Execution of projects at Nigerian Air Force

Headquarters

Nigerian Air Force

Areas 7 Garki, Abuja Nigeria

Invitation for Tenders

  1. The Nigerian Air Force in continuation with the implementation of the 2010 capital budget invites sealed bids from interested and reputable companies for the development of the Nigerian Air Force Institute of Safety, Ipetu-Ijesha, Osun State and the rehabilitation of runway at Markudi Airport, Benue State.
  1. Interested companies are to forward bids for the projects listed below:
    1. Development of the Nigerian Air Force Institute of Safety, Ipetu-Ijesha, Osun State. This project comprises the following:
      1. i.            Lot 1- Construction of Roads.
      2. ii.            Lot 2 – Provision of Water Supply,
      3. iii.            Lot 3 – Provision of Electricity.
      4. iv.            Lot 4 – Construction of Headquarters Complex which comprises classrooms, a mini-hall and offices.
      5. v.            Lot 5 – Construction of Student Officers’ Accommodation.
      6. vi.            Lot 6 – Construction of Student Airmen’s Accommodation.

b.  Rehabilitation of Makurdi Airport Runway. This project companies the following:

  1. i.            Lot 1:          Rehabilitation of Transverse and Longitudinal Joints and Safety     Areas.
  2. ii.            Lot 2:            Airfield Lighting for Taxiways and Apron.
  3. iii.            Lot 3:            Runway Bird and Wildlife Hazard Protection System.
  4. iv.            Lot 4:            provision and installation of Stand – alone Distance Measuring Equipment (DME) for Runway 05/23.
  5. v.            Lot 5:             provision of Runway Rapid Intervention Impulse Fire Extinguishing (IFEX) System.

3.                tender document comprising drawing (where necessary), unpriced Bill of Quantities and Engineer’s Details and Specifications are available at the Office of the Secretary, tenders Board, Headquarters Nigerian Air Force, Area 7, Garki – Abuja, between 9 am and 12 noon, on payment of a non refundable Tender fee of N50, 000.00 per lot.

4.            The following documents are to be submitted with the tender documents;

a)     Evidence of registration with Corporate Affairs Commission

b)    Evidence of registration with the Nigerian Air Force

c)     Recent tax Clearance certificate(s)

d)    List of similar job successfully handled in the three (3) years including locations.

e)     Evidence of financial capability

f)      For project under paragraph 2 (b), the following additional documents are required ;

  1. i.            Verifiable record of competence
  2. ii.            Evidence of registration with relevant Professional bodies
  3. iii.            Evidence of dealership or manufacturer’s authorization.
  4. iv.            Any other relevant information.

Tender documents should be submitted in three (3) copies in sealed envelopes, with the title of the  job marked at the top right hand corner, on or before 28th June , 2010 by 12.00 noon, to the office of the  Secretary, Tenders Board, Headquarters, Nigeria Airforce, Area 7, Garki-Abuja. The name and address of the company should be clearly indicated at the back  of the envelope. Bids shall be valid for a period of 120 day after bid opening. Late submission will be rejected.

5.         Tenders will be opened at 12.00 noon on 28th June 2010, to the presence of the bidders or their representatives at the Conference Room of the Air Officer Logistics, Headquarters Nigerian Air Force, Area 7, Garki-Abuja.

6.       This advertisement should not taken as a commitment on the part of the  Nigerian Air Force neither shall it entitle responding contractors to make claims whatsoever from the Nigeria Air Force.

Signed

The Secretary Tenders Board

Head Quarters

Nigerian Air Force

Area 7

Garki-Abuja

Supply and Installation of Budget and Treasury Management Information System at Bauchi State

INVITATION FOR BIDS (IFB)

Country:    Nigeria

Project:       Bauchi State Governance and Capacity Building Project (BSGCBP)

Description: The Supply, Installation, Integration, Testing, Training and Commissioning of Budget and Treasury Management Information System (BATMIS) software, associated Hardware, Network Infrastructure and related Support Services

Credit Number: 4084UNI

Issuance Date: June 4th 2010

  1. The Federal Government of Nigeria has received a Credit from the International Development Association toward the cost of the State Governance and Capacity Building Project, and it intends to apply part of the proceeds of this Credit to payments under the agreement(s) resulting from this IFB.
  1. The Bauchi State Government of Nigeria serves as the implementing agency for the project, and now invites sealed Bids from eligible Bidders for the Supply, Installation, Integration, Testing, Training and Come -ling for Budget and Treasury Management Information System (BATMIS) application software, Hardware and Networking Infrastructure and related services
  2. Bidding will be conducted using International Competitive Bidding (ICB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits.
  3. Bidders must have the financial, technical, and production capability (either independently or in a joint   venture and/or sub-contracting arrangement, within which the invited bidder will be the principal bidder am contractor), necessary to perform the Contract to supply, install, integrate, test, train and commission all of the following components  as  a  Turnkey solution:
  1. Budget and Treasury Management Information System (BATMIS) Application Software comprising the following modules
  • Budget Preparation, including the ability to handle multi-dimensional charts of account and multi-currencies.
  • General Ledger – based on cash based accounting, including cash book, bank reconciliation, revenue recording and reporting of committed and actual expenditure against allocated/warranted budgets.
  • Accounts Payable with commitment accounting and control
  • Human Resources and Payroll
  • Accounts Receivable
  • Fixed Assets (in cash basis of accounting environment)
  • Stores/  Inventory   Management  (in   cash   basis   of accounting environment)
  1. Server Hardware and Systems Software (Latest version Server) designed and configured to support the proposed BATMIS Software, to support initially a minimum of 76 connected users, with expansion up to a minimum of 225 connected users, and comprising , as a minimum production and back-up server.
  2. Local Area Network (LAN) infrastructure and related equipment designed and configured to support the proposed BATMIS Software, and providing support for a minimum of 76 connected users within the Bauchi Slate Government Ministries, Departments and Agencies (MDAs),
  3. Implementation Services, and support, including  training in the application software  and relational database software, business process design and systems integration services and administration.
  4. Maintenance support for a period of at least 5 years.

5.       Bidders must meet the following minimum qualification criteria:

  1. Either be the prime Developer of the proposed BATMIS application software, or be formally approved and authorized by the Developer to supply, implement and support the software being tendered. Bidders will be required to provide evidence of their accreditation from the prime Developer with their bids.
  2. Either be the prime manufacturers of the equipment proposed, or be formally approved and authorized by the manufacturer to supply, implement and support the equipment being tendered. Bidders will be required to provide evidence of their accreditation from the prime manufacturers with their bids.
  3. Be able to provide in-country support for the software and equipment being tendered. Bids entirely from outside Nigeria must demonstrate their capabilities for providing effective in-country support.
  4. Have been in the business of supplying, installing and supporting the proposed software for not less than 3 years and should have an annual turnover in excess of USS 3million (or the currency equivalent),
  5. Have undertaken at least one (1) successful (i.e. Signed off and accepted by the purchaser as a fully and operational system), implementation of the proposed BATMIS software, within or outside Nigeria during the 3 years. This implementation must have  involved the supply, installation and technical support of the proposed integrated BATMIS or similar software. Bidders will be required to provide evidence of past installations/implementations.
  6. Have proven accounting, financial and internal control knowledge and experience in the public sector, to support the required business process design and system integration services.
  7. For the purposes of establishing a Bidders qualifications, the experience and/or resources of any Joint Venture or sub-contract partner will contribute to the Bidder’s qualifications. Technical qualifications of subcontractors will be taken into account m assessing the bidders ‘ overall qualifications.

6.  Test scripts will be used as part of the evaluation process to confirm and score the compliance of the proposed solutions against key functional and operational requirements.

Two representatives from each bidding firm submitting a compliant bid will be invited to visit BATMIS SECRETARIAT to demonstrate their software against the test scripts AT BIDDE’S EXPENSE.

7.  All bids must be accompanied by a bid security of at least 2% in USD, NGN, or an equivalent amount in a freely convertible currency.

8.  Interested eligible bidders may obtain further information from the Coordinator and inspect the bidding documents at the address given below from 9am to 4pm Mondays to Thursdays while 9:00am -1 :00pm on Fridays except on public holidays.

9.  A complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the addresses below and upon payment of a non refundable fee of One Hundred US Dollars ($100.00) or Fifteen thousand naira (Ml5, 000) The method, of payment will be cash or Bank draft in favour of Bauchi State Governance and Capacity Building Project. The document will be sent by courier on request (at Bidder’s Expense), collected by hand or online upon receipt of payment.

10.     The attention of prospective Bidders is drawn to

  1. i.            the feet that they will be required to certify in their bids that all software is either covered by a valid license or was produced by the Bidder and
  2. ii.            that violations are considered fraud, which is. among other remedies, punishable by potential blacklisting from participation in future World Bank financed procurement.

11.     A Pre-Bid Conference is slated for Friday 2nd July 2010 at the Address below from the Hours of 10.00am Nigeria Time (GMT + 1).

12.     Bids must be delivered to the address below on or before Friday 16th July, 2010 at 10:30 hrs Nigeria Time (GMT + I). All bids must be accompanied by a bid security of at least 2% of bid price or an equivalent amount in a freely convertible currency. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend at the address below on Friday 16th July, 2010 at 10.30 hrs Nigeria Time (GMT +1).

Contact person:

The Project Coordinator,

State Governance and Capacity Building Project,

Abubakar Umar Secretariat, Yakubun Bauchi Road,

Room 020, Ground Floor,

Bauchi, Bauchi State,

Nigeria.

Telephone: +2348033851934

E-mail address: bauchisgcbp@yahoo.com

Execution of Projects at Federal Polytechnic Damaturu

The Federal Polytechnic Damaturu

P.M.B 1006 Damaturu Yobe State

(Office of the Registrar)

Invitation for Pre-Qualification of Contractors for Year 2010 Capital Projects

The Federal Polytechnic Damaturu plans to execute the following projects under the year 2010 Capital Appropriation.

Lot Al:        Completion of Admin. Block Phase I

Lot B1:       Supply of Furniture to New Admin Block

Lot C1:       Renovation of Department of Business Studies

Lot D1:       Campus Roads & Drainages

Lot E1:       Construction of Perimeter Fence Phase III

Lot F1:        Completion of On-Going Entrepreneurship Dev. Centre

Lot G1:       Renovation of Tech. & Management Dept. Block

Lot H1:       Renovation of Computer Science Dept.

Lot I1:         Purchase of Classrooms & Staff Offices Furniture

Interested and competent Contractors/Suppliers with experience in similar projects are requested to submit pre-qualification documents arranged in the following order for consideration,

  1. Evidence of Registration and Incorporation of Company by Corporate Affairs Commission (CAC)
  2. Company Income Tax Certificate for the last three years (CTC)
  3. Evidence of Registration with the Polytechnic and the Federal Ministry of Works in the relevant category (FMW)
  4. Company audited Account for the last three years (CAA)
  5. List of key staff with evidence of proficiency and Experience
  6. Evidence of financial Capacity and Banking Support
  7. Verifiable list of similar works successfully completed in the last three years (3) with names of Clients, evidence of award and completion.
  8. Equipment and Technology Capacity
  9. VAT Registration and evidence of VAT Remittance
  10. Evidence of Community and Social responsibility (CSR)

All documentation should be submitted to the Office of the Registrar in an  envelop marked with the appropriate Lot applied for and stating (YEAR 2010 CAPITAL PROJECTS) to reach him on or before 18th June, 2010.

All submissions will be opened at 12:30 pm on the closing date in the Conference Room of the Polytechnic and all applicants and members of the public are invited to attend.

Please note that this is not an invitation to tender and only successful applicants will be invited to tender.

The Polytechnic does not go into correspondences on account of unsuccessful applications.

The Federal Polytechnic Damaturu

P.M.B 1006 Damaturu Yobe State

(Office of the Registrar)

Upgrade of the Wide Area Network at NDIC

Nigeria Deposit Insurance Corporation

Plot 447/448 Constitution Avenue, Central Business District, Abuja

E- mail: info@ndic-ng.com Website: www.ndic.org.ng

Invitation to Tender for the Upgrade of the Wide Area Network at the Corporation’s Head Office

The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite reputable Providers of Wide Area Network (WAN) Bandwidth with good track record of performance and experience in the installation of WAN infrastructure to tender for the upgrade of the present WAN bandwidth in the Corporation.

Tender Documents

Interested companies should obtain the tender documents from the Administration Unit, 2nd Floor, NDIC Headquarters, Plot 447/448 Constitution Avenue, Central Business District, Abuja upon payment of the tender fee of Nl0,000.00 in Bank Draft made payable to the Nigeria Deposit Insurance Corporation, Abuja. Information about the existing infrastructure that requires the upgrade could be obtained from the Head of Information Technology Department at the above address. Enquiries could be made either through the telephone numbers: 09-4601200, 08052263325 or e-mail addresses: amoosk@ndic-ng.com, samuelamoo@hotmail.com.

Conditions for Eligibility

All bids must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria,
  • The current 3 year Tax Clearance Certificate of the Company (2007 -2009),
  • The Company’s audited accounts for the last three years (2007 -2009),
  • Evidence of Financial capacity or banking support to undertake the project,
  • Evidence of having successfully carried out similar works within the last three years,
  • Evidence of availability of requisite and appropriate staff/skill for the job,
  • Evidence of VAT registration and remittance,
  • Evidence of compliance with the Pension Act,
  • Work implementation plan, and
  • Evidence of registration with relevant Professional body.

Submission of Tender Documents:

The tender documents must be submitted on or before 18th June, 2010 by 4:00 pm in separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” respectively, both put in a third envelope sealed and marked “Tender For The upgrade of the Wan Bandwidth at NDIC” and addressed to:

The Secretary,

Tender’s Board,

Nigeria Deposit Insurance Corporation,

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria.

The tender is to be dropped in the tender box on the 2nd Floor (Administration Unit) in the Head Office. Companies dropping tenders are expected to sign the tender register before dropping the tenders. Submission of tender by post or courier will not be acceptable, and any tender submitted after the closing date/time specified above stands automatically disqualified.

Opening of the Tenders

Opening offenders shall be at 5:00 pm on the date of the closure of submission. The name of the successful company shall be posted on the NDIC Notice Board at the Head Office and the Corporation’s Website.

Additional Information

Failure to satisfactorily fulfill the conditions as requested above will result to invalidation of such tender.

NDIC shall reserve the right to verify the authenticity of claim (s) made by the tendering parties.

NDIC shall reserve the right to reject any submission based on unverifiable information.

This advert also serves as invitation to any interested NGO and members of the general public who may wish to witness the opening exercise.

Signed:

Management

Execution of Projects at NAPTIP

National Agency for the Prohibition of Traffic in

Persons and Other Related Matters (NAPTIP)

Plot 2028, Dalaba Street, Wuse Zone 5,

P.M.B. 5161, Wuse, Abuja

Introduction:

National Agency for the Prohibition of Traffic in Persons and Other Related Matters (NAPTIP) in accordance with the Public Procurement Act, invites competent and reputable companies/contractors to submit pre-qualification documents as pre­requisite to tender for the following projects;

LOT I:         Provision of double faced double pole billboards in 12 locations across the country. Full colours flex type.

LOT II:       Provision of Rehabilitation materials for victims of TIP.

LOT III:      Provision of Office Equipment/Furniture:

  1. Uyo Zonal Office;
  2. Sokoto Zonal Office
  3. Maiduguri Zonal Office
  4. Abuja Head Office

LOTIV:       Provision of 50 KVAPERKINS (FG WILSON) Generator,

  1. Lagos Zonal Office Shelter with 2,000 diesel litres tank
  2. Enugu Zonal Office Shelter with 2,000 diesel litres tank
  3. Abuja Head Office Shelter with 2,000 diesel litres tank
  4. Sokoto Zonal Office Shelter (2,000 litres tank)

LOT V:       Upgrading of Interrogation Centre for Lagos Zonal Office

LOT VI:      Upgrading of Interrogation Centre for Enugu Zonal Office

LOT VII:     Upgrading of Interrogation Centre for Sokoto Zonal Office

LOT VIII:   Renovation of Lagos Zonal Victims of Trafficking in Persons (TIP) Shelter

LOT IX:      Installation of Call Centre facilities for the Management of information and complaints related human-trafficking.

LOT X:       Consultancy services for workshop on National Enlightenment for judges involved in the trial of cases of human trafficking.

LOT XI:      Consultancy services for collaborative hosting of in international human trafficking conference in Nigeria.

Pre-Qualification Requirements

Prospective Contractors are required to submit the following pre-qualification documents;

  1. i.            Evidence of registration with Corporate Affairs Commission and Articles of Memorandum of Association
  2. ii.            Evidence of Audited Account from a Chartered Accounting Firm and Tax Clearance for the last three years expiring by December, 2009.
  3. iii.            Evidence of verifiable similar job executed within the last three years.
  4. iv.            Financial capability in form of Bank statement and Banker’s reference;
  5. v.            Evidence of Registration with NAPTIP.

Whilst for lots ix xi, in addition to the above requirements, the prospective contractors are to collect further details from the address listed hereunder.

Submission of Pre-Qualification

  1. The pre-qualification documents are to be submitted in eight (8) copies, A4 sizes and individually neatly bound. The document qualification requirements and each chapter separated by dividers.
  2. The documents 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 III (b).
  3. All documents must be submitted to:

The Head (Procurement Unit),

National Agency for the Prohibition of Traffic in Persons and Other

Related Matters (NAPTIP), Plot 2028, Dalaba Street, Wuse Zone 5, Abuja.

On or before 2nd July, 2010.

Submission of pre-qualification tenders shall close at exactly 12 noon on the 2nd July, 2010 and shall be opened on the same day at the above address.

Late submissions will be rejected.

Signed

Management