Tender Notice at Jema’a Local Government Council

Jema’a Local Government Council

Kaduna State

 

Tender Notice

 

A.      Introduction

Jema’a Local Government wishes to invite reputable but, interested contractors/supplies to apply for pre-qualification to tender for the following projects/items: Which is part of its effort to execute capital projects with subsidy reinvestment programme (SURE-P) funds.

 

B.      Description of works.

The works include:

1.       Purchase of exercise books for primary schools

2.       Purchase of Keke-Napeps

3.       Repair of existing hand pump boreholes

4.       Supply of high quality irrigation pumping and sprayers machines (2) inches

5.       Supply of high quality sewing machines singer brand

6.       Purchase of welding machines

7.       Purchase of hospital equipment

8.       Purchase of Drugs

9.       Completion of PHC Clinical Gidan Waya

10.     Refuse evacuation and clearing of waterways.

11.     Construction of 2 No of public Toilets and Bathroom at 4 markets.

12.     Purchase of Grinding Machines, Salon equipment, Barbing equipment, Vulcanizing Machine, Carpentry tools and Tricycles for the handicaps.

13.     Extension of Electricity and Stepping down of electricity.

 

C.      Mandatory Requirements:

To be eligible for this tender exercise, interested contractors/supplies must satisfy the following criteria to pre-qualify to tender:-

1.       Evidence of company certificate of incorporation with corporate affairs commission (CAC).

2.       Evidence of three (3) years TAX Clearance Certificate

3.       Evidence of Financial capability backed by a reputable bank.

4.       Company Audited Account for 3years.

5.       VAT Registration and Evidence of past Remittance

6.       Company profile with names of technical and administrative Staff with their qualifications.

7.       Annual Turnover

8.       Any other information that may attract the award of contract to the company.

 

D.      Additional Information

1.       Full tendering procedure will be provided only to contractors that have been successfully pre-qualified.

2.       This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from JLG to award a contract by virtue of such companies having been prequalified.

3.       JLG shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents.

4.       Interested bidder should purchase document at the Local Government Secretariat from 16th/21st day of May, 2013. All completed bidding documents should be returned on or before 22nd/23rd day of May 2013

 

Signed:

Director of Admin. & Gen. Services,

For: Executive Chairman Jema’a Local Government, Kafanchan

Request for Expressions of Interest (Consulting Firm) at Lagos Metropolitan Development and Governance Project

Lagos State Government

Lagos Metropolitan Development and Governance Project

Request for Expressions of Interest (Consulting Firm)

 

Consultancy Services for the Preparation of a Resettlement

Action Plan (Rap) For the Gbagada/ Bariga Canal and Foot

Bridges

Credit No.: 4219 Project

ID No: P340391

This request for expression of interest follows the General Procurement Notice for this project that appeared in the dgMarket website, issue No. 1688882 of March 20th, 2007.

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) and intends to apply part of the proceeds of this credit to payment under the Consultancy Services for the Preparation of a Resettlement Action Plan (RAP) for the Gbagada / Bariga Canal and Foot Bridges.

The Lagos Metropolitan Development and Governance Project is a major investment in improving the quality of life of Lagos State inhabitants, especially those in the slums.

The Project’s Development Objectives are (i) to increase sustainable access to basic urban services through investments in critical infrastructure and (ii) enhance capacity for urban management.

The Physical investment support for drainage is limited to ongoing work on two drainage channels, and on tertiary drainage and minor bridges necessary to facilitate access to the schools and health centers being built of which the

Gbagada- Bariga Canal and Foot bridges forms an integral part.

In the course of project implementation, there is the possibility that the Construction of the Gbagada/ Bariga Canal and construction of foot bridges facilities on the canal could lead to loss of land or restriction of access to sources of livelihood. When this happens, the Involuntary Resettlement Policy (OP 4.12) of the World Bank would be triggered.

In consonance to the Resettlement Framework Policy concluded at inception of the project, the project is set to complete the documentation process on Resettlement Action Plan for the Gbagada- Bariga Canal and Footbridges subprojects planned for the procurement plan of 2013.

The aim of the consultancy services will be to assess the potential Resettlement Action Plan of the proposed Gbagada- Bariga Canal including footbridges across the canal and the associated infrastructures as described in the project scope and prepare a Resettlement Action Plan (RAP). The study will be carried out to establish modalities of implementing the project in line with Nigeria Environmental and land use policies and laws as well as with the World Bank’s.

The Lagos Metropolitan Development and Governance Project now invites eligible Consulting Firms to indicate their interest in providing the services. Interested Consulting Firms must provide information indicating that they are qualified to perform the services (through their brochures and Company Profiles stating description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc). Consultants may associate to enhance their qualification.

A consulting firm will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers May 2004, Revised on October 1,2006 and May 1,2010, Please visit www.worldbank.org.

Interested Consultants may obtain further clarifications (if any) during office hours of 8:30am-4:30pm, Monday-Friday at the address below:

The Project Director,

Lagos Metropolitan Development and Governance Project,

1, Wempco Road, Off Lateef Jakande Road,

Ogba-lkeja. Lagos, Nigeria.

E-Mail: info@lmdgp.org.ng

Tel: +2341 -897-6433, +2341 -739-0259

 

Expressions of interest must be delivered to the address above and not later than Monday, May, 27th 2013 at 4:30p.m local time.

Request for Expressions of Interest (Consulting Firm) at Lagos Metropolitan Development and Governance Project

Lagos State Government

Lagos Metropolitan Development and Governance Project

Request for Expressions of Interest (Consulting Firm)

Consultancy Services for the Preparation of an Environmental and Social Impact Assessment (ESIA) for the Gbagada/ Bariga Canal

And Foot Bridges

Credit No.: 4219

Project ID No: P340391

This request for expression of interest follows the General Procurement Notice for this project that appeared in the dgMarket website, issue No. 1688882 of March 20th, 2007.

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) and intends to apply part of the proceeds of this credit to payment under the Consultancy Services for the Preparation of an Environmental and Social Impact Assessment (ESIA) for the Gbagada/ Bariga Canal and Foot Bridges.

The Lagos Metropolitan Development and Governance Project is a major investment in improving the quality of life of Lagos State inhabitants, especially those in the slums.

The Project’s Development Objectives are (i) to increase sustainable access to basic urban services through investments in critical infrastructure and (ii) enhance capacity for urban management.

The Physical investment support for drainage is limited to ongoing work on two drainage channels, and on tertiary drainage and minor bridges necessary to facilitate access to the schools and health centers being built of which the Gbagada- Bariga Canal and Foot bridges forms an integral part.

In consonance to the Environmental and Social Management Framework and the Resettlement Framework Policy concluded at inception of the project, the project is set to complete the documentation process on the environmental and social Impact Assessment for the Gbagada- Bariga Canal and Foot bridges subprojects planned for the procurement plan of 2013.

The aim of the consultancy services will be to assess the potential environmental and social impacts of the proposed Gbagada- Bariga Canal including footbridges across the canal and the associated infrastructures as described in the project scope and prepare an Environmental and social Impact Assessment (ESIA). The study will be carried out to establish modalities of implementing the project in line with Nigeria Environmental policies and laws as well as with the World Bank.

The Lagos Metropolitan Development and Governance Project now invites eligible Consulting Firms to indicate their interest in providing the services. Interested Consulting Firms must provide information indicating that they are qualified to perform the services (through their brochures and Company Profiles stating description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc). Consultants may associate to enhance their qualification.

A consulting firm will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers May 2004, Revised on October 1, 2006 and May 1, 2010.

Please visit www.worldbank.org.

 

Interested Consultants may obtain further clarifications (If any) during office hours of 8:30am – 4:30pm, Monday – Friday at the address below:

The Project Director,

Lagos Metropolitan Development and Governance Project,

1, Wempco Road, Off Lateef Jakande Road,

Ogba-lkeja. Lagos, Nigeria.

E-Mail: info@lmdgp.org.ng

Tel: + 2341 -897-6433, +2341 -739-0259

Expressions of interest must be delivered to the address above and not later than Monday, May 27, 2013 at 4:30p.m local time.

Invitation for Expression of Interest to Plan and Buy Mass Media Services at Society for Family Health

Society for Family Health

Invitation for Expression of Interest to Plan and Buy Mass Media Services

Society for Family Health (SFH) was incorporated in 1985 and is one of the foremost Non-Governmental Organizations, (NGOs), that provide support to the Nigerian government in key areas of public’ health: HIV&AIDS prevention, family planning and maternal & child health (malaria, water and sanitation, and diarrhea control). SFH works with the media to promote behaviour change and healthy lifestyles.

Due to increased number of projects and the attendant rise in mass media campaigns SFH runs annually, SFH now retains the services of a media agency that plans and buys media on their behalf. To get the best services, SFH does periodic review of the process by requesting for EOIs from interested media agencies. The Retainership is usually for one year which can be renewed.

Pre-qualification requirements:

Interested organisations must submit the following documents:

  1. Evidence of company registration with Corporate Affairs Commission, with copies of certificate of incorporation and Memorandum of Association,
  2. Evidence of similar projects successfully executed in the last three (3) years will be an added advantage,
  3. Company profile which will include list of key professionals with curriculum vitae and, evidence of registration of the personnel with relevant professional bodies,
  4. Evidence of good financial standing from bankers,
  5. Evidence of VAT registration/Remittance certificate and income tax clearance certificate for the most recent three (3) years,
  6. All  relevant  information  concerning  contacts  for the organization

Selection Criteria:

  • At this stage a YES/NO qualifier will be used as basis of selection, and only candidates with yes scores for all requirements will be invited for the next stage of this process.

Please Note:

1.       All costs incurred by bidders as a result of this process and any subsequent requests for information shall be borne by the bidding companies.

2.       Only organisations that satisfy the Pre-qualification requirements will be contacted with Requests for Proposal (RfP).

Submission of Application/closing Date

The completed Pre-qualification submissions must be provided in duplicate copies in a sealed envelope, and clearly marked “MMBUY2013” on the top right corner of the envelope.

The sealed envelope should be addressed to the Director, Procurement and received in our Abuja office address below, on or before 5.00pm of 30th May, 2013.

Director, Procurement,

Society for Family Health

8, Port Harcourt Crescent,

Area 11, Garki, Abuja

 

 

Procurement of Automotive Gas Oil (Diesel) at The Cross River State Water Board Limited

The Federal Republic of Nigeria

Cross River State Government

Second National Urban Water Sector Reform Project

Credit No: Cr 4086 – UNI (PO 71391)

Procurement of Automotive Gas Oil (Diesel)

NCB No.: CRSWBL/2nd NUWSRP/NCB/GDS/CTPI-FUEL/2013/001

  1. This Invitation 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 (FGN) has received a credit from the International Development Association (IDA) for the implementation of the Second National Urban Water Sector Reform Project (2nd NUWSRP) CR. 4086 (PO71391); and it intends to apply part of the proceeds of this loan to payments under the Contract for the Procurement of automotive gas oil (Diesel) to Cross River State Water Board Limited.

 

  1. The Cross River State Water Board Limited, the implementation agency for the Cross River State component now invites sealed bids from eligible and qualified major and reputable independent petroleum products marketers for the Supply of Automotive Gas Oil (DIESEL), including ancillary Services:

 

S/No. Description Cumulative Quantity Place of Delivery
1. Automotive Gas Oil (DIESEL) 462,000 Liters @ 66,000 Liters every 30 days CRSWBL, Calabar Treatment Plant

 

  1. 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 a s defined in the Guidelines, “May 2004″ revised 2010.
  2. Interested eligible bidders; reputable Major and Independent Petroleum products Marketers may obtain further information from Cross River State Water Board Limited; Attention: Engr. Elemi B. Etowa, at the address given below from 8:00am 4:00pm on every working day i.e. Monday- Friday.

6.           Qualifications requirement include:

(a) Financial Capability

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

(i)      Provide  detailed   award   letters,  job   orders,   LPO’S   for   supplies   of        similar magnitude, supported by satisfactory job completion certificates:

(ii)     Provide the latest authenticated three years company external audit report;

(iii)    Provide credible evidence of payment of mandatory taxes for the last three years:

(iv)    Suitably demonstrate that the Bidder has its own capital or in the alternative acceptable instruments to verify access to cash or 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 requirements):

(i)                Provide   satisfactory   documentary   evidence   that   they   are   dully petroleum product marketers

(ii)             Provide detailed award letters, job orders. LPO’S for supplies of similar magnitude, supported by satisfactory job completion certificates;

(iii)           MUST demonstrate that, the required product supply is their regular line of business;

(iv)           MUST demonstrate availability and retention of credible and reputable   haulage facilities to final destination;

(v)             MUST confirm in their Bids the availability of stock to meet the required supply schedule;

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

(i)      White product, Suitable for use in the operation of Generating Plants, Diesel operated Equipment and Vehicles.

 

7.       Bidders should note the following:

a)       Bidders should note that the entire 462.000 Liters of automotive gas oil (Diesel) are envisaged to be delivered in tranche at an average rate of 66,000 Liters after every 30 days;

b)      The Purchaser envisages that it will issue an order for the delivery of the first 66,000 Liters of product shortly after the Bids opening;

c)       Thereafter at subsequent instance of delivery of automated gas oil product (white fuel) by the successful Bidder i.e. after every 30 days and confirmed officially via official correspondence; the contributing factors of mutually acceptable competitive prevailing market forces as negotiated and agreed as at such dates shall apply:

d)      Further to (b) above, the official price quoted as at the subsequent 30th days after the first 66,000 Liters delivery and/ or when an official request is made by the purchaser, by the Nigerian National Petroleum Company (NNPC) or the public organ of the purchaser’s country responsible for setting the price of petroleum products or a mark­up or discount on the pump price at the Bidders services pump station shall serve as baseline;

8.       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. The method of payment will be by certified Cheque or Bank Draft. The Bidding Documents may be collected by hand by the Bidder at the address shown below or sent by via e-mail on request.

9        Bids MUST be delivered to the address below on or before (1.00 pin) on 4th June, 2013. 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 l.15pm on 10th June, 2012.

10      All bids MUST be accompanied by a “Bid Security” “valued at the equivalent of NGN 1, 500,000.00 (One million, five hundred naira only).

11.     The address referred to above is:

 

The Managing Director,

Attention: Engr. Elemi B. Etowa

Cross River State Water Board Limited Corporate Office,

147, Ndidem Usanglso Road, Calabar,

Cross River State, Nigeria

Tel.: (+234) 803 670 8465

E-mail: elemi4@yahoo.com