Procurement of Books/Journals, Office/Audio Visual Equipment and 250KVA Generators at Federal University of Technology, Minna

Invitation for Bids (IFB) Nigeria

Federal University of Technology Science and Technology Education Post Basis (STEP-B) Project

Centre of Excellence

 

Procurement of Books/Journals, Office/Audio Visual Equipment and 250KVA Generators

 

Credit No: IDA 4304-UM

Issuance Date: May 16, 2011

 

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 Government of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic (STEP-B) Project and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Books/Journals, Office/Audio Visual Equipment and Generators, FUTM/STEPB/GDS/NCB/2011/01

 

3.    The Science and Technology Education Post Basic (STEP-B) Project Centre of Excellence, Federal University of Technology Minna now invites sealed bids from eligible and qualified bidders for Procurement of items listed below

 

Lot Description Qty (Unit) Location Delivery Period Bid Security
1 250 KVA Generators 2 Federal University of Technology Minna 60 days

 

At least 2.5% of Bid Price
2 Books/Journals

 

Various Federal University of Technology Minna 60 days

 

At least 2.5% of Bid Price
3 Shared Office Equipment Various Federal University of Technology Minna 60 days

 

At least 2.5% of Bid Price
4 Audio Visual Equipment and Accessories Various Federal University of Technology Minna 60 days

 

At least 2.5% of Bid Price

 

 

Bidders may bid for any one or more lots discounts offered for the award of combined lots will 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 and inspect the Bidding Documents at the address given below between the hours of 9:00am through 4.00 pm on Mondays to Thursdays and 9.00 am to 1.00pm on Fridays excluding public holidays,

 

6.       Qualifications requirements include:

  • Evidence of previous supply (sale) of similar items proposed for the last 5 years
  • Audited financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital
  • A Manufactured Authorization for the items shall be required. 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 N10,000.00 (Ten Thousand Naira) only, or $80 (Eighty United States Dollars) only. The method of payment will be in Cash or Bank Draft in favor of Science and Technology Education Post Baste (STEP-B) Project Federal University of Technology Minna. The Bidding Documents will be collected by hand or courier service on request

 

8.       Bids must be delivered to the address below on or before 12 noon on Thursday, 16th June, 2011. 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 12 noon on Thursday, June 16, 2011. All bids must be accompanies by Bid Security of at least 2.5% of the Bid Price or an equivalent amount in a freely convertible currency from a reputable Commercial Bank.

 

9.       The address referred to above is:

The Project Manager

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

STEP-B Office, old Senate Building, Bosso Campus

Federal University of Technology, P.M. B 65 Minna,

Niger State, Nigeria

Tel: 08035908861,

e-mail: momohfut@yahoo.co.uk

Execution of Projects at Nigerian Meteorological Agency (NIMET)

Nigerian Meteorological Agency (NIMET)

33, Pope John Paul II Street, off Gana Street

Maitama District, Abuja. Nigeria.

NIMET/NCB/2011/001

 

Invitation for Bids

Introduction:

The Nigerian Meteorological Agency (NIMET) in fulfillment of its mandate to monitor weather, climate and provide early warning advisories; and in accordance with the 2007 Public Procurement Act, Invites interested eligible and reputable contractors to tender for the execution of the following projects which are to be funded through the 2011 Federal government , Appropriation.

 

Package 1: Construction of Synoptic Offices

 

Lot 1: Zaria

Lot2: Umuahia

 

Package 2: Construction of Marine Met Forecast Offices/Centres

 

Lot 1: Apapa (Lagos)

 

Package 3: Construction of Zonal Meteorological Office for South-South Zone, Port Harcourt

Package 4: Procurement of Conventional Instruments for NIMET Stations Nationwide

 

Lot 1: Procurement   of   ordinary Rainguages

 

Lot 2: Procurement of Stephenson screens and Dry and Wet Bulb Thermometers

 

 

Interested and eligible bidders are to obtain further information and collect the bidding documents at the address given below from 10:00am to 4:00pm, Mondays to Fridays, except on public holidays.

Qualification Requirements:

Interested bidders are expected to meet the following qualification requirements:

  1. Evidence of Incorporation in Nigeria (CAC forms CO2 and CO7)
  2. Evidence of immediate past and three years’ tax clearance certificate, (i.e. 2008, 2009, 2010).
  3. Evidence of registration and remittance of Value added Tax (VAT).
  4. Evidence of compliance with the relevant provisions of the Pension reform Act 2004
  5. Company Profile
  • Evidence of key professional staff with relevant experience and registration with relevant professional bodies
  • Verifiable documentary evidence of similar jobs successfully executed within the last five years. Such evidence shall be in form of valid and verifiable letters of award of contract, contact agreement and completion certificate or interim payment certificates, where such jobs are still in progress.
  • Verifiable evidence of availability through ownership and/or leasehold of appropriate equivalent/machinery to be deployed for the execution of the project.
  1. Evidence of financial capability and availability of bank support if awarded the contract. Please note that bankers’ letter merely stating that the applicant operates an account within a turnover range  is  not an adequate evidence of financial capability and therefore not acceptable,
  2. Three years audited accounts of the company (2008, 2009,2010).
  3. Evidence of a minimum annual turnover of Twenty Million Naira (N20m). All bidders must include as part  of their bids submission,
  4. For packages 4 to 7, verifiable evidence of accreditation or affiliation with relevant equipment manufacturers.

Collection of Bidding Documents

A complete set of bidding documents in English in English Language may be obtained from the address below on payment of a non-refundable fee of N25, 000.00 (Twenty-Five Thousand Naira) only payable in Cash or Bank Draft issued in favor of Nigerian Meteorological Agency. The bidding documents will be collected on presentation of the receipt of payment (original and photocopy).

Submission of Bidding Documents

Bids must be delivered in containing two separately sealed envelopes marked technical and financial bids as the case may fee, to the address below on or before 12:00 noon 27th June, 2011, Bids will not be collected after this period. The name and mailing address of the bidder, including valid contact telephone number must be clearly marked on the envelopes. Electronic bidding will not be permitted,

 

 

The Director-General/CEO,

Nigerian Meteorological Agency (NIMET),

Maitama District, Abuja. Nigeria

Opening of Bids

Bids will be publicly opened in the presence of representative of bidders who choose to be present at the agency’s conference room at the address above at 2:00pm on Monday, 27th June, 2011

 

 

Bid Security

All bids must be accompanied by a bid security of 2 per cent of the bid value.

 

Note: Bidders who do not scale through the technical evaluation stage shall have their financial bid(s) returned unopened.

 

Enquiries

For Enquiries, please call

08059794409

NB

The advertisement shall not be construed as a commitment on the part of NIMET nor do shall it entitle responding contractors to seek any indemnity from NIMET by virtue of the contractors having responded to the advertisement.

 

 

The Nigerian Meteorological Agency is not obliged to accept the lowest or any tender.

 

Signed

Director Meteorological Agency,

33, Pope John Paul II Street,

Maitama, Abuja

Expression of Interest on Housing Development at Roayal Timfun Ltd

Expression of Interest on Housing Development

 

Pre-Qualification submissions are hereby invited from suitable and reputable indigenous Nigeria Companies to build 2000 houses in Abuja, having requisite experience and capability in respect of scope of work summarized below.

 

 

Scope of Work for 2000 Units:

  • Construction of 2 bed room semi detach
  • Construction of 3 bed room full detach
  • Construction of 3 bed room duplex
  • Construction of 4 bed room duplex

 

Interested companies are required to apply in writing and should pay a non-refundable fee as stated in the table below:

 

BUNGALOW DUPLEX
2BD ROOM S/DETA 3BD ROOMFULLY 3BD DUPLEX

 

4BD DUPLEX

 

1 building 200,000

 

220,000

 

250,000

 

250,000

 

2Building 300,000

 

400,000

 

400,000

 

400,000

 

 

In Bank draft in favor of ROYAL TIMFUN LTD.

 

The   letter   which   be   accompanied with following document, should be returned in a sealed envelope to the office

 

Attention:

The Chairman, Expression of Interest

Housing Development, Anbeez Plaza, Plot

2121, Block B, Suite 2017 and 2019, 2ND Floor,

NDOLA Square, Opp Old C.A.C, Wuse Zone 5 Abuja

 

 

  1. Evidence of incorporation/registration
  2. Current Audited Account in the last three years.
  3. Company profile
  4. Evidence of verifiable relevant experience in executing similar job and other relevant information.
  5. Bank Draft.

Submission to be done by hand and deposited in the above office  on or before 15th June, 2011

Signed

Management

Roayal Timfun Ltd.

Invitation to participate in a Re-Advertised Pre-Qualification /Tendering Exercise for Execution of year 2010 ETF BOT-Special Intervention for Biotech Equipment Supplies and Installations at Ebonyi State University

Invitation to participate in a Re-Advertised Pre-Qualification /Tendering Exercise for Execution of year 2010 ETF BOT-Special Intervention for Biotech Equipment Supplies and Installations in EBSU

 

Interested companies duly registered with Ebonyi State University Abakaliki are hereby invited to submit technical and pre-qualification bids in a re-advertised invitation for the supply and installation of the underlisted equipment under the year 2010 ETF BOT special intervention.
Scope of Work

The contract shall cover the supply and installation of the following sundry equipment

 

  1. LOT: 1 (ETF Project No.: UNIV/ABAKALIKI/BOT-SP/ETF/10/01): Supply, installation and training  for  Biotechnology  Laboratory equipment.
  2. LOT: 2(ETF Project no: UNIV/ABAKALIKI/BOT-SP/ETF/10/02)1 No 27KVA sound proof Generator.
  3. LOT: 3(ETF Project no: UNIV/ABAKALIK1/BOT-SP/ETF/1003) I No 10K VA Inverter complete with accessories

 

All bids must be accompanied with:

  1. Evidence of payment of non refundable fee N10.000.00
  2. Evidence of registration with Corporate Affairs Commission (CAC)
  3. Evidence of last three years company’s audited accounts prepared by a Chartered Accounting Firm.
  4. Evidence of tax clearance for the last three years expiring Dec;2010
  5. Company’s Bank statement for the last 12 months and a reference letter from the Bank
  6. Verifiable evidence of similar jobs successfully executed within the last three years.
  7. Sworn affidavit confirming that none of the firm’s directors has been convicted for criminal offence in any court of law and that all information presented in the company’s bid documents are true,
  8. In addition to the above requirements, bidders far LOT 1 must enclose the following:
  9. Full details of the Company’s profile, indicating their list of key personnel/relevant technical staff, copies of professional qualifications and CV; the company’s name, legal status, verifiable contact address and telephone numbers.

Collection Offender Documents

  • Companies who are successful in the pro-qualification exercise shall be invited to proceed and collect the financial tender documents from the office of the Director of Works, via office of the Registrar, Ebonyi State University, Abakaliki, upon the presentation of evidence of payment of the non refundable tender fee of N 10, 000, 00 in bank draft to the Bursary Department of the University.

 

 

Submission of Pre-Qualification

The sealed envelope containing the duly signed pre-qualification documents is to be addressed and submitted to the Registrar /Secretary to Tenders Board, Ebonyi State University, Abakaliki, not later than 30th May, 2011

 

NB:

  1. Tenders are please advised to indicate the project lot number at the top left hand corner of their envelope.
  2. Representatives of qualified companies shall be invited to witness the opening of the tender at the Council Chambers of the University  on a date that shall be communicated later.
  3. Successful companies shall provide PERFORMANCE BOND whose value shall not be loss than 10% of the contract sum before signing the contract.

Signed:

SAM. N. EGWU

Registrar/Secretary to University Tenders Board

 

Expression of Interest for the Provision of Site and Services at Capital City Development Authority

Bayelsa State Government of Nigeria

Capital City Development Authority

 

Expression of Interest for the Provision of Site and Services for Yenagoa Central Business District

 

 

As part of efforts to improve private sector participation in the economic sphere of Bayelsa State, the Government has commenced and establishment of Yenagoa Central Business District (CBC), a proposed world-class economic support infrastructure designed to drive economic and commercial activities in Bayelsa State and the entire Niger Delta region.

 

 

In line with this objective, the State government is desirous of providing site and services (internal roads, water facilities, comprehensive drainage system, etc) for the effective take-off of the CBD. Consequently, contractors with requisite expertise and experience are requested to express their intent for the provision of internal road networks totalling one (1) Kilometre within the CBD under a Public-Private Partnership initiative.

 

Qualification Documents

  • Interested partners are requested to submit proposals with relevant documents to include the following:
  1. Certificate of Incorporation with Corporate Affairs Commission (CAC).
  2. Comprehensive Company Profile to include the following:
    1. i.            Organization Strength and Structure
    2. ii.            Evidence of involvement and Experience in the provision of similar services.
  3. Audited Account for the Past 3 years
  4. Tax Clearance certificate for 2008, 2009 and 2010,
  5. Vat Certificate.
  6. Evidence of financial capability from a Nigeria Bank. The above documents should be accompanied with a non-refundable qualification fee of One Thousand Naira (100.000.00) only, made payable to capital City Development Authority, Account  No. 0073144418, Equatorial Trust Bank (ETB)

 

Submission of Documents

All completed documents (three copies) should be submitted not later than 30th May, 2011. Such documents must be sealed and clearly marked “CBD Internal Roads.” At the top left corner of the envelope and addressed to:

The head, Procurement Unit,

Capital City Development Authority,

Sani-Abacha Way,

by Imgbi Roads Round-About,

P.M.B. 146,

Yenagoa