- Artificiel intelligence tenders - https://www.ai-tenders.com -

Procurement of Contractors for Construction of Science Laboratories, Workshops, Latrines and Associated Site works for Secondary Schools around Berea, Maseru and Thaba Tseka Districts Package 2 (12 lots)

Procurement of Contractors for Construction of Science Laboratories, Workshops, Latrines and Associated Site works for Secondary Schools around Berea, Maseru and Thaba Tseka Districts Package 2 (12 lots)

Résumé de l’avis Banque mondiale

Source Banque mondiale
Référence WB-OP00444457
ID Banque mondiale OP00444457
Référence appel LS-MOET-507653-CW-RFB
Pays Lesotho
Projet Lesotho Education Improvement Project
ID projet P500587
Grand secteur À classer
Secteur d’activité À classer
Codes secteurs
Organisme / contact Ministry of Education
Type d’avis Invitation for Bids
Statut Published
Méthode de passation Request for Bids
Date de publication 12/05/2026
Date d’échéance 15/05/2026
Catégorie Consultations


Voir l’avis officiel Banque mondiale


Description complète

 

 

 

 

THE KINGDOM OF LESOTHO

MINISTRY OF EDUCATION AND TRAINING

 

                             

Request for Bids

 

Employer: Ministry of Education and Training

Project: Lesotho Education Improvement Project (LEIP)

Contract title: Construction of Science Laboratories, Workshops, latrines and associated site works at Secondary Schools – Batch 2 and Construction of Classrooms, latrines and associated site works at Primary schools-Batch 1 Re-tender

 

Country: Lesotho

Credit No.: 7587-LS

RFB No: LS-MOET-507650-CW-RFB, LS-MOET-507653-CW-RFB,

    LS-MOET-507656-CW-RFB, LS-MOET-524105-CW-RFB

 

Issued on: 14th  November, 2025

  1. The Government of the Kingdom of Lesotho has received financing from the World Bank toward the cost of the Lesotho Education Improvement Project (LEIP), and it intends to apply part of the proceeds toward payments under the contract for Construction of Science Laboratories, Workshops, Latrines and Associated works at targeted secondary schools and Construction of Classrooms, latrines and associated site works at Primary schools

 

  1. Ministry of Education and Training now invites sealed bids from eligible bidders for the construction works at the following secondary schools and Primary Schools:

 

The tables below provide scope of work at each school (lot). The project is divided into 4 packages with each package containing 6 to 12 lots.

 

A bidder can bid for any lot in any package.

 

 

 

 

 

 

 

 

 

 

 

Package 1 (10 Lots)

 

ITEM NO

REGISTRATION NUMBER

NAME OF THE SCHOOL

DISTRICT

SCIENCE LABORATORIES

WORKSHOPS

 TOILET SET (LEARNERS AND STAFF)

 
 
 
 

1

211001

Botha Bothe Community

Botha-Bothe

1

1

 

 

2

221002

Qholaqhoe

Botha-Bothe

1

 

 

 

3

221005

Motete

Botha-Bothe

1

 

 

 

4

201001

Rehauhetsoe combined

Botha-Bothe

1

 

 

 

5

232012

Maryland

Leribe

1

 

 

 

6

232016

Мahobong

Leribe

1

 

 

 

7

222013

Mate

Leribe

1

 

 

 

8

232011

Mositi

Leribe

1

 

 

 

9

222010

Molapo

Leribe

 

1

 

 

10

229002

Seeiso

Mokhotlong

1

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Package 2  (12 Lots)

 

ITEM NO

REGISTRATION NUMBER

NAME OF THE SCHOOL

DISTRICT

SCIENCE LABORATORIES

WORKSHOPS

 TOILET SET (LEARNERS AND STAFF)

 
 
 
 

1

203010

Matsekha Combined

Berea

1

 

1

 

2

233011

Mohatlane

Berea

1

 

 

 

3

203004

Lancers Gap

Berea

1

 

 

 

4

263002

Methodist

Berea

1

 

 

 

5

233010

Malithuso

Berea

 

 

1

 

6

204013

Lesia

Maseru

1

1

1

 

7

224014

Qhomane

Maseru

1

 

 

 

8

224010

Qoaling

Maseru

1

 

 

 

9

204014

Leqele

Maseru

1

 

1

 

10

220001

Sehong-hong

Тhaba tseka

1

 

 

 

 

11

200008

Ntaote

Thaba Tseka

 

1

 

 

12

200009

Ramoliehi Combined

Thaba Tseka

 

 

1

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Package 3 (9 Lots)

 

ITEM NO

REGISTRATION NUMBER

NAME OF THE SCHOOL

DISTRICT

SCIENCE LABORATORIES

WORKSHOPS

 TOILET SET (LEARNERS AND STAFF)

 
 
 
 

1

225006

Kolo

Mafeteng

1

 

 

 

2

265003

Hope

Mafeteng

1

 

 

 

3

236001

Holy cross

Mohale’s Hoek

1

 

 

 

4

236003

Bethel

Mohale’s Hoek

1

 

 

 

5

246002

Qhalasi

Mohale’s Hoek

1

 

 

 

6

236002

Bonhomme

Mohale’s Hoek

1

 

 

 

7

208001

Qacha’s Nek

Qacha’s Nek

1

 

 

 

8

247001

Мopeli

Quthing

1

 

 

 

9

227003

Sebapala

Quthing

1

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Package 4 (6 Lots)-Retender Primary Schools

ITEM NO

 

REGISTRATION NUMBER

NAME OF THE SCHOOL

DISTRICT

Scope of work

NO OF CLASSROOMS

 TOILET SET (LEARNERS AND STAFF)

 TOILET SET (JUNIORS)

1

126024

Moseneke

Mohale’s Hoek

2

1

0

2

124078

Bokong Litsebe

Maseru

2

1

0

3

130021

Khetsi

Thaba-Tseka

2

1

0

4

126037

Senqu

Mohale’s Hoek

2

1

0

5

124057

Ngope- Khubelu

Maseru

2

1

0

6

133035

Maime

Berea

3

0

0

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

  1. Bidding will be conducted through the National Competitive Bidding procedures as specified in the World Bank’s “Procurement Regulations for IPF Borrowers World Bank’s “Procurement Regulations for IPF Borrowers” February 2025 (Sixth Edition) (“Procurement Regulations”) and is open to all eligible bidders as defined in the Procurement Regulations. In addition, please refer to paragraphs 3.13 setting forth the World Bank’s policy on conflict of interest.

 

  1. Interested eligible Bidders may obtain further information from Ministry of Education and Training, Mr. Relebohile Nkalai, Procurement Specialist email: relebohile.nkalai@gov.ls  Cc tlalanemantahli@gmail.com and inspect the bidding documents during office hours 0800 hours to 1630 hours at the address 9 given below. The deadline for clarifications is 7 days before bid submission date.

 

  1.  A complete set of bidding documents for package 1,2, and 3 in English may be purchased by interested eligible bidders with a non-refundable fee of LSL2,000.00 (Two Thousand Maloti only) each. A complete set of bidding documents for package 4 in English may be purchased by interested eligible bidders with a non-refundable fee of LSL1,000.00 (One Thousand Maloti only). The method of payment will be bank transfer (EFT) into the below banking details and sending of proof of payment (POP) physically to the accounts department at the Ministry of Education and Training Headquarters near ECOL offices to obtain receipt. The document will be available for collection from 20th November 2025 at EFU Procurement unit at address 9 below upon producing payment receipt. Additionally, electronic copies including attachments will be sent to bidders by email.

 

The banking details:

 

Account Holder: Main Revenue Epicor 10

Bank: Central Bank of Lesotho

                 Account Number: 0101403715016

               Reference: 303 Company Name 

 

  1. Sealed bids for all packages must be delivered to the address 10 below on or before 07th January 2026 at 10H00 Local time. Electronic bidding will not be permitted. Late bids will be rejected. Bids for Package 2 & 4 will be publicly opened in the presence of the bidders’ designated representatives and anyone who chooses to attend at the address below on 07th January 2026 at 10H30 Local time. Bids for Package 1 & 3 will be publicly opened in the presence of the bidders’ designated representatives and anyone who chooses to attend at the address below on 08th January 2026 at 09H00 Local time. Bidders are notified that there will be a pre-bid meeting to be held on 01st December 2025 at 10H00 Local time at address 11 below.
  2.  Compulsory Site visits:  The bidders are advised that site visit is compulsory to each lot (each site) that the bidder intends to bid for. Site visit confirmation form signed by the school principal/board member will be submitted with the bid. Failure to submit this form will result in disqualification.                                                                                                                                                                                                                                                                                            

The Bidder shall visit and examine the Site of Works and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder’s own expense. Site visit shall take place on week days between 0830hrs and 1600hrs only.

  1. All bids must be accompanied by a Bid-Security (Bank guarantee only) using the relevant form provided in the bidding document. The bid security amount per lot/school is as shown on the table below:      

Note: separate bid security shall be submitted for each lot/school being tendered for.

Bid Security

Item

Scope

Bid Security Amount (M)

1

Science Laboratory  only

 25 000,00

2

Workshop  only

 30 000,00

3

Latrines only

 10 000,00

4

Science Laboratory + Latrines

 30 000,00

5

Science Laboratory + Workshop

 50 000,00

6

Science Laboratory + Workshop + Latrines

 60 000,00

7

Two classrooms + Senior latrines

30, 000,00

 

8

Three classrooms

30, 000,00

 

  1. The address for request for clarification and inspection of bidding documents is:

 

Ministry of Education and Training

Procurement Unit

EFU Building near Fokothi off Moshoeshoe Road

Maseru, Lesotho

Attn: Mr. Relebohile Nkalai

Email: relebohile.nkalai@gov.ls  cc. tlalanemantahli@gmail.com

 

 

  1. The address for submission of bids is:

 

Ministry of Education and Training

Procurement Committee

Constitution Road near ECOL

Inspectorate Building Room 404

Maseru, Lesotho

 

  1. The address pre-bid meeting is:

 

Lesotho High School

Main North 1 Road

Maseru, Lesotho