Procurement of Vehicles at Adamawa State Rural Access and Mobility Projects (RAMP II)

Rural Access and Mobility Project (RAMPII)

Adamawa State Project Implementation Unit

Ministry of Rural Infrastructure & Community Development)

State Secretariat Complex, Yola

E-mail: ramp2yola@yahoo.com

 

Invitation for Bids (IFB)

Second Rural Access and Mobility Project (RAMP II) Adamawa

State Project Implement Unit

Credit No: 06290

Project ID: P095003

Procurement of Vehicles

IFB NO. ADRAMII/NCB/GOODS/V.1/1/2012

BID Issuance Date: 26th April, 2012

 

1.       Federal Government of Nigeria, through the Federal Ministry of Agricultural and Rural Development has received a credit from the international development Associations (IDA) towards the cost of second Rural Access and Mobility Project (RAMP II), and intends to apply part of the funds to payment under the contract for procurement of vehicles.

 

2.       Adamawa State Rural Access and Mobility Projects (RAMP II) now invites sealed bids from eligible and qualified bidders for the contract stated below:

 

 

Lot No. Contract Description Qty Bid Security Location Duration
1 4x4WD Double Cabin Pick-up 2.7 (2012) 2 At least 2.5% Bid price RAMP II SPIU MRICD-State Secretariat, Yola, Adamawa State 30 days

 

3.       Bidding will be conducted through National Competitive bidding (NCB) procedures specified in the World Bank 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 Adamawa state Rural Access and Mobility Project (RAMP II), Ministry for Rural Infrastructure and Community Development. state secretariat complex, Yola, Adamawa state –Nigeria and inspect the bidding document at the address given below from 9am- 4pm, Monday – Friday, expect public holidays.

5.       Qualifications Requirements include: Verifiable evidence of similar job executed, audited financial report for the last 3 years, manufacturers authorization letter. Additional details are provided in the bidding document.

 

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 Ten Thousand Naira (N10,000,00) only. The method of payment will be by bank draft to Adamawa state, RAMP II.

 

7.       Bids must be delivered to the address below on or before 25th May, 2012.Electronic bidding will not be permitted.

Late submissions will be rejected, Bids will be opened in the presence of the bidders or representatives who choice to attend in person at Adamawa state Rural Access and Mobility Project (RAMP II),ministry of Rural infrastructure and Community development, state secretariat Yola, Adamawa state Nigeria at 10:30am,Tuesday 25th May, 2012. All bids must be accompanied by a bid security of at least 2.5% of bid price. The bid security shall be in the form of a bank draft or bank gurantee as in the form provided in the bidding document from a refutable Commercial bank in Nigeria.

 

8.       The address referred to above is:

The Permanent Secretary,

Ministry of Rural Infrastructure and Community Development,

State secretariat Complex,

Yola, Adamawa state, Electronic mail address: ramp2yola@yahoo.com

 

9.       For further information, please call: 08036221691 ,08159981552, 08185442712

Invitation to Tender for the Provision of Security Services at a Print Media Organization

Invitation to Tender for the Provision of Security Services

 

As part of efforts to support business operations and enhance productivity to achieve operational efficiency, a print media organization with Headquarters in Abuja and offices in (six) 6 geopolitical zone wishes to request for submission of proposal from Security Service Providers.

 

Pre-Qualification Requirements:

Interested and competent Service Providers wishing to provide the above service must submit the following documents for verifications:

1.       Evidence of registration with Corporate Affairs Commission

2.       Comprehensive company profile including registered address, functional contact e-mail address, GSM phone number(s).

3.       Evidence of current retainer ship with other organizations

 

Submission of Pre-Qualification Documents:

Pre-qualification documents should be submitted in a sealed envelopes on or before 9th May, 2012 and addressed to:

The Admin Manager

P.O. Box 6873

Wuse Zone3,

Abuja,

Invitation for Pre-Qualification of Contractors for Construction Works at Proposed Jigawa State College of Remedial and Advanced Studies (JICORAS), Kafin Hausa

Jigawa State Government

Ministry of Education, Science and Technology, Dutse Jigawa State

Block 40-42 Old Secretariat P.M.B 7017. Dutse

Invitation for Pre-Qualification of Contractors for Construction Works at Proposed Jigawa State College of Remedial and Advanced Studies (JICORAS), Kafin Hausa

Jigawa State Ministry of Education, Science and Technology wishes to invite qualified contractors for pre-qualification to execute the following projects at the proposed Jigawa State College of Remedial and Advanced Studies, Kafin Hausa.

1.       a.       Construction of Classrooms

b.      Construction of Laboratories (including computer lab)

c.       Function Halls

d.      Administrative Facilities

e.       Students

f.       Staff Quarters

g.       Power Plant

h.      Security Post

 

2.       Pre-Qualification Requirements

 

The following are the pre-qualification requirements which should be submitted by the interested contractors.

i.        Certificate   of Incorporation   with   corporate affairs Commission

ii.       Three years Tax clearance and VAT registration

iii.      Company   Profile   including   names, qualification and experience of company staff

iv.      Evidence of financial capability to handle work

v.       Catalogue   of similar   works   successfully executed with names of clients evidence  of award/partial completion.

vi.      Valid Certificate of registration with State and Federal Works Registration Boards

 

3.       Applicants should submit their complete profile to the Director Planning, Research and Statistics of the Ministry not later than 9th May, 2012.

 

4.       Names of pre-qualified Contractors will be published   in the national   dailies   for bidding processes.

 

 

Signed

Management

Invitation for Bids for the Procurement and Installation of Renewable Energy Systems for the Establishment of Renewable Energy Model Rural at Usmanu Danfodiyo University, Sokoto

Federal Government of Nigeria

Federal Ministry of Education

UDUS Step-B Project: Centre Of Excellence On Renewable

Energy Research and Development

Issued Date: 25th April, 2012

Credit No: 4304 UNI

Invitation for Bids (IFB)

Invitation for Bids for the Procurement and Installation of Renewable Energy Systems for the Establishment of Renewable Energy Model Rural

Village through the Applications of Integrated Renewable Energy Systems

IFB NO: UDUS/STEP-B/NCB/001/2012

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591of2nd July, 2007 and 4 National Dailies of the same date.

 

2.       The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) towards the cost of Science and Technology Education Post-Basic (STEP-B) Project Centre of Excellence on Renewable Energy Research and Development, and it intends to apply part of the proceeds of this Credit to payments under the contract for the procurement and installation of renewable energy equipment for the development of model rural village through the applications of integrated energy systems.

3.       The STEP-B Project: UDUS Centre of Excellence on Renewable Energy Research and Development now invites sealed bids from eligible and qualified bidders for the procurement of the following:

 

Lot Item Description Qty Bid Validity Bid Security Delivery Period Location
1 5kw Solar Photovoltaic Electrification for the Danjawa Renewable Energy Model Village 1 90days 2.5% of Bid price only 60days Danjawa village within Usmanu Danfodiyo University, Main Campus.
2 Design and Construction of 500Watt Locally Made Wind Turbines for Electricity Generation at Model Village 2
3 Complete Set of Wind-solar hybrid Street Lamp System 1
4 Complete Set of  1.5kw-off grid Wind Turbine 1
5 Complete Set of Meteorological Data monitoring Equipment. 1
6 Construction of 20m3 Biogas Digester 1
7 Provision of Double hole, average family size improved wood burning stoves. 200
8 Development of (1.8m2) and 500 litre capacity Aluminum cased solar water Heating system for Danjawa model village 2
9 Dual operated solar cooking and drying systems for the family size of 5 20
10 Double exposure Solar cooking systems 20
11 Box type solar cooking system 40
12 Mixed mode large scale solar drying systems (for crops dryers 2

 

Discounts offered by the bidders will be considered in bid evaluation

 

4.       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.

5.       Interested eligible bidders may obtain further information from the UDUS STEP-B Project Office and inspect the bidding documents at the address given below, between the hours of 9.00 am to 4.00pm Mondays to Thursdays and 9.00 am to 1.00 pm Fridays, except on public holidays.

6.       Qualifications requirements include: (i) Evidence of previous works carried out in the past 5 years, and (ii) Audited financial statements for the last three years. A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

7.       A complete set of bidding documents in English Language may be purchased by interested bidders upon payment of a non-refundable fees of Ten thousand naira only (N10,000.00) payable to UDUS STEP-B CENTRE OF EXCELLENCE ON RENEWABLE ENERGY RESEARCH AND DEVELOPMENT Account No. 6016109667 with Zenith Bank Plc Main Branch Kano Road Sokoto. The bidding document could be collected by hand, email or courier service on request by the bidder,

8.       Bid must be delivered to the address below on or before 2:00pm local time on Monday 23rd May, 2012. 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 address below on 23/05/ 2012 at 2:30pm local time. All bids must be accompanied by a Bid Security of not less than 2.5% of bid price in local currency or an equivalent amount in a freely convertible currency,

9.       The address referred to above is:

The Project Manager

UDUS STEP-B Project Office

Opposite old site of Energy Research Centre, Main Campus

Usmanu Danfodiyo University, Sokoto

PMB: 2346, Sokoto

Email Address.

aichafe@yahoo.com, gsbshinkafi@yahoo.com , ngaskiu@yahoo.ca, rmladan@yahoo.com

 

phone: 08065910743, 08034449867, 0806951746

 

Signed

Ahmed Isah Chafe

Project Manager

Procurement of Motor Vehicles at Sokoto State HIV/AIDS Programme Development Project II (HPDP II)

Invitation for Bids (IFB)

Federal Government of Nigeria

Sokoto State HIV/AIDS Programme Development Project II (HPDP II)

Procurement of Motor Vehicles

Credit No: 4596- IFB No: So/HIV/GD/002/NCB/12

1.       This Invitation of Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. [insert number] of 25th April. 2012.

 

2.       The Federal Government of Nigeria has received credit from the International Development Association toward the cost of HIV/AIDS Programme Development Project II (HPDP II), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Motor Vehicles.

 

3.       The Sokoto State HIV/AIDS Programme Development Project II (HPDP II) now invites sealed bids from eligible and qualified bidders for Procurement of the following Motors Vehicles

 

Lot No. Description Qty Delivery Schedule Bid Validity Period Bid Security Value Site of Delivery
1 18 Setter Bus 1 60 Days from the date of contract award

 

 

90 days

 

Not less than 3% of Bid Price

 

 

2 Saloon Car 1 60 Days from the date of contract award

 

90 days

 

Not less than 3% of Bid Price

 

 

3 4×4 Wheel Drive (Double Cabin) 1 60 Days from the date of contract award

 

90 days

 

Not less than 3% of Bid Price

 

 

 

Bidders may bid for any or more lots and discounts offered for the award of combined lots would be considered in bid evaluation.

 

4.       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.

 

5.       Interested eligible bidders may obtain further information from, The Project Manager, Sokoto State HIV/A1DS Programme Development Project II (HPDP II), email address: sokotosaca@yahoo.com.  GSM; 08036087950, 08065738892 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, except on public holiday.

 

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

 

7.       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 N15,000 only. The method of payment will be in cash/bank draft. The Bidding Documents will be delivered directly or sent by currier.

 

8.       Bids must be delivered to the address below on or before 10.00am 16th May, 2012 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 address below at 10.00am on 16th May, 2012.

 

9.       The address referred to above is:

The Project Manager,

Sokoto State HIV/AIDS Prog. Dev. Project II

No.6 Isau Road off Sama Road, Sokoto

GSM: 08036087950, 08065738892

Email: sokotosaca@yahoo.com