Implementation of Projects at the Nigerian Press Council

NIGERIAN PRESS COUNCIL

NO 26, BISSAU STREET WUSE ZONE 6, PMB 377 GARKI ABUJA.

Tel: 07098211667, 07098211668, 07098211669

INVITATION FOR BIDS

1.0 INTRODUCTION

The Nigerian Press Council is a parastatal under the Federal Ministry of information and Communications. In its desire to commence the implementation of its 2010 capital projects, the Council hereby invites interested and eligible Companies or Contractors to apply for prequalification or the following projects:

Library and Repositioning of Existing libraries in Abuja and Lagos

Digitization of Archival Registry.

Computerization internet facility & website upgrade

2.0     SCOPE OF WORK

(i)      Library and Repositioning of Existing libraries in Abuja and involve Library Equipment Computer rocks: server softwares and expansion of internet Code in Lagos offices etc.

(ii)     Digitization of Archival Registry includes Newspaper/Book Scanners Archival Softwares and Accessories as well as training for staff

(iii)    Computerization internet Facility & website upgrade comprise personal computers and accessories including Laptops and desktops UPS and Stabilizers: Website /internet bandwidth upgrade and accounting package/software for financial transactions.

(iv)    Consultancy services for preparation of all tendering documents for the three projects.

3.0    PREQUALIFICATION REQUIREMENTS FOR THE ABOVE PROJECTS

  1. Certificate of registration with the Corporate Affairs Commission;
  2. Evidence of registration with the Nigeria Press Council
  3. Evidence of Tax clearance Certificate for the past three years;
  4. Value added Tax (VAT) registration Certificate and evidence of past remittances;
  5. Company Profile including key Personnel, with years of experience;
  6. Company Audit Accounts for the past three years
  7. Evidence of financial capability to execute the job
  8. Evidence of similar works successfully completed within the last five (5) years. (Attach photocopies of award letters, photography’s and completion certificates).

SUBMISSION OF PRE-QUALIFICATION DOCUMENTS

The completed prequalification documents must be forwarded in sealed envelope marked on top left hand corner “Confidential and boldly written prequalification stating the project being applied for and addressed to:

The Executive Secretary,

Nigerian Press Council,

26 Bissou Street,

Wuse Zone 6,

Abuja.

All prequalification documents should be in duplicate and should be submitted on or before 6th July 2010.

Applicants may be required to bring original documents for sighting during the opening of prequalification documents

This invitation is for prequalification and not invitation to tender for the projects.

Only pre-qualified companies or contractors will be invited to tender for the projects.

Signed:

Executive Secretary

Procurement of Motor Vehicles and Motorcycles at Enugu State Fadama III Coordination Office

INVITATION FOR BIDS (IFB)

GOVERNMENT OF ENUGU STATE NIGERIA

NATIONAL FADAMA III DEVELOPMENT PROJECT

(WORLD BANK ASSISTED)

ENUGU STATE FADAMA III COORDINATION OFFICE

Credit No: 4494-UNI

Wednesday 16th June, 2010

IFB No: ENSFCO/NCBO/01/2010

E-mail: enufad3@yahoo.com

No. 4 Onitsha Road, G.R.A, Enugu.

SPECIFIC PROCUREMENT NOTICE

PROCUREMENT OF MOTOR VEHICLE & MOTOR-CYCLES

  1. This invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no.637 of 3rd July 2009.
  1. The Enugu State Government through the Federal Government of Nigeria has received a credit from the Development Association (herein referred to as IDA) towards the cost of National Fadama III Development Project, and it  intends to apply part of the proceed of this credit to eligible payments under the contact for procurement of Motor Vehicles and Motor-cycles
  1. The Enugu State Fadama III Coordination Office now invites sealed bids from eligible and qualified bidders for the Procurement of Motor Vehicles and Motor-cycles
  1. Bidding will be conducted through the National Competitive Bidding (NCB) procedures 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.
Lot No Item No Description of Items Qty Unity Bid Security Delivery Period Delivery

Location

1 1 Double Cabin Pick-up van 3 3% 60 days Enugu State Fadama III Coordination Office No 4 Onitasha road.GRA Enugu
2 2 Mini Bus 1 3% 60days Enugu State Fadama III Coordination Office No 4 Onitasha road.GRA Enugu
3 1 Mctor-Cycles 100cc 68 3% 60days Enugu State Fadama III Coordination Office No 4 Onitasha road.GRA Enugu

The evaluation will be for the complete lot. Any bid that is not for a complete lot will be redetected.

  1. Interested eligible bidders may obtain further information from Enugu State Fadama III Coordination Office and Inspect the Bidding Documents at the address given below No 4 Onitsha Road GRA, Enugu from 8.00 to 4.00pm.
  1. 6. QUALIFICATIONS REQUIREMENT INCLUDE
    1. Documentary evidence of being a legal entity for the past 5 years
    2. Having experience on such similar jobs for the last 3 years
    3. Audited accounts for the last 3 years

Additional details are  provided in the Bidding Documents

  1. A complete set of bidding Documents in English Language may be purchased by interested bidders on the submission of a written Application to the address below Eungu and upon payment of a non refundable fee of Ten thousand Naira (N10,000.00) or in its equivalents in a freely convertible currency”, The method of payment will be in cash or certificate bank draft in favour of  Eungu State Fadama III Coordination Office Eungu, No 4 Onitsha Road, GRA, Enugu.
  1. Bids must be delivered to the address below or before 12:00 noon of 10th July 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 or on-line at the address below Eungu State Fadama Coordination Office Eungu, (ENSFCO) No 4 Onitsha Road, GRA, Enugu Nigerian on 10th July 2010 by 12:00 noon. All bids must be accompanied by a Bid Security of 3%.
  1. The address(s) referred to above in Eungu State Fadama III Coordination Office Eungu, No 4 Onitsha Road, GRA, Enugu.

Signed:

State Project Coordinator

Eungu State Fadama III Coordinator

No 4 Onitsha Road, GRA, Enugu.

Consultancy in development of instructional manuals for automotive mechatronics curriculum at NAC

NATIONAL AUTOMOTIVE COUNCIL

(Federal Ministry of Commerce & Industry)

No 23 Parakou Crescent. Wuse 2, Abuja

Tel: 0702206912-3, www.nac.gov.ng

INVITATION FOR BIDS

CONSULTANCY IN DEVELOPMENT OF INSTRUCTIONAL

MANUALS FOR AUTOMOTIVE MECHATRONICS CURRICULUM

1 0      To strengthen the National Transport Capacity through the training of Mechanics in Automotive Mechatronics, the National Automotive Council (NAC) in conjunction with automotive stakeholders have developed curriculum for automotive mechatronics programme leading to Trade Test iii, ii, and I Certificates.

To enable the use of the Curriculum for training purposes, the National Automotive Council hereby invites competent automotive mechatronics Consultants/Experts to submit bids for the development of Trainees/Trainers instructional manuals as follows:

S/NO Project Description
Lot 1 Level III (Basic)
Lot 2 Level II (Intermediate)
Lot 3 Level I (Final)

The Curriculum could be obtained free of charge from the office of the Council or at the Federal Ministry of Labour and Productivity. Abuja.

20      SUBMISSION OF BIDS

The bids should include the consultants /experts detailed curriculum vitae emphasizing similar work done. All the bids document should be submitted in sealed envelope and marked “consultancy in development of instructional manuals for automotive mechatronics curriculum” on the left hand corner. The bids should be addressed to:

The Director General

National Automotive Council (NAC)

23, Parakou Crescent, Wuse II,

P.M.B. 320, Garki-Abuja.

3.0.    All bids documents should reach the above address on or before 12:00 noon on 16th July 2010. The bids would be opened the same day at 12.10pm, and all who made submissions are invited to attend.

Signed:

Management

Projects execution at Federal Government Girls’ College Bajoga

FEDERAL MINISTRY OF EDUCATION

BASIC AND SENCONDARY EDUCATION DEPARTMENT

FEDERAL GOVERNMENT GIRLS’ COLLEGE BAJOGA

P.M.B 650 BAJOGA FUNAKAYE LGA, GOMBE STATE

INVITATION FOR BIDS:

Federal Government Girls’ College Bajoga is Adverting for bids for the execution of the following projects.

  • Completion and Furnishing of Staff Common room
  • Expansion of Dining hall and construction of kitchen
  • Completion of college store
  • Construction of V.I.P Toilet
  • Expansion and Equipping of School library.

1.0     Requirement:

Constructors should submit the following:

  1. Certificate of registration with Corporate Affairs Commission (CAC)
  2. Evidence of firm registration with professional body.
  3. Tax clearance certificates for the last three years.
  4. Evidence of experiences with similar projects.
  5. Company profile.
  6. Evidence for payment of tender document

2.0     Collection of tender documents:

Interested contractors are to collect tender document at the office of the secretary Tender Board Committee Federal Government Girls’ College Bajoga on or before 5th July 2010, at 12:00 noon

Signed:

Z.U. Momodu (Mrs.)

Principal

Execution of Projects at FGGC Bauchi

FEDERAL GOVERNMENT GIRLS’ COLLEGE

P.M.B 0051, BAUCHI, BUACHI STATE

INVITATION TO TENDER

In compliance with the Public Procurement Act 2007, the Federal Development Girls’ Bauchi invites companies and interested contractors to Bid for the following Prospective Bidders are also requested to note that, the lowest bidder may not necessary be the best for the award.

The project in consideration are as follows:

S/N PROJECT LOT NUMBER
1 Perimeter fencing LOT 1
2 Completion of multipurpose ball LOT 2
3 Purchase of 32 Seater Bus LOT 3
4 Expansion of Dining Hall LOT 4
5 Renovation of 2 Nos, Laboratories LOT 5
6 Renovation of 2 Nos, class rooms LOT 6

(A)    TENDER QUALIFICATIONS

The following underlisted documents are required and would serve as basis for consideration.

  1. Registration with Corporate Affairs Commission (CAC)
  2. Registration with F.G.G.C, Bauchi
  3. Company Audit Accounts for three years
  4. Equipment and technology capacity
  5. Accompany every bid with affidavit of disclosure, disclosing whether any officer of MDA or BPP is a former or present director of company
  6. Current 3 years Tax clearance Certificate and VAT Registration Certificate
  7. Bidders should indicate the job category they intend to bid for
  8. Evidence of veritable experience on similar project execution giving name of clients, contract sum and evidence of practical completion
  9. Company Profile including, among other office address, current professional number(s) and e-mail address, evidence of Technical and professional qualification: evidence of practical certificate at completion of the previous projects.
  10. Letter of financial comfort from a bank
  11. Evidence of registration with the Federal Ministry of Education or Federal Ministry of Works and Housing
  12. Any other relevant information that will be helpful in determining the company’s suitability for the work.

(B)  PAYMENT OF TENDER FEE

Bidders are to pay non- refundable fee of N20,000.00 to Accounts Department F.G.G.C Bauchi

(C)     COLLECTION OF TENDER DOCUMENTS

Interested companies should collect tender documents from the secretary school Tender Board, F.G.G.C Bauchi, upon payment of N20,000.00 non – refundable fee for bid documents Contractors should come along with a certified Bank draft of 3% Bid security for works and 2.5% for goods.

(D)    SUBMISSION OF TENDERS/BIDS

All completed Tender /Bids in sealed envelopes with the description of the project(s) being tendered for, written on top left hand corner as (INDICATE THE LOT NO, AND NAME OF PROJECT). With all document duly endorsed are to be dropped in the Tenders Box in the conference room. F.G.G.C Bauchi on or before 10:00am on 27th July 2010.

CLOSING DATE OF SUBMISSION

Submission of tenders closes at 10:00am, Tuesday  27th of July 2010 .

OPENING OF TENDERS

The tenders received will be publicly opened at 12:00 Noon on Tuesday 27th July 2010 in the Conference Room F.G.G.C Bauchi

The Bidders or Representative of the bidding companies are invited to witness the opening of the Tenders on Tuesday, 27th of July 2010 at 12:00Noon, Names of the successful bidders shall be placed on the college notice boards within seven (7) days after opening of Tenders. Late bids will be rejected.

Failure to comply with the above state instructions or to provide any of the listed documents may automatically result in disqualification

Signed:

SINI TUMBA (JP)

Secretary (S.T.B)

F.G.G.C Bauchi

For Principal