Constructions of Classroom Blocks Laboratories and Examination/Dining Halls/Procurement of Educational Materials at Yobe State Government in conjunction with Educational Trust Fund (ETF)

Yobe State Government of Nigeria


Invitation to Tender Bids for the Years 2009/2010 E.T.F. Normal Intervention for the Constructions and Procurements of Projects at Secondary Schools Across the State.

 

Yobe State Government in conjunction with Educational Trust Fund (ETF) hereby invite interested, experienced and reputable Contractors Registered with Yobe State Works Registration Board (Yobe State Tenders Board) to bid for categorized Constructions of Classroom Blocks Laboratories and Examination/Dining Halls at GSS Kukuri, GSTC Gujba, BEST Centre Damaturu and GSS Kumaganam. And as well as Procurement of Educational materials.

 

Interested Contractors are to collect their Tenders Bids Documents from the Directorate of Planning Research and Statistics, Ministry of Education upon payment of non-refundable fees of N20.000.00 for each Lot under Construction work. And for Procurement works range from N5.000.00 to N50.000.00 for each, payable to Zenith Bank Damaturu and present the Teller to State Tenders Board, Ministry of Finance, Damaturu and obtain the Receipt

Submission of Document

The document should be neatly packed in a sealed envelope marked “Confidential Tender Bid for 2009/2010 ETF Normal Intervention, Construction of… /Procurement of….” should be delivered not later than 23rd May, 2011

to:

The Honourable Commissioner,

Ministry of Education,

State Secretariat, Along Maiduguri Road,

Damaturu, Yobe State.

 

 

Notwithstanding,   the   submission   of tender bids document, the Ministry of Education is not;

  1. Committed or obliged to include any company in the exercise or award contract to any contractor or agents or associates,
  2. Will only recognize and correspond with duly authorized officers of the companies through Individuals

 

 

Please, contact the Secretary Tenders Board, Ministry of Finance for more information.

 

Signed;

Shettima Balube

(Secretary Tenders Board)

For: Hon. Commissioner (MOF)

Invitation for Tender and Pre-Qualification for the Years 2010 ETF Special Intervention Projects at Bayero University, Kano

Bayero University, Kano

Office of the Registrar

 

Invitation for Tender and Pre-Qualification for the Years 2010 ETF Special Intervention Projects to be Carried out at Bayero University, Kano

 

 

Bayero University, Kano intends to carry out the under listed projects at its various campuses

Tenders are to be purchased by capable and competent contractors who are currently registered with the Federal Ministry of Works and/or Bayero University, Kano in categories. When completed the tender documents are to be returned with pre-qualification documents to contain the following;

 

 

  1. i.            Evidence of Registration with Corporate Affairs Commission
  2. ii.            Evidence of Category of Registration as Contractors with BUK or FMW
  3. iii.            Tax Clearance Receipt /Certification for the last (3) years
  4. iv.            List of Plants/Machinery and Equipment.
  5. v.            List and type of personnel working for the company with their CVS
  6. vi.            List of verifiable and similar projects completed within the last three (3) years with evidence
  7. vii.            Evidence of compliance with Pension Act.
  8. List of on-going projects with their cost (s) and evidence of award.
  9. ix.            Relevant information concerning means of contacts, e.g Telephone, E-mail address etc of the company
  10. x.            Photocopy of receipt as evidence of payment to tender proceeding fees

 

3.   The tender and pre-qualification documents are to be submitted  on or before 26th May, 2011 to the Registrar office by 12:00 noon,

 

4.   Late submission from any contractor after the expiry date will not be considered

5.   The projects and their tenders fees are as follows:

 

 

S/N Projects Tender Fees
1 Procurement of equipment for facilties upgrade in Agricultural Engineering Department, Including installation, commissioning and training. BUK/SIP-2/ETF/10/01 200,000.00
2 Procurement of equipment for facilities upgrade in Civil Engineering Department, inducing installation, commissioning and training. BUK/SIP-2/ETF/10/02 200,000.00
3 Procurement of equipment for facilities up-grade in Electrical Engineering Department, inducing installation, commissioning and training. BUK/SIP-2/ETF/10/03 200,000.00
4 Procurement of equipment for facilities up-grade in Mechanical Engineering Department, including installation, commissioning and training. BUK/SIP-2/ETF/10/04 200,000.00
5 Procurement of equipment for facilities up-grade for Central Workshop including installation, commissioning and training.BUK/SIP-2/ETF/10/05 200,000.00
6 Construction of Faculty of Agriculture LOT A BUK/SIP-2/ETF/10/09A 200,000.00
7 Construction of Faculty of Agriculture Lot B BUK/SIP-2/ETF/10/09B 200,000.00
8 Construction of Department of Anatomy complex BUK/SIP-2/ETF/10/09B 200,000.00
9 Construction of Departments of physiology complex  BUK/SIP-2/ETF/10/11B 200,000.00
10 Contraction of Dean’s Office Faculty of Science  BUK/SIP-2/ETF/10/14 200,000.00
11 Construction of office Complex for Departments of Geography and Sociology BUK/SIP-2/ETF/10/17 200,000.00
12 Construction of 300-seat Capacity Lecture Theater for Faculty of Law BUK/SIP-2/ETF/10/20 200,000.00
13 Rehabilitation with furnishing of faculty of Law BUK/SIP-2/ETF/10/19 50,000.00
14 Extension of existing Faculty of Law Library BUK/SIP-2/ETF/10/21 25,000.00
15 Renovation of school of Postgraduate Studies With Procurement of equipments and furniture items BUK/SIP-2/ETF/10/24 25,000.00

 

Signed:

Sani Ibrahim Amin

Registrar

Procurement of Vehicles at Sustainable Management of Mineral Resources Project (SMMRP)

Invitation for Bids (IFB)

Federal Government of Nigeria

Ministry of Mines and Steel Development (MMSD)

Sustainable Management of Mineral Resources Project (SMMRP)

Credit No. 4012-Uni

Procurement of Vehicles

IFB No. (MMSD/SMMRP/NCB/G/01/2011)

 

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. ID-843108 of 9th December, 2004

 

  1. The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Sustainable Management of Mineral Resources Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the PROCUREMENT OF VEHICLES.

  1. The Sustainable Management of Mineral Resources Project now invites sealed bids from eligible and qualified bidders for the Supply and Installation of:

 

 

Lots Item No. Description Quantity Bid Security
1 3.5-LITER DOHC 16-VALVE SEDAN 2 2.5% of Bid price

 

 

  1. 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, ands is open to all bidders from Eligible Source Countries as defined in the Guideline.

 

  1. Interested eligible bidders may obtain further information from Sustainable  Management of Mineral Resources Project at the address below and inspect the Bidding Documents from 11:00am  to 4:00pm Mondays to Fridays.

 

  1. 6. Qualification Requirement Include:
  • Documentary evidence of previous supply (sale) of similar vehicles proposed for the last 5 years.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capacity of the Bidder in terms of profitability and adequate working capital.

A margin of preference for eligible national contractors shall not be applied

 

  1. 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 N10,000.00 (Ten Thousand Naira) Only or 70 USD (Eight US Dollars). The method of payment will be bank draft in favor of Sustainable Management of Mineral Resources Project. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request
  2. Bid must be delivered to the address below at or before 10:00am on Thursday June 2nd, 2011. 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 at 10:30am on Thursday June 2nd 2011. All bids must be accompanied by a Bid Security as indicated in the table in paragraph three above or an equivalent amount in a freely convertible currency.
  3. The address referred to above is:

Project Coordinator

Project Management of Mineral Resources Project (SMMRP)

Ministry of mines and Steel Development

No 6 Marte Close, off Misau Crescent

Garki II  – Abuja

Nigeria

 

Tel: +234-8053000153, 8033140096

Email: uladie2001@yahoo.co.uk , uladie@msmd.gov.ng

 

 

 

 

Supply of Good and Services at Nursing and Midwifery Council of Nigeria

Nursung and Midwifery

Council of Nigeria

 

Invitation Tender

  1. The Nursing and Midwifery Council of Nigeria, is a parastatal of the Federal Ministry of Health, in accordance with the provisions of public Procurement Act, 2007, the council hereby invites reputable contractors and ICT Consultants to Tender for the under listed jobs.

LOT 1: Supply of Registered Nurses Badgets      –        20, 000units

LOT 2: Supply of Registered Midwives Badges –        15,000units

LOT 3: Supply of 100KVA sound Proof generators (Perkins) – 3Units

LOT 4: Development and hosting of web based portals.

2. Tender Requirements

Interested Companies Are to Submit the Following Verifiable Documents;

  1. Evidence of Registration with Corporate Affairs Commission (CAC)
  2. Tax Clearance Receipt /Certification for the last (3) years
  3. VAT Registration certificate and evidence of past VAT remittance.
  4. List of Professional staff and qualifications for ICT Consultants. (ICT Consultants Only)
  5. Evidence of registration with relevant ICT professional Body. (ICT Consultants Only)
  6. Evidence of similar suppliers/Contracts executed in the last 3 years
  7. Evidence of financial capability and Bank Support.
  8. Company’s profile.
  9. Evidence of Payment of non refundable tender fee of Ten Thousand (10.000) to the Nursing and midwifery council e-payment account at FIRST BANK OF NIGERIA PLC. Area 3, Garki Account Number 40020400001410.
  10. ICT Consultants are to collect the technical information on Nursing and Midwifery Councils portal frame work from the office of the Head of Procurement, Room 9 on payment of non refundable Tender fee of Ten Thousand (10.000) only as in the above no.
  11. Samples of the Badges are available for sighting in the office of the Head of procurement (Room 9)

3. Submission of Tender Documents

    1. ICT Consultants are to submit detailed technical proposal on the development, deployment and hosting of council’s web based portals with its financial bids documents in sealed and waxed envelop.
    2. All tender and financial bids documents should be Enveloped separately Sealed, waxed and addressed to:

The Secretary General/Registrar,

Nursing and Midwifery Council of Nigeria,

Plot, 713,

Behind Berger Yard

Life  Camp.

Abuja.

 

All sealed Documents should be Hand delivered by authorized representative of the company to the Office of the Head of Procurement (Room 9), Not later than 12:00noon of Tuesday, 24th may, 2011.

 

 

4.  Opening of Tender Documents

All Tender Documents will be publicly opened at

Venue: Conference Room, Summit Vitas (HOTEL & SUITES), Plot 314, Opposite AP filling Station, Life Camp

Junction, Karmo Road, Abuja

Date: Wednesday, 25th May, 2011

Time: 10:00am, Prompt

 

All representatives of Companies that submitted Tender Documents and Civil/Transparency Societies  are hereby invited to attend.

 

 

Joko Ibrahim (Mr.

For Secretary general/Registrar

 

Construction/Supply of Goods at FCT Universal Basic Education Board

FCT Universal Basic Education Board

Invitation to Tender for Universal Basic Education

Board (ETF) Projects

The FCT Universal Basic Education Board is inviting competent and interested companies to submit technical and financial bids for the under listed project

 

Scope of Work

Category     A:      Construction of classrooms

B:      Construction of Science Laboratories

C:      Construction of VIP toilets

D:      Supply of classroom furniture

 

2.       PRE-QUALIFICATION REQUIREMENTS

a.       Evidence of incorporation/ Registration with Corporate Affairs Commission (CAC)

b.       Photocopies of three (3) years clearance Certificate (for year 2008, 2009 and 2010) issued by the Federal Inland Revenue Services

c.       Photocopies of Value Added Tax (VAT) certificate

d.       Company resume including details of key staff to be deployed for execution of the contract and GSM phone number(s)/email addresses

e.       List of equipment to be used for the project and their location. State whether the equipments are on lease, hire or owned by the company with evidence

f.       Evidence of execution and experience of similar work(s) done by the contractor, stating contract sum and showing evidence of award and timely completion

g.       Audited accounts of three (3) years (for year 2008, 2009 and 2010) from a Chartered Firm and

h.       Evidence financial capability from the company’s Bankers

 

3.       Collection of Tender Documents

Interested companies should collect tender documents from the Board Area 2, Gaki-Abuja. Upon the presentation of evidence of payment of N20,000.00 (Twenty thousand naira) only non-refundable tender fee in FCTA Account no. 051503010000426 with Fidelity Bank Central Area – Garki.

 

4.       Submission

The pre-qualification and lender documents should each be sealed and labeled (Technical and Financial Bids as appropriate) separately and the two envelops be put in another envelop that should also be sealed and labeled (Tender for …. (Lot No.)” the tender documents (Financial Bid) should be submitted in three (3) copies (one original and two other copies) and all pages duly endorsed by the bidders

 

5.       Closing Date

All submission must be received at the address on or before 12.00noon, on Wednesday 18th May 2011. All bids will be publicly opened on the same day at 2.00pm in the presence of Bidders or their representatives

 

6.       Please Note:

i.        Late submission will be rejected:

ii.       This advertisement to tender shall not be construed to be a commitment on the part of Universal Basic Education Board nor shall it entitle the submitting tender to make any claims what-so-ever and or seek any indemnify from the Board by virtue of such tenders having responded to the advert;

iii.      Bid should be very clear about the bidder’s areas and proven competence

iv.      The Board, may at its own discretion, reject any bid which does not conform with the basic bidding rules

vi.      All bids that derivate less than 15% from the in-house estimate will not be accepted.

Signed:

Management