Procurement of Items at Federal Government College Kiyawa

INVITATION FOR BIDS

FEDERAL GOVERNMENT OF NIGERIA

FEDERAL MINISTRY OF EDUCATION

Federal Government College Kiyawa.

SCIENCE AND TECHNOLOGY EDUCATION

POST BASIC (STEP-B) PROJECT

PROCUREMENT OF SCIENCE EQUIPMENT, CHEMICALS, TEXTBOOKS AND INSTRUCTIONAL MATERIALS,

Credit No: 4304

Issuance Date: 19th April 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 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 of Science Equipment, Chemicals, Textbooks and Instructional Materials.  Contract No. STEP-B/FGC/KYW/NCB/GDS/01/2010.
  3. The Science and Technology Education Post Basic (STEP-B) Project Federal Government College Kiyawa now invites sealed bids from eligible bidders for.
Lot Description Quantity Bid Security Bid Validity    Period Delivery period Delivery Location
1 Science Equipment and Chemicals Various At least 2.5% of Bid Price 90 days 60 days FGC Kiyawa
2 Textbooks and instructional Material Various At least 2.5% of Bid Price 90 days 60 days FGC Kiyawa
  1. Bidding will be conducted through the National Competitive Bidding procedures specified in the World Bank’s Guidelines: Procurement under ffiRD Loans and IDA Credits, and is open to all bidders from eligible source countries as defined in the Guidelines.
  2. Interested eligible bidders may obtain further information from Science and Technology Education Post Basic (STEP-B) Project, Federal Government College Kiyawa and inspect the bidding documents at the address given below from 0800 hrs-1600hrs dally, Mondays to Fridays.
  3. 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 nonrefundable fee of N10,000 The method of payment will be Bank Draft in favor of Science and Technology Education Post Basic (STEP-B) Project Federal Government College Kiyawa. The document will be collected by hand.
  4. Bids must be delivered to the address below at or before 1200 hrs, 19th May 2010
  5. Bidders may bid for one or more complete lots as award will be based on individual lots. Any bid submitted for incomplete lots as award will be based on individual lots. Any bid submitted for incomplete lots will be declared non-responsive.

The Project Manager,

Science and Technology Education Post-Basic (STEP-B) Project

Federal Government College Kiyawa

Jigawa State.

GSM No:   08036536428, 08036884074, 08069195282.

E-mail:       stepbjigfgckiyawa@yahoo.com

Construction of Dyke and flood retention gate with wing walls at HJKYBTF

INVITATION TO BID

CONSTRUCTION OF DYKE (X1) AT WARAWA AND FLOOD RETENTION GATE WITH WING WALLS (1) AT JOKA JURIYE

INTRODUCTION

The Hadejia Jama’are Komadugu Yobe Basin Trust Fund (HJKYBTF), which is intended primarily to address the shared land and water resources management problems of the basin, wishes to execute dyke construction (1 in number) and flood retention gate with wing walls construction (1 in number) pilot projects at strategic locations in the basin. Firms registered with the Trust Fund are hereby invited to make firm sealed offers for the pilot projects as spelt out further below.

Objectives

The objective of the pilot projects is to ease the flow of water away from where it is not desired and towards where it is needed. For the construction of a dyke, a stable bund is to be erected along the river bank at the specified locations to prevent flooding of areas behind the bunds; for flood retention gate with wing walls, it is to stop flood waters on fadamas from retreating back into the river channel after the level of flow in the river channel has dropped.

Outputs

The expected outputs of this exercise should consist of, but not limited to the following:

(a)     The evacuation of the specified quantum of sifts and weeds at the specified locations;

(b)     Construction of stabilized dykeybund as spelt out in the designs at the specified location;

(c)      Construction of flood retention gates with wing walls as spelt out in the design at the specified location.

Eligibility

Firms with cognate experience with the Trust Fund and in position of the required equipment, as well as having working relationships with our partners, are eligible to bid for the execution of the projects:

1       DYKE CONSTRUCTION

A.      Wudil Warawa Earth Dyke:- Length of 500 metere, base width of 12 meters, crest width of 04 meters, and height of 02 meters.

2      CONTROL GATES CONSTRUCTION

A. Joka Juriye Additional Work on Double Valves Gate with wing walls- gate length 7.0m, gate width 7.0m, height 1.5m, top right wing wall extension 03m, buttom right wing wall extension 2.2m, top left wing wall extension 3.5m, buttom left wing wall extension 8.5 m, height of 1.5m across.

Documents

The documents consisting of the specifications, details of requirements, letter of Submission of Bids and draft contract agreement are to be obtained from the Administrative Secretary of the HJKYBTF at the Trust Fund’s Secretariat in Km 6 Potiskum Road, Damaturu, Yobe State. He can also be contacted on the following phone number 08080989282 or 07062061288.

Submission of bids

The bids, with all Information requested in the instruction to Bidders (to be collected from the Administrative Secretary), shall be delivered to the office of the Administrative Secretary, HJKYBTF on or before Tuesday 27th April by 12:00 noon local time Late entries cannot be considered.

Signed:

Dr. Hassan H. Bdliya

\

Supply of Office Materials, Untility Vehicles and Computer Accessories at FCTA

FEDERAL CAPITAL TERRITORY ADMINISTRATION

FCTA TENDERS BOARD SECRETARIAT

FCTA Secretariat, Kapital Road, Area 11, P.M.B. 24, Garki Abuja, Nigeria

INVITATION TO PARTICIPATE IN THE TENDERING EXERCISE FOR VARIOUS GOODS FOR DEPARTMENT OF ESTABLISHMENT & TRAINING, FCTA

Federal Capital Territory Administration (FCTA) through Department of Establishment and Training has provisions in the FCT 2010 Statutory Budget proposal and is hereby inviting competent and interested companies to submit Technical and Financial bids for the following projects:-

  1. Supply of Computers and Accessories for the Computerization of Personnel Records
  2. Supply of Utility Vehicles
  3. Supply of Office Materials

PREQUALIFICATION REQUIREMENTS

Interested companies are to forward copies of the following documents and the originals to be made available for sighting during the Tender opening.

  1. Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association,
  2. Interested companies should have up to date returns with CAC and be informed that due diligence could be conducted.
  3. Company’s Audited Account for the last three year from a Chartered Accounting Firm.
  4. Tax Clearance for the last three (3) years.
  5. List of verifiable documentary evidence of similar jobs successfully executed within the last three years (copies of letter of contract award, completion certificates etc).
  6. Reference letter from a reputable bank.
  7. Sworn affidavits in line with the provisions of Part iv Section 16. Subsection 6(e-g) of the Public Procurement Act, 2007.
  8. Interested companies whose work force is more than twelve (12) persons would be required to provide evidence of remittance of contributory pension funds in line with Section 16, Subsection 8, Clause (d) of the Public Procurement Act.
  9. Letter of Authority to FCT Administration to cross check the company’s account
  10. Evidence of remittance of contributory pension fund for staff of the company as provided in Section 16, Subsection 6(d) of the Public Procurement Act. 2007

C.      COLLECTION OF TENDER DOCUMENTS

Interested companies are to collect tender documents from the Director Establishment & Training Area 11. Garki – Abuja, upon the presentation of an evidence of payment of N10.000.00 (Ten Thousand Naira only) non-refundable Tender Fee into FCT Treasury Revenue Account at Fidelity Bank, (Central Area) Account No. 051503010000426.

D.      SUBMISSION

The prequalification and financial bid documents should each be sealed and labeled (Technical and Financial bid as appropriate) separately, and the two separate envelopes be put in another envelope that should also be sealed and labeled as “(Project Title)”. The financial bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the bidder. the document is to be submitted to: Secretary, FCT Tenders Board, Room 043 Former Public Building Block, FCTA Secretariat, Areal 11, Garki-Abuja not later than 20th May, 2010 by 12.00pm that is on or before 31st May 2010. The representatives of the bidding companies are invited to witness the opening of the tenders on the same date at Room G9 Archives and History Building near AGIS, Peace Drive, Area 11, Garki-Abuja at 2.00pm.

E. Successful companies could be requested to provide performance Bond, whose value shall not be less than 10% of the contract sum before signing the contract.

NOTE:

  1. i.            Interested bidders are not allowed to bid for more than one (1) of the listed projects.
  2. ii.            The administration is not bound to accept the lowest bid.
  3. iii.            Members of the general public, especially in the Civil Society Organization are invited to the opening exercise. They are however to abide by the code of Conduct issued by the Bureau of Public Procurement (BPP).
  4. iv.            Company’s representatives are to come along with a letter of introduction indicating name, rank and sample signature to the opening exercise.

HAJARA MUHAMMED

DD (Proc.)/Secretary, FCTA Tenders Board

Supply of Toyota and Land Rover vehicles at TCN

TRANSMISSION COMPANY OF NIGERIA (TCN)

PUBLIC NOTICE

INVITATION FOR THE SUBMISSION OF QUOTATIONS FOR THE SUPPLY OF TOYOTA AND LAND ROVER VEHICLES

1.0     INTRODUCTION

The Management of Transmission Company of Nigeria (TCN), requires the supply of Toyota and Land Rover vehicles to the Company.

2.0     SCOPE OF WORK

Consequently, the Company wishes to invite ONLY ACCREDITED Toyota and Land Rover dealers to submit quotation for the supply of:

  1. Toyota 30 Seater Coaster Bus (Full Option). Air Conditioned, Petrol Engine, Stereo, Airbag.
  2. Toyota Hilux Pick-Up 2WD, Double Cabin, Air Conditioned, Stereo, Power Assisted Steering.
  3. Land Rover S/W AV, 4-Wheel Drive, 6 Speed Manual, 5 Doors, Metal Top, Petrol or Diesel Engine, Power assisted Steering, Alloy Wheels, Factory Fitted Air Conditioner, Radio and CD Player.

Communication Accessories – each Land Rover shall be installed with the following:

  1. One (l No.) Motorolla GM 140 VHF Radio.
  2. One (1No.) HICOM 700 Series HF Radio.

3.0     GENERAL REQUIREMENTS

Only ACCREDITED Toyota and Land Rover Dealers wishing to carry out the above job should submit the following:

a)     Registration with CAC.

b)    Current Tax Clearance Certificate.

c)     Evidence of accreditation by Toyota Nigeria Ltd/Land Rover.

d)    Evidence of compliance with provisions of the Pensions Reform Act, 2004.

e)     Quotation should include cost of Registration and Comprehensive Insurance.

f)      The vehicles are to be delivered to the TCN 132/33KV Transmission Station at Apo, Abuja, FCT.

g)     Quotation should also indicate completion period for the supply.

h)    A non-refundable Tender fee of Fifty Thousand Naira (N50,000.00) only for each lot, in Bank Draft, payable to the Transmission Company of Nigeria (TCN), should be included in the submission.

i)       Indicate percentage discount in the event of bulk purchase.

j)       The quotation should be inclusive of all taxes,

k)    Only 2009 model is preferred.

4.0    SUBMISSION

Quotations should be forwarded in a sealed waxed envelope boldly marked at the top left corner:

Quotation for the supply of Toyota 30 Seater Coaster Buses”

Or

“Quotation for the supply of Toyota Hilux Pick-Up 2WD”

Or “Quotation for the supply of Land Rover S/W” and submitted to the address below:

Assistant General Manager

(Procurement),

Transmission Company of Nigeria (TCN)

Room 228, 2nd Floor, PHCN CHQ,

Plot 441, Zambezi Crescent, Maitama, Abuja.

For further information/clarification, please contact:

Tel: +2348055027494

e-mail: atonack@yahoo.co.uk , solaakinniranye@yahoo.com

5.0     CLOSING DATE

All submissions must be received at the above address on or before 12 Noon, Monday, 3rd May, 2010,

6.0     OPENING PATE

Tenders will be opened on Monday, 3rd May, 2010, at 12:15pm.

Signed:

MANAGEMENT

TRANSMISSION COMPANY OF NIGERIA (TCN)

Execution of Projects at National Orthopaedic Hospital Dala – Kano

NATIONAL ORTHOPAEDIC HOSPITAL,

DALA-KANO.

DATE: 16TH April, 2010

INVITATION TO TENDER FOR THE EXECUTION OF THE HOSPITAL’S 2010 CAPITAL PROJECTS

INTRODUCTION:

National Orthopaedic Hospital Dala – Kano invites interested and reputable Contractors with relevant and good track record to tender for the execution of the following projects in the Hospital:

S/No Lot No. Project Title Tender Free N
01 Lot 1 Supply of Utility Vehicles 20,000
02 Lot 2 Construction of plant House, Supply & Installation of Oxygen Plant 30,000
03 Lot 3 Gas piping to the Theatres, OPD, I.C.U and NHIS Clinic 30,000
04 Lot 4 Incinerator house construction and relocation of incinerator 30,000
05 Lot 5 Equipping of ERCE Suite 30,000
06 Lot 6 Supply of Laundry Equipment 30,000
07 Lot 7 Furnishing and Equipping of expanded Post Basic Orthpaedic Nursing School 40,000
08 Lot 8 Construction and Furnishing of Consultant Block 40,000
09 Lot 9 Construction of an Admin. Block 40.000
10 Lot 10 Internal Road Network Construction and Rehabilitation 40,000

EVALUATION REQUIREMENTS

In order to be considered for any project, Interested Companies must submit the following (Please take care to arrange in the following order):

  1. Certificate of Registration with C. A. C
  2. Evidence of TAX Clearance for the last Three (3) yean
  3. Evidence of VAT Registration and Remittance
  4. Company profile with names and qualifications of key personnel
  5. Evidence of experience with similar jobs in the last Three (3) years in Nigeria Names (s) of Clients and contract sum (s) should be provided
  6. Evidence of Financial Capability to handle the job by way of turnover figures backed by bank statement and audit reports.
  7. Evidence of Registration with Federal Ministry of Housing, Environment and Urban Development for construction works.

Completed Tender/Bid Documents should be prepared along with the above Documents enclosed in separate, sealed and appropriately labeled envelopes (i Tender Documents, ii Evaluation Documents). The labeling should indicate the LOT (S) of interest.

Tender Documents will be provided at the Planning Unit of Administration Department of the Hospital from the hours of 10.00am to 2.00pm (Monday to Thursday) and 10.00am to 1.00pm (on Fridays) from Friday 23rd April 2010.

Submission should be made to the Office of the Medical Director and addressed as follows:

Medical Director

National Orthopaedic Hospital,

Kofar Ruwa Road

P.M.B.3087,

Dala-Kano.

Closure and opening of the submissions will be done as follows:-

  1. LOT 1-6 – 12noonon Monday 17th May, 2010
  2. LOT 7-10 – 12noon on Monday 24th May, 2010

Venue is Board Room, National Orthopaedic Hospital, Dala-Kano

Tenderer and other stake holders are encouraged to attend

Tenders/Bidders are to not that the hospital is not bound to accept the lowest bidder.

For more information, visit www.orthopaedicdala.org

Sighed:

Management