ABUJA GEOGRAPHIC INFORMATION SYSTEM at FCTA

FEDERAL CAPITAL TERRITORY ADMINISTRATION

FCTA TENDERS BOARD SECRETARIAT

FCTA SECRETARIAT, KAPITAL ROAD,

AREA 11, P.M.B. 24, GARKI ABUJA. NIGERIA

INVITATION FOR PREQUALIFICATION AND TENDER FOR VARIOUS PROJECTS UNDER ABUJA GEOGRAPHIC INFORMATION SYSTEM (AGIS)

Federal Capital Territory Administration (FCTA) through the Abuja Geographic Information system (AGIS) has provisions in the FCT 2010 Statutory Budget proposal and is hereby inviting competent and interested companies to submit Technical and Financial bids for the following project:

  1. i.            Supply of various Survey Equipments
  2. ii.            Supply of Computer Materials (cartridges and papers)
  3. iii.            Supply of Computer and Materials
  4. iv.            Supply of Office Materials and Supplies
  5. v.            Supply of Office Furniture
  6. vi.            Printing of Non-Security Documents
  7. Supply and installation of Sound Proof 500KVA Generators
  8. Supply and installation of Package Air Conditioning Unit

B.      Prequalification Requirements

Interested companies are to forward copies of the following documents and the originals are to be made available for sighting during the tender opening:-

  1. i.            Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.
  2. ii.            Interested companies should have up to date returns with CAC and be informed that due diligence could be conducted.
  3. iii.            Company’s Audited Account for the last three year from a registered Chartered Accounting Firm.
  4. iv.            Tax Clearance for the last three (3) years.
  5. v.            List of verifiable documentary evidence of similar jobs successfully executed within the last three years (copies of letter of contract award, completion certificates etc).
  6. vi.            Reference letter from a reputable bank.
  7. Sworn affidavits in line with the provisions of Part iv Section 16, Subsection 6(e-f) of the Public Procurement Act, 2007
  8. Letter of Authority to FCT Administration to cross check the company’s account.
  9. ix.            Evidence of remittance of contributory pension fund for staff of the company as provided in Section 16, Subsection 6(d) of the public Procurement Act, 2007.

C.      Collection of Tender Documents

Interested companies are to .collect tender documents from the Director Administration and Finance, AG1S, No. 4 Peace Drive. Area 11. Garki Abuja upon the presentation of a proof of payment of N10, 000.00 (Ten Thousand Naira only) non-refundable tender fee into FCT Treasury’ Account at Fidelity Bank, Central Business District, Account No. 051503010000426

Submission

The prequalification and Financial bid documents should each be sealed and labeled “Technical and Financial bids as appropriate’ separately and the two envelopes be put in another envelope that should be scaled and labeled as Tender for…… “(Project Title)”. The technical and financial bids should be submitted

in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the bidder. The document is to be dropped in the Tender Box in the Office of the Secretary FCT Tenders Board, Room 043 (Former Public Building Block,) Area 11, Garki. Abuja on or before 18th May, 2010 by 12:00pm .

The representatives of the bidding companies are invited to witness the opening of the tenders on the same date at Room G9 Archives and History Bureau Building near ACIS, Peace Drive, Area II, Garki-Abuja at 2.00pm. On or before 31st May, 2010

E.      Successful companies could be requested to provide Performance Bond, whose value shall not be less than 10% of the contract sum before signing the contract

Note:

  1. Interested bidders are not allowed to bid for more than one (1) of the listed projects,
  2. Interested members of the general public, especially the Civil Society Organisations are invited to attend the opening exercise,

iii.  Company’s representatives are to come along with a letter of introduction indicating name, rank and sample signature to the opening exercise,

iv.  FCTA is not bound to accept the lowest bid or any tender

Hajara Muhammed

DD (Proc.) / Secretary,

FCTA Tenders Board

Consultant Management Services at EEPNL

Esso Exploration and Production Nigeria Limited

(Operator of the NNPC OML 133)

Tender Opportunity: OML 133 Consultant Management Services

1.  Introduction:

Esso Exploration and Production Nigeria Limited (EEPNL) Operator of NNPC OML133 requires the services of competent and qualified indigenous companies to carry out Consultant Management Services. Successful companies should be able to provide qualified and experienced Drilling and Drilling-related Consultant services in support of Subsea Development Drilling Projects in offshore Nigeria.

2.  Scope of Work

The scope of work for Consultant Management Services by the contractor shall be to provide administrative services, immigration work permits, visas, medivac, general liability Insurance, workmen’s compensation insurance, local transportation, temporary secured housing if necessary and background check procedures to designated EEPNL drilling consultants for the services listed below.

Deepwater Drilling & Completion Engineering

  1. i.            Marine Engineering
  2. ii.            Deepwater Development Engineering
  3. iii.            Logistics
  4. iv.            Drilling & Marine System Specialists
  5. v.            General Engineering Services
  6. vi.            Drilling QA/QC Inspection Specialist

And other Drilling and Drilling related positions as may be required.

The successful contractor will be expected to provide services at multiple locations, primarily in Nigeria.

3. Mandatory Requirements

  1. A. To be eligible for this tender exercise, interested bidders are required to be prequalified in the NipeX Joint Qualification Scheme (NJQS) database for Manpower Supply, Temporary Staff Hiring (Technical) – Service Code 39918. Successfully prequalified suppliers in this NJQS category by the advert close date will receive Invitation to Technical Tender for this service
  2. Please note that suppliers including their sub-contractor(s) will be required to provide satisfactory relevant documentation and pass all NJQS mandatory (General and Nigerian Content) requirements during the prequalification exercise including a site assessment audit prior to being listed as “PREQUALIFIED” for this service category in the NJQS database
  3. To determine if you are prequalified for this product/service category, visit www.nipexng.com and access NJQS with your log-in details. Check “Supplier Status” to see the list of product/service categories your company is prequalified for
  4. If you are not listed in this product/service category and you are registered with DPR to do business for this category, please contact NipeX for NJQS registration and qualification details at 30 Oyinkan Abayomi Street, Ikoyi, Lagos (Tel. +234 1 7644294-6,7907746,4484360 ext. 2205)

4. Close Date

This tender opportunity is open for fifteen on or before Tuesday, May 11, 2010

5.       Additional Information

  1. Interested   suppliers   must  be   prequalified  for  this product/service category in NJQS
  2. Full tendering procedure will be provided only to contractors that have been successfully prequalified in NJQS
  3. This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of EEPNL to award a contract to any supplier and/or associated companies, sub-contractors or agents
  4. This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from EEPNL and/or its partners by virtue of such companies having been prequalified in NJQS
  5. NNPC/EEPNL reserves the right to reject any and or all prequalified suppliers at its sole discretion and at no costs whatsoever
  6. All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers
  7. Suppliers that are prequalified for this product/service category in NJQS must ensure that the name and contact details (physical address, email address and telephone number) of their company and authorized/responsible personnel is up-to-date in their company profile in the NJQS database
  8. EEPNL shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents

Please visit the NipeX Portal at www.nipexng.com for this Advert and other information

An ExxonMobil Subsidiary Mobil House, Lekki Expressway, Victoria Island, P.M.B. 12054, Lagos.

link

Supply of Aso television Services at FCTA

FEDERAL CAPITAL TERRITORY ADMINISTRATION

FCTA TENDERS BOARD SECRETARIAT

FCTA SECRETARIAT, KAPITAL ROAD, AREA 11, P.M.B. 24, GARKI ABUJA. NIGERIA

INVITATION FOR PREQUALIFICATION AND TENDER FOR VARIOUS SUPPLIES UNDER ASO TELEVISION SERVICES

Federal Capital Territory Administration (FCTA) through the Aso television Services has provisions in the FCT 2010 Statutory Budget proposal and is hereby inviting competent and interested companies to submit Technical and Financial bids for the following projects-

  1. i.            Supply of Laptop and Desktop Computers
  2. ii.            Supply of Uninterruptable Power Supply
  3. iii.            Supply and Installation of Power Transformers and Power Generators
  4. iv.            Supply of Furniture for New Administrative Block
  5. v.            Supply of Operational Vehicles

B. PREQUALIFICATION REQUIREMENTS

Interested companies are to forward copies of the following documents and the originals are to be made available for sighting during the tender opening:-

  1. i.            Evidence of Registration with Corporate A flairs Commission (CAC) and Articles of Memorandum of Association
  2. ii.            Interested companies should have up to date returns with CAC and be   informed that due diligence could be conducted.
  3. iii.            Company’s Audited Account for the last three years from a registered Chartered Accounting Firm.
  4. iv.            Tax Clearance for the last three (3) years.
  5. v.            List   of verifiable  documentary  evidence  of  similar jobs successfully executed within the last three years (copies of letter of contract award, completion certificates etc). Reference letter from a reputable bank.
  6. vi.            Sworn affidavits in line with the provisions of part iv section 16, Subsection 6(e-f)of the Public Procurement Act, 2007
  7. Letter of Authority to FCT Administration to cross check the company’s account.
  8. Evidence of remittance of contributory pension fund for staff of the company as provided in Section 16, Subsection 6(d) of the Public Procurement Act, 2007

C.         Collection of Tender Documents

Interested companies are to collect tender documents from the Director Administration and Finance, Aso Television Service, Katampe Hills upon the presentation of a proof of payment of N 10,000.00 (Ten Thousand Naira only) non-refundable tender fee into FCT Treasury Account at Fidelity Bank, Central Business District, Account No. 051503010000426.

D.        Submission

The prequalification and Financial bid documents should each be sealed and labeled “Technical and Financial bids as appropriate’ separate envelopes be put in another envelope that should be sealed and labeled as Tender for ……” (Project Title)”. The technical and financial bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the bidder. The document is to be dropped in the Tender Box in the Office of the Secretary FCT Tenders Board, Room 043 (Former Public Building Block), Area 11. Garki Abuja not later than 12.00pm, 11th May, 2010. The representatives of the bidding companies are invited to witness the opening of the tenders on the same date at Room G9 Archives and History Bureau Building near AGIS, Peace Drive, Area 11, Garki-Abuja at 2.00pm.

Successful companies could be requested to provide Performance Bond, whose value shall not be less than 10% of the contract sum before signing the contract.

Note:

Interested bidders are not allowed to bid for more than one (1) of the listed projects. Interested members of the general public, especially the Civil Society Organisations are invited to attend the opening exercise but should adhere to the guidelines issued by Bureau of Public Procurement. Company’s representatives are to come along with a letter of introduction indicating name, rank and sample signature to the opening exercise.

FCT a is not bound to accept the lowest bid or any other tender.

Hajara Muhammed

DD (Proc.)/Secretary,

FCTA Tenders Board

Procurement of items at Federal Science and Technical College. Ijebu-lmusin

Invitation for Bid

FEDERAL GOVERNMENT OF NIGERIA

FEDERAL MINISTRY OF EDUCATION

FEDERAL SCIENCE AND TECHNICAL COLLEGE

IJEBU-IMUSIN, OGUN STATE

SCIENCE AND TECHNOLOGY EDUCATION

POST BASIC (STEP-B) PROJECT PROCUREMENT OF SCIENCE &TECHNICAL EQUIPMENT, LABORATORY/WORKSHOP FURNITURE, GENERATOR AND PROJECT VEHICLE

Credit No: 4304

Issuance Date: 20th April, 2010.

  1. This invitation for bids follows the general procurement notice for this project that appeared in Development Business issue No. 591 of  2nd July, 2007.
  2. The Federal Republic of Nigeria has received a credit from the International Development Association towards the cost of Science & Technology Education Post Basic (STEP-B) Project and it intends to apply part of the proceeds of this credit to payment under the contracts for procurement of Science &Technical Equipment Laboratory/Workshop furniture, Generator and Project vehicle Contract No. STEPB/FSTCIM/GDS/NCB 01/10.
  3. The Science and Technology Post Basic Project. Federal Science and Technical College. Ijebu-lmusin invites bids from eligible bidders for
Lot Description Qty Delivery Period Bid Security Validity Period Delivery Location
1 Science and Technical Equipments Various 30 days 2.5% of bid price 90 days FSTC, Ijebu-Imusin, Ogun State
2 Chemistry Laboratory/Electrical/electronic Workshop Furniture Various 30 days 2.5% of bid price 90 days FSTC, Ijebu-Imusin, Ogun State
3 20KVA Sound Proof Generator and Installation Various 30 days 2.5% of bid price 90 days FSTC, Ijebu-Imusin, Ogun State
4 Project Vehicle (16 seater A/C Bus) Various 30 days 2.5% of bid price 90 days FSTC, Ijebu-Imusin, Ogun State

Note: Any delivery period exceeding 30 days will be consider non responsive. Bidders may bid for anyone or more lots and discount offered for the award of combined lot will be considered in bid evaluation.

  1. Bidding will be conducted through the National Competitive Bidding procedures specified in the World Bank Guideline: Procurement under IBRD-loans and IDA credit, and it is opened to all bidders from eligible source counties as defined in the guidelines.
  2. Interested eligible bidders may obtain further information from Federal Science and Technical College Ijebu-lmusin and inspect the bidding document at the address given below from 0800 hours 1600hours daily, Mondays Fridays.
  3. 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 and upon payment of a no| refundable fee of Ten Thousand Naira (10,000.00) only. The method of payment will be Bank Draft in favour of STEP-B Project Federal Science and Technical College, Ijebu-lmusin. The document will be collected by hand.
  4. Bids must be delivered to the Address below on or before 1200 hours TUESDAY 25th May 2010. All bids must be accompanied by a bid security of 2.5% of the bid price in Naira or its Equivalents in a freely convertible currency. Late bids will be rejected. Bids will be opened in the presence of the Bidder’s representatives who choose to attend at the address below at 12.00 hours TUESDAY 25th May 2010.
  5. Bidders may bid for one or more complete lots as award will be based on individual lots. Any bids submitted for incomplete lot will be declared non responsive.
  6. The address referred to above is.

The Project Manager

Science and Technology Education Post Basic (STEP-B) Project

Federal Science and Technical College Ijebu-Imusin Ogun State

Telephone: 08059772562; 08050272995; 08028338477

Email: stepbogunfstcijebuimusin@yahoo.com

Supply, Installation of Generator and Renovation of Main Auditorium at Nigerian Law School Bwari, Abuja

COUNCIL OF LEGAL EDUCATION

NIGERIAN LAW SCHOOL BWARI, ABUJA

INVITATION FOR PREQUALIFICATION AND TENDERING FOR SUPPLY AND INSTALLATION OF 1000KVA GENERATOR AND THE RENOVATION OF MAIN AUDITORIUM AT THE NIGERIAN

LAW SCHOOL ABUJA

The Council of Legal Education, Nigerian Law School intends to engage in the following works at the Nigerian Law School, Abuja:

Lot I: SUPPLY AND INSTALLATION OF 1,000KVA PERKINS (U K) GENERATOR

Lot II: RENOVATION OF MAIN AUDITORIUM

Interested reputable Companies/contractors are hereby invited to submit Prequalification and Commercial Bid documents for the above works. The Pre-qualification Documents should include the following

  1. Profile of company.
  2. List of key personnel and their respective resume.
  3. Copy of Certificate of Incorporation/Evidence of Registration with Corporate Affairs Commission
  4. Evidence of Financial Capacity-reference from a reputable bank
  5. Verifiable experience in works of similar nature and scope
  6. List of Equipment.
  7. Tax Clearance Certificate for the immediate past 3 years.
  8. VAT Certificate where applicable.
  9. Any other documents/information to support application.

A copy of the Tender Documents, Drawings (in the case of Lot II) and Bills of Quantities can be obtained from the office of the Director of works & Services upon payment of N10,000.00 for Lot 1 and N20,000.00 for Lot 11, Tender Fee by draft, drawn on Zenith Bank Plc to the Accounts Department of the Nigerian Law School, Bwari.

Each Tender should be sealed and marked “Confidential, Tender for: Lot I: “Supply and Installation of 1000KVA Generator” or Lot II: “Renovation of the Main Auditorium” as the case may be, at the top left corner of the envelope and addressed to:

The Secretary

Procurement planning Committee

Nigerian Law School, Headquarters

Bwari, P.M.B 170, Garki, Abuja.

To reach him on or before 31st May 2010.

All bids will be opened immediately at 12.00noon on the same day of closure of bidding in the Conference Room of the Nigerian Law School, Headquarters, Bwari.

Important Notice

This public notice shall not be construed as a commitment on the part of the Council of Legal Education or Nigerian Law School, nor shall it entitle the submitting company to make any claims whatsoever or to seek any form of indemnity from the Council or School by virtue of such company having responded to this publication.

Secretary

Procurement Planning Committee

April 2010.