Supply and Instillation, Construction of Projects at Gwagwalada Area Council

Gwagwalada Area Council
Invitation to Tender

A. This is the general public that Gwagwalada Area Council wishes to

  • Invite credible and reputable companies to participate in a competitive tendering process for following jobs:
  • Construction of reinforced concrete retaining wall ‘U’ and ‘V’ shaped reinforced concrete channels.
  • Supply and instillation of transformer and extension of electricity to Kutunku IV,
  • Supply and Installation of transformer and extension of electricity to J-Z Dagiri
  • Supply and Installation of transformer and extension of electricity to Anguwar Dodo,
  • Supply and installation of transformer and extension of electricity to compensation layout Kutunku.
  • Supply and Installation of transformer and extension of electricity to Anguwar Gwari.
  • Supply and Installation of transformer and extension of electricity to Anguwar Azara.

Qualification for Bidding
Interested companies must meet the following conditions:

  • Must be a registered company with Corporate Affairs Commission (CAC).
  • Must be a registered company with Gwagwalada Area Council.
  • Memorandum of Association of the company,
  • Submit a detailed company profile including:

a.    Paid up share capital
b.    List of Directors and Key Management staff including name, address, telephone number(s).

  • Submit list of jobs executed in the past three (3) years including photocopies of award letters.
    Bank referenced /guarantee letter and Audited Account for three (3) years
  • Collection of Tender Documents
    Interested companies are to collect documents from the Area Council Secretariat as from Tuesday 28th September, 2010.

Submission of Tender
Completed tender must be submitted in a SEALED envelope marked confidential and address to the Secretary Tender Board and deposited in the tender office not Later than 3:30 pm on or before 15th October, 2010
The Tender Board reserves the right to reject any tender in part or in full
The lender Board is not bound to accept the lowest tender

Signed Alhaji Isah N. Dangara
For: Ghairman, Tender Board.

Execution of Projects at Nigeria Meteorological Agency

Nigeria Meteorological Agency
No. 33 Pope John II Street, Maitama-Abuja
Public Notice NIME/5/2010

Invitation to Tender

In compliance with the Public Procurement Act, 2007, the Nigerian Meteorological Agency (NIMET) intends to undertake the underlisted projects under its 2010 financial year capital budget, consequently, the Agency wishes to invite interested companies to tender for the following projects:

1.    Construction of Zonal Office at Kano
In consideration of the need to increase the station network to meet WMO recommendation on station network density, the Agency intends to construct new Zonal stations in parts of the country where there is need. This will ensure adequate weather coverage for the country.

Lot 1        –        Kano

2.    Provision and Installation of Numerical Weather Prediction Equipment for Nimet (Cluster for Modeling) at Abuja Airport
The NWP equipment in an integrated system that assimilains meteorological data process and analyse these date with displayed output products whose validity range 1-5days.

3.    Construction of Class Room/Library Block at the World Meteorological Organization (WMO) Regional Training Centre (RTC), Oshodi.
The classrooms would serve as Lecture, Library and Laboratory facilities for the students at the Regional Meteorological Training Centre (RTC), Oshodi, Lagos.

4.    Renovation of Nimet Building at Strachan Street, Lagos
The Agency intends to carry out renovation work on the former Headquarters Building at Strachan Street, Lagos.

A.    Tender Requirement
To qualify for consideration, interested companies are required to submit the documents listed hereunder. Failure to submit any of the under-listed documents may lead to disqualification of the bid.
i.    Evidence of registration with the Corporate Affairs Commission (CAC).
ii.    Audited Account for the last three years (2007-2009).
iii.    Evidence of payment of the last three (3) years Tax (2007-2009).
iv.    Details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources.
v.    Evidence of Manufacture’s Authorization (in the case of equipment).
vi.    Evidence from company’s Banker as to its financial capability to undertake the project, if awarded.
vii.    Verifiable evidence of previous experience in jobs of this magnitude nature. (Attached Letters of Award and Certificates of Completion).
viii.    Evidence of VAT Registration and past remittances.
ix.    Evidence of compliance with the provision of the Pension reform Act 2004 as contained in section 16 sub – section B(d) of the Public procurement Act 2007.
x.    List of equipment and plants with evidence of ownership and verifiable office location.
xi.    Records of company’s Registration with relevant Professional bodies for Consultants.
xii.    Any other information that would be of advantage to the company.

B.    Additional Information
i.    Notwithstanding the submission of tender data, the Nigerian Meteorological Agency is neither committed nor obligated to include your company or any bid or award any contract to your company or agent.
ii.    The advertisement on the part of the Nigerian Meteorological Agency; nor shall it entitle potential companies to make claims whatsoever or seek any indemnity from the Nigerian Meteorological Agency by virtue of such company having responded to the advertisement.
iii.    All tenders should be accompanied with tender security in the sum of 2% of the total quotation sum.

C.    Non – Refundable Tender Fee
i.    Tender documents would be obtained from the Agency’s procurement secretariat, within work hours before closing date, upon payment of non – refundable tender fee of N30, 000.00 for each of the lots.

D.    Submission Deadline
Complete Financial and Technical Tenders are to be submitted in two separate Envelopes Marked Financial Bid or Technical Bids respectively. Each of the Envelopes are to contains one original and two duplicate copies of the Tenders respectively. Both envelopes should be marked Confidential on top left corner and written Tender for (Specify Lot) all the centre. Tender to be addressed and submitted to the office of the Director General/CEO at the Agency’s address supplied at the top of this advert. Submission of applications closes on 4th October, 2010 by 12:00 noon while the bid will be opened at 2:00pm on the same date at the Nimet Headquarters Conference Hall, Abuja.

Note: Only the Technical Bids will be opened on the date mentioned in this publication while the Financial Bids of the Bidders that passed the Technical Evaluation would be opened on a date that would be communicated to prequalified companies.

Management
Nigerian Meteorological Agency
Abuja.

Construction of Projects at Federal Airports Authority of Nigeria

Federal Airports Authority of Nigeria
Tender for the Remodeling and Expansion of Terminal Building at Akanu Ibiam Airport, Enugu

Tender Invitation Date:        20th September, 2010

Name of Procurer:        Federal Airports Authority of Nigeria
P.M.E. 21607
Ikeja
Lagos, Nigeria

Preamble
1.    The Federal Airports Authority of Nigeria (FAAN) has allocation in its 2010 Budget for the Re-modeling and Expansion of the Terminal Building at Akanu Ibiam Airport (‘the Project’) located in Enugu, Enugu State, Nigeria.
2.    FAAN hereby invites sealed, tenders from eligible and qualified construction  Companies for the Project, which shall comprise:

  • Demolition.
  • Construction.
  • External Works & Services.

Tendering Procedure
3.    The tending will be conducted through Competitive Tendering procedure as specified in the Public Procurement Act 2007 and the Procurement Procedures Manual Bureau of Public-Procurement (BPP) in January, 2008.

Minimum Qualification Criteria
4.    This invitation to tender is based on meeting prescribed minimum criteria a company’s experience, personnel & equipment capabilities, and financial position in order to qualify tenderers must therefore have:

  • Average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last three years of N1, 500, 000, 000.00
  • Verifiable successful experience as prime contractor in the execution of at least two project of a nature comparable to the Project, within the last three years.
  • In, or immediately available for, employment, a construction project manager with an engineering or related professional qualification with a minimum of fifteen years’ experience in works of an equivalent nature and volume, including no less than three-years as manager.
  • Assured access (through hire, lease, purchase agreement or other means) to key items of equipment in full working -order essential for the successful execution of the Project and
  • Ava liable, or demonstrable access to, liquid assets, unencumbered real assets, lines of credit and other financial means sufficient to meet the construction cash flow for a period of three months, estimated at N300, 000, 000.00 net of the company’s commitments for other contracts.

5.    Companies which do not meet the above minimum qualification requirements need not respond to this invitation to tender.
6.    Interested indigenous construction companies are strongly encouraged to enter into joint venture partnerships with national or international companies in order to satisfy the above minimum qualification criteria.
7.    FAAN reserves the right to waive minor deviations if, in their opinion, they do not materially affect the capability of a company to perform the contract.

Purchase & Collection of Tender Documents
8.    Tender Documents in English Language (hard & soft copies) may be purchased from the address below upon payment by certified bank draft, of a nonrefundable fee of N200, 000.00 (Two hundred thousand, Naira) made out in favor of the federal Airports Authority of Nigeria.
9.    Tender Documents can be collected in person, or may be delivered through a courier service arranged and paid for by the tenderer.

Preparation of Tenders
10.    Tenderers are advised carefully study the General and Special Instructions to Tenderers included with Tender Documents, and comply fully with all express and implied requirements in the preparation of their tenders.
11.    Tenderers are further required to complete the qualification forms included in Section 10 of the Tender Documents, and provide the supporting qualification information/documentation required therein.
12.    Any tender that fails to comply fully with all express and implied requirements of the General and Special Instructions to Tenderers and/ or to provide all required supporting information/documentation shall be declared non-responsive, and will not be considered for award, of the contract by FAAN.

Pre-Tender Conference
13.    A Pre-tender conference will be held at Abuja at 10:00am Nigerian time (GMT + l) on Monday 4th October 2010, i.e two weeks after the date of this invitation for tenders.
14.    Tenderers are required to submit any questions in writing to the address provided below or by email to: procurement@faannigeria.org or jonathangbo@faannigeria.org on or before 23rd September, 2010.

Return of Tenders
15.    Completed tender documents and qualification information/documentation should be sealed as prescribed in the Special Instructions to Tenderers and returned by hand or registered delivery on or before 12:00 noon of Monday 1st November 2010 to the address provided below.
16.    Tenders must be accompanied by a tender security equivalent to 2% of the tender price.
17.    Electronic tendering will not be permitted and late tenders will be rejected.
18.    Note also that:
”    Failure to provide information that is essential to evaluate a company’s qualifications or to provide timely clarification or substantiation of the information supplied, may result in disqualification of the company; and
”    FAAN will not be liable for any failure arising from the provision of incorrect or illegible information.

Opening of Tenders
19.    Tenders will be opened in the presence of the tenderers’ representatives who choose to attend in at the address below at 1:00pm of Monday 1st November 2010.

Clarification & Additional Information
20.    Companies requiring clarification or additional information on anything contained in this advertisement or on any matter regarding the collection, completion and return of tenders and qualification information/documentation, must request such from the address provide below on or before 27th September, 2010.

Contact Address
21.    The address referred to above is: The General Manager (Procurement), Federal Airports Authority of Nigeria, FAAN Headquarters, Ikeja, Lagos State, Nigeria. In the alternative, tenderers may call any of the following numbers: +234(0803)3478481 or + 234 (0803) 3063503.

Technical Queries
22.    Questions related to the interpretation or meaning of anything contained in, and/or technical queries concerning the requirements or contents of, the tender document should be directed to: Ngonyama Okpanum Associates, No, 51, Lobito Crescent, Wuse II Abuja. Nk32000@gmail.com , hpmkessiena@yahoo.com , aduzex@gmail.com, +2348035450318

Procurement of Goods at Debt Management Office Nigeria

Debt Management Office Nigeria
Invitation to Bid for External Audit of Debt Service Operations

A    Introduction
As part of its statutory functions, it is within the mandate of the
DMO to prepare and implement a plan for efficient management of
Nigeria’s external and domestic debt obligations at sustainable levels, compatible with desired economic activities for growth and development. In furtherance of these functions and objectives, the
DMO desires to commence quarterly audit and independent review of its debt service payments operations, in an all-inclusive manner, based on best practices.

B    Description of Work
The assignment requires multi-disciplinary expertise and versatility in the audit of debt service payments operations, facilitated with the Commonwealth Secretariat Debt Recording and Management Systems software version 2000+ or any subsequent upgrade of the system,   Some of the tasks involved and responsibilities of the external debt service operations auditor will include (but by no means limited to) the following:
i.    Review of the systems and procedures for capturing and tracking all agreements entered into with creditors for debt obligations and specific transactions arising there from, e.g., disbursements, repayments, charges.
ii.    Review of the systems and procedures for issuance of FGN Bonds, capturing and tracking of bids/auctions results (Including re-openings), service payments for periodic interest, principal redemption, and other related payment
iii.    Evaluation of the efficiency and adequacy or otherwise of the CS-DRMS software currently in use and advising on areas of enhancement.

iv.    Analytical  review of external  loans service payments schedules and relating same with schedules of loans service  projections over given  periods  of time  and establishment   of  timeliness   or   otherwise   of   loans externalization, justification for any identified penalty and recognition of waivers and discounts achieved,
v.    Review of the existing systems and procedures for loan service payments reconciliation activities between the DM0 and other stakeholders and confirmation/authentication of periodic loans stock balances (external and domestic),
vi.    Ascertaining the status of projects funded with specified loan obligations and the monitoring activities undertaken by relevant government agencies over such projects vis-à-vis the   loans  agreements  and   utilization of loans  disbursements.
vii.     Tracking and reporting on any sinking funds,
viii.    Submitting of comprehensive periodic reports stating  observations, findings, recommendations, and conclusions indicating areas for special attention.

C    Technical Requirements
i.    Bids for this assignment are open to reputable firms of chartered accountants, with verifiable evidence of current registration with the Corporate Affairs Commission and the Office of the Auditor-General of the Federation,
ii.    Organizational structure, profiles of the partners and key personnel, partners1 professional membership certificates and licences to practice, tax clearance certificates for the preceding three years, firm’s vat registration certificate and evidence of remittances for the past three years to date.
iii.    Proof of similar assignments successfully completed for national economic institutions such as the CBN, Federal Ministry of Finance, and Office of the Accountant-General in the past three years to date – whether in Nigeria or other climes,
iv.    Bank Reference,

D    Submission of Documents
Interested Nigerian accounting firms should submit both technical and financial bids, including the requirements stated in C above, in two separate sealed envelopes, not later than 10.00 a.m., on Monday, October 04, 2010, and the Bids will be opened by 12.00 noon of the same day, at the DMO’s Boardroom. Electronic Bids shall not be accepted and Bids received after the deadline will be rejected. All interested stakeholders are by this notice invited to observe the Bid Opening at the date and venue specified above. Each sealed envelope should be clearly marked “Technical Bid” and “Financial Bid”,  and addressed to:

The Director-General Debt Management Office
The Presidency
NDIC Building (First Floor),
Plot 447/448, Constitution Avenue
Central Business District,
P.M.B. 532, Garki, Abuja.

Signed Management

Execution of Projects at Lagos International Trade Fair Complex Management Board

Federal Republic of Nigeria
Federal Ministry of Commerce & Industry Lagos International Trade Fair Complex Management Board
Badagry Express Way, Lagos

Invitation to Tender and Expression of Interest for the Implementation of the 2610 Budget

1.    Introduction

Lagos International Trade Fair Complex Management Board in pursuance of its statutory functions intends to carry out some works at the excised and common areas of the complex. The Board therefore, invites suitable and reputable contractors to tender for the following:

LOT I.    Commence production of a Geographical information System (GIS) which will provide Geographical Information on and accessibility to the facilities available within the Complex,
LOT II.    Replacement of damaged/burnt underground armored cables within designated areas of the Complex,
LOT III.     Asphalting/repair of damaged portion of the 5km Road Network by the Trade Fair Police Station within the complex.

Requirements
All bids must be accompanied with the following:
2.    Evidence of Company’s Registration with the Corporate Affairs Commission (CAC) with copies of the Certificate of Incorporation and the Memorandum of Association
3.    Company’s profile to include evidence of personnel capacity.
4.    Evidence of VAT Registration /Remittance Certificate
5.    Evidence of compliance with pension Reform Act 2004
6.    Evidence of Financial Capacity

All submissions should he appropriately prepared and sent in a sealed envelope to:
Secretary,
Procurement Planning Committee,
Lagos International Trade Fair Complex,
Management Board Liaison Office,
Block D, Room 224-225,
Federal Ministry of Commerce & Industry,
Area I, Garki, Abuja

Submission of tenders and expression of interest will be closed on Monday 4th October, 2010 by 12 Noon, while the bids opening exercise will take place on the same day at the same office by 1:00pm.

Signed:
Management