Supply, Renovation and Construction of Projects at Abuja Municipal Area Council

Abuja Municipal Area Council

Abuja, Nigeria

Invitation to Tender

The Abuja Municipal Area Council hereby invites tenders from reputable companies to bid for:

  1. Construction of Rural Roads within AMAC Villages
  2. Drilling of Boreholes within AMAC Villages
  3. Renovation of slaughter houses
  4. Landscaping of PHC Clinics
  5. Supply of School Uniforms to AMAC LEA Primary Schools
  6. Supply of office equipments and stationeries
  7. Printing and supply of Exercise Books for AMAC LEA Primary Schools
  8. Supply of Hospital equipments and drugs to PHC Clinics
  9. Supply of Hiace Buses
  10. Supply of Hilux Vehicle

Requirements:

  • The company must be duly registered with Corporate Commission (CAC),
  • The company must be a registered contractor with Abuja Municipal Area Council with the sum of Thirty five Thousand, Six Hundred Naira (N35,600.00)
  • The company must have an up to date Tax Clearance
  • Tender fee is Fifteen Thousand Naira (N15,000.00) only. All payments are payable at Aso Savings and loans, Area II, Garki. Abuja to Abuja Municipal Area Council’s account.
  • For further information, contact the Head of Department (Works) AMAC. Tenders last from Monday 27th September to Monday 11th October, 2010,

Signed:

Management

Construction and Rehabilitation of Projects at Federal Airports Authority of Nigeria (FAAN)

Federal Airports Authority of Nigeria

Invitation to Tender

A.      Introduction

The Federal Government of Nigeria through The federal Airports Authority of Nigeria (FAAN) in accordance with the Public Procurement act invites competent and reputable companies/contractors to bid for the following projects to be funded through Federal Government Appropriation and FAAN internally Generated Revenue (IGR).

B.       List of Projects

LOT 1/FAAN/FGN/CB: Rehabilitation of Ibadan airport terminal building and VIP lounge.

LOT 2 /FAAN/ FGN/CB:- Rehabilitation of Ibadan airport fire and rescue building.

LOT 3/ FAAN/CB: Sealing of cracks on Ibadan airport runway/apron/taxiway and

Pavement marking.

LOT 4/ FAAN/FGN/EE- Rehabilitation of the AFL systems at Kaduna airport to Cat 1 and simple approach standards.

LOT5/ FAAN/IGR/CB- Runway, Taxiway and Apron marking at Yola airport.

LOT 6/FAAN/IGR/CB- Runway, Taxiway and Apron marking at Port Harcourt airport

LOT7/FAAN/IGR/CB- Runway, Taxiway and Apron Marking At Owerri Airport

LOT8/FAAN/IGR/CB- Repair of failed Concrete Apron at Minna Airport,

LOT9/FAAN/IGR/CB- Repair of failed concrete apron at Yola Airport

LOT 10/FAAN/IGR/EE- Refurbishment of 11KV substation at Ibadan airport

LOT 11/FAAN/IGR/CB- Construction of Emergency Operation centre at Port Harcourt Airport.

LOT12/FAAN/IGR/CB- Rehabilitation of fire and rescue building at Benin airport.

LOT 13/FAAN/FGN/LWS- Water supply improvement at calabar airport.

LOT 14/FAAN/FGM/LWS- Water supply improvement at Benin airport

LOT 15/FAAN/FGN/EE- Reactivation of 11KV panels and repair of transformers at Benin Airport.

LOT 16/FAAN/FGN/EE- Reactivation of 11 kV panels and repair of transformers at Calabar Airport

LOT 17/FAAN/FGN/ME- Refurbishment of 7nos, Avio- bridges at MMIA.

C.      Document That Must Be Submitted Along With the Completed Tender

  1. Evidence of Company Registration with Corporate Affairs Commission (CAC).
  2. Certified true copy of memorandum and article of association (CO2 & CO&)
  3. Evidence of tax payments for the last three year (2007-2009)
  4. Company profile/brochure to include detailed CV’s and copy of the professional certificate of technical personnel.
  5. Bank reference from reputable bank with evidence of overdraft facilities of at least N10 million and cash in hand of at least N5 million.
  6. Copies of the audited account and financial statement of the company for the last three years (2007-2009).
  7. Original bank statement for the last 6months
  8. Verifiable evidence of similar works successfully completed and or on-going (indicating percentage status) within the last three years, with minimum value of N10Million (attaching photocopies of award letters and job completion certificates and agreement as applicable)
  9. Evidence of fulfillment of obligations to pay pension
  10. Value Added Tax Registration Certificate/evidence of remittance
  11. List of equipment and evidence of ownership or lease
  12. Bid security of at least 2.0% of the bid price from a reputable commercial bank
  13. A sworn affidavit disclosing as follows:-
  14. That the document submitted for the tender are not only genuine but correct.
  15. That the director(s) of the company has never been convicted by any court of law
  16. That the company is not bankrupt
  17. Whether or not any of the officers of the relevant committees of FAAN or BPP is a former or present director of the company

Submission of Tender Documents

  1. The completed original tender document is to be submitted along with additional three Copies (A4 sixes and neatly bound)
  2. The documents should be arranged in the order listed and each chapter separated by dividers.
  3. 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 4/FAAN/FGN/CB
  4. All documents must be submitted to the office of The General Manager (Procurement), FAAN Headquarters, Ikeja – Lagos. (Tel 080-2315-4129)

Closing and Opening of Tender

Submission of all tender (s) shall close at exactly on or before 25th October 2010 at 11.30 am prompt while bids will be opened on the same day at 12noon in the Commercial and Business Development Conference Room, FAAN Headquarters, Ikeja-Lagos.

F.      Important Information

  1. Tender documents are to be obtained at the office of The General Manager (Procurement) Federal Airports Authority of Nigeria (Headquarters) with a certified bank draft of fifty thousand naira only (N50,000.00) for each lot payable to Federal Airports Authority of Nigeria as tender processing fee.
  1. Representative of bidders are requested to attend the tender opening.
  2. The FAAN reserves the right to verify the authenticity of any claims made on the documents submitted by companies.
  3. Failure to comply with the instruction and provide any required document (s) may result in dis-qualification.
  4. FAAN reserves the right to reject any or all the bid documents
  5. Original of documents listed in item C above must be produced for sighting
  6. Tender documents submitted late shall be rejected
  7. Submission should be very clear on the areas of specialization and LOT(s) of interest.
  8. FAAN reserves the right to verify the company address/ location indicated in the bid document

Signed:

FAAN Management

Supply and Installation of Air Conditioners at Ministry of Mines and Steel Development (MMSD)

Invitation for Bids (IFB)

Federal Government of Nigeria

Ministry of Mines and Steel Development (MMSD) Sustainable Management of Mineral Resources Project (SMMRP)

CREDIT No. 4012-UNI

Supply and Installation of Air Conditioners and Ventilation Works for The National Geosciences

Research Laboratories Centre, Kaduna and Minig CADASTRE Headquarters, Abuja

IFB No. (MMSD/SMMRP/NCB/G/10/08)

This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no ID-843108 of 9th December, 2004

The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward t the cost of Sustainable Management of Mineral Resources Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Supply and Installation of Air-conditioners and Ventilation Works for the National Geosciences Research Laboratories Centre, Kaduna and Mining Cadastre Headquarters, Abuja.

The Sustainable Management of Mineral Resources Project now invites sealed bids from eligible and qualified bidders for the Supply and Installation of:

Lots Description of Works Locations Quantity Bid Security Delivery Period
1 Supply and installation of Air conditioners NGRIC, Kaduna, 64Nos. At least 2.5% Bid price 90 days
2 Supply and Installation of Air conditioners Mining Cadastre Office, Head Quarters, Abuja 24Nos. At least 2.5% Bid 90 days

4.    Bidding will be conducted through the NATIONAL COMPETITIVE  (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 Sustainable  of Mineral Resources Project at the address below and inspect the Bidding Documents from t1:00am to 4:00pm Mondays to Fridays.

6.    Qualifications requirements include:

  • Documentary evidence of previous supply (sale)-of similar equipment proposed for the last 5 years.
  • Audited Financial Statements for the last 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 N10,000.00 (Ten Thousand Naira) only or 80 USD (Eighty US Dollars). The method of payment will be bank draft in favor of Sustainable Management of Mineral Resources Project. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

8.       Bids must be delivered to the address below on or before 1:00pm on Monday October 25, 2010. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 1:30pm on Monday October 25, 2010 All bids must be accompanied by a Bid Security as indicated in the table in paragraph three above or an equivalent amount in a freely convertible currency.

9.       The address referred to above is:

Project Coordinator</str

Supply and Installation of Furniture at Ministry of Mines and Steel Development (MMSD)

Invitation for Bids (IFB)

Federal Government of Nigeria

Ministry of Mines and Steel Development (MMSD) Sustainable Management of Mineral Resources Project (SMMRP)

CREDIT No. 4012-UNI

Supply and Installation of Furniture at Jos, Sokoto Zonal Office, NGRLC (Kaduna) and Mining Cadastre

Office, Abuja

IFB No, (MMSD/SMMRP/NCB/G/10/02)

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. ID-843108 of 9th December, 2004
  2. The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Sustainable Management of Mineral Resources Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Supply and Installation of Furniture At Jos, Sokoto Zonal Office, NGRLC (Kaduna) And Mining Cadastre Office, Abuja
  3. The Sustainable Management of Mineral Resources Project now invites sealed bids from eligible and qualified bidders for the:
    Lots Description Item/service Locations Bid Security Delivery period
    1 Supply and installation

    of Furniture at Jos Zonal Office

    Jos Zonal Office, At least 2.5% of bid price. 90 days
    2 Supply and Installation of Furniture at Sokoto Zonal Office. Sokoto State Office, At least 2.5% of bid price. 90 days
    3 Supply and Installation of Furniture at NGRLC (Kaduna). NGRLC (Kaduna) At least 2.5% of bid price. 90 days
    4 Supply and Installation of Furniture at Mining

    Cadastre Office Head Quarters, Abuja

    Mining Cadastre Office Head

    Quarters, Abuja

    At least 2.5% of bid price. 90
    • 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.
    • Interested eligible bidders may obtain further information from Sustainable Management of Mineral Resources Project at the address below and inspect the Bidding Documents from 11:00am to 4:00pm Mondays to Fridays.
    • Qualifications requirements include:
    • Documentary evidence of previous supply (sale) and delivery of similar   Furniture proposed, with size equivalent to the one bided, for the last 5 years.
    • Audited Financial Statements for the last 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 be applied, Additional details are provided in the Bidding Documents.
    • 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 N 10,000 00 (Ten Thousand Naira) only or equivalent in any convertible currency. The method of payment will be bank draft in favor of Sustainable Management of Mineral Resources Project. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request,
    • Bids must be delivered to the address below at on or before 1:00pm  October 26, 2010, Electronic bidding will not be permitted. Late bids will be rejected, Bid will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 1:30pm on Tuesday October 26, 2010. All bids must be accompanied by a Bid Security as indicated in the table in paragraph three above or an equivalent amount in a freely convertible currency.
    • The address referred to above is:

      Project Coordinator

      Project Management Unit (PMU)

      Sustainable Management of Mineral Resources

      Project (SMMRP)

      Ministry of Mines and Steel Development

      No 6 Marte Close, Off Misau Crescent

      Garki II – Abuja

      TEL: +234-80-53000153

      E-MAIL: uladie2001@yahoo.co.uk , uladie@msmd.gov.ng

      Signed

      U. L. Adie

      Project Coordinator

      Execution of Projects at Nigerian Institute of Medical Research (NIMR), Yaba

      Nigerian Institute of Medical Research, Yaba – Lagos

      Invitation for Pre-Qualification and Tender for 2010 Capital Projects

      Nigerian Institute of Medical Research (NIMR), Yaba – Lagos a Medical Research Institute is in the process of process tenders for projects under the 2010 Capital Budget.

      Interested and reputable Contractors with relevant experience and track record are invited to apply for the pre-qualification and bid for the projects.

      Profile of Projects

      Lot 1 – Procurement of Laboratory Equipment

      Lot 2 – Procurement of Reagents and other Consumables

      Lot 3 – Procurement of Office Equipment and other Consumables

      Lot 4 – Procurement of Project Vehicle (Toyota Hilux 4×4 Double cabin, petrol)

      Lot 5 – Procurement of 500KVA Generator and other Electrical Materials

      Lot 6 – Procurement of Plant and Machinery for Power

      All registered companies/contractors are required to pay a non refundable fee of =N=50, 000 (fifty Thousand Naira only) and their bid documents should include the following:

      • Certificate of Incorporation.
      • Three (3) years annual audited accounts.
      • Tax clearance certificate and VAT registrant
      • Bank guarantee
      • Evidence of similar contract executed
      • Company profile etc
      • Evidence of registration with Nigerian Institute of Medical Research Yaba.

      Bids should be submitted in wax sealed envelope clearly marked “Pre-qualification to Tender for 2010 Capital Project”. To reach:

      Director-General

      Nigerian Institute of Medical Research

      6, Edmund Crescent

      P.M.B. 2013

      Yaba-Lagos

      On or before 8th November, 2010, opening of bids shall be a day after expiration of submission.

      Please note:

      • Only the bids of those who fulfill the pre-qualification and tender criteria would be considered. The Nigerian Institute of Medical Research is not duty bound to accept the lowest or any bid.
      • Nigerian Institute of Medical Research Yaba will not enter into correspondence with any company or individual on why a company was pre-qualified or not pre-qualified.
      • The Nigerian Institute of Medical Research reserves the right to reject any or all pre-qualification packages.
      • Subsequent to the submission of the pre-qualification information, the Nigerian institute of Medical Research Yaba is neither committed nor obliged to include any company on any bid list or to award and contract to any company and/or associated companies, sub-contractors or agents.

      Full tendering procedures will be applied to tenderers that are found prima facie qualified and capable of executing the listed projects.

      Alh. A. S Yunusazazzau

      Ag. Director of Administration

      For: Director-General