Procurements of Goods 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 concert intend to appoint a Consulting Firm to conduct Baseline Studies and produce technical document needed on Desert to Food Programme in the 11 Front Line States of the North (Adamawa, Bauchi, Gombe, Katsina, Kebbi, Kano, Jigawa, Sokoto, Yobe and Zamfara States.

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

  • Develop themes and sub-themes.
  • Identify and task relevant resource persons.
  • Organize the workshop venues (Abuja, Kano and Maiduguri)
  • Produce conference materials.
  • Publicise the workshop (Print and Electronic Media)
  • Produce Report.
  • Any other relevant activities.

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.

Tender Requirements:

  • Interested, suitable and reputable consulting firms are required to submit the following Pre-qualification documents. Failure to submit any of the under listed documents may result in the disqualification of the Consultant.
  • 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 Thirty Thousand Naira (N30, 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 (technical) 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

Construction of a Prototype Gas Phase Chemical Reduction at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Invitation for Tender

Introduction: The Federal Ministry of Environment as part of the Implementation of the Construction of a Prototype Gas Phase Chemical Reduction (GPCR) Plant for an Environmentally sound destruction/reverse transformation of Persistent Organic Pollutants (POPs) waste (Phase II).

Scope of Work: Environmental Impact Assessment (EIA), Feasibility Study,

Construction of one (1) Generator House, Warehouse (with Electrical fittings), Conveniences (and Soakaway), Borehole (with pumps, overhead tanks and piping), Landscaping, Awareness Raising (for community participation and inclusive project acceptance and ownership).

Tender Requirements:

  • Interested, suitable and reputable companies are required to submit the following Pre-qualification documents. Failure to submit any of the under listed documents may result in the disqualification of the Contractor.
  • 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.

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.
  • 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 Secretariat 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.

Submission Deadline: Completed Financial and Technical Tenders are to be submitted in two Separate Envelopes Marked Financial Bids or Technical Bids respectively. Each of the Envelopes are to contain one original and two duplicate copies of the Tenders respectively, and Both Envelopes Enclosed in a Larger Envelope Mark Confidential on the Top Left Corner and Written Tender for (Specifyd6) 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 2:00pm on the same date at 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 University of Maiduguri

University of Maiduguri

(Office of the Registrar)

2010 Appropriated Project

Invitation for Pre-Qualification to Tender

And Full Tender For Phase 2 of The 2010

Appropriated Projects

The University of Maiduguri is desirous of inviting interested   contractors to bid in the pre-tender qualification and financial bidding exercise for the Phase 2 of the 2010 Appropriated Projects.

1.       Scope of Works

The projects, their scopes, and the corresponding non refundable pre-tender fees payable to validate the bids are enunciated below.

Lot No. Project Scope Pre-Tender Fees Payable
17A Improvement of Water Supply (A) Work consist of drilling & development of a 2nd aquifer borehole, Construction of a 40,000 gallons capacity concrete underground water reservoir, fabrication and erection of a 20,000 gallons overhead water steel tank and supply and installation of a 100KVA Perkins gen, including electrical accessories and generator room. Beside block 2 Old academic area. N15,000.00
17B Improvement of Water Supply

(B)

Work consist of drilling & development of a 2nd aquifer borehole. Construction of a 40,000 gallons capacity concrete underground water reservoir, fabrication and erection of a 20,000 gallons overhead water steel tank and supply and installation of a 100KVA Perkins gen. including electrical accessories and generator room. Beside Agro-Vet Faulty New Complex N15,000.00
17C Improvement of Water Supply

(C)

Work consist of drilling & development of a 2nd aquifer borehole, Construction of a 40,000 gallons capacity concrete underground water reservoir, fabrication and erection of a 20,000 gallons overhead water steel tank and supply and installation of a 100KVA Perkins gen. including electrical accessories and generator room. Beside the Unimaid Demonstration Secondary School N15,000.00
18A Library Complex Work entails construction of a library complex. The edifice consists of a reading hall, reference and lending bay sections, a store, Librarian’s office and toilet facilities N10,000.00
18B Furniture for Library Involves moderate scope supply installation of Library furniture, shelves, office equipment and soft furnishing works N10,000.00
18C Compiler Centre Building Work entails construction of a Computer Centre whose structure consists of a computer laboratory, server room, offices, store and toilet facilities N10,000.00
18D Digital Infrastructure/ Furniture for Computer Centre Work entails installation of digital/internet infrastructure facilities such as VSAT and desktop computers, Hard) and soft furnishing also forms part of the package. N10,000.00

2. PRE-QUALIFICATION REQUIREMENTS

Interested contractor are invited to submit the following pre-qualification documents:

  • Evidence of Registration with Corporate Affairs Commission
  • Evidence of Registration with the University and the FMW in relevant categories
  • Tax Clearance Certificate for the last (3) years
  • Articles and Memorandum of Association
  • Evidence of Financial Capability,
  • Audited Account of the bidder for the last three years
  • List of Plants and Equipment as may be applicable, with evidences of possession
  • Verifiable list of similar and other jobs successfully executed with their locations, including copies of letters of award and completion certificates.
  • 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).
  • A non-refundable processing fee of N15,000.00 is to be paid to validate the bid
  • Evidence for the payment of the prescribed full tender fees.

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 from the Works Department upon the payment of the non-refundable processing fee prescribed above

The bidding documents (both technical and bids) are to be submitted at the same time but in sealed envelopes clearly marked 2010 APPROPRIATED PROJECT PHASE 2 (PER-QUALIFICATION BID) and 2010 APPROPRIATE PROJECT PHASE 2 (FINANCIAL BID) respectively; clearly indicating the lot number..

Documents are to be submitted to the Office of the Registrar, P.M.B. 1069. University of Maiduguri on or before 13th September 2010. All bids will be opened on the same day and venue by 2:00pm in the presence of the bidders or their representative.

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

DR. LAWAN BUKAR ALHAJI

REGISTRAR

Construction of Projects at Bayero University, Kano

Bayero University, Kano

(Office of The Registrar)

Pre-Qualification and Tender For 2010

Capital Projects to Be Carried Out At

Bayero University, Kano

  1. Bayero University, Kano intends to carry out the under-listed works at its various campuses.
  2. Tender documents for 2010 capital Project are ready, therefore interested and capable contractor are invited to purchase, fill and return them together with pre-qualification documents. The pre-qualification documents are to consist of the following:-
  • Evidence of Registration with Corporate Affairs Commission
  • Tax Clearance Receipt/Certificate for the last three (3) years
  • List of plants/Machinery and Equipment owned or to be leased with evidence,
  • List and type of personnel working for the company (attach Professional Registration)
  • List of verifiable and similar projects completed within the last 3 years with evidence,
  • List of on-going projects with their costs and evidence of award/payment,
  • Relevant information concerning means of contact e.g. telephone, e-mail addresses of the company to be provided
  • Evidence of Participation in the National pension Scheme, and
  • Photocopy of receipt as evidence of payment of tender processing fees.

3.  The completed tender and the pre-qualification documents should be submitted on or before 13th September 2010

4.  The tender processing fees are to be paid to the Bursary Department of the University

5. Submissions would not be accepted after the expiry date

6. The projects and their Tender processing fees are as follows;-

S/NO Projects 2010 Capital Tender Processing Fees N
1 Construction of Faculty of Dentistry Lots I & II 100,000.00 (each)
2. Up-grading of water scheme in the 2 campuses of the University 50,000.00

Signed

Sani Ibrahim Amin

Registrar

Renovation of of Project at Federal Ministry of Environment

Federal Ministry of Environment
Headquarters, Mabushi, Abuja

Invitation for Tender

Introduction: The Federal Ministry of Environment as part of the Implementation of its 2010 Budget intends to carry out Renovation of FEPA Building in Lagos.

Scope of Work:
1.    Replacement of Dilapidated toilet fitting.
2.    Tiling of the toilets and replacement of dilapidated doors and keys.
3.    Refurbishing of security gate house.
4.    Replacement of pipes and repairs.
5.    Installation of Security lighting fittings.
6.    Replacement of Ceiling.
7.    Repairs and Replacement of Electrical fittings, and Replacement of dilapidate doors and windows.
8.    Renovation of Security gate house and the Security gate.
9.    Renovation and furnishing of the Conference room.
10.    Installation of Mesh wire and Installation of 500KVA Generator.
11.    Installation of 3000 litres tank and drilling of borehole and Supply of Office furniture.

Tender Requirements:
Interested, suitable and reputable companies are required to submit the following Pre-qualification documents. Failure to submit any of the under listed documents may result in the disqualification of the Contractor.

1.    Certificate of Registration with Corporate Affairs Commission (Limited liability only).
2.    Provide details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources.
3.    Company’s current Tax Clearance certificate for the last three (3) years. (State Tax Identification Number TIN)
4.    Verifiable evidence of previous experience in the Jobs of this magnitude/nature. (Attach letter of Award and Certificate of Completion)
5.    List of Equipment Owned.
6.    Evidence from the company’s Bankers as to its financial capacity/Bank Support to undertake the works, if awarded.
7.    Name/e-mail Address and phone number of contact person.
8.    Company Audited Account for the last 3 Years.
9.    Any other information that would be of advantage to the company.
10.    A Latter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies.
11.    Evidence of VAT Registration and Remittance.

Additional Information
1.    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.
2.    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.
3.    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 Secretariat 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.

Submission Deadline: Completed Financial and Technical Tenders are to be submitted in two Separate Envelopes Marked Financial Bids or Technical Bids respectively. Each of the Envelopes are to contain one original and two duplicate copies of the Tenders respectively, and Both Envelopes Enclosed in a Larger Envelope Mark 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 2:00pm on the same date at 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