Procurement of Agricultural Equipment at Federal University of Technology, Akure

Invitation for Bids (IFB)

Federal Ministry of Education

Science and Technology Education Post-Basic

(Step-B) Project

Federal University of Technology, Akure, Ondo State

(IDA Credit No 4304-UNI)

 

Procurement of Agricultural Equipment

IFB NO: STEP-B/CoEx Food Security/GDS/NCB/02/11

 

l.        This invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue No. 591 of 2nd July, 2007 and in 4 Nation al Dailies of the same date.

 

2.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of a Science and Technology Education Post – Basic (STEP-B) Project, and it intends to apply part of the Proceeds of this credits to payment under the Contract for the Supply of Laboratory Equipment for the Federal University of Technology, Akure.

 

3.       The Science and Technology Education Post – Basic (STEP-B) Project, FUT, Akure, Ondo State, now invites sealed Bids from Eligible Bidders for the Supply of Laboratory Equipment, Green House and Accessories, Processing and Post Processing Equipment for the Federal University of Technology, Akure

 

Lot No

 

Description

 

Quantity

 

Delivery period

 

Bid security

 

Delivery

Location

 

1 Laboratory Equipment Various as stated in the Technical specification 60 Days

 

At least 2.5% of the bid price Federal University of Technology, Akure. Nigeria
2 Green House and Accessories Various as stated in the Technical specification 60 Days

 

At least 2.5% of the bid price Federal University of Technology, Akure. Nigeria
3 Processing, Post-Processing and Handling Equipment

 

Various as stated in the Technical specification 60 Days

 

At least 2.5% of the bid price Federal University of Technology, Akure. Nigeria

 

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 Science and Technology Education Post – Basic (STEP-B) Project at the address below and inspect the Bidding Documents at address below from 10:00 am to 4:00 pm Mondays to Fridays, except on public holidays.

 

6.       Qualification requirements include:

  • Evidence of previous supply (sales) of Laboratory Equipment for the last 5 years.
  • Evidence of Company Registration with Corporate Affairs Commission.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidders in terms of Profitability and adequate working capital.
  • A Manufacturer’s Authorization for supply of Laboratory Equipment, Green House and Accessories, Processing, Post Processing and Handling Equipment.

 

7.       A Bidding Document in English, for each of the Lot, 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 (Ten Thousand Naira) only for each of the Lot. The method of payment will be by issuing Certified Cheque or Bank Draft in favour of FUTA STEP-B Project or into the Project’s Bank Account (UBA Plc., FUTA Branch 1011110458). The Bidding documents will be collected by the representative of the Bidder or by courier services on request.

 

8.       Bids must be delivered to the address below on or before Monday 24th November 2011 by 12 noon. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representative, who choose to attend in person at the address below on Monday, 24th November, 2011 by 12 noon. All Bids must be accompanied by a Bid Security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency.

 

9.       Bids will be opened in the presence of bidders’ representatives who choose to attend on 24th November, 2011 by 12 noon at the address below.

 

10.     The address refer to above is:

The Project Manager,

STEP -B Project Office, Obakekere Campus,

Federal University of Technology, Akure, Ondo State

Phone No: 08102812874

 

Signed:

The Project Manager (STEP-B)

Federal University of Technology, Akure, Ondo State

 

Request for Expressions of Interest (EOI) Consultancy Services (2) at Bureau of Public Procurement (BPP)

The Presidency

Bureau of Public Procurement

Request for Expressions of Interest (EOI) Consultancy Services [2]

Public Sector

Consulting services

Credit No: CR.IDA 40110-UNI

Project ID No: PO 88 150

 

The Federal government of Nigeria has received credit from the World Bank toward the Economic Reform and Governance Project (ERGP) and intends to apply a portion of it for payments for the engagement of Individual Consultants to carry out Field Inspection and Monitoring of Ongoing Federal Government Projects at various project sites across the six geo-political zones. The objective of the Field Inspection is to monitor and determine the level of implementation of FY2010 Federal Government Projects/Contracts and submit reports and recommendations.

 

The BPP/ERGP now invites eligible Individual Consultants to submit detailed CVs indicating their qualifications, experience in similar assignments, amongst other relevant evidence of competence Consultant(s) will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank’s Borrowers (Jan. 2011 edition).

 

Interested consultants may obtain further information at the address below during office hours, 8.00am 5.00pm, Monday Friday. Expressions of interest must be delivered to the address below on or before Thursday 13th October, 2011 by 12.00 noon.

Programme Manager,

BPP-ERGP Team, Bureau of Public Procurement (BPP),

11, Suleiman Barau Street,

State House, Abuja

Three copies of Expression of Interest must be packaged in sealed envelopes clearly marked “Expression of Interest as an Individual Consultant to Carry out field Project Inspection and Monitoring” and left in the appropriate Tender Box at the above address. All Eols will be opened immediately after the deadline in the Bureau’s conference room in the presence of bidders in attendance.

All enquiries to:

Info@bpp.gov.ng ,

Or call: 09-6252380, 6252377

Visit: www.bpp.gov.ng

Bureau of Public Procurement (BPP),

11, Suleiman Barau Crescent,

State House, Abuja.

Request for Expressions of Interest (EOI) Consultancy Services (1) at Bureau of Public Procurement (BPP)

The Presidency

Bureau of Public Procurement

Request for Expressions of Interest (EOI) Consultancy Services (1)

Public Sector

Consulting services

Credit No: CR.IDA 40110-UNI

Project ID No: PO 88 150

The Federal government of Nigeria has received credit from the World Bank toward the Economic Reform and Governance Project (ERGP) and intends to apply a portion of it for the engagement of Individual Consultants to carry out Hands on Training/Capacity Building in selected Federal Ministries, Departments and Agencies (MDAs).

 

The main objective of the Training exercise is to build capacity and raise the competence levels of sitting procurement officers in the selected MDAs where procurement capacity and the quality of procurement proceedings are adjudged low.

 

The BPP/ERGP now invites eligible individual Consultants to submit detailed CVs indicating their qualifications, experience in similar assignments, amongst other relevant evidence of competence Consultant(s) will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank’s Borrowers (Jan. 2011 edition).

 

Interested consultants may obtain further information at the address below during office hours, 8.00am 5.00pm, Monday Friday. Expressions of interest must be delivered to the address below on or before Thursday 13th October, 2011 by 12.00 noon.

Programme Manager,

BPP-ERGP Team, Bureau of Public Procurement (BPP),

11, Suleiman Barau Street,

State House, Abuja

Three copies of Expression of Interest must be packaged in sealed envelopes clearly marked “Expression of Interest as an Individual Consultant to Carry out Hands-On Training and Capacity Building” and left in the appropriate Tender Box at the above address. All Eols will be opened immediate after the deadline in the Bureau’s conference room in the presence of bidders in attendance.

 

All enquiries to:

Info@bpp.gov.ng ,

Or call: 09-6252380, 6252377

Visit: www.bpp.gov.ng

Bureau of Public Procurement (BPP),

11, Suleiman Barau Crescent,

State House, Abuja.

 

Invitation to Tender at Federal Government Girls’ College, Bauchi

Federal Government Girls’ College, Bauchi

P.M.B. 0031, Bauchi, Bauchi State:

27th September, 2011

Invitation to Tender:

 

In compliance with the public procurement Act 2007, the Federal Government Girls’ College, Bauchi invites reputable contractors to tender for the projects as indicated below

Projects/Description

 

S/N Project Lot. Number
1 Permeter fencing Lot. 1
2 Completion of multipurpose Hall Lot. 2
3 Renovation And Expansion of inning Hall Lot. 3

 

Eligibility Requirements:

 

1.       Registration with Corporate Affairs Commission (CAC)

2.       Registration with FGGC, Bauchi

3.       Company Audited Account for three (3) years

4.       Evidence of Tax clearance certificate for three (3) years

5.       Evidence of financial capacity and Banking support

6.       Experiences; Technical qualification and experience of key personnel

7.       Equipment and technology capacity

8.       VAT Registration and evidence of past VAT remittances

9.       Accompany every bid with affidavit of disclosure, disclosing whether any officer of MDA or BPP is a former or present director of company

10.     Bidders should indicate the job category they intend to bid for.

11.     Evidence of veritable experience on similar project(s) execution, (last 3 years) names of client contract sum and evidence of practical completion (copies of letters of award) certificates of completion to be attached)

12.     Company profile to include, among others, office address, current telephone numbers, and e-mail.

13.     Proof of registration with the national pension commission

14.     Any other relevant information that will be helpful in determining the company’s suitability for the  work.

 

B.      Payment of Tender Fee

Bidders are to pay non-refundable fee of N10,000.00 to accounts department FGGC, Bauchi

C.      Collection of Tender Documents:

Interested companies should collect Tender document from the secretary School Tenders Board FGGC, Bauchi upon payment of N10,000.00 non refundable fee for bid documents. Contractors should come alone with a certified bank draft of 3% Bid security.

 

D.      Submission of Tenders/Bids

All completed tenders /Bids, in sealed envelope(s) with written on top left hand corner as: (Indicate the Lot No. and Name of Project), with all documents duly endorsed, are to be dropped in the Tenders Box in the conference Room FGGC, Bauchi, on or before 7th November 2011.

 

E.      Closing of Submission:

Submission of tenders closes on Monday 7th November 2011 by 12:00 noon.

F.      Opening of Tenders/Bids

The tender documents received will be publicly opened on 7th November 2011 by 12.00 noon in the conference room FGGC, Bauchi.

 

The Bidder or representative of the bidding companies are invited to witness the opening of the tenders on Monday 7th November 2011 by 12:00 noon. Names of the successful bidders shall be placed on the college notice boards within seven (7) days, after the opening of tenders. Late bids will be rejected.

 

Failure to comply with the above state instructions or to provide any of the listed documents may automatically result in disqualification.

Signed:

SINI TUMBA (JP)

Secretary (STB)

FGGC, Bauchi

For: Principal

Procurement of Indoor Residual Spray Chemical, Equipment and Protective Clothing at Akwa Ibom State Malaria Control Booster Project

Invitation for Bids (IFB)

Name of Country:        Nigeria

Name of Project:    Akwa Ibom State Malaria Control Booster Project Credit Number:                4250-UNI

IFB Title: Procurement of Indoor Residual Spray Chemical, Equipment and Protective Clothing

IFB Number: AKS/MCBP/IRS/ICB/001/2011

Issuance Date: 21st September, 2011

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. GNP/001/06 of 13th September 2006

 

2.       The Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Akwa Ibom State Malaria Control Booster Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the procurement of Indoor Residual Spray Chemical, Equipment and Protective Clothing.

 

3.       The Akwa Ibom State Malaria Control Booster Project now invites sealed bids from eligible and qualified bidders for:

 

 

Lot Description Qty  (Satchels) Bid Security Bid Valid Delivery Period Delivery Location
IRS Chemicals

(Insecticides)

1 Lambdacyhalithrin CS 37,543      sachets At least 2.5% of Bid Price 120days Within 90 days Central Medical Stores, Uyo
2 Alhacypermerthrin 18,772      Sachets At least 2.5% of Bid Price 120days Within 90 days -do-
3 Deltamethrin 12,514      Sachets At least 2.5% of Bid Price 120days Within 90 days -do-
4 Spray Pumps 895No At least 2.5% of Bid Price 120days Within 90 days -do-
5.1 Protective Clothing 1,726No      Sachets At least 2.5% of Bid Price 120days Within 90 days -do-
5.2 Repair KITS 224No      Sachets At least 2.5% of Bid Price 120days Within 90 days -do-
5.3 Spray Board 8No At least 2.5% of Bid Price 120days Within 90 days -do-

 

4.       Bidding will be conducted through the International Competitive Bidding (ICB) 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 Akwa Ibom State Malaria Control Booster Project (MCBP), and inspect the Bidding Documents at the address given below from 0800 to 4.00 pm., Monday to Friday, except on public holidays.

 

6.       Qualifications requirements include:

 

a.       The bidder must  provide evidence that the Chemicals offered has approval by World Health Organization Pesticides Evaluation Schemes (WHOPES Prequalification Certificate)

b.       The Chemicals have been registered by NAFDAC

c.       Bid must be accompanied by 4 samples to be used for evaluation.

 

d.       The Bidder shall have been engaged in the business of supply of Chemicals for at least three (3) years supported with documents defining the constitution or legal status, place of registration, and principal place of business. Evidence of financial capability for this Contract shall be furnished by the bidder. 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 Language 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 (Ten thousand Naira only) or in $ 70:00 (Seventy US Dollars only). The method of payment will be by cash or bank draft in favor of Akwa Ibom State Malaria Control Booster Project. The document will be collected by bidder’s representative. The Bidding Documents may be sent by post upon payment of additional N5,000.00 (Five thousand naira).

 

8        Bids must be delivered to the address below on or before Tuesday, 1st November, 2011 by 11. 00 am. Electronic bidding will not be permitted. Late bids will be rejected.

 

The Project Manager

Malaria Control Booster Project

Ministry of Health, Block 8, Room 9

Idongesit Nkanga Secretariat Complex

Uyo, Akwa I bom State

 

9.       Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at time and date so stated in item No. 8. All bids must be accompanied by a Bid Security of at least 2.5% minimum percentage of bid price or an equivalent amount in a freely convertible currency.

 

1 0.    The address referred to in item No . 9 above is:

Conference Room,

Ministry of Health

Block 8, 3rd Floor

Idongesit Nkanga Secretariat Complex

Uyo, Akwa Ibom State.

Tel: +2348023297074, + 2348037927500

E-mail: inyangmbuk@yahoo.com ; drakrogo@yahoo.co.uk