Procurement of Water Treatment Chemicals at Cross River State Water Board Limited

The Federal Republic of Nigeria

Cross River State Government

Second National Urban Water Sector Reform Project CR, 40860-UNI (PO711391)

Invitation for Bibs (IFB)

Procurement of Water Treatment Chemicals

CRSWB/2NUWSRP/NCB/GDS/CHEM/2011/002

1.       This Imitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business: issue no. 673 of February 28, 2006 online and in DG Market.

 

2.       The Federal Government of Nigeria has received a loan from the International Development Association (IDA) toward the cost of the Second National Urban Water Sector Reform Project, and it intends to apply part of the proceeds of this loan to payments under the Contract for the Procurement of Water Treatment Chemicals.

 

3.       The implementing Agency, Cross River State Water Board Limited now invites sealed bids from eligible and qualified bidders for the following Water Treatment Chemicals CRSWB/2NUWSRP/NCB/GDS/CHEM/2011/002.

Lot 1
Lot/No Description Quantity Place of Delivery Delivery Schedule
a. Aluminium Sulphate

180 Metric Tons (MT) CRSWBL, Calabar Treatment Plant 14 Days
Lot 2
b. Hydrated Lime 120 Metric Tons (MI) CRSWBL, Calabar Treatment Plant 14 Days
Lot 3
c. Calcium Hypochlorite 50 Metric Tons (MI) CRSWBL, Calabar Treatment Plant 14 Days
Lot 4
d. Ultraviolet Visible Lab. Spectrophotometer CRSWBL, Corporate Office Laboratory, Calabar. 21 Days

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 is open to all bidders from Eligible Source Countries as defined in the Guidelines, “May 2004 as revised 2010”.

 

5.       Interested eligible bidders may obtain further information from Cross River State Water Board Limited;

Engr. Elemi B. Etowa, elemi4@yahoo.com and inspect the Bidding Documents at the address given below from 9:00am— 4:00pm on every working day (Monday- Friday).

 

6.       Qualifications requirement include:

 

(a)     Financial Capability

Bidders shall furnish documentary evidence that they meet the following financial requirement(s):

(i)      Provide credible evidence of payment of mandatory taxes for the last three years.

(ii)     Provide reputable Banker’s declaration that the Bidder has the financial capacity or a line of credit to execute the contract (as contained in the schedule of requirement) for supply of’ goods.

 

(b)     Experience and Technical Capacity

Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):

(i)      Bidders MUST provide Manufactures authorization with their bids;

(ii)     Bidder MUST demonstrate credible previous experience in supply of similar Water Treatment Chemicals products;

(iii)    Bidder MUST demonstrate availability of haulage facilities to final destination,

(iv)    Confirmation of availability of stock to meet the required supply schedule,

 

(c)      The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement:

 

(i)      That the product offered is suitable for use as water treatment chemical for producing potable water that meets World Health Organization (WHO) Standards of Water Quality or more than the Highest Desirable Levels of the Guidelines;

(ii)     That the product offered is suitable for Human Consumption,

(iii)    The Products MUST come delivered in clearly/ or legible marked Containers, bearing date of manufacture and evidence of certification.

 

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 payment of a non refundable fee N15,000.00 (fifteen thousand Naira only). The method of payment will be by Cheque, Bank Draft, or cash. The Bidding Documents will be sent by Courier, e-mail or picked by the Bidder at the address shown below.

 

8.       Bids must be delivered to the address below on or before 1:00 pm on June 27, 2011 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 at 1: 15 pm on June 27th 2011.

 

All bids must be accompanied by a “Bid Security” per lot as specified: Lot 1 NGN 380,000;  Lot 2 NGN 250,000.  Lot 3 NGN 695,000 and Lot 4 NGN130,000 or an equivalent amount in a freely convertible currency/ or instrument.

 

9.       The address referred to above is:

 

The Managing Director.

Attention: Engr. Elemi B. Etowa

Cross River State Water Board Limited Corporate Office,

147, Ndidem Usang Iso Road, Calabar,

Cross River State, Nigeria

Tel.: (+234)87 450  111, (+234) 803 670 8465

E-mail: elemi4@yahoo.com

Subscribe / Share

tendersnigeria tagged this post with: , , Read 4546 articles by

Leave a Reply

Your email address will not be published. Required fields are marked *

Search for Tenders

Subscribe to Email Alerts