCTA) through the Abuja Geographic Information Systems (AGIS) has provisions in the FCT 2010 Statutory Budget proposal and is hereby inviting competent and interested companies to submit Technical and Financial bids for the following projects:-

  1. Supply   and   installation   of   6No   Security   Doors Renovation of AGIS Complex.
  2. Supply and installation of 15No 3-tones package units air conditioners
  3. Supply of Survey Equipment for Land Administration Department.

B.      Prequalification Requirements

Interested companies are to forward copies of the following documents and the originals are to be made available for sighting during the tender opening:-

  1. Evidence of Registration with Corporate Affairs Commission (CAC) and articles of Memorandum of Association.
  2. Interested companies should have up to date returns with CAC and  due diligence could be conducted,
  3. Company’s Audited Account for the last three year from a Chatted Accounting firm.
  4. Tax Clearance for the last three (3) years.
  5. List of verifiable documentary evidence of similar jobs successfully executed within the last three years- (copies of letter of contract award, completion certificates etc)
  6. Reference letter from a reputable bank.
  7. Sworn affidavits in line with the provisions of part iv section 16, subsection 6(e f ) of the Public Procurement Act, 2007
  8. Letter of authority to FCT Administration to cross check the company’s account
  9. Evidence of registration and remittance of contributory pension fund by the Company as provided for in section 16, sub-section (d) of the Public Procurement Act, 2007

C.  Collection of tender Documents

Interested companies are to collect tender documents from the Director Administration and Finance, AGIS, No. 4, peace Drive, Area 11, Garki Abuja upon the presentation of a proof of payment of N 10,000.00 (Ten thousand Naira only) non-refundable tender fee into FCT Treasury Account at Fidelity Bank, Central Business District, Account No. 051503010000426,

D. Submission

The prequalification and Financial bid documents should each be sealed and labeled Technical and Financial bids as appropriate’ separately, and the two separate envelopes be put in another envelope that should be sealed and labeled as Tender for.. “(Project Title)”. The financial bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the bidder. The document is to be dropped in the

Tender Box in the office of the Secretary FCT Tenders Board, Room 43,

FCT   Procurement   Department   (Former   Public   Building

Department), First Floor, Block B, FCTA Secretariat, Area 11, Garki –

Abuja not later than 10.00 am of 30th November, 2010. The representatives of the bidding companies are invited to witness the opening of the tenders on the

same date at G9, Archives and History Bureau Building, near AGIS, peace Drive, Area 11, Garki Abuja by 12.00 noon

Note:

  1. Interested bidders are not allowed to bid for more than one (1) of the listed projects.
  2. Interested members of the general public, especially the Civil Society Organisations are invited to attend the opening exercise. They are to abide by the code of conduct for procurement observers issed by the Bureau of Public Procurement Act, 2007.
  3. Company’s representatives are to come along with a letter or introduction indicating name, rank and sample signature to the opening exercise,

FCTA is not bound to accept the lowest bid or any other tender.

Signed

Secretary FCT Tenders Board