Procurement and Installation of ICT Equipment, Science Equipment and Chemicals at Federal Government College, NISE

Invitation for Bids

Federal Government of Nigeria

Federal Ministry of Education

Federal Government College, NISE

Science and Technology Education

Post Basic (Step- B) Project

For The Procurement and Installation of ICT Equipment, Science Equipment and Chemicals, Supply of Science and Technical Textbooks and Instructional Materials, Science Laboratory and Office Furniture and Fittings

CREDIT NO: 4304

Issuance Date: 5th August, 2010

1.       This Invitation for Bids follows the General Procurement notice for this project that appeared in Development Business, issue no. 591 of 2nd July, 2007.

2.       The Federal Republic of Nigeria has received a Credit from the International Development Association (IDA) towards the cost of Science and Technology Education Post-Basic (STEP-B) Project, and it intends to apply part of the proceeds of this credit to payments under the contract for the Procurement and Installation of ICT Equipment, Science Equipment and Chemicals. Supply of Science and Technical Textbooks and Instructional Materials, Science Laboratory and Office Furniture and Fittings. Contract No: STEPB/FGC NISE/GDS/NCB/01/10

3.       The Science and Technology Education Post-Basic Project, Federal Government College Nise, now invites sealed bids from eligible and qua bidders for:

Item Lots No Description Qty Bid

Security

Validity Period Delivery Period Delivery Location
1 1 Procurement of Science Equipment Various At least 2.5% of Bid Price 90days 60days FGC NISE
2 2 Procurement of Laboratory chemicals Various At least 2.5% of Bid Price 90days 60days FGC NISE
3 3 Procurement of Science and technical textbooks and instructional materials Various At least 2.5% of Bid Price 90days 60days FGC NISE
5 5 Procurement of Laboratory and Office furniture and fittings Various At least 2.5% of Bid Price 90days 60days FGC NISE

4.       Bidding will be conducted through the National Competitive Bidding (NCB) a. procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from eligible source Countries is defined in the Guidelines.

5.       Interested eligible bidders may obtain further information from: Science and Technology Education Post Basic (STEP-B) Project, Federal Government College, Nise and inspect the bidding documents at the address given below, from 0800hrs 1600hrs daily, Mondays to Fridays, except on public holidays.

6.       Qualifications requirements include: (i) Evidence of previous supply (sale) of similar equipment for the past 5 years and TIN NUMBER, (ii) Audited Financial statements for the last three years, (iii) A margin of preference for certain goods manufactured domestically shall not be applied. Additional details 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 submission of a non refundable fee of N10,000.00 (Ten Thousand Naira only). The method of payment will be Cash or Certified Bank Draft from a reputable Commercial Bank in favour of Science and Technology Education Post Basic (STEP-B) Project, Federal Government College Nise. The Bidding Documents will be collected by hand or by courier services on request.

8.       Bids must be delivered to the address below on or before 1200 on Monday 6th September, 2010. All bids must be accompanied by a bid security of 2.5% of bid price in Naira or its equivalent in a freely convertible currency. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend at the address below at 1200hrs, on Monday 6th September, 2010.

9.       Bidders may bid for one or more complete lots as award will be based on use individual lots. Any bid submitted for incomplete lots will be declared non responsive.

10.     The address referred to above is:

The Project Manager,

Science and Technology education Post-Basic (STEP-B)

Project,

Federal Government College Nise,

Anambra State.

Telephone: 08033018092, 08054472426, 07036576731

E-mail: stepbanambrafgc@yahoo.com

Construction of Projects at Lake Chad Basin Commission

Commission Du Bassin Du Lac Tchad

Lake Chad Basin Commission

Invitation for Bids (IFB)

Date:                                       23th September, 2010

Contract Identification no    AON N°: 020/PAIBLT/ IST/VIH/SIDA/BAD/2010

Bank/Fund Loan Number    2100155005621

Bank/Fund Loan Name:       PAIBLT

1.      The Lake Chad Basin Commission has received a loan from the African Development Fund Trust Fund towards the cost of Project in support of Lake Chad Initiative on STIs/HIV/AIDS for the reduction of vulnerability and risks and intends to apply part of the funds to cover the eligible payments under the Contract for the building health infrastructure.

2.      The Project in support of Lake Chad Initiative on STIs/HIV/AIDS for the reduction of vulnerability and risks in collaboration with Lake Chad Basin Commission invites sealed bids for the construction of.

  • A local coordination office in Maiduguri;
  • Ten (10) incinerators in: 1. Mala Kachalla Hospital Bolori 2. Damasak General Hospital, 3. Mongono general hospital, 4. Kukawa General Hospital, 5. Ngala General Hospital, 6. Nganzai General Hospital, 7. Marte General Hospital, 8. MCH Baga, 9. MCH Kauwa at 10. General Hospital Mafa.

The work for this invitation of bids are re-grouped in One (01) tender.

3.      Bidding documents (and additional copies) may be obtained by payment of One hundred thousand FCFA (100000 FCFA) not refundable to the LCBC headquarters (AIDS project office in 3erd floor) at N’Djamena -Tchad, PO Box: 727 -Tel: (+235) 252 49 68/29 46 Fax: (+235) 252 4137, Email: lcbc@intnet.td with the to de_noe@yahoo.fr or Locale Coordination project in Maiduguri (Nigeria), Tel. +234 80 26 69 46 29 by written request, interested bidders may obtain further information at the same office.

4.      Bids shall be valid for a period of 120 days after Bid Opening and must be accompanied by security of Four Hundred and Twenty Thousand (420000 Naira) NAIRA 1. Bids shall be delivered to LCBC (Project Office in 3rd floor) at N’Djamena- had, Tel: (+235) 2524968/2946, Fax: (+235) 2524137, E-mail:  lcbc@intnet.td with copy to de_noe@yahoo.fr on or before Monday, 23rd September, 2010 at 3:30pm

Bids will be opened in the meeting hall of LCBC, on Monday, 23th September, 2010 at 3:30 pm in the presence of the bidders who wish to attend.

The Secretary Executive of LCBC

Execution of Projects at Borno State Millennium Development Goals

Borno State Millennium Development Goals-Conditional Grants Scheme (MDGs-CGS)

Project Support Unit

Off Lagos Street, Maiduguri.

The Borno State Government in collaboration with the Federal Government of Nigeria is going to execute project/programmes towards attaining the Millennium Development Goals (MDGs) through the 2009 conditional Grants Scheme.

The Honorable Commissioner. Ministry of Finance and Economic Development/Chairman protect implementation committee (PIC) on behalf of Borno State Government, wishes to invite interested and qualified contractors to submit their Applications for Pre-qualification in the execution of projects/programmes under the 2009 Conditional Grams Scheme,

Project Areas:

Water and sanitation

Drilling of hand pump and motorized boreholes at various locations in the State

  • Motorized boreholes (North and Central Senatorial Districts)
  • Motorized boreholes (South Senatorial District)
  • Hand pump boreholes (North, South and Central Senatorial Districts)

2.      Youth Empowerments (Skills Acquisition)

Supply of equipment of existing skill Acquisition Center at Bama, biu,  Gubio, Gwoza, Lassa. Maiduguri and Monguno.

3.      Construction of Ventilate improve Pit Latrines (Toilets)

145 Nos, VIP Toilets across the 27 Local Government Areas of Borno state.

4.      Registration Requirements:

  • Evidence of incorporation of company
  • Copy of memo and Article of Association (where applicable)
  • Evidence of Registration with Borno State Government as Contractor
  • Evidence of similar jobs executed
  • VAT Registration (where applicable)
  • Verification of address given names of contact persons
  • Current Tax Clearance Certificate

Application must be in sealed envelope marked per-qualification for MDG project/programmes addressed to: The Focal Officer, Project Supply Unit (PSU) Borno State MOGs-CGS, Off Lagos street, Maiduguri. Borno State.

All pre-qualifications documents are to be submitted on or before 18th August 2010. All inquiries are to addressed to the Focal Officer, Project Support Unit (PSU),Borno State MOGs-CGS, Off Lagos Streets, Maiduguri. Borno State.

Only pre-qualified contractors will be invited to tender.

Signed:

Ishaku Usman

Desk Officer

Borno State MDGs-CGS, Maiduguri

Construction of Admin, and Fencing at Federal Ministry of Environment, Abuja

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 Establishment of Scrap Metal Recycling Project in Bauchi State.

The Federal Ministry of Environment is therefore inviting interested contractors to submit tenders for the above project.

Scope of Work;

  • Feasibility Studies/EIA and Conceptual Design
  • Site Acquisition and Preparation
  • Construction of Admin, and Fencing.

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.

  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 Letter 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 Fifty Thousand Naira (N50,0000.0000) 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 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 12Noon on Monday, 30th August, 2010 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

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 Establishment of Metal Recycling Plant in Abia state.

The Federal Ministry of Environment is therefore inviting interested contractors to submit tenders for the above project.

Scope of Work

  • Site Clearing
  • Awareness Creation/Workshop
  • Preparation of Partial Fencing
  • Construction of Gate house

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.

  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 Letter 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 Twenty Thousand Naira (N20.000.00) 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 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 12Noon on Monday 30th August,

2010.

The Bids will be opened by 2:00p.m. 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