Procurement of Laboratory Equipment and Field Experimental Materials at Federal University of Technology, Akure

Invitation for Bids (IFB)

 

Federal Government of Nigeria

Federal Ministry of Education

Federal University of Technology,  Akure

Science and Technology Education Post-Basic (Step-B) Project: Centre for Excellence in Food Security

(Credit No: IDA 4304 UNI)

Procurement of Laboratory Equipment and Field Experimental Materials

IFB No: Step-B/CoEx Food Security/GSD/ICB/01/12

Issued Date: 5lh April, 2012

1.         This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue No. 591of 2nd July, 2007 and 2 National Dailies of the same date.

 

2.         The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post-Basic Project (STEP-B Project), and it intends to apply part of the proceeds of this credit to payments under the contract for the Procurement of Laboratory Equipment and Field Experimental Materials.

 

3.         The Centre of Excellence in Food Security, Science and Technology Education Post-Basic Project, (STEP-B) Project, Federal University of Technology. Akure, now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

 

Lot No Item Description Qty Bid Price Delivery Period Location
1. Laboratory Equipment and Accessories 1 At least 2.5% of the bid price 90 Days Federal University of Technology Akure, Nigeria
2. General Analytical equipment

 

50 At least 2.5% of the bid price 90 Days Federal University of Technology Akure, Nigeria
3. Universal Testing Machine

 

1 At least 2.5% of the bid price 90 Days Federal University of Technology Akure, Nigeria
4. Oxidation Vessel and Mixer

 

6 At least 2.5% of the bid price 90 Days Federal University of Technology Akure, Nigeria
5. Direct Field Experimental Materials

 

Various At least 2.5% of the bid price 90 Days Federal University of Technology Akure, Nigeria
6. Green House and Accessories

 

1 At least 2.5% of the bid price 90 Days Federal University of Technology Akure, Nigeria
7. Oxen 2 At least 2.5% of the bid price 90 Days Federal University of Technology Akure, Nigeria

 

 

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

 

4.         Bidding will be conducted through the International Competitive Bidding (ICB), 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 Project Manager, STEP-B Project Office, Federal University of Technology, Akure and inspect the bidding documents at the address given below, between the hours of 9.00 am to 4.00pm Mondays to Fridays, except on public holidays.

 

6.         Qualification requirements include:

a)         Documentary of two contracts of similar nature and magnitude during the last five (5) years.

b).        Audited Financial Statements for the last three (3) years to demonstrate the financial capability of the Bidder in terms of profitability and adequate working capital.

c)         A Manufacturer’s Authorization for equipment not produced by the company

 

A margin of preference for certain goods manufactured domestically shall 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 N15,000.00 (Fifteen Thousand Naira only) or USS 100.00 (One hundred Dollars only). The method of payment will be Cash or Bank Draft in favour of FUTA STEP-B Project. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request which shall be at the bidder’s cost.

 

 

8.         Bids must be delivered to the address below at or before 12.00 noon local time on Wednesday 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 on Wednesday 16th May, 2012 at 12:00 noon local time. All bids must be accompanied by a Bid Security of at least 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

Step-B Project Office

Federal University of Technology

Akure, Nigeria Tel: +2348102812874  Email: futastepb@yahoo.com

Invitation for Pre-Qualification Exercise at Federal Judicial Service Commission, Abuja

Federal Judicial Service Commission, Abuja

Supreme Court Complex, Three Arms Zone, P.M.B. 484, Abuja

Invitation for Pre-Qualification Exercise

Preamble:

The Federal Judicial Service Commission (FJSC) wishes to invite competent, and reputable contractors and other service providers to apply for pre-qualification for the jobs specified below in its Year 2012 Budget. Comprehensive details in respect of the prc-qualification are as follows.

LOT I:             FACILITIES MANAGEMENT

LOT2:            PURCHASE   AND   INSTALLATION   OF   SECURITY

EQUIPMENT

LOT3:            PARTITIONING OF OFFICES

LOT4:            PURCHASE OF MOTOR VEHICLES

 

 

Pre-Qualification Requirement

Prospective Contractors shall be required  to submit the following pre-qualification documents:

(a)       Valid Certificate of Incorporation/Registration with the Corporate Affairs Commission;

(b)       Current Tax Clearance Certificate for the last 3 years (2009, 2010, 2011);

(c)        Value Added Tax Registration Certificate;

(d)       Company’s Profile including detail of key staff strength;

(e)       Name and Address of Banker(s) including a letter of reference from the Bank;

(f)        Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling the contractor’s obligation to their employees with respect to pensions;

(g)       Evidence of execution of similar contracts with the Federal Judicial Service Commission or any other government establishment (letter of award and certificate of successful completion must be attached);

(h)       Audited Financial Statements for the past 3 years (2009, 2010, 2011)

for Limited Liability Companies; and

(i)         Evidence of Registration with the Federal Judicial Service Commission (Not mandatory).

 

Submission of Pre-Qualification Documents

Pre-qualification documents should be enclosed in a sealed envelope marked “2012 PRE-QUALIFICATION” and must be addressed and returned on or before 16th April, 2012 to:

 

The Secretary,

Federal Judicial Service Commission,

Supreme Court Complex,

P.M.B. 484, Abuja.

 

Please  Note:

(a)       Late submissions will be rejected.

(b)       The Advertisement for “Pre-qualification to tender” shall not be construed to be a commitment on the part of the Federal Judicial Service Commission, nor shall it entitle any person to make any claim whatsoever and/or seek any indemnity from the Commission by virtue of such tender having responded to this advert.

(c)        Application for pre-qualification must be specific and should clearly state area of proven competence and interest.

(d)       Pre-qualification for each lot should be done separately as non-compliance may lead to disqualification.

(e)       Only Pre-qualified Contractors will be contacted.

 

SIGNED:

MANAGEMENT

Request for Expression of Interest at Federal Ministry of Power in association with Federal Ministry of Mines and Steel Development

Federal Republic of Nigeria

Federal Ministry of Power in association with Federal Ministry of Mines and Steel Development


Re-Advertisement for Selection of Contractors for Topographic Survey and Mapping, Geological Mapping, Geophysical and Subsurface Investigations


Request for Expression of Interest

 

 

Introduction

The Federal Ministry of Power, in association with the Ministry of Mines & Steel Development had,  in separate publications in the Economist Magazine of 14th May, 2011 the Guardian and Business Day Newspapers and Federal Tenders Journal respectively of 16th May, 2011 advertised for Expression of Interest by reputable firms for selection of contractors for topographic survey and mapping, geological

mapping, geophysical and subsurface investigations along the Enugu Axis (Lot I) and Gombe, Benue and Kogi Axis (Lot II).This is to further the on-going studies towards the development of Coal Mines and Coal Fired Plants. However, due to certain exigencies, the procurement exercise was not concluded. In view of the Federal Government of Nigeria’s intention to promote an accelerated utilisation of coal for power generation along the axes above, eligible companies are once again invited to submit Expression

of Interest (EOI) for providing technical specialist services under the supervision of prime consultants appointed by the Federal Government of Nigeria.

 

It is expected that companies that had earlier submitted EOI documents would be part of the pool to be evaluated. They are however free to submit any additional information they may deem necessary.

Description

Regional geological setting and earlier coal workings in the areas suggest presence of clastic sediments with a number of coal seams. However, precise characteristic of the deposit and coal seams may be established only after thorough investigation through field mapping and execution of prospecting methods to understand the sub-surface characteristics of the rocks.

 

1 .        The prospective contractors shall evaluate and update geological resources for the development of mineable reserves. The geological resources developed for the identified Coal Blocks will be assessed and updated by the prime Consultant according to JORC standards and requirements uporwthe completion of the necessary Field work and investigation now being advertised. The Contractor’s scope of work is categorized under the following Tasks:

Task A: Topographic survey and mapping

Task B : Geological mapping

Task C: Geophysical investigations

Task D: Subsurface/technical investigation

 

2.         Prospective contractors may submit expression of interest in one or more of the Tasks that fits their areas of core expertise.

 

Task A: Typography Survey and Mapping .

  • Contractor(s) shall carry out topographical mapping using a combination of both remote sensing and field work resulting in detailed topographical plans including all surface features.
  • Topographical mapping would be on a scale of 1:10,000/25,000.

 

Task B: Geological Mapping

  • Contractor(s) are to carry out geological mapping using combination of both remote sensing and field work based on demarcation of lithological boundaries and geological structures.
  • Contractor(s) shall carry out geological mapping in the area and provide geological plan including all surface geological feature, extent of deposit, location of old pits, trenches, borehole and where available, section of old mine workings.
  • Geological survey mapping  should be on a scale of 1:10,000/25,000.

 

Task C: Geophysical Investigation

Contractor(s) shall carry out geophysical prospecting to estimate the depth and continuity of deposits for the determination of optimal borehole locations. Considering the deceptive nature of geological trend which may be present in a structurally deformed terrain, appropriate standard methods for geophysical prospecting should be adopted.

 

Magnetic Survey

Magnetic survey shall be carried out at 25 meter station and 100 meter line intervals with an instrument sensitivity of InT.

 

Gravity Survey

Gravity survey shall be carried out at 50 meters station interval and 100 meter line interval with an instrument sensitivity of 0.001 mGal. One reference station shall be at a location where absolute gravity measurements have been made. Instrument drift shall be monitored from a base station to be established by the contractor.

 

At each site

  • Measure the latitude and elevation of the station (Using dual frequency DGPS, Elevation accuracy within +5 cm.)
  • Gravity measurement instrument must be levelled  at each station
  • Record the time at which the measurement is made.

 

  • Observe the surrounding topography – significant topography means that a terrain correction may be needed.

 

 

Task D: Subsurface/Technical Investigation

 

Task Dl: Pitting and Trenching,

Where required contractors shall carry out pitting and trenching at selective locations along and across the deposits. The number of pits and trenches and size would be decided by the prime Consultant after a study of the results of the geological and geophysical mapping. Contractors shall be required to possess the relevant and suitable equipment to carry out the task.

 

Task D2:  Drilling

  • Contractors shall carry out both diamond core and down the hole (DTH) within the proposed areas. The borehole location plan and number of boreholes for core and DTH drilling will be decided jointly with the prime Consultant after a study of the results of geological and geophysical mapping. Further details on the scope of the core drilling are listed hereunder:
  • Contractor(s) shall provide adequate numbers of Diamond Core drilling rigs with the necessary accessories and manpower and other ancillary equipment for Exploratory core drilling with HQ and NQ size as required; ‘
  • The boreholes may be either vertical or angular;
  • Borehole depth is from Om to 300 meters but may reach up to 750 meters;
  • Core recovery rate in all the formation should be at least 90% for coal and 95% other lithologies;
  • The prime Consultant shall provide the proposed borehole location plan of all the areas to be covered under exploration and Contractors) shall fix the proposed borehole location on the site including access to sites and drill platforms. Contractor(s) shall also determine the Reduce Level and coordinates of all the bore holes.
  • The core trays with appropriate lids, end-of-run markers and sample bags shall also be supplied by the Contractor(s)
  • All work shall be carried out in compliance with Nigerian environmental regulations.

 

Task D3: Borehole Geophysics

Contractor(s) shall be required to possess relevant international experience for the conduct of the necessary geophysical logs within the boreholes. Geophysical wireline logs will include calliper, gamma, density, resistivity and sonic parameters.

 

Task D4: Physio Chemical Analysis

Contractor(s) shall carry out the necessary analyses prescribed by the prime Consultant on the samples obtained from drilling and trenching/pitting. The tests will include typical coal analyses such as proximate analysis, calorific value, specific gravity, calorific values, coal petrography (maceral and reflectance), ash chemistry, ash fusion temperatures, hard grove, trace elements, float-sink tests, water tests and coal seam gas analyses. The contractor’s laboratory is expected to be internationally accredited complying with the relevant International standards.

 

Task D5: Geotechnical Tests

The Contractor(s) shall carry out the necessary analyses prescribed by the Consultant on the samples obtained from drilling and trenching/pitting. The typical tests will include all the relevant geotechnical tests related to the rock and soil mechanics.

 

SUBMISSION OF EXPRESSION OF INTEREST (EOI)

Interested companies are required to submit the following information:

  • Company profile with a copy of Certificate of Incorporation, Memorandum and Articles of Association and Corporate Affairs Commission Forms CAC-2 and CAC-7, where registered in Nigeria and Memorandum of Association for Joint Ventures (JV) Company’s registration with relevant professional bodies.
  • Curriculum Vitae of key staff who will be assigned for the conduct of the required services including qualification, individual experience in handling assignments and attestation if available.
  • Capacity profile of the Company and specification of technical equipment owned. Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last five (5) years with verifiable letter of contract award and certificates of job completion and details of on-going services on similar projects.
  • Submission of tax clearance for 2008, 2009, & 2010 for Nigerian firms.
  • Submission of evidence of Open Retirement Savings Account (RSA) with a Pension Fund Administrator (PFA) of choice for Nigerian company and JV.
  • Submission of Audited Account for 2008, 2009, & 2010 with a minimum Annual Turnover of N 100 million or its equivalent in any international currency in each of the last three years.

 

Submission of Remittance of both Employer & Employee Pension Contribution to the appropriate Pension Fund Custodian for Nigerian firms & JV.

 

Contractor(s) will be selected in accordance with the procedures set out in the Nigerian Public Procurement Act 2007. Clarification and further information may be sought in writing from Power Department on +234 9 4801994 or e-mail to power.fmp@gmail.com

 

Submission of Expressions of Interest (EOIs)

EOIs must be submitted in six printed copied and 1 CD-ROM copy in sealed envelope clearly marked “Expression of Interest for Technical Investigation on Coal to Power”.

 

EOIs should be addressed and delivered not later than 12.00pm Nigerian time on 16th April, 20 12 at the address shown below:

 

The Secretary

Ministerial Tenders Board

Federal Ministry of Power

Federal Secretariat Complex Room 347,

Phase 1, Annex III

Abuja, Nigeria.

 

Signed

Mrs. Ibukun Odusote

Permanent Secretary

 

Invitation to Tender at Inter-Country Centre for Oral Health (ICOH)

The Inter-Country Centre for Oral Health (ICOH) for Africa

(In Collaboration with World Health Organization)

Jos, Nigeria

3 CBN Road, P.M.B. 2067, Jos, Plateau State, Nigeria


Invitation to Tender

Introduction

The Intercountry -Centre for Oral Health (ICOH) for Africa, Jos, is a Federal Government Agency with the Federal Ministry of Health responsible for Oral Health Research and Training Initiatives. In compliance with the Public Procurement Act 2007 as regards procurement of goods, the Centre hereby invites interested, reputable and competent Contractors/Suppliers for the procurement of the following items for the 2012 Appropriation.

 

2.         Project Description

S/No Project Title Lot Remarks
1. Equipping and Furnishing of Auditorium 1
2. Equipping and Furnishing of Staff Canteen and Gymnasium

 

2
3. Procurement of PABX Equipments and Networking

 

3
4. Procurement of Vehicles

 

4

 

 

B1.      General Requirements

The Tenderer shall submit with its Tender, the following additional documents bound together.

i).         Receipt of Ten Thousand Naira (N 10,000.00) Tender processing fee.

ii)         Evidence of Incorporation/Registration with CAC.

iii)        Company Audited Account for three years.

iv)        Evidence of current Tax clearance Certificate for the last three years.

v).        Evidence of Financial Capability/Banking support

vi)        VAT Certificate and evidence of past VAT remittances

vii)       Evidence of remittance of pension contribution fund for staff of the Company as provided in sect/on 16, sub-section 6(d) of the Public Procurement Act, 2007

viii.      Evidence of performance in similar works

 

2.         Please note that the Bank Guarantee must comply with the format of Form G-6 as prescribed by the Bureau of Public Procurement guidelines for procurement of goods.

Bank Cheque or cash are not acceptable as Tender security.

C.    (1) Collection of Tender Documents

All interested bidders can obtain Tender documents at the Accounts Department of the Centre upon payment of a non-refundable Tender processing fee of N10,000.00 only.

 

(2)       Submission Of tender Documents

All bidders should submit their bids in sealed envelopes clearly marked with the following details:

(i)         Relevant LOT

(ii)        Name of Company, Address and valid contact phone No.

(iii)       All documents should be addressed to: The Director, ICOH for Africa, No. 3 CBN Road, Jos and dropped inside the “Tenders” box provided in the office of the Director  on or before Thursday, 7th May, 2012 before 11.am

 

 

D.        Opening Of tender Documents

Opening of tenders will commence at 12.00 Noon on Thursday 7th May, 2012 at the Auditorium of the Centre. Interested members of the public, civil society organizations and interested contractors or their representatives are hereby invited.

 

Note:

a)         Submission offender documents to the Centre is neither a commitment nor an obligation to award a contract to any contractor.

b)         All documents submitted maybe verified.

c)         The Management reserves the right to reject the lowest of any tender and will not assign any reason for the rejection.

 

(SGD)

Management

 

Invitation for Expression of Interest for the Execution of 2012 Capital Projects at Nigerian Institute of Science Laboratory Technology (NISLT)

Nigerian Institute of Science Laboratory Technology

Federal Ministry of Science and Technology

National Secretariat; Samonda, Sango/U.I Road, P.O. Box 9764, U.I Post Office, Ibadan, Oyo State

Invitation for Expression of Interest for the Execution of 2012 Capital Projects

1. Introduction

The Nigerian Institute of Science Laboratory Technology (NISLT) Samonda, Ibadan, a parastatal under the Federal Ministry of Science and Technology is desirous to undertake Tender exercise for the following proposed 2012 capital projects. The Institute invites competent and interested contractors and suppliers to indicate their interests in the following projects;

 

2. Scope of Work

01:     Procurement of High-Tech Laboratory Equipment, Library and ICT         facilities (including accessories, spares, installation and training).

02:     Procurement of Laboratory Chemicals, Reagents and Consumables.

03:    Painting of Perimeter fence of the Institute’s Headquarter site in Abuja.

04:     Construction of Generator and Utility House at the Institute’s Headquarters in Abuja

05:     Procurement of (100-250 KVA) Diesel Generators

06:     Consultants for Visitations and Inspections of Science Laboratories to ensure minimum standards

07:     Consultants for the Training of the Institute’s Technologists and Scientists in the area of Physical, Biological and Chemical Techniques

08:    Procurement of Office Equipment and Furniture

09:    Construction of Access and Internal Roads in the Institute’s site in Abuja

10:    Rehabilitation of Electricity, acquisition and installation of Solar Panels and Inverters at the Institute’s Secretariat, Ibadan

 

3.       Requirements

Interested Contractors and Suppliers are invited to submit the following documents for verification.

a)       Evidence of registration with the Corporate Affairs Commission and relevant government agencies.

b)      Value Added Tax registration certificate.

c)       Evidence of TIN registration.

d)      Full details of the company profile.

e)       Verifiable evidence of previous experience in relevant job.

f)       Evidence of financial capabilities.

g)       Tax clearance certificates for the last three years.

h)      Evidence of acquisition of specialized construction equipment.

i)       Audited Accounts for the last three years.

 

4.       Verification of Claims

Interested contractors, suppliers or vendors must note that the Institute reserves the right to verify any claims made in the documents submitted by them.

 

5.       Submission of Documents

The completed tender documents are to be submitted to the address below on or before 16th April 2012 of collection;

 

The Registrar/DG/CEO

Nigerian Institute of Science Laboratory Technology

(Federal Ministry of Science and Technology)

National Secretariat, Sango/UI Road, Samonda, Ibadan – Oyo State

Signed:

The Registrar/DG/CEO

Nigerian Institute of Science Laboratory Technology