Procurements of Goods at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Invitation to Tender

Introduction: The Federal Ministry of Environment as part of the implementation of its 2010 Budget intends to carry out Renewable Energy Project to develop and implement strategies that will achieve a clean reliable energy supply and establish mechanism to develop the sector based on International best practices.

The Federal Ministry of Environment is therefore inviting interested Contractors to submit bids/tenders for the below mentioned job:

  1. Project: Procurement of4 Nos. Project Monitor mg Vehicles

Scope of the Work:

  • Procurement of lNo3.8 Litres, V6 Engine, Power Steering (4WD), 5 Doors SUV.
  • Procurement of 3 Nos. 2.7 Litres, Engine, Double Cabin (4WD), Power Steering, AM/FM CD Player, 5 speed Manual, SRS Airbags, Heavy Duty Suspension and Tropicalized Engine.

Tender Requirements:

To qualify for consideration, applicants are required to submit the documents stated herein after, failure to submit any of the under listed documents may lead to the disqualification of the applicant.

  • Certificate of Registration with Corporate Affairs Commission (Limited Liability only).
  • Provide details of company profile including the Curriculum Vitae of Key professional staff and other resources.
  • Company’s Current Tax Clearance Certificate for at least three (3) years, (State Tax Identification Number TIN).
  • Verifiable evidence of previous experience in jobs of this Magnitude/nature. (Attach Letter of Award and Certificate of Completion).
  • List of Equipments owned.
  • Evidence from the Company’s Bankers as to its financial capacity’ Bank support to undertake the works, if awarded.
  • Name/e-mail Address and phone number of contact person.
  • Company Audited Account for the last 3 Years.
  • Any other information that would be of advantage to the company.
  • A letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies.
  • Evidence of VAT Registration and Remittance.

Additional Information

  • Notwithstanding the submission of tender data to the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent.
  • The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.
  • The Federal Ministry of Environment reserves the right to make available the Tender documents to qualified bidders only.

Non-Refundable tender Fee, complete set of bidding documents are to be collected from Secretarial of MTB, Federal Ministry of Environment, Room B301, Mabushi on payment of a non-refundable fee of Thirty Thousand Naira (N30, 000.00) in Bank Draft in each of the LOTS.

Submission Deadline: Completed Financial and technical Tenders are to be submitted in two Separate Envelops Marked Financial bids respectively. Each of the Envelopes are to contain one original and duplicate copies of the Tenders respectively, and Both Envelopes enclosed in a Larger envelope Marked Confidential, on the top left Corner and Written Tender for (Specify) at the Centre.

The Tender Addressed to the Secretary, Ministerial Tenders Board, Federal Ministry of Environment, Room B301 (3rd Floor), Mabushi, Abuja. To reach him on or before 12 noon on Monday, 20th September, 2010. While the Bids will be opened by 2:00p.m on the same date the Ministry’s Conference Room, Mabushi, Abuja.

Note: Only the Technical bids will be opened on the date mentioned in this publication while the financial Bids of the Bidders that passed the Technical Evaluation would be opened on a date that would be communicated to these Companies.

Signed:

Permanent Secretary

Execution of Projects at Yobe State Universal Basic Education Board

Yobe State Universal Basic

Education Board, P.M.B. 1090

Damaturu

ETF-Special Tsangaya Projects (2010)

1.0    Preamble:

Yobe State Universal Basic Education Board is embarking on an ETF SPECIAL TSANGAYA MODEL DAY SCHOOLS PROJECTS located at Gaidam and Gashua LGAs of the State.

2.0     Scope of the Work

The project(s) to be executed are as follows: LCT ‘A’ Construction of 2 No of TSANGAYA MODEL DAY SCHOOL at GAIDAM AND GASHU’A towns of Yobe State.

LOT ‘B’ 1. Supplies of Furniture and Equipment

1A     –        Computer and Accessories

1B     –        Digital language learning Laboratory

1C     –        Class furniture -Tables

1D     –        Class furniture- Chairs

1E     –        Furniture for Science Room and library

1F     –        Basic Workshop Tools

1G     –        Primary Science Kits

LOT ‘B’ 2. Supplies of Furniture and Equipment

2A     –        Electric appliances for Maddrasa

2B     –        Medical and Sports

2C     –        Satellite, TV and motor cycle

2D     –        Educational Materials

2E     –        Library Books

3.0     Pre-Qualification Requirements

The Board therefore, writes to invites Contractors to submit Pre-qualification Documents as follows:

  1. Evidence of corporation or Business name registration
  2. Evidence of registration with the Yobe State works Registration Board in relevant category
  3. Company Audited Accounts for three (3) years.
  4. Tax clearance certificate for three (3) years
  5. Evidence of financial capability and Banking support
  6. Experience/technical qualification of key personnel’s
  7. Similar project(s) executed in the past
  8. Equipment and Technology capacity
  9. Annual Turn-Over
  10. Vat Registration and evidence of Past VAT Remittances
  11. Evidence of payment of PAYE, and other withholding Taxes Due to the state

4.0     Submission of Pre-Qualification Documents

Pre qualification documents are to be submitted to the office of the Education Board, at Commissioners Quarters, Damaturu on or before 8th September 2010. Similarly, all expenses incurred in preparing tender Documents shall be borne solely by the prospective contractors.

Signed:

Alh. Garba Marman

Director Planning Research & Statistics.

For: Executive Chairman

Procurement of Computers, Equipment and Motorcycles at National Fadama Development Project (NFDP III)

Invitation for Bids

Issuance Date:     3rd September 2010

Project: National Fadama Development Project (NFDP III)

Credit No:  4494-UNI

IFB No:      YBSFCO/CB/02/2010

    1. This Invitationfor Bid follows the General Procurement Notice for the Project that appears inthe Development Business, issue no. 637 of 3rd July, 2009,
    2. The Federal Republic of Nigeria has received a Credit from the international Development Association (IDA) in various currencies to finance the cost of the Yobe State Fadama Coordination Office (YBSFCO). It is intended that part of the proceeds of this Credit will be applied to eligible payments under the contract for the Procurement of Computers, Equipment and Motorcycles
    3. The Yobe State Fadama III Coordination Office (SFCO) now invites sealed bids from eligible bidders for the supply of Computers, Equipment and Motorcycles as follows:

      Lot Item Description Qty (Unit) Location Delivery Period Bid Security in Naira
      1 1 125CC Motorcycles 68 Yobe State Fadama Coordination Office Km 7 Gujba Road Damaturu Nigeria. 60days 193.800.00
      2 1 Branded Desktop Computers 27 Yobe State Fadama Coordination Office Km 7 Gujba Road Damaturu Nigeria. 60days 174.600.0
      2 Laptop Computers 9 Yobe State Fadama Coordination Office Km 7 Gujba Road Damaturu Nigeria. 60days
      3 Laser Jet Printer 20 Yobe State Fadama Coordination Office Km 7 Gujba Road Damaturu Nigeria. 60days
      4 Scanners 1 Yobe State Fadama Coordination Office Km 7 Gujba Road Damaturu Nigeria. 60days
      3 1 Photocopier (High Volume) 3 Yobe State Fadama Coordination Office Km 7 Gujba Road Damaturu Nigeria. 60days 96.450.00
      2 Air conditioners 10 Yobe State Fadama Coordination Office Km 7 Gujba Road Damaturu Nigeria. 60days

      4. Interested eligible bidders may obtain further information from and inspect the Bidding Documents at the Yobe State Fadama Coordination Office Km 7 Road Damaturu Nigeria.

        5. Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank Guidelines: Procurement under IBRD Loans and IDA credits, October, 2006. The bidding document will be collected by the representative of the bidder, or sent by courier services on requires.

          6. Complete set of  Bidding Documents may be purchased by interested bidders on the submission of a written application to the above and upon payment of a non-refundable fee of Fifteen Thousand Naira  only (N15, 000.00) or its equivalent in a freely convertible currency .

            7. Bids must be delivered to the above office on or before 12 Noon of 6th October 2010 and must be accompanied by a bid security of Lot 1: N193, 800.00 Lot 2: N174, 600.00 Lot 3: N96, 450.00 Bidders must bids for the whole lot. Bid for a part of, or an item in a lot shall be rejected as none responsive. Late bids will be rejected.

              8. Bids will be opened in the presence of bidders’ representatives who choose to attend on 6th October, 2010 by 12 Noon, at the address in paragraph 4 above.

                Signed

                State Project Coordinator,

                Yobe State Fadama Coordination Office.

                Km 7 Gujba Road Damaturu,

                Yobe State Nigeria.

                Procurement of Goods at National Sugar Development Council

                National Sugar Development Council

                (Federal Ministry of Commerce & Industry)

                Sugar Sector Development Fund

                Invitation for Expression of Interest

                Introduction

                In pursuance of its mandate to catalyze developments in the Nigerian Sugar sub-sector, the NSDC hereby invites applications from interested private investors nation-wide for the disbursement of the Sugar Levy Funds as project loans for the acquisition of sugar manufacturing machineries and cane field development.

                Scope and Maximum Exposure of Projects

                The maximum exposure in any single project to be financed from the Fund is as follows:

                1.       Mini Sugar/Ethanol Plants                         –        N500 million

                2.       Sugar Factory/Refinery Refurbishment-     –        N259 million

                3.       Sugarcane Farm Establishment

                /Expansion (for sugar/ Ethanol prod) –                –        N50 million

                4        Provision of Infrastructure (for field & factory) – N50 million

                5        Flood/Fire Disaster Mitigation on Sugar Estates –         N50 million

                Who Can Apply

                The loans, which shall attract concessionary interest rates, is open to private corporate bodies wishing to invest on sugarcane, sugar and ethanol (using sugarcane feedstock) production nation-wide. Applicants must be registered entities and working in Nigeria or with verifiable plans of Investing in the Nigerian sugar sector.

                Conditions for Accessing Sugar Development Fund

                Applications for Sugar Sector Development Loans must satisfy the following conditions;

                1. Applicants must be companies duly registered to operate in Nigeria
                2. Application must be supporter with  bankable feasibility report (where appropriate)
                3. Loan can only be utilized on sugar related projects specified above and agreed with NSDC
                4. There shall be formal and unconditional acceptance of loan offer. The loan shall attract such fees as Appraisal and Commitment fees as well as legal charges
                5. Payment of the principal sum, interest, commitment and other charges shall be at the rate and installments specified in the agreement document
                6. Loan beneficiaries must be prepared to provide security in line with the standard requirement of the Bank of Industry (BOI) and/or other forms of security as may be considered appropriate by NSDC and BOI
                7. The decision of the NSDC Technical Evaluation and BOI Financial Assessment Panels is final and the Council is not obliged to enter into any correspondence with any unsuccessful applicant.

                Submission of Proposal

                The proposal in both hard and electronic formats should be in sealed envelopes marked “Expression of Interest on Sugar Sector Development fund” on the top left hand corner to National Sugar Development Council. Submission must include the following documents/information as relevant;

                1. Formal Letter of Application
                2. Photocopy of Certificate of Incorporation with Corporate Affairs Commission
                3. Photocopy  of the Certified True Copy of Memorandum of Articles  of Association of company
                4. Photocopy of Title documents to project site (Certificate of Occupancy)
                5. Photocopy of Title documents to the collateral security-preferably landed property in an urban centre
                6. Approved Site Plan and Building Plan (if new building is required)
                7. Bill of Quantities or Contractor’s Estimate of Cost on Factory Building (if available)
                8. Quotations for items of plant and machinery (at least 3 different quotations)
                9. Three years of most recent company Audited Accounts (for existing company)
                10. Three years most recent Tax Clearance Certificate for company and two Directors
                11. Evidence of compliance with Pension Act 2004 (where applicable)

                Submissions should reach the address below on or before 13th October 2010.

                The Executive Secretary,

                National Sugar Development Council,

                Plot 564/565, Off Independence Avenue,

                Central Business District

                PMB 229, Garki

                Abuja.

                Supply of Various Equipments at Central Bank of Nigeria

                Central Bank of Nigeria

                Invitation For Supply of Aerial Platform Fire Truck And Three Water/Foam Fire Fighting Trucks To Lagos, Kano, Ibadan And Port Harcourt Branches of Central Bank of Nigeria

                Tender- are invited from reputable and competent Contractors for the supply of the following Fire Fighting equipment

                S/no Bid Document No Items description Qty Remark
                1 CBNMOT2009/01 Aerial Platform Fire Truck 1 Supply to CBN Office in Lagos
                2 CBNMOT2009/02 Water/Foam Fire Fighting Truck 3 For Kano, Ibadan and Port

                Harcourt CBN Offices

                Scope of the Work

                Provision of Aerial Platform-Fire Truck and three (3) Water/Foam Fire Fighting Trucks

                General Requirement:

                Interested and Competent Contractors wishing to carry out the above job shall submit the following documents for verification

                • Evidence of registration with Corporate Affairs Commission (CAC)
                • Evidence of payment of tax for the last three (3) years as and when due.
                • Comprehensive company profile including registered address, functional contact e-mail address, GSM phone number(s),  facsimile number(s)
                • Verifiable evidence of similar jobs successfully executed in the past (Certificate of Completion)
                • Reference letter from bank stating financial ability to carry out such project(s)
                • Current Company’s audited statement of accounts
                • Evidence of employees Retirement Savings Accounts (RSA) with a Pension Fund Administrator
                • Evidence of remitting employer and employee pension contributions to the appropriate pension fund custodian
                • Evidence of transferring all Pension Funds and Assets prior to the   commencement of the Pension Reform Act to licensed pension operators

                4.       Collection of Bid Documents

                Service Providers should collect the Bid documents from the Secretary, Major Contracts Tenders Committee, Procurement & Supply Services Department 2nd Floor, Wing “C”, CBN Head Office Complex, Abuja upon presentation of evidence of payment non-refundable Tender fee of N10,000.00 (Ten Thousand Naira only)

                Closing Date

                Quotations should be submitted on or before 15th September 2010, in a sealed waxed envelope, boldly marked at the top left corner:

                “Quotation for the supply of Aerial Platform

                Fire Truck and Three Water/Foam Fire

                Fighting Trucks to the Central Bank of Nigeria” and addressed to:

                The Secretary, Major Contracts Tenders

                Committee,

                Procurement & Supply Services Department,

                2nd Floor, Wing C,

                CBN Office Complex,

                Central Business District’

                Abuja, FCT, Nigeria.

                Opening Date

                The tenders shall be opened on 16th September, 2010.

                Important Notice:

                1. This is not an invitation to tender. Full tendering procedure will be applied to contractors prequalified and found capable of executing the project.
                2. Nothing in the advert shall be construed to be a commitment on the part of the CBN,