Supply and Installation of Goods at National Lottery Regulatory Commission

The Presidency

National Lottery Regulatory Commission,

Abuja – Nigeria

Invitation for Tender

National Lottery Regulatory Commission (NLRC) invites suitable contractors to bid for the following projects:

PROJECTS;

Lot1:           Installation of VSAT Website design and hosting

Lot 2:          Renovation of offices

Lot 3:           Supply of monitoring equipment

Lot 4:          Supply of media equipment

Lot 5:           Supply of furniture for zonal offices

Lot 6:          Supply and Installation of broadband connection and the supply of Laptops

Lot 7:          Supply of Project Vehicles

Lot 8:          Establishment of zonal/state offices

Lot 9:          Media advertisement/publicity and enlightenment.

Requirements:

  1. All tenders must be accompanied with the following:-
  2. A copy of certificate of Incorporation with the CAC together with a copy of Memorandum & articles of Association,
  3. A copy of Tax Clearance Certificate for the Immediate past 3 years.
  4. Evidence of VAT Registration
  5. A copy of Audited Accounts of the Company for the immediate past 3 years
  6. Reference letter from a reputable bank.
  7. Evidence of similar job done in this Office or any other office.

Details/Specifications:

Details/specification of jobs are obtainable from the Procurement Unit The financial bids (Tenders) are to be submitted in a sealed envelope marked projects Lot 1to 9 (depending on Lot of choice). The name and address of the company should be dearly written on the back of envelope.

Submission:

All submissions should be appropriately prepared and sent in a sealed envelope and

The Secretary, Tenders Board

National Lottery Regulatory Commission (NLRC)

No. 23 Aguiyi Ironsi Street

Maitama Abuja

Submission Date:

All submissions should reach the above address on or before 22nd July 2010.

Note:

This advertisement should not be construed as a commitment nor shall it entitle any company to make any claim/seek indemnity from the NLRC by virtue of such company haying responded to the advertisement.

Signed:

Management

Procurement of Goods at Jigawa State Polytechnic

Jigawa State Polytechnic

P.M.B 7040 Kiyawa Road

Duste-Jigawa State

Invitation for Pre-Qualification of Procurement for E.T.F Intervention in Library Development YEAR 2009

The management of Jigawa State Polytechnic Dutse hereby invites competent and experienced supplier for the procurement of the following:

  1. Procurement of the Tree Hundred and Eighty (380 No,) of various books and journals.
  2. Procurement of Twenty Seven (27 No.) Library materials
  3. Procurement of Additional One (1 No.) Double Sided Library Steel Shelves 7tf 6* x 3ft covered type with Twelve (12) Shelving level with top, down and side panel,

Pre-Qualification requirement:

Interested contractors for the pre-qualification process are required to submit comprehensive technical and financial information as follows.

  1. Evidence of registration with Corporate Affairs Commission.
  2. Evidence of Tax Clearance certificate for the last 3 years
  3. Companies audited account for the last years
  4. Evidence of financial capability and banking support
  5. Technical qualification and experience of personnel
  6. Verification list and documentary evidence of similar jobs successful executed with their locations within the last three years.
  7. List of plants and equipment to be used for the project
  8. Annual turnover of company
  9. VAT registration and evidence of past VAT remittance

Submission of Pre-Qualification: Pre-qualification document should be sealed and submitted in an envelope marked pre-qualification for the

  1. Procurement of Three Hundred and Eighty (380 No.) of various books and journals.
  2. Procurement of additional One (1No.). Double Sided Library Steel shelves 7ft 6” x 3ft covered Type with Twelve (12) Shelving level with top, Down and Side Panel and address to

The Registrar,

Jigawa State Polytechnic

PM B 7040 Kiyawa Road

Dulse, Jigawa Stale

To reach him on or before 18th July 2010.

Opening of Pre-Qualification

All pre-qualification document will be opened at 10am on 22nd July 2010 at 240 seater Lecture Hall Jigawa State Polytechnic Dutse.

Note:

  1. All pre-qualification document shall be rendered in English Language and spiral bound
  2. Late Submissions will not be accepted.

Signed

SADISU BUHARI, MNIM, FICEN

(REGISTRAR)

Execution of Projects at Jigawa State Polytechnic

Jigawa State Polytechnic

P.M.B 7040 Kiyawa Road

Duste-Jigawa State

Invitation for Pre-Qualification of Contract for E.T.F Special Intervention Project Year 2010

The management of Jigawa State Polytechnic Dutse here invites competent and experienced contractors for pre-qualification to execute the following projects

a.       Construction of wing B of Library complex

b.       Construction of Phase II Collage of Engineering and Environment Studies

Pre-Qualification Requirement

Interested contractors for the pre-qualification process are required to submit comprehensive technical and financial information as follows

A.      Evidence of registration with Corporate Affairs Commission.

B.      Evidence of Tax clearance certificate for the last 3 years

C.      Companies audited account for the last 3 years

D.      Evidence of financial capability and banking support

E.      Technical qualification and experience of personnel

F.      Verification list and documentary evidence of similar jobs successfully executed with their locations within the last three years.

G.      List of plants and equipment to be used for the project.

H.      Annual turnover of company

I.       VAT registration and evidence of past VAT remittance

Submission of Pre-Qualification:

Pre-qualification document should be Sealed and submitted in an envelope marked pre-qualification for the constriction of wing B of Library Complex and Phase II College of Engineering and Environmental Studies and address to;

The Registrar,

Jigawa State Polytechnic

P.M.B 7040 Kiyawa Road

Dutse, Jigawa State

To reach him on or before 18th July, 2010

Opening of Pre-Qualification

All submitted pre-qualification document will be opened at 10am on 22nd July 2010 at 240 seater Lecture Hall Jigawa State Polytechnic Dutse

Notes:

  1. All pre-qualification document shall be rendered in English Language and spiral bound
  2. Late Submissions will not be accepted.

Signed

Sadisu Buhari, MNIM, FICEM

Registrar

Execution of Projects at Office of the Head of the Civil Service of the Federation (OHCSF)

Office of the Head of the Civil Service of the Federation the Presidency, Federal Secretariat Complex, Phase II, Abuja

Invitation for Technical and Financial Bids under the 2010 Capital Budget

1. Introduction

The Federal Government of Nigeria has made provision in the 2010 Appropriation ACT for the implementation of several Projects by the Office of the Head of the Civil Service of the Federation (OHCSF). Consequently, the OHCSF is desirous of engaging competent contractors for the execution of the projects in the following categories: –

Lot I –         Rehabilitation of Federal Civil Service Club, Abuja

Lot 2 –         Rehabilitation of Federal Civil Service Club, Lagos

Lot 3 –         Solar Street Lightening at Federal Secretariat Phase II, Abuja

Lot 4 –         Servicing and Replacement of Fire Fighting/Preventive Equipment at Federal Secretariat Complex Phases II &III

Lot 5-           Automation of the National Records Centre, Karu  Abuja

Lot 6 –         Total Renovation of Administrative Building, FTC Lagos

Lot 7-          Renovation/Raising of the Classroom Block by one floor, FTC Lagos

Lot8-            Renovation/Raising of Assembly Block by one floor, FTC Lagos

Lot 9 –         Renovation of Staff Quarters, FTC Kaduna

Lot 10 –        Renovation of Female/male Hostels, FTC Kaduna

Lot 11 –        Construction of New Library Block, FTC Kaduna

Lot 12-         Construction of One (1) No. Borehole with water reticulation, FTC Enugu

Lot 13 –        Renovation of One (1) No. Students Hostel, FTC Enugu

Lot 14 –        Construction of New Library Building, FTC Enugu

Lot 15-         Provision of standard Borehole with all facilities, FTC Maiduguri

Lot 16 –       Full rehabilitation of Male Hostel, FTC Maiduguri

Lot 17 –        Construction of One (1) No. Block of Female Hostel at Permanent Site, FTC Maiduguri

Lot 18-       Completion of on-going construction of Classroom Block at Permanent Site, FTC Maiduguri

Lot 19-        Construction of One (1) Block of Hostel with water reticulation network, FTC Calabar

Lot 20-        Repairs and renovation of dilapidated structure, FTC Calabar

Lot 21-        Purchase of Students Tables and Chairs, FTC Ilorin

Lot 22 –       Re-construction of dilapidated 2.7km perimeter fence, Public Service Institute of Nigeria (PSIN), Abuja

2. ELIGIBILITY:-

Interested and competent companies should submit their Technical and Financial bids with the following documents:

  1. Certificate of Incorporation or Registration of Business Name
  2. Tax Clearance Certificate for 2007,2008 and 2009
  3. VAT Registration/VAT Pay/Exemption Certificate
  4. Company’s Audited Account for 2007,2008 and 2009
  5. Evidence of Pension contributions
  6. Evidence of Requisite Professionals and Technical Staff to perform the job
  7. Evidence of similar jobs handled and knowledge of the industry
  8. Evidence of financial capability vide Bank statements of Account
  9. The bid must be accompanied by a “Bid Security” of not more than 2% of the bid price by way of Bank Guarantee issued by a reputable Bank/Insurance Company.

3.  Submission of the Tender Documents:

  1. Technical Document should be placed in one envelope, sealed and clearly marked ‘Technical Bid”.
  2. Financial Bid should be placed in another separate envelope sealed and clearly marked “Financial Bid”.
  3. The name of the Company and the chosen Lot should be clearly written on the reverse side of the envelopes.
  4. Insert the Envelopes containing the Technical documents and the financial bid in another envelope, seal and addressed to:

The Secretary, Ministerial Tenders Board

Office of the Head of the Civil Service of the Federation

Room 333,1st floor, Federal Secretariat Phase II,

Abuja.

Deposit the sealed and clearly marked Envelope in the Tender Box located in Room 112,1st Floor, Federal Secretariat, Phase II, Abuja, on or before 12.00 Noon, Tuesday, July 27, 2010. The tender documents will be opened same day, Tuesday, July 27, 2010 beginning from 2pm at the Atiku Hall, 1st Floor Federal Secretariat, Phase II, Abuja.

4. Bidding Documents

The detailed Scope of Work for all the Lots will be in the bid documents which shall be issued to prospective bidders upon presentation of Receipt of N20,000.00 (Twenty thousand Naira) only, non-refundable Tender Processing Fee. Payment should be made at the Office of the Head of the Civil Service of the Federation Central Pay Office, 5th Floor, Block “A”, Federal Secretarial Phase II, Abuja.

5. Bid Opening

This serves as invitation to representatives of companies who may wish to be present at the Bids opening.

6. Late Submission:

Late Submission shall not be accepted

  1. 7. The OHCSF may reject any/all bids at any time without any liability whatsoever. This advertisement shall not be construed as a commitment on the part of OHCSF by virtue of such bidders having responded to this advertisement.

Bidders are hereby notified that only the Financial Bids of companies whose Technical Bids meet the minimum qualifying score shall be opened.

The Financial Bids of unsuccessful companies will be returned unopened.

Signed

Permanent Secretary (CSO)

For: Head of Civil Service of the Federation

Construction Works, Supply of Goods and Services at Federal Ministry of Agriculture and Water Resource

Federal Ministry of Agriculture and Water Resource

National Water Resources Institute

P.M.B 2309, Mando Road, Kaduna

Invitation for Bids (IFB) For: Construction Works,

Supply of Goods and Services

The National Water Resources Institute (NWRI) Kaduna, a Parastatal of the Federal Ministry of Agriculture and Water Resources hereby invites Tenders from interested firms and joint ventures for the execution of the following projects approved in the 2010 Capital Budget.

LOTA:  Fencing /Safeguarding of NWRI Land

The works include the Completion of the Block wall fencing of the Institute’s Land at Faringida and along the Institute’s eastern boundary. The perimeter fence at Faringida measures 2172 meters long, the concrete foundation and three (3) courses of block work have already been constructed. The eastern boundary fence measuring about 440 meters is to be completed by barbed wire tied to steel angle iron.

The works to be carried out include:

  1. Completion of the block wall fences.
  2. Construction of concrete copings.
  3. Construction of drains.
  4. Construction of Gates and Gate House.
  5. Construction of Culverts.
  6. Construction of Access Road and other utilities.

LOTB: Rehabilitation of Buildings

The work to be carried out is the Renovation of 2no. Blocks of 6no. 3-Bedroom Flats, The renovation works include:

  1. Roof and Ceiling repairs
  2. Repair/Replacement of Fittings and Fixtures
  3. Replacement of PVC Floor tiles with Ceramic Floor Tiles
  4. Repair/Replacement of damaged Doors and Windows
  5. Repair of the Plumbing Installation
  6. Repair of the Electrical Installation
  7. General Painting internally and Externally

LOT C: Rehabilitation of Street Lights in the Institute’s Premises

The works include the Provision and Installation and Commissioning of Fifteen (15) Solar Powered Street Lights complete with Concrete Base, Galvanized Pole, Battery and Battery Box, Panel and Panel Hanger and cabling, Charge Controller and Cabra Head Lamp.

Minimum Qualification to be Met by Tenderers

Interested contractors should submit the following information/documents in their technical proposals:

  1. Evidence of registration with the Corporate Affairs Commission (CAC).
  2. Evidence of VAT Registration and current Tax Clearance Certificate for 3 years.
  3. Evidence of financial capability from a reputable Bank (Bank Reference Letter only).
  4. Evidence of experience in at least five (5) jobs of similar nature with verifiable letters of contract award and job completion certificates.
  5. Evidence of personnel capability including list of key professionals and curriculum vitae of each professional:
  6. Submission of three (3) years Audited Accounts with Annual Turn over of N10, 000,000.00 in any of the last three (3) years as detailed in the Standard Bidding Document (SBD).

Collection of Tender Documents

  1. Tender documents (Technical and Financial) are to be collected from the office of the Executive Director (Procurement Unit) between the hours of 8:00 am to 4:00 pm from 21st June, 2010 to 2nd August, 2010 on payment of a non-refundable fee of N25, 000.00 for Lot A, N20, 000.00 for Lot B and N10,000.00 for Lot C.
  2. Payment is to be made to the Institute’s Cashier and copy of receipt included in the tender Documents.

Submission of Tenders

  1. Completed Technical and Financial proposals should be submitted in two (2) hare copies and one (1) electronic copy (Microsoft Office) and enclosed in separate sealed envelopes marked Technical or Financial and both enclosed in a third sealed envelope clearly marked. “Tender for constructions work, Supply of Goods and Services LOT…”
  2. The Tender must be submitted by hand or by registered post to the Office of the Executive Director, National Water Resources Institute, P.M.B. 2309, Kaduna not later than 12:00 noon on 2nd August, 2010.
  3. Tenders received late or at different locations will not be accepted.
  4. All bid enquiries are to be directed to the Head of Procurement Unit, National Water Resources Institute, P.M.B. 2309, Mando Road, Kaduna (Tel: 07028822032)

Opening of Tender Documents

  1. All bids will be opened on Monday 2nd August, 2010 at 1:00 pm in the Institute’s Conference Hall.
  2. All tenderers are requested to be present at the opening.
  3. Only tenderers who possess the minimum qualifications will have their    financial bids opened. Tenderers who do not satisfy the minimum requirements will have their financial bids returned to them on opened.

Signed:

Dr. O.A. Bamgboye

Ag. Executive Director, NWRI