Construction of Projects 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 Erosion and Flood Control Works in the following Selected Locations in the country.

Scope of Work:

For the above projects, the following general Scope of Work applies:

  1. Clearing the site of stumps and shrubs.
  2. Earthworks:
  • Excavation in soft earth and Rocks
  • Filling of gullies areas
  • Back filling with approved laterites soil
  1. Construction of Reinforced concrete Drains
  2. Construction of Drop structures, Basins, Culverts and access slabs.
  3. Construction of embankments for dykes, small Earth Dams and retaining walls.
  4. Stone pitching and protection of slopes and embankments.
  5. Rehabilitation and grassing of destroyed environment.

Projects

Lot C

C1     Construction of Drainage and Culverts at Bajoga Town Gombe Statel

C2     Construction of Asphaltic Tarring Access Road and side drainage from

Bajoga main Road to Bazarma and Anguwan Isa.

C3     Erosion Control at Koro, Kwara State

C4     Yerima-Gassol Road Flood/Erosion Control Works

C5     Owe Flood and Erosion Control Project, Ipetu Road. Ondo State

C6     Erosion Control at Shagamu/lkenne/Remo North

C7     Erosion Control at Yelwa South/Ipokia North

C8     Erosion Control at Yelwa North/Imeko

C9     Ajagunmolu Community Flood and Erosion Control Phase 1 – Mabunmi

Junction Gully/Drainage Project, Ijebu Ode Area, Ogun State

C10   Erosion Control at Baboko Ward and Eruela in Ilorin West LGA, Kwara State

Tender Requirements:

Interested, suitable and reputable companies are required to submit the following Pre-qualification documents. Failure to submit any of the underlisted 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 5 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 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 Fifty Thousand Naira (N50, 000.00) in Bank Draft for each of the LOTS.

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 LOT) 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 Thursday, 9th 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

Drilling and Installation of 250 Hand Pump Boreholes at Rural Water Supply and Sanitation Agency, Jigawa

Invitation to Bid

Rural Water Supply and Sanitation Agency

(RUWASA) Shuwarin Dutse, Jigawa state

The EU-WSSSRP is one of the two financing agreements signed by the Jigawa state Government, the European Union and the Federal Government in March 2006 to support the establishment of sustainable Water and Sanitation services in rural areas of the state under the FGN/UNICEF Water and Sanitation programme in Nigeria.

In line with one of its objectives to increase access to safe drinking water and sanitation service in rural communities of the Jigawa state, the programme is seeking to engage drilling and civil engineering construction firms to construct water supply facilities in selected rural communities of the state.

Accordingly, the Jigawa state Rural Water Supply and Sanitation Agency, Shuwarin-Dutse hereby invites bids from UNICEF D field pre-qualified contractors and under listed pre-qualified contractors for drilling and installation of 250 hand pump boreholes, grouped into 10 slots of 25 boreholes each, in rural communities of the 7 selected LGAs of Birnin-Kudu, Dutse, Taura, Babura, Kazaure, Gumel and Mallam-Madori.

Method of Bidding

Pre-qualified contractors can obtain bid documents from the office of Managing Director, Jigawa state RUWASA Shuwarin-Dutse at the non-refundable fee of N20, 000 (Twenty Thousand Naira) only. Completed bids are to be submitted in sealed envelopes and should reach the office of the Managing Director, RUWASA Shuwarin-Dutse on or before 26th August, 2010. Subsequently, bids shall be opened the next day in the presence of bidders and members of the general public who may wish to attend.

Names of the Companies

  1. Loyalty property Ltd
  2. CGC Nig. Ltd
  3. AI-Yam Nig. Ltd
  4. Ell service Ltd
  5. Snab inter. Ltd
  6. Trans Tech Eng.
  7. Barwa Eng. Co
  8. Dasna Inter. Company
  9. Land base Engr.
  10. Hilal Mai sugar
  11. Hans comp Nig. Ltd
  12. Barwan Dutse
  13. Aya steel Fab
  14. T-set Engr. Co
  15. Manga Garara
  16. Cosrid Nig. Ltd
  17. Gracepace Ven
  18. Alneto waterman
  19. Maihali Nig.
  20. Chattel Inter.
  21. ATD ARKY
  22. Global steel
  23. Ceylon construction
  24. lluobe construction
  25. ABU Jamash
  26. MasyNig.
  27. Quinted Nig.
  28. Allied Dev.
  29. Bala Resources
  30. Diwuma set
  31. Solid works
  32. Ihsan enterprise
  33. Oat living stone
  34. Carting earth re
  35. Multi tech
  36. Abagayawa Dril
  37. Al-Mustaan Nig
  38. A.C dorable
  39. Fagam Farms
  40. Alsahih Gen
  41. Alusm Construc
  42. Apexheight
  43. Jakkada Nig
  44. Sahel-blue
  45. Kanoke & Kiyawa Nig
  46. Spring well
  47. Hazaco Constr.
  48. Ringim Galadand
  49. Jofos Industries
  50. Barde ventures
  51. Absaam Nig.
  52. Solarcoms Tech
  53. A.U Drilling
  54. Isaco Nig. Ltd
  55. Maso energy
  56. H.A.ITAS Nig.
  57. Hali borehole & Agro allied
  58. Equity Global
  59. Inter. Shelter
  60. Prime water
  61. Jomena Ltd
  62. Esco Engineering
  63. Bullion concept
  64. Somer continental, Nig. Ltd
  65. Buelah universal
  66. Chiefeda
  67. Likal Globa Inv.
  68. AlaskA Gen.
  69. Uthfazha Gen.
  70. Highlight Nig.
  71. Talaku lnteg.
  72. Secoms Engin.
  73. Sysi Engrn. Serv.
  74. China Zonhao
  75. Jomena Ltd
  76. Sulhayat Nig. Ltd
  77. Alteno water man res.
  78. Vickos co. Ltd
  79. Muhalli Turkey co.
  80. Abujamash Nig. Ltd
  81. Daragi & son Nig. Ltd
  82. Global water Engr.

Signed:

Alhaji Abbas Adamu Taura (Fagacin Ringim)

Managing Director,

Jigawa state Rural Water Supply and Sanitation Agency

Execution of Projects at Kaduna Polytechnic

Kaduna Polytechnic

P.M.B 2021 Kaduna, Nigeria

Invitation for Tender for ETF Special Intervention Projects

The Kaduna Polytechnic hereby invites pre-qualified contractors suppliers, who received letters of pre-qualification to tender for the Education Trust Fund (ETF) Special Intervention projects.

Contractors/suppliers must only bid for what they have been pre-qualified. Prospective bidders are also requested to note that the lowest bidder may not necessarily be the best for the award.

The projects are:

S/No Construction Work Projects Tender Fee
1 LOT A1 Construction of Classrooms/Offices for Electrical Engineering Department N40, 000
2 LOT A2 Construction of Chemical Engineering Department N40, 000
3 LOT A3 Construction of lecture Theatres N40, 000
4 LOT A3 Construction of CAD Laboratory. N40, 000
Renovation Work Projects
5 LOT B1 Renovation of Automobile workshop Mechanical Engineering Laboratory N20, 000
6 LOT B2 Renovation of Civil Engineering Laboratory. N20, 000
7 LOT B3 Renovation of classrooms & Drawing Studio in Civil Eng. Dept. N20, 000
8 LOT B4 Renovation of Laboratories in Electrical and Computer Dept. N20, 000
9 LOT B5 Renovation of Classrooms & Staff Offices in Mineral Resources Dept. N20, 000
10 LOT B6 Renovation of student Union Secretariat N20, 000
11 LOT B7 Renovation of Rehabilitation of Electrical &Mech. Eng. classrooms & Lecture Theatre. N20, 000
12 LOT B8 Renovation of Isa Kaita library N20, 000

Bid documents can be obtained from the Department of Physical Planning of the Institution from Thursday, 12th August 2010. All completed bid documents should be sealed, appropriately marked on top right hand comer and returned to the Registrar, Kaduna Polytechnic, Polytechnic Road, Tudun Wada Kaduna, on or before 12:00 P.M. (NOON) on Thursday, 9th September, 2010. The documents will be opened at the Council Chambers at 2:00 PM on that day, in the presence of interested bidders.

All submissions must include photocopies of letter of pre-qualification issued by the Registrar, receipt of payment of appropriate tender fees and evidence of strict compliance with section 16(6) (d) of the Public Procurement Act 2007, which states that all contractors/suppliers must have fulfilled all its obligations to pay taxes, pensions and social security contributions;’ as a pre-condition for award of any contract/supply.

Signed:

ALH. Mamoon A. Abubakar,

Registrar

Supplies, Construction of Projects at Abubakar Tatari Ali Polytechnic, Bauchi

Abubakar Tatari Ali Polytechnic, Bauchi Federal Republic of Nigeria

Invitation for Pre-Qualification of Contractors/Suppliers

The Abubakar Tatari Ali Polytechnic Bauchi, plans to execute a number of projects and is therefore inviting interested and capable contractors to submit bid documents for the construction and or supply of the following projects under the year 2008 Education Trust Fund Intervention;-

(1)     Construction of Building Technology Workshop,

(2)     Supply and installation of Soil Mechanics Laboratory/Concrete Lab Equipment;

(3)     Supply and Installation of Hydraulic Laboratory Equipment;

(4)     Supply and Installation of l00Nos Classroom Furniture;

(5)     Supply and Installation of Biology, Chemistry and Glass Blowing Laboratory Equipment;

(6)     Supply of 125 Nos Lecturers Table and Chairs.

Interested bidders are to submit the following documents:-

  1. Evidence of registration/Incorporation of Company by the Corporate Affairs Commission,
  2. Evidence of Registration with the Federal Ministry of Works or the Abubkar Tatari Ali Polytechnic,
  3. Company Audited accounts for three years,
  4. Company three years income tax clearance certificate,
  5. Evidence of financial capability and banking support, and bank statement from a reputable bank acceptable to me school vouching for the Company’s financial prowess
  6. Evidence of technical qualification and experience of the key personnel;
  7. Company’s Profile indicating Technical, Managerial and Supporting Staff and their experience in the field;
  8. Evidence of similar projects successfully executed in the last three years indicating names of the clients, consultants and certificate of practical completion;
  9. List of equipment and evidence of technology capacity,
  10. Evidence of VAT registration/past VAT remittances.

Submission Of Pre-Qualification Documents:

All documents must be packaged in the order listed above (i-x) and submitted in a sealed envelope and marked supply of or construction of personally deposited in the tenders box provided in the office of the Registrar, Abubakar Tatari Ali Polytechnic, Bauchi between the hours of 10am to 1:00pm on Mondays to Thursday and 10am to 1:00pm on Fridays on or before 27th August 2010.

The pre-qualification documents will be opened at the Council Chamber of the Polytechnic at a date which will be communicated at the point of the submission of the documents. Please note that this is not an invitation to tender and only successful applicants will be invited to tender after pre-qualification. The Polytechnic is not bound to accept any particular applicant nor any condition attached.

All documents should be addressed to:

The Registrar,

Abubakar Tatari Ali Polytechnic,

P. M. B. 0094, Jos Road, Bauchi,

Bauchi State.

Procurement of Poultry Plastic Transport Crates at Avian Influenza Control & Human Pandemic

Avian Influenza Control & Human Pandemic

Preparedness and Response Project

AICP Animal Health

Department Of Livers Tock and Pest Control Services (Federal Ministry Of Agriculture And Water Resources)

1st floor Nigerian Agricultural Insurance Corporation House Unit D’ Plot 590 zone A.O. Central Business District, Airport Road, Abuja

Invitation for Bids (IFB)

Bid Issuance Date:                            13th August 2010

Contract Identification No:      IFB/AICP/AH/NCB/PLT-CGS/06/2010

World Bank Credit No:           4160 – UNI

World Bank Credit Name:                Avian Influenza Control and Human Pandemic Preparedness and Response Project.

This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 691 of 30th November, 2006, Daily Trust newspaper of October 20, Guardian newspaper of 24 and Federal Tender Journal of October 30, 2006.

The Federal Government of Nigeria has received credit from the international Development Association toward the cost of Avian Influenza Control & Human Pandemic Preparedness & Response Project and it intends to apply part of the proceeds of this credit to payments under the Contract for the Human Procurement of poultry plastic transport crates.

The Avian Influenza Control & Human Pandemic Preparedness & Response Project -Animal Health Component now invites sealed bids from eligible and qualified bidders for the supply of under listed item(s):

LOT Description Qty Location Delivery Period Bid Security
1 Poultry Plastic

Transport Crates

2,143 Avian Influenza Control Project Office, 1st Floor NAIC House, Plot 590, Zone A. O., Unit D Central Business District Air Port Road, Abuja – FCT Nigeria 60days At least 2% of bid price

4.       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 are open to all bidders from Eligible Source Countries as defined in the Guidelines.

5.       Interested eligible bidders may obtain further information from Avian Influenza Control & Human Pandemic Preparedness & Response Project and inspect the Bidding Documents at the address given below from the hours of 9:00 am to 4:00 pm on Mondays to Thursdays and 9:00 am to 1:00 pm on Fridays.

6.       Qualification requirements include:

(a)     Financial Capability

The Bidder shall furnish documentary evidence that it meets the following financial requirement(s):

  • Evidence of previous supply (sale) of similar vehicle proposed for the last 4 years.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.

A margin of preference for eligible national contractors shall not be applied; Additional derails are provided in the Bidding Documents

7.       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 N10,000.00  (Ten Thousand Naira) only or 100,00USD (One Hundred USD) only. The method of payment will be cash. The Bidding Documents will be collected by hand.

8.       Bids must be delivered to the address below on or before Friday  10th 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 by  11: 30am, Friday 10 September, 2010. All bids must be accompanied by a 2% bid security or an equivalent amount in a freely convertible currency.

9.       The address referred to above is:

Avian Influenza Control & Human Pandemic Preparedness & Response Project, 1st floor Nigerian Agricultural insurance Corporation House Unit D, Plot 590, Zone AO, Central Business District, Airport Road, Abuja – FCT, Nigeria.

Signed:

Dr.M.D. Sa’idu

Component Coordinator

Animal Health Component