Procurement of Office Equipment/Furniture at Akwa Ibom State Malaria Control Booster Project

Invitation for Bids

Akwa Ibom State Malaria Control Booster Project

(World Bank Assisted)

IFB. NO. AKS/MCBP/NCB/WB/02/09

Credit No. 42500-UNI

Issuance Date: 12th January, 2011

The Federal Government of Nigeria has received a loan from The International Development Association toward the cost of Nigeria Malaria Control Booster Project and it intends to apply part of the proceeds of this credit to payment under the Contract for the Procurement of Office Equipment/Furniture.

The Akwa Ibom Malaria Control Booster Project now invites sealed bids from eligible and qualified bidders for the procurement of the under listed goods:

LOTS Description of Goods Qty Final (Project Site) Destination as specified in BDS Bid Security Completion Period
1 Office Furniture (a) Writing desk

(b) Two – in-one steel cupboard for storage

(c) padded chairs with arms

(d) Junior Executive Table (Swivel)

(e) Junior Executive Table (Metallic)

(f) Conference table

33

32

80

33

33

3

Malaria Control Booster project, MOH, Uyo N220,000.00 8 weeks
2 Office Equipment

a)     Refrigerators

b)    Steel file cabinets

c)     Spiral binding

d)    Mini cutting machines

33

33

33

33

Malaria Control Booster project, MOH, Uyo N200.000.00 8weeks
3 Desktop Computer and accessories

(b) Computer Printers

(C) Computer Tables

33

33

33

Malaria Control Booster project, MOH, Uyo N250.000.00 8weeks
4 Generating Set 2.3k VA 33 Malaria Control Booster project, MOH, Uyo N200.000.00 8weeks
  • Bidders may quote for one or more complete lots as bids will be evaluated and awarded a lot by lot basis or combination of lots, which ever result to be most economical to the Employer. Unconditional discount offered will be considered in the evaluation

  • Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank Guidelines: Procurement under IBRD Loans and IDA Credits and are opened to all bidders from Eligible Source Countries as defined in the Bidding Documents
  • Interested eligible bidders may obtain information from Akwa Ibom State Malaria Control Booster Project and inspect the bidding document at the address given below from 9.00am to 4.00pm, Monday to Friday:

Malaria Control Booster Project

Ministry of Health

Blocks, Room 9

Idongesit Nkanga Secretariat Complex

Uyo

GSM: +2348023176595. +2348023297074

E-mail Drakrogo@yahoo.co.uk

  • General Qualifications requirements: The Bidder shall have been engaged in the business of supply of Office Equipment/Furniture 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 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 Fifteen Thousand Naira (N15, 000.00) or its equivalent in any freely convertible currency.  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 or sent by courier services on request Additional N3.000.00 (Three thousand naira) in Bank Draft raise in favor of Akwa Ibom State Malaria Control Booster Project should be provided for courier services requested by any prospective bidder.
  • Bids must be delivered to the address below on or before 11:00am on Wednesday, 2nd March, 2011 Electronic bidding shall 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 11.00a.m on Wednesday, 2nd March, 2011.  All  bids shall be accompanied by a Bid Security of the amount stated in the table above or an equivalent amount in a freely convertible currency

The address referred to above is:

The Project Manager

Malaria Control Booster Project

Ministry of Health Block 8, Room 9

Idongesit Nkanga Secretariat Complex

Akwa Ibom State

Tel.: +234-8023176696,

E-mail: drakrogo@yahoo.co.uk

Procurement of Engine Boats at Akwa Ibom State Malaria Control Booster Project

Invitation for Bids

Akwa Ibom State Malaria Control Booster Project (World Bank Assisted)

IFB. NO. AKS/MCBP/NCB/WB/03/10

Credit No. 42500-UNI

Issuance Date: 12th January, 2011

    The Federal Government of Nigeria has received a loan from The International Development Association toward the cost of Nigeria Malaria Control Booster Project, and it intends to apply part of the proceeds of this credit to payment under the Contract for the Procurement of Engine Boats.
    The Akwa Ibom Malaria Control Booster Project now invites sealed bids from eligible and qualified bidders for the procurement of the under listed goods.

      LOTS Description of Goods Qty Final (Project Site) Destination as specified in BDS Bid Security Completion Period
      1 A27 Engine Boats fitted with 2/two 85Hp O/B engine 5 Malaria Control Booster project, MOH, Uyo N220,000.00 8 weeks

      Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank Guidelines: Procurement under IBRD Loans and IDA Credits, and are opened to all bidders from Eligible Source Countries as defined in the Bidding Documents.

        Interested eligible bidders may obtain information from Akwa Ibom State Malaria Control Booster Project and inspect the bidding document at the address given below from 9.00am to 4.00pm, Monday to Friday:

          Malaria Control Booster Project

          Ministry of Health

          Block 8, Room 9

          Idongesit Nkanga Secretariat Complex

          Uyo

          GSM: +2348023176595, +2348023297074

          E-mail Drakrogo@yahoo.co.uk

          General Qualifications requirements: The Bidder shall have been engaged in the business of supply of vehicles for 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 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 Fifteen Thousand Naira (N15, 000.00) or its equivalent in any freely convertible currency 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 or sent by courier services on request. Additional N3.000.00 (Three thousand naira) in Bank Draft raise in favor of Akwa Ibom State Malaria Control Booster Project should be provided for courier services requested by any prospective bidder

          Bids must be delivered to the address below on or before 11.00am on Wednesday, 2nd March, 2011. Electronic bidding shall 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 11.00a.m. on Wednesday, 2nd March, 2011. All bids shall be accompanied by a Bid Security of the amount stated in the table above or an equivalent amount in a freely convertible currency

          The address referred to above is:

          The Project Manager

          Malaria Control Booster Project

          Ministry of Health

          Block 8, Room 9

          Idongesit Nkanga Secretariat Complex

          Uyo

          Akwa lbom State

          Tel.: +234-8023176595,

          E-mail: drakrogo@yahoo.co.uk

          Procurement of Motor Vehicles and Related Goods at Akwa Ibom State Malaria Control Booster Project

          Invitation for Bids

          Akwa Ibom State Malaria Control Booster Project

          (World Bank Assisted)

          IFB. NO. AKS/MCBP/NCB/WB/01/09

          Credit No. 42500-UNI

          Issuance Date: 12th January, 2011

          1. The Federal Government of Nigeria has received a loan from The International Development Association toward the cost of Nigeria Malaria Control Booster Project and it intends to apply part of the proceeds of this credit to payment under the Contract for the Procurement of Motor Vehicles and Related Goods.
          1. The Akwa Ibom Malaria Control Booster Project now invites sealed bids from eligible and qualified bidders for the procurement of the under listed goods:
          LOTS Description of Goods Qty Final (Project Site) Destination as specified in BDS Bid Security Completion Period
          1 5-Seater saloon car 2 Malaria Control Booster project, MOH, Uyo N220,000.00 8 weeks
          2 (a)  Double cabin Pick – up van 6 -do- N700.000.00 8weeks
          3 (b) Motor cycles 33 -do- N70.000.00 8weeks

          Bidders may quote for one or more complete lots as bids will be evaluated and awarded a lot by lot basis or combination of lots, which ever result to be most economical to the Employer. Unconditional discount offered will be considered in the evaluation

          1. Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank Guidelines: Procurement under IBRD Loans and IDA Credits, and are opened to all bidders from Eligible Source Countries as defined in the Bidding Documents.
          2. Interested eligible bidders may obtain information from Akwa Ibom State Malaria Control Booster Project and inspect the bidding document at the address given below from 9.00am to 4.00pm, Monday to Friday :

          Malaria Control Booster Project

          Ministry of Health

          Block 8, Room 9

          Idongesit Nkanga Secretariat Complex Uyo

          GSM:+2348023176595

          E-mail Drakrogo@yahoo.co.uk

          1. General Qualifications requirements: The Bidder shall have been engaged in the business of supply of vehicles for Lot 1 and Lot 2 and supply of motor cycles for lot 3 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.
          1. 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 Fifteen Thousand Naira (N15, 000.00) or its equivalent in any freely convertible currency. 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 or sent by courier services on request. Additional N3,000.00 (Three thousand naira) in Bank Draft raise in favor of Akwa Ibom State Malaria Control Booster Project should be provided for courier services requested by any prospective bidder.
          1. Bids must be delivered to the address below on or before 11.00am on Wednesday, 2nd March, 2011 Electronic bidding shall 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 11.00a.m. On Wednesday, 2nd March, 2011 All bids shall be accompanied by a Bid Security of the amount stated in the table above or an equivalent amount in a freely convertible currency.
          1. The address referred to above is:

          The Project Manager

          Malaria Control Booster Project

          Ministry of Health Block 8, Room 9

          Idongesit Nkanga Secretariat Complex

          Akwa Ibom State

          Tel.: +234-8023176696,

          E-mail: drakrogo@yahoo.co.uk

          Procurement of Communication and Road Safety Equipment at Federal Roads Safety Corps (FRSC)

          INVITATION for BIDS (IFB)

          Country: NIGERIA

          Project: FEDERAL ROADS DEVELOPMENT PROJECT

          Credit No.: IDA 44150

          IFB Title: Procurement of Communication & Road Safety Equipment for Federal Roads Safety Corps (FRSC)

          IFB No.: FRDP / 2O10 / IFB/ PKG II

          January 2011

          • This Invitation for Bid follows the General Procurement Notice for the Project that appears in the Development Business, issue no. 637 March, 2005.
          • The Federal Republic of Nigeria has received a Credit from the International Development Association (World Bank) in various currencies to finance the cost of the Federal Roads Development Project (FRDP). It is intended that part of the proceeds of this Credit will be applied to eligible payments under the contract for the Procurement of Communication & Road Safety Equipment.
          • The Road Sector Development Team (RSDT) now invites sealed bids from eligible Bidders for the supply of Communication & Road Safety Equipment to enhance Federal Road Safety Corps (FRSC) activities as follows:
          Lot No Description Qty

          (No)

          Delivery Period Bid        Security Delivery Location
          Nigerian Naira
          Lot 1 Communication Equipment (VHP Base Stations including Repeater Stations and installation) 4 120 days 300,000.00 FRSC Headquarters, Abuja
          Lot 2 Communication Equipment (Mobile radios including installation) 25 120 days 65,000.00 FRSC Headquarters, Abuja
          Lot 3 Communication Equipment (Walkie Talkies) 44 120 days 57,000.00 FRSC Headquarters,
          Lot 4 Breathalyser Testing Kit 1250 120 days 870,000.00 FRSC Headquarters,
          Lot 5 Mounted Cameras including installation 17 120 days 316,000.00 FRSC Headquarters,
          Lot 6 Radar Guns 45 120 days 313,000.00 FRSC Headquarters,
          • 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, ‘May 2004’, Revised October 1, 2006,
          • Interested eligible bidders may obtain further information from the Unit Manager, Road Sector Development Team (RSDT) to inspect the bidding documents at the address given below from 9,00 am – 430 pm Mondays – Fridays, excluding Public Holidays.

          Qualifications requirements Include:

          (a)   Financial Capability

          Submission of audited accounts for the last three years to demonstrate the current soundness of the bidder’s financial position

          (b) Experience and Technical Capacity

          • The Bidder shall have been engaged in the business of supply of VHP radio Communication Equipment for Lots 1, 2 and 3 and in the supply of Breathalyser Testing Kits or similar equipment for Lot 4, supply of Mounted Cameras or similar equipment for Lot 5 and supply of Radar Guns or similar equipment for Lot 6 for at least three (3) years supported with documents defining the constitution or legal status, place of registration, and principal place of business. ‘The Bidder shall have successfully completed at least two supply contracts of a similar nature and complexity as the subject c over the last five years. The Bidder shall also provide details of contractually committed contracts.

          (c)      The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the usage requirement stipulated in the Bidding Document.

          A margin of preference for eligible national contractors shall not be applied. Additional details are provided in the Bidding Document.

          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 fifteen thousand naira only (N15, 000.00) or an equivalent amount in a freely convertible currency. The method of payment will be by bank draft payable to ‘Federal Roads Development Project’, Bidding documents will be available from 11th January, 2011.

          Bids must be delivered to the address below at or before 11.00 AM on 10th February, 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 or on-line at the address below at 11,00 AM on 10th February, 2011. All bids must be accompanied by a Bid Security in local currency or an equivalent amount in a freely convertible currency as specified in item (3) above:

          The address(es) referred to above is/are:

          Engr. Lawal A. Audi, Unit Manner (RSDT)

          Federal Ministry of Works,

          Road Sector Development Team (RSDT)

          6 Niagara Close, off Erie Crescent, off Nile Street, Maitama, Abuja, Nigeria.

          Pre-Qualification to Tender and Full Tender for Drilling of Three Second Acquifer Boreholes Under the ETF 2009 (SIP) Projects at University of Maiduguri

          University of Maiduguri

          (Office of the Registrar)

          Invitation for Pre-Qualification to Tender and Full Tender for Drilling of Three Second Acquifer Boreholes Under the ETF 2009 (SIP) Projects

          The University of Maiduguri is desirous of inviting interested relevant contractors to bid in the pre-qualification to tender and Full Tender exercise for the Drilling of three productive 2nd acquifer boreholes with minimum yield of 10 Ltrs per second on campus.

          The work which requires relevant expertise consists of the drilling, development and commissioning of the three second acquifer productive boreholes inclusive of geological/geophysical survey and connects to existing system.

          2.       Pre-Qualification Requirements

          Interested contractors are invited to submit the following pre qualification documents:

          1. Evidence   of   Registration  with Corporate Affairs Commission
          2. Evidence of Registration with the University and the FMW in relevant categories
          3. Tax Clearance Certificate for the last three (3) years.
          4. Articles and Memorandum of Association
          5. Evidence of Financial Capability,
          6. Audited Account of the bidder for the last three years
          7. List of Plants and Equipment as may be applicable, with evidences of possession
          8. Verifiable list of similar and other jobs successfully executed with their locations, including copies of letters of award and completion certificates.
          9. List of names of key personnel officers to be involved in the project, stating their qualification and professional registration(s) where applicable (enclose photocopies of , credentials),
          10. A non-refundable processing fee of N45,000.00 is to be paid to validate the bid.
          11. Evidence for the payment of the  prescribed full tender fees.

          Note:

          Original of documents i-iv above must be produced for sighting during the opening session.

          3)      Submission

          Detailed specifications and blank bills are to be collected form the Works, Physical Planning and Development Department upon the payment of the non-refundable processing fee prescribed above.

          The bidding documents (both technical and financial bids) are to be submitted at the same time but in separate sealed envelopes clearly marked “Drilling of 3 No. Boreholes (Pre-Qualification Bid) and Drilling of 3 No. Boreholes (Financial Bid) respectively. Documents are to be submitted to the Office of the Registrar, P.M.B. 1069, University of Maiduguri not later than 25th January,2011. All bids will be opened on the same day and venue by 2:00pm in the presence of the bidders or their representatives.

          The pre-qualification exercise will first be conducted to sieve for capable and competent bidders before the financial bidding. Only pre-qualified bidders will have their financial bids opened Bidders not qualified shall have their financial bids returned to them. Please note also that the University is not bound to accept tenders sent by courier or post.

          Dr. Lawan Bukar  Alhaji

          Registrar.