Supply and Installation of Items at Securities and Exchange Commission of Nigeria (SEC)

Securities and Exchange Commission of Nigeria (SEC)

Plot 272 Samuel Adesujo Ademulegun Street. Central Business District Abuja

E-mail: sec@sec.gov.ng, website: www.sec.gov,ng

Invitation for Bids

  • Introduction

    As part of efforts in leveraging Technology for the improvement of her business operations to enhance productivity and efficiency, the Securities and Exchange Commission of Nigeria invites bids, in two parts (Technical & Financial), from competent, credible and qualified companies to carry out the jobs listed below:

    • Scope of Work

      The details of the scope of work to be carried out are contained in the Invitation for Bids (IFB) documents and include the following:

      • It Productivity Tools

      Lot 1:  Desktop computers

      Lot 2:  Laptop Computers

      Lot 3:  Printers

      Network, Communication and Data centre

      Lot 4:  Enhancement of LAN Horizontal and Vertical cabling for HQ

      Abuja

      Lot 5:  Enhancement of LAN Structured cabling for seven (7) Zonal offices located at Ibadan, Kaduna, Kano, Lagos, Maiduguri, Onitsha & Port Harcourt

      Lot 6:  Supply of Unified Communications Equipment

      Lot 7:  Supply of Switches & Wifi devices

      Lot 8:  Supply of Routers & Firewall

      Lot 9:  Supply of Data Center active Network devices

      Lot 10:  Lease of E1 Communication links between HQ & seven (7) Zonal offices

      Lot 11:  Implementation and Support of Network & Communication

      Infrastructure

      Lot 12:  Head Office Data Centre Expansion

      • Storage & Servers

      Lot 13:  Supply,Installation and Support of Storage Area Network (SAN) Equipment.

      Lot 14:  Supply,  Installation and Support of Enterprise Servers.

      Lot 15:  Implementation of Application Services.

      General Requirements

      Interested and competent ICT Vendors/Consultants wishing to carry out any or all of the above Lots shall submit, amongst others, the following documents:-

      1. Evidence of registration with Corporate Affairs Commission.
      2. Evidence of payment of tax for the last three (3) years as and when due.
      3. Comprehensive company profile including registered address, functional contact email address, GSM phone numbers), and detailed resume of relevant staff.
      4. Previous, verifiable evidence of experience on similar projects successfully executed in an organization similar in size and complexity to the SEC (evidence of verifiable certificate of completion should be provided).
      5. Reference letter from bank stating financial ability to carry out projects(s).
      6. Three (3) years Company’s audited statement of accounts.
      7. Internationally recognized certification in the solution they intend to provide.
      8. Certificate of registration by the Computer Professionals Registration Council of Nigeria (CRN).
      9. Evidence of compliance with the requirements of the Pension Reform Act, 2004.

      • Collection of Bid Document

      Interested and competent ICT Companies wishing to carry out the above jobs should collect the Invitation for Bid (IFB) documents from the Secretary of the   Commission’s Tenders Department, Head Office, Sec Tower, Plot 272, Samuel Adesujo Ademulegun Street, Central Business District, Abuja upon of a non-refundable fee of N20, 000.00 (Twenty Thousand Naira Only ).

      Payment should be in Bank Draft and made payable to Security and Exchange Commission of Nigeria.

      • Submission of Bids

      Each Bid must be separately pal in section (2.0) above.

      The submission will be in two separate envelopes as follows:

      The General Requirements and the Technical Bid for each Lot should be submitted in a sealed wax envelope clearly marked “Technical Bid” at the top left hand comer and indicating the Lot Number and the corresponding Lot label.

      1. The Financial Bid should be submitted in another sealed wax envelope to be clearly marked “Financial Bid” at the top left hand comer and indicating the Lot Number and corresponding Lot Label and to be addressed to:

      The Secretary,

      Tenders Board,

      Securities and Exchange Commission,

      Ground Floor, SEC Tower,

      Plot 272, Samuel Adesujo Ademulegun Street,

      Central Business District, Abuja

      Closing Date

      All submissions must be received at the above address on or before 1st September, 2010. Please note that no bids shall be accepted after4.00pm on the closing date.

      Opening Date

      The Technical Bids shall be opened on Monday 6th September, 2010 by 10.00am at the SEC’s Head Office, Abuja. Bidders, NGOs and the public are invited to the bid opening.

      Enquiries

      All enquiries on this advertisement are to be directed to:

      The Secretary,

      Tenders Board,

      Securities and Exchange Commission,

      Ground Floor, SEC Tower,

      Plot 272, Samuel Adesujo Ademulegun Street,

      Central Business District, Abuja

      +234 802 0602 877, +234 803 3115 369 or +234 805 3441 350

      Time: 10.00am 4.00pm daily on working days

      Important Notice

      • Only successful pre-qualified bidders will have their Financial Bids opened on a date that will be communicated to all bidders to attend.
      • Nothing in the advert shall be construed to be a commitment on the part of SEC nor shall it entail any bidder to make any claim(s) whatsoever and seek indemnity from SEC by virtue of the bidder having responded to this advertisement.

      Signed: Management

      Supply of Food Technology and Soil Science Laboratory Equipments at Federal College of Freshwater Fisheries Technology

      Federal College of Freshwater Fisheries Technology

      P.M.B 1500, New Bussa, Niger State

      Etf 2008 Intervention

      Invitation for Pre-Qualification of Bidders for the Supply of Food Technology and Soil Science Laboratory Equipments

      Federal College of Freshwater Fisheries Technology, New Bussa, Niger State hereby invites competent contractors to apply for pre-qualification to tender for the supply of the following equipments

      Lot 1: Food Technology Equipment

      • Viscometer, Brookfield model RVDV 1
      • Top loading balance model AS 3101, ohms 3100x01g
      • Analytical Balance, ohms, model PA 213, 210×0.001g
      • Vacuum oven ZK 8B
      • Rapid moisture analyzer balance MB 35x 0.001g
      • Centrifuge, model TDL 40B
      • Sieve shaker with 8 sets of sieve
      • Hydrometer, 600 800
      • Hydrometer, 700 2000
      • Hydraulic press, carnver mini C.P, W 100
      • Hot plate with magnetic stirrer, Jenway, model 1000
      • Inoculating Chamber, UV, portable
      • Ice cube machine
      • Polythene sealer
      • Industrial Pot (50 Litres)
      • Powdering Machine

      LOT2: Soil Science laboratory Equipment

      • pH Meter Bench top, Jenway model 3510, digital.
      • Range 2,000 to 19,999, pmv: 10 to 105oC
      • Temperature 32 reading memory analogue and RS 232
      • Output, back lit custom LCD supplied with glass bodied
      • Combination electrode, ATC probe, electrode holder,
      • BNC shorting plug 4,7 and 10 pH Buffer sachet battery and
      • Instruction Manual
      • Analytical Balance, Ohms, model PA 413, 410g x 0.001g
      • Sieve 100mm pack of 6
      • Measuring cylinders
      • Capillary tubes
      • Soil test kits 4 x 10 sets
      • Soil Augers
      • Soil Moisture meter with probe
      • Mechanical sieve shaker with 8 sets of sieves
      • Fume Cupboard (ALLPHA 1200)
      • Measuring 1200 x 750 x 2400mm high with
      • 1 No drip cup
      • 1 No remote controlled water tap
      • 1 No interior lighting
      • 1 No 13- Amp electrical socket
      • 1 No Extracting centrifugal blower
      • 1 No Sash
      • 1 No work top, chem. /acid resistant

      Oven, Genlan 50 litres

      Usable volume, 50 litres

      External diameters: 580mm x 610mm x 450mm

      Internal Diameters: 330mm x 490mm x 330

      Power rating: 1000W

      Weight 26kg

      • Thermometers 0 36oC
      • Thermometers Soil
      • Refrigerator Thermocool 350Cl
      • Deep freezers Thermocool capacity 375 litres

      Lot 3. Upgrading of internet Facility/Connectivity at FCFFT New Bussa

      Pre-Qualification Requirements

      The following documents are required from interested contractors

      a)     Certificate of registration with Corporate Affairs Commission

      b)    Last 3 years tax Clearance Certificate

      c)     Evidence of previous experience in similar jobs.

      d)    Reference letter from a reputable Bank.

      e)     Evidence of registration as a contractor with the College

      Contractors interested in more than one item are to apply separately for each item.

      Submission of Pre-Qualification Documents

      The pre-qualification documents should be enclosed in a sealed envelope and marked “Pre-Qualification Documents for tender with the item indicated, addressed and submitted to:

      The Provost/CEO,

      Federal College of Freshwaters Fisheries Technology,

      P.M.B, 1500,

      New Bussa,

      Niger State

      All submission must reach the Provost not later than 14th August 2010

      Opening of Pre-Qualification Documents

      Opening of pre-qualification documents will be held in the presence of bidders or their representatives at the College Conference Room after the expiration of the pre-qualification notice.

      Please note that only shortlisted companies would be invited to submit financial bids and the College reserves the right to reject any or all of the pre-qualification documents submitted.

      Signed

      Provost/CEO

      FCFFT, New Bussa

      Procurement of Equipment for the Completion of Centers of Excellence Laboratories at Nigerian Institute of Animal Science

      Nigerian Institute of Animal Science

      Federal Ministry of Agriculture and Rural Development

      No. 6 Salt Lake Street, Off Gana Street Maitama, P.O.Box 15656

      Wuse, Federal Capital Territory, Abuja

      Invitation to Tender

      Project

      • Request for Procurement of Equipment for the Completion of Centers of Excellence Laboratories Phase 2
      • Nigerian institute of Animal Science (NIAS) in its 2010 Financial Year (FY) intends to procure equipment and hereby invite suitably, qualified, interested and reputable Contractors/Bidders for the project.

      Terms of Reference and Scope of Works

      • The Contractors shall supply deliver, install and train staff on the use of the following specified laboratory equipment designated for the under listed Animal Science Centres of Excellence
      • -North Central- NIAS Centre of Excellence, Makurdi
      • -South South- NIAS Centre of Excellence, Benin

      Laboratory Equipment for each Centre of Excellence

      • Atomic Absorption Spectrophotometer including necessary accessories for operations
      • Ultra Pure Water Purification System
      • Khedjahl Protein Analyzer Accessories (Distillation Unit and Titration Unit Only)

      Qualification

      To qualify for consideration, interested Contractors/Bidder must present the following:

      • Evidence of incorporation with Corporate Affairs Commission (CAC) of Nigeria
      • Copy of Tax clearance and VAT registration certificate
      • Verifiable evidence of experience
      • Evidence and list of satisfactory similar job carried out for the government agancies or private sector within the past three years stating values, evidence of award and completion.

      Collection of Tender Documents

      All interested Contractors/Bidders are expected to collect bid document from July 2, 2010 from:

      Procurement Office

      Nigerian Institute of Animal Science

      No 6, Salt Lake Street, Off Gana Street,

      Maitama, Abuja

      Upon payment of non-refundable tender fee of N10, 000.00(Ten thousand Naira) only in certified bank draft made payable to the Nigerian Institute of Animal Science.

      The name of the organization should be written at the back of the draft. Please note that acceptance of bank draft for bidding document shall end by August 10, 2010

      Submission of Proposal

      -Two copies of completed bid document (Technical and Financial) shall be submitted in a sealed envelope and marked with the project title at the right hand corner and addressed to:

      The Registrar

      Nigerian Institute of Animal Science

      No.6, Salt Lake Street, Off Gana Street

      Maitama, Abuja

      Bid documents should be submitted at the Nigerian Institute of Animal Science Headquarters. No.6 Salt Lake Street, Maitama, Abuja, on or before 12.00pm August 20th 2010.

      • All prices should be quoted in Naira
      • All Consultants/bidders shall bear all costs associated with the preparation and submissions of its tender: the tender board shall not be responsible or liable for those costs regardless of the conduct or outcome of the tendering process.
      • The tender as well as all correspondence and documents relating to the tender shall be written in English language.
      • Opening of bid documents shall be out exactly 12noon on August 11, 2010 and all qualified bidder/contractors are expected to be physically present pr be represented by persons with the requisite authority at the institute’s Headquarters on August 11, 2010 for opening of bids by 12noon.

      Enquiries

      All enquiries on the advertisement should be addressed tp

      The Registrar

      Nigerian Institute of Animal Science

      No.6 Salt Lake Street, off Gana Street

      Maitama, Abuja

      NOTE

      • That any Contractor/Bidder who fails to submit the required documents will not be considered and also, any bid document submitted after the submission date will be rejected.
      • This invitation to tender shall not be construed as a commitment on the part of institute of Animal Science to award any contract, nor shall it entitle the submitting firm to make any claims whatever or seek any indemnity from Nigeria Institute of Animal Science by Virtue of such firm having responded to this advert.
      • Any cost or expenses incurred by interested Contractor/Bidder due to response to this invitation and or preparation or submission of bid will not be the responsibility of the institute.

      Signed

      Registrar

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

      Federal Airports Authority of Nigeria

      Request for Expression of Interest on Consultancy Services

      The Development of Airport Infrastructure at the Federal Airport Authority of Nigeria (Nnamdi Azikiwe Airport) Abuja Federal Capital Territory Nigeria

      Introduction

      The federal Airports Authority of Nigeria (FAAN) intends to finance the assignment/ services described above under the agency’s budgetary allocation.

      The services include the design of new runway for a minimum critical aircraft of the A380-800F series with other ancillary works at Nnamdi Azikiwe international airport, Abuja (NAIA)

      Submission of Expression of Interest.

      Interested and eligible consultants of good track records are therefore requested to indicate their interest in providing the services by submitting useful information of their company background and experience.

      The information to be provided among others shall not be limited to the following.

      • Detailed brief of the consulting firms (brochures).
      • Report and evidentiary document of similar projects handled
      • Evidence of financial capability
      • Evidence of registration with engineering professional bodies (local and Foreign)

      Scope of the Consultancy Services.

      The scope shall include both Pre and Post contract consultancy services in the following areas;

      • Topographical survey work of the acquired airport land.
      • Digitalized mapping of the entire airport land.
      • Subsoil investigation of the airport land.
      • Environmental impact assessment of the proposed development.
      • Geometric and structural design of the runway, taxiway pavements and associated facilities (e.g. drainages).
      • Design of airfield lighting systems to meet CAT III International Civil Aviation Organization (ICAO) Standards.
      • Design of associated ancillary structures to meet ICAO and Nigeria Civil Aviation Authority (NCAA) and other international standards.
      • Preparation of tender documents. – (drawings, Bill of Engineering measurement and Evaluation-(BEME), General Specifications, Conditions of Contracts, etc)
      • Develop safety and security procedure for the project.

      Submission of Expression of Interest

      Expression of interest must be submitted in soft copy and six (6) hard copies delivered in a sealed enveloped clearly marked “Expression of Interest for Consultancy Services for the Development of Infrastructure at Nnamdi Azikiwe International Airport, Abuja Nigeria” and addressed to:-

      General Manager (Procurement)

      Federal Airports Authority of Nigeria (FAAN)

      Headquarters,

      Ikeja, Lagos Nigeria.

      Tel: – +234-8033-063-503

      Email: – procurement@faannigeria.org

      Any questions and/or comments concerning this expression of interest should be directed to:-

      The General Manager, (Airport Safety and Engineering Services)

      Federal Airports Authority of Nigeria (FAAN)

      Headquarters

      Ikeja, Lagos Nigeria.

      Tel: – +234-80033-478-481

      E-mail:- jonathan.agbo@faannigeria.org

      All submission must reach the office The General Manager (procurement) on or before 16th August, 2010 by 12noon prompt.

      General and Important Information

      • This request and solicitation for an expression of interest must be brief and concise.
      • The proposal received after the closing date shall be rejected.
      • FAAN reserves the right to reject any or all proposals, re-advertise or not proceed at all with this project
      • FAAN shall not be responsible for any cost incurred on the submission of any document.
      • Where a bidder deliberately gives wrong and false information, FAAN reserves the right to reject such information and or cancel the award if made.

      FAAN Management

      Renovation of Works at National Hajj Commission of Nigeria (NAHCON)

      National Hajj Commission of Nigeria (NAHCON)

      No. 1 First Avenue, Off Ahmadu Bello Way,

      Central Business District, Abuja

      Sokoto House, Abuja.

      Invitation to Pre-Qualification Notice to Consultants Introduction

      Sokoto House

      Introduction

      The National Hajj Commission of Nigeria (NAHCON) is seeking for a qualified Consultant in the field of Quantity Survey who would go round to all the Hajj reception Centres and other properties of the Commission in other to come-up with a Bill of Quantity for the Renovation works.

      A.     Pre-Qualification Requirement:

      Intending Consulting Firms must submit the under listed verifiable documents:-

      • Certificate of Incorporation or Registration of Company.
      • Profile of Firm including ownership structure and Management.
      • Names and CVs of Team Leaders and Professional Staff including copies of certificates and individual’s experience in handling similar assignments.
      • Evidence of Technical Competence covering the range of services contained in the scope of work.
      • Audited Account for the last Three (3) years.
      • Copies of Form C02 and CO7
      • Experience/track records of the Firm.
      • Proof of Alliance Partnership including a letter from each member to continue their participation in the Firm.
      • Evidence of similar projects executed over the last Three (3) years with copies of Letter of Award.
      • Evidence of financial capability from a reputable Bank.
      • Evidence of Registration with the National Hajj Commission of Nigeria (NAHCON).
      • List of on-going projects

      Consultants will be selected based on the quality of their submissions and qualification in accordance with the procedures set out in the Procurement Act 2007 of the Federal Government of Nigeria.

      Interested Consultants may obtain further information from the office of:

      Assistant Director

      (Procurement Unit)

      Sokoto House

      No,1 First Avenue

      Off Ahmadu Bello Way

      Central Business District Abuja.

      Submission of Expression of Interest

      The pre-qualification documents arranged in the order list are to be submitted in Five (5) copies.  A4 size paged, neatly bound and sealed in an envelope marked

      “Prequalification   for Consultancy Services at the National Hajj Commission of Nigeria (NAHCON), Abuja”,

      The Chairman/CEO

      National Hajj Commission of Nigeria (NAHCON)

      Sokoto House No. 1, First Avenue

      Off Ahmadu Bello Way

      Central Business District Abuja.

      To reach him not later than 12.00noon, 3rd August , 2010

      Note

      Please note that this pre-qualification process shall not place any commitment on the National Hajj Commission of Nigeria, Abuja or establish any legal relationship whatsoever. No communication shall be entered into with any unsuccessful Consultant or Firm.

      (Signed)

      Management