Invitation for Tenders at Lagos State University (LASU)

Lagos State University, Ojo

Lagos-Badagry Expressway, Ojo

P.O. Box 0001, LASU Post Office, LASU Ojo Campus, Ojo, Lagos

Website: www.lasu.edu.ng

E-Mail: reqistrar@lasu.edu.ng

Invitation for Tenders For;

A.      Professional Cleaning of Offices and Building

B.      Clearing of Bushes and Cutting of Grasses at Badagry, Ojo, Epe Campuses and

C.      Cleaning of Offices and Cutting of Grasses at LASU Museum, Agege

Lagos State University (LASU) invites Applications from interested, competent, reputable and qualified Contractors for Cleaning of Offices and Building AND for Clearing of Bushes, Cutting of Grasses in the Campuses mentioned above.

Interested Contractors should pay a Non-refundable Tender Fee of Twenty Thousand Naira (N20,000.00) only to the UBA Revenue Account No, 1010295541 for each Tender.

Receipt obtained at the Bursary will be used for the collection of “Instruction to Contractors” in the Registrar’s Office, Administrative Block II, Room 4, before Quotations are submitted.

Each Applicant should state Names, Office Address (NOT P.O. Box Address), Company’s Profile, Professional Experience, Bank Credit Worthiness (which must be accompanied by a Letter from the Bank Manager), and any other relevant information.

Tenders stating the fees for each Tender in respect of the respective Campus or Outstation, should be submitted in sealed envelopes marked

a)       “Tender for Cleaning of Offices and Building” Or

B)      “Tender for Clearing of Bushes and Cutting of Grasses”

The envelope should contain the following:

  • Photocopy of the official receipt for the Tender Fee paid and
  • The Applicant’s Credentials (As stated above).

This should be addressed to:

The Vice-Chancellor,

Lagos State University,

Badagry Expressway, Ojo,

Administrative Block I,

Lagos

Deadline:

Application should be submitted to the above address not later than Wednesday, 22nd May, 2013.

Signed:

L. O. Animashaun Esq.

Registrar, LASU

 

Invitation for Bids (IFB) at Kwara State Second HIV/AIDS Program Development Project (KWHPDP II)

Invitation for Bids (IFB)

Procurement of Laboratory Equipment and Medical Commodities

Federal Government of Nigeria

Kwara State Second HIV/AIDS Program Development Project (KWHPDP II)

Credit No: 45960

IFB No: KWASACA/IFB/GD/NCB/02/2013

1.    The Federal Government of Nigeria has received credit from the International Development Association toward the cost of Second HIV/AIDS Program Development Project (HPDP II) and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Laboratory equipment and medical commodities.

2.       The Kwara State AIDS Control Agency (KWASACA) now invites sealed bids from eligible and qualified bidders for Procurement of the following Laboratory equipment and medical commodities.

Lo No. Description Qty

 

Delivery Schedule Bid Validity Period

 

Bid Security Value

 

Site of Delivery
1 CD4 Count machine 2 30 Days from the date of contract award 90 days Not less than 2.0% of Bid Price

 

KWASACA, Beside G.S.S., Maraba, Ilorin.
2 Automated Haematology Analyzer 2 30 Days from the date of contract award

 

90days Not less than 2.0% of Bid Price KWASACA, Beside G.S.S., Maraba, Ilorin.
3 Chemistry Analyzer 2 30 Days from the date of contract award

 

90 days Not less than 2.0% of Bid Price KWASACA, Beside G.S.S., Maraba, Ilorin.
4 Male Condom

 

1,152,000 units

 

30 Days from the date of contract award 90days

 

Not less than 2.0% of Bid Price

 

KWASACA, Beside G.S.S., Maraba, Ilorin.
5 HTV Rapid Test Kits (Screening kits) 45,248 units 30 Days from the date of contract award 90days

 

Not less than 2.0% of Bid Price

 

KWASACA, Beside G.S.S., Maraba, Ilorin.
6 HIV Rapid Test Kits Confirmatory kits)

 

12,928 units 30 Days from the date of contract award 90days

 

Not less than 2.0% of Bid Price

 

KWASACA, Beside G.S.S., Maraba, Ilorin.
7. HIV Rapid Test Kits (Tie breaker) 6,464 units 30 Days from the date of contract award

 

90days

 

Not less than 2.0% of Bid Price

 

KWASACA, Beside G.S.S., Maraba, Ilorin.

3.       Bidding will be conducted through the National Competitive Bidding (NCB) a procedure 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.

4.       Interested eligible bidders may obtain further information from, The Project Manager, Kwara State AIDS Control Agency (KWASACA ), email address: kwasaca_kwara@yahoo.com , GSM: 08055911204 and inspect the Bidding Documents at the address given below from 9.00am to 4.00pm, Mondays through Thursdays and 9.00am to 1.00pm on Fridays.

5.       Qualifications requirements include: Evidence of Registration with Corporate Affair Commission, Manufacturer Authorization, Power of Attorney, Warranty Period, Evidence of experience in similar project executed, 3 years Audited Financial Statement and 3 years Tax Clearance. A margin of preference for certain goods manufactured domestically “shall not” be applied Additional details are provided in the Bidding Documents.

6.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non refundable fee of N10, 000.00 only in a freely convertible currency and in form of cash or Bank Draft payable to the Kwara State AIDS Control Agency (KWASACA). The Bidding Documents will be delivered in the Bid Box.

7.       Bids must be delivered to the address below on or before 10.00 am, on 19th June, 2013. 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 at the 2nd Floor, Main Hall, Kwara State Library Complex, Sulu Gambari Road, Ilorin at 10.00am on 19th June, 2013.

All bids must be accompanied by a “Bid Security” of not less than 2.0% of       Bid Price.

8.       The address referred to above is:

The Project Manager,

Kwara State Second HIV/AIDS Program Development Project,

Kwara State AIDS Control Agency Office,

Beside G.S.S., Maraba, Ilorin, Kwara State.

GSM: 08055911204

Email: kwasaca_kwara@yahoo.com  

Signed:

The Project Manager

Invitation to Bid for Construction of Borno State House of Assembly Complex and Assembly Service Commission Office Complex in Maiduguri at Borno State House of Assembly Service Commission

Borno Statehouse of Assembly

Service Commission

P.M.B 1180, Dandal Way, Maiduguri

Invitation to Bid for Construction of Borno State House of Assembly Complex and Assembly Service Commission Office Complex in Maiduguri

The Borno State House of Assembly Service Commission invites interested, eligible and reputable companies/firms with relevant experience and good track records to apply for award of contract for the construction of:-

i.        Borno State House of Assembly Complex in Maiduguri

ii.       Borno State Assembly Service Commission Office Complex in Maiduguri

Qualification/ Requirement

All interested prospective contractors, companies/firms must satisfy the following criteria:-

  • Evidence of business registration with Corporate Affairs Commission
  • Evidence of registration with Borno State Government as a Contractor
  • Evidence of Tax Clearance Certificate for the last three (3) years
  • Comprehensive Company profile
  • Audited Account for the last three years
  • Evidence of financial capability and bank support
  • Evidence of similar job execution
  • Any other relevant information

Submission of Applications

Interested/eligible contractors are to submit their applications to the Borno State House of Assembly Service Commission on or before 21st May 2013 with non-refundable fee of Fifty thousand Naira (50,000.00) only.

Enquiries

Interested/eligible contractors, firm/companies may obtain further information on the construction of the Complexes from the Borno State House of Assembly Service Commission, Dandal Way, Maiduguri

Signed:

Jidayi Jonathan Mamza

Secretary to the Commission

 

Request for Expression of Interest for Engagement of Private Sector Operator (PSO) for the setting up and management of Agricultural Equipment (Tractor) Hiring Center (AEHC) under the Niger State Rice Investment Consortium at Ministry of Agriculture and Rural Development Minna

Niger State Government

Ministry of Agriculture and Rural Development Minna

Niger State Rice Investment Consortium

Project Implementation Office (PIO)

Agricultural Equipment (Tractor) Hiring Center (FEHC)

Request for Expression of Interest for Engagement of Private Sector Operator (PSO) for the setting up and management of Agricultural Equipment (Tractor) Hiring Center (AEHC) under the Niger State Rice Investment Consortium

(NSRIC)

The Niger government under the auspices of Niger State Rice Investment Consortium, Project Implementation Office (NSRIC, PIO) hereby invites interested Private Sector Operator, farmers Group, Cooperative Societies Consortia to express interest in investing/ managing 40 AEHCs across Niger State under the Governments Agricultural Regeneration Plan and Nigeria Incentive -Based Risk- Sharing System for Agricultural Lending (NIRSAL) Mechanization Framework.

The overall aim is to completely mechanize farming activities in Niger state through the CBN/NIRSAL mechanization frame work, to unlock the potentials of the state to create employment and wealth, and reduce the level of poverty in the state in particular and Nigeria in general.

The Expression of Interest (EOI) should be for:

Investment/Management of 40 Agricultural Equipment (Tractor) Hiring

Centers spread across Niger State. Successful firms could operate one or several centers based on their capacity and competence

Additional Information

Tractor Vendors   and Manufacturers’ who desire to supply their brand of tractors to   the Project need also to apply to be part of the scheme.

Agriculture Equipment (Tractor) Hiring Centers Applicants are expected to have a minimum equity contribution of 20% Successful firms are expected to subsequently attend   NIRSAL Mechanization Training Programme (NMTP) at an approved location

Mode of Application

The submissions should contain the following information:

1.       Corporate profile(s) and evidence of technical capability, including brief description of the firm’s or consortium’s verifiable experience on similar assignments, it’s or their familiarity and understanding of the state’s terrain, and list of its or their key resource persons.

2.       A resume or Curriculum Vitae of the Team Leader of the firm or consortium.

3.       Office address, telephone and e-mail of key contact person(s).

4.       Copy of the firm’s Certificate of Incorporation/Cooperative Certificate.

5.       Clear photocopy or scanned copy of receipt of payment of a non-refundable pre-qualification fee of NGN50, 000.00 (fifty thousand naira) only into Rha Consulting Account (No. 2015371252 Sort Code 011084060.) at First Bank of Nigeria.

Two hard copies and one soft copy of the Expression of Interest documents should be addressed to: The Project Manager, NSRIC- PIO, C/o Office of the Permanent Secretary, Ministry of Agriculture and Natural Recourses, Minna in sealed, clearly marked envelope with ‘EOI NSRIC Agricultural Equipment (Tractor) Hiring Center’ and delivered on or before 17th May, 2013 to either of the addressed below:

C/o The Director General, Niger State Laison Office, Plot 22 Jose

Marti Crescent, Asokoro, Abuja or

NSRIC – PIO   C/o Office of the Permanent Secretary,   State

Secretariat, Minna, Niger State,

Note: Only pre-qualified firms/consortia will be invited for further discussions   please.   Further   enquiries      call   08036323232   or 08053222253 or ukpelekoshe2000@yahoo.com

info@rhaconsulting-ng.com

Tender Notice at Makarfi Local Government Council

Makarfi Local Government Council

Kaduna State

Tender Notice

As part of efforts to enhance the standard of living of people of Makarfi local government area of Kaduna State, the local government authority wishes to execute the following projects under the Subsidy Reinvestment Programme (SURE-P).

This is to invite suitably qualified contractors / Suppliers to tender for the following protects/ items.

1.       Renovation of primary health care cent res at Danguziri and Durum villages

2.       Construction and equipping of PHC centre at Gangara

3.       Construction of blocks of class rooms at govt Junior secondary school U/Tafida

4.       Construction of blocks of class room at Muriga

5.       Purchase of materials/items for poverty alleviation (Knitting machine)

6.       Purchase of tricycles (Keke Napep)

7.       Purchase of Irrigation pumping machines

8.       Energizing, testing and commissioning of electricity at Gangara/Mahangi, U/Mai Turawa and U/Bazai

9.       Repairs of vandalized electrical lines at Gangara, Kuzuntawa, U/Liman-N/Doya

10.     Purchase of Golf station wagon for security agencies

11.     Purchase of new Toyota bus

Requirement:

1.       Evidence of company registration

2.       Three years tax clearance

3.       Evidence of similar jobs executed in the past

4.       Ability to complete the project within the specified period

5.       Contractor must produce evidence of compliance with section 6(1)- (3) of the ITF amended Act No. 19 of 2011 as part of the requirements for the award of the contract

Submission of Documents

Eligible candidate should forward their documents, to the office of the director administration and general services of Makarfi local government area in a sealed envelope marked “Tender Bid for Construction of…,” and should be submitted on or before Friday 17th May 2013 with a non refundable fee of N20,000.00

Important Notice

This advert should not be considered as a contract award OR any commitment on the part of Makarfi local government, NOR shall it entitle any contractor and/or company to make claim whatsoever from the Makarfi local government by virtue of having responded to this advertisement.

Signed:

Management