Purchase of Laptop Computers at Nasarawa State Health Systems Development Project II

Nasarawa State Government

Nasarawa State Health Systems Development

Project II

Invitation for Bids (IFB)

for

Purchase of Laptop Computers

Loan/Credit Number: 4522-UNl

IFB Number: NS/HSDPII/NCB/GDS/002/10

ISSUING Date: September 1, 2010

This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business (dgmarket) issue No. HSDPII/AF/GPN/09 of March 24, 2009.

2. The Federal Government of Nigeria has received a credit from the international Development Association toward the cost of Nasarawa

State Health Systems Development Project II, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Purchase of Laptop Computers.

3. The Project implementation Unit of me Nasarawa State Health Development Project II now invites sealed bids from

Lot No Description of Items Quantity
1 Laptop Computers 33

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

5. Interested eligible bidders may obtain further information from Project Manager and inspect the Bidding Documents at the address given below from September 1, 2010, between 8am -4pm on Mondays to Fridays except on public holidays

6.   Qualifications requirements include: Evidence of previous supply (sale) of similar items as proposed in the past five (5) years and Audited financial statements for the past three (3) years to demonstrate the financial capability of 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 may be purchased by interested bidders upon submission of a written Application to the address below and payment of a non refundable fee of Twenty thousand Naira (N20,000:00) OR (USD$140.00). The method of payment may be in the form of a bank draft payable to the Nasarawa State Health Systems Development Project II or Cash. The Bidding Documents will be collected by bidder’s representative OR sent by prepaid Courier on request,

8. Bids must be delivered to the address below at or before 10:00 am September 30th 2010. 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 10.30am, on or before September 30th 2010. All bids must be accompanied by a Bid Security of N240, 000.00 or an equivalent amount in a freely convertible currency.

9. The address is referred to above is:

Nasarawa State Heath System Development Project II

Project Implementation Unit office

Senior Haruna Abubakar Street, Off Shendam Road,

Lafia

Nasarawa State.

Electronic mail address: nasarawahsdpllpiu@hotmail.com Magosho1@hotmail.com , usmanohizi@yahoo.com

Purchase of Ambulance Vehicles and Electricity Generating Plants at Nasarawa State Health Systems Development Project II

Nasarawa State Government

Nasarawa State Health Systems Development

Project II

Invitation for Bids (Ifb) for

Purchase of Ambulance Vehicles and

Electricity Generating Plants

Loan/Credit Number: 4522-UNI

IFB Number: NS/HSDPII/NCB/GDS/001/10

Issuing Date: September 1, 2010

    • This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business (dgmarket) issue No HSDPII/AF/GPN/09 of March 24, 2009.
      1. The Federal Government of Nigeria has received a credit from the international Development Association toward the cost of Nasarawa State Health Systems Development Project II, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Purchase of Ambulance vehicles and Electricity Generating Plants.
        • The Project implementation Unit of the Nasarawa State Health Systems
          Lot No Description of Items Quantity
          1 Ambulance Vehicles 5
          2 Electricity Generating Plant 2
            • Bidding will be conducted through the National Competitive Bidding (NCB) procedures, as specified in the World Bank Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined therein.
                • Interested eligible bidders may obtain further information from Project Manager and inspect the Bidding Documents at the address given below from September 1, 2010, between 8am – 4 pm on Mondays to Fridays except on public holidays.
                    • Qualifications requirements include: Evidence of previous supply (sale) of similar items as proposed in the past five (5) years and Audited financial statements for the past three (3) years to demonstrate the financial capability of the bidder. A margin of preference for certain goods manufactured domestically shall be applied. Additional details are provided in the Bidding Documents.
                        • A complete set of Bidding Documents in English may be purchased by interested bidders upon submission of a written Application to the address below and payment of a non refundable fee of Twenty thousand Naira (N20,000:00) OR (USD$140.00). The method of payment may be in the form of a bank draft payable to the Nasarawa State Health Systems Development Project II or Cash. The Bidding Documents will be collected by bidder’s representative OR sent by Courier upon request.
                            • Bids must be delivered to the address below on or before 10 am, on 30th September 2010. 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 10.30am. 30th September 2010. All

                              Lot No Bid Security
                              1 N1.75 million
                              2 N360,000.00

                              For an equivalent amount in a freely convertible currency.

                                • The address referred to above is:

                                  Nasarawa State Heath System Development Project II

                                  Project Implementation Unit office

                                  Senior Haruna Abubakar Street, Off Shendam Road,

                                  Lafia

                                  Nasarawa State.

                                  Electronic mail address: nasarawahsdpllpiu@hotmail.com Magosho1@hotmail.com , usmanohizi@yahoo.com

                                  Construction of Projects at Kaduna State College of Education

                                  Kaduna State College of Education

                                  Gidan Waya (Office of the Registrar)

                                  Pre-Qualif1cation and Tender Notice for Education Trust Fund (ETF) Year 2010 BOT-Special Intervention Project

                                  Tenders are invited from suitably qualified contractors for the construction of a 300 capacity lecture theatre at the Kaduna State College of Education, Gidan Waya, ETF Project No. KSCOE/GIDAN WAYA/ETF/10/01.

                                  This Project Comprises of:

                                  • 300 seat capacity main hall.
                                  • A backstage and offices complete with toilet and storage facilities.

                                  Pre-Qualification Requirement

                                  • Evidence of incorporation or business name registration.
                                  • Registration with relevant ministries and bureau.
                                  • Company audited accounts for the past three (3) years.
                                  • Evidence of tax clearance for the past three (3) years.
                                  • Evidence of financial capability and banking support.
                                  • Experience/technical qualification and experience of key personnel.
                                  • Similar project executed and evidence of past knowledge of the industry.
                                  • Equipment and technology capacity.
                                  • Annual turn-over of company.
                                  • Vat registration and evidence of past vat remittances.

                                  Submission of Pre-Qualification Documents

                                  • The pre-qualification documents must be sealed and submitted to the office of the registrar, Kaduna State College of Education, Gidan Waya on or before 14th September, 2010, and marked “confidential ETF 2010 BOT-Special Intervention Project.”
                                  • Pre-qualified contractors shall be invited to tender and their names shall be published on the notice boards of the college.
                                  • Pre-qualification document would be opened till 14th September, 2010 at 12:00 noon prompt immediately after the close of receipt in the college Boardroom.

                                  Tender Documents

                                  • Only contractors who have satisfied pre-qualification condition above may be allowed to tender on payment of non-refundable fee of Ten Thousand naira (N10, 000.00) payable in bank draft to the office of the Bursar.
                                  • Only qualified contractors will be contacted.

                                  All bidders and the general public are invited.

                                  Note: Pre-qualification is not a commitment by the college nor shall it entitle those who have submitted pre-qualification documents to any claims whatsoever. It is not an invitation to bid.

                                  Signed:

                                  H. A. Agya

                                  Registrar

                                  Supply of Various Projects at Office of the Surveyor-General of the Federation

                                  Office of the Surveyor-General of the Federation

                                  Federal Ministry of Works and Housing

                                  No. 8, Yawuri Street, Garki 2, Abuja.

                                  Invitation for Technical and Financial Bids

                                  The Office of the Surveyor-General of the Federation (OSGOF) invites interested reputable and qualified companies to submit tender for the following:

                                  LOT SV 1:

                                  Supply of 2No. Trimble R8 GNSS Base (Trimble R8 GNSS RTK, 450-470 MHz; GNSS Base and Battery Kit; Tribrach-3pin with optical plummet; Tribrach Adapter to with removable centre; Tripod wooden; HPBUHF Radio System) and

                                  2No. Trimble R8 GNSS Rover (Trimble R8 GNSS RTK, 450-470 MHz; Trimble Access incl.TSC2 No Internal Radio; Accessory-TSC2 GPS Accessory Kit; rod-2.5m Carbon Fibre Telescopic Range Pole) with extra 2No. Trimble Business Center Survey Advanced and

                                  Note: The Company must be prepared to give adequate training on the use of the equipment.

                                  LOT SV 2: Coordination of 24No. Primary Beacons at designated points in Kogi

                                  State using 1st Order Traverse Method.

                                  Technical Capacity/Financial Bid Requirements

                                  • Certificate of Incorporation by the Corporate Affairs Commission (CAC).
                                  • Tax Clearance Certificate for the past three (3) years.
                                  • VAT Registration Certificate/Evidence of Remittance.
                                  • Evidence of financial capacity to handle the project or banking support.
                                  • List of instrument/equipment and evidence of ownership or lease.( for SV.2 only)
                                  • List of similar jobs successfully executed within the last three years. (for SV.2 only)
                                  • Evidence of Registration with the Surveyors Council of Nigeria (SURCON) for pure survey jobs and evidence of payment of practicing fee for the current year. (for SV.2 only)
                                  • Evidence of technical and operational capabilities.
                                  • Evidence of Enlistment of Company with the Surveyors Council of Nigeria (SURCON) to practice in the current year, (for SV.2 only)
                                  • Name, e-mail address and telephone number of the CEO of the company.
                                  • Evidence of payment offender fee of N10, 000.00 per lot.
                                  • Evidence of pension scheme for staff.

                                  Submission of Tenders

                                  Submission of bids shall be two (2) separate envelopes, sealed and clearly marked separately as Technical and Financial indicating the job the company is applying for, lot number and should be addressed to The Secretary, Ministerial Tenders Board, OSGOF. The sealed envelopes (i.e Technical and Financial bids) should be enclosed in a bigger envelope and is to be dropped by hand into the Tenders Box of the OSGOF on or before 12 Noon Monday, 27th September. 2010.

                                  Public Opening of Bids

                                  Public opening of Technical bids will take place at the Conference Room of the Office of the Surveyor-General of the Federation by 1:30pm, Monday 27th September, 2010. Contractors or their representatives, NGOs and the General public are encouraged to attend, please.

                                  Successful contractors short-listed from the Technical Bid Evaluation exercise shall be invited to witness the public opening of the Financial Bids on Thursday, 30th September, 2010 at 1:30pm in the Conference Room of the Office of the Surveyor-General of the Federation, Representative of Nigerian Institution of Surveyors, NGOs and the General Public are encouraged to witness the bid opening, please.

                                  Please Note:

                                  • Late submission will be rejected.
                                  • For the purpose of timely delivery of projects, a bidder may not be awarded more than one contract under the current exercise.
                                  • Tender document are available for collection in the Office of the Surveyor-General Deputy Director (F&G)

                                  Signed:

                                  Secretary,

                                  Ministerial Tender Board

                                  Office of the Surveyor-General of the Federation.

                                  Execution of Varous Projects at Federal Ministry of Environment

                                  Federal Ministry of Environment

                                  Headquarters, Mabushi, Abuja

                                  Request for Proposals (Technical and Financial)

                                  Introduction: The Federal Ministry of environment Headquarters Mabushi, Abuja in concert with the Ecological Fund Office (EFO) is implementing some projects under the Presidential Afforestation initiative and intends to appoint a Consulting Firms to undertake numerous awareness and publicity related assignments.

                                  Objective: The objective of the assignment is to provide all the necessary inputs to popularise the Afforestation initiative.

                                  Scope of Assignment: The scope of assignments involves the following:

                                  Lot 1:         Strategic Environmental Awareness and Publicity Programme: Production and Airing of Environmental Publicity Campaign Materials, TV Commercials and Radio Jingles.

                                  Lot 2:         Technical Capacity Enhancement Programme for more Effective Environmental Management and Awareness in the Ministry: Production and Airing of Environmental Publicity Campaign Materials TV Commercials and Radio jingle.

                                  Lot 3: Publication, Interpretation and Advocacy/Sensitization and 3No. Policies of the Ministry: Publish, Interpret and Conduct Advocacy/ Sensitization Sessions on 3No Policies of the Ministry to create awareness and enhance compliant with their requirements.

                                  Lot 4: Develop Public Education and Enlightenment Website and Environmental NGO Directory: Propose and develop interactive website and environmental NGO Directory, Launch facility for awareness creation.

                                  Eligibility: This Tender Process is open to Consulting Firms duty registered, who possess the under listed requirements and the competence to undertake the assignment. Failure to submit any of the under listed documents may lead to disqualification.

                                  • Certificate of Registration with Corporate Affairs Commission (Limited liability only).
                                  • Provide details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources.
                                  • Company’s current Tax Clearance certificate for the last three (3) years. (State Tax Identification Number TIN)
                                  • Verifiable evidence of previous experience in the Jobs of this magnitude/nature. (Attach letter of Award and Certificate of Completion)
                                  • List of Equipment 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 Latter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies.
                                  • Evidence of VAT Registration and Remittance.

                                  Guidelines for Submission:

                                  Bid documents (technical and financial) are obtainable only from Secretariat of MTB Federal Ministry of Environment, Room B301, Mabushi, Abuja; upon the payment of a non-refundable fee of Fifty Thousand Naira (N50, 000.00).

                                  Completed Financial and Technical Proposals are to be submitted in two separate envelopes marked “Financial Proposal” and “Technical Proposal” respectively.   Each of the Envelopes are to contain one original and two duplicate copies of the proposal respectively, and both envelopes enclosed in a larger envelope marked “Confidential” at the Top left corner and the title of the assignment clearly written at the Top right corner. The reverse side of the envelope should bear the name of the Consultancy Firm,

                                  The Proposal must be addressed to the:

                                  The Secretary,

                                  Ministerial Tenders Board

                                  Federal Ministry of environment,

                                  Room B301 (3rd Floor) Mabushi, Abuja

                                  The deadline for submission at the above address is 12:00 noon on Monday, 20th September 2010 while the Bid Opening will commence at 2:00pm on the same day at the Ministry’s Conference Room, Mabushi, Abuja.

                                  Additional Information

                                  • Notwithstanding the submission of tender data 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.
                                  • Only the Technical Proposals will be opened on the date mentioned in this publication.
                                  • The Federal Ministry of Environment will only consider the financial proposal of firms that attain the pass mark for technical proposal evaluation on a date that would be communicated to these firms.
                                  • A firm will be selected in accordance with the Procurement Policy of the Federal Government using the Quality Cost Based Selection (QCBS) method.

                                  Signed:

                                  Permanent Secretary