Invitation for Bids (IFB) at The 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 (PO71391)

Invitation for Bids (IFB)

Procurement of Water Treatment Chemicals & Inputs NCB Number: CRSWBL/2nd NUWSRP/NCB/WTC/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
  2. The Federal Government of Nigeria has received a USD320.0 million 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 tinder 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:

 

CRSWBL/2nd NUWSRP/NCB/WTC/2013/001

 

Lot/No Description Quantity Place of Delivery Delivery Schedule
A Aluminium Sulphate 390 Metric Tons (MT) CRSWBL, Calabar Treatment Plant Half 21 Days Balance 3rd Month
                                              Lot 2
b Hydrated Lime 210 Metric Tons (MT) CRSWBL, Calabar Treatment Plant Half 21 Days Balance 3rd Month
                                          Lot 3
c Calcium Hypochlorite 27 Metric Tons (MT) CRSWBL, Calabar Treatment Plant Half 21 Days Balance 3rd Month
                                          Lot 4
d Laboratory Reagents etc.   CRSWBL, Calabar Treatment Plant 45 Days

 

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 as defined in the Guidelines, “May 2004 as revised 2010”.

2. Interested eligible bidders may obtain further information from: Cross

River State Water Board Limited; Attention: Engr. Elemi B. Etowa, e-mail:

elemi@yahoo.com and inspect the Bidding

Documents at the address given below from 9:00am to 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 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 detailed award letters, job orders, LPO’S for supplies of similar magnitude, supported by satisfactory job completion certificates;

(ii)             Provide a current and valid Manufactures authorization with their bids;

(iii)           MUST demonstrate that Lots items bided for are their regular line of business

(iv)           MUST demonstrate credible previous experience (evidence of the successful completion within the specified delivery schedule) in supply of similar Water Treatment Chemicals products as the main contractor;

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

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

(ii)             That the product offered is suitable for use in water treatment processed for public Human Consumption,

(iii)           The Products offered come in factory, clearly and legibly marked Containers, bearing date of manufacture and expiration and in the case of Calcium Hypochlorite necessary caution sign;

(iv)           Bids shall be delivered with credible reputable factory, SON and NAFDAC certification of offered product actual composition enclosed.

 

Additional details are provided in the Bidding Documents.

1. 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 N25,000.00 (Twenty five Thousand naira) only or the equivalent sum of U$D155 United States Dollars. The method of payment will be by Cheque, certified Bank Draft or cash lodged into the entity’ specified account. The Bidding Documents will be sent by Courier, e-mail or may be picked by hand by the Bidder at the address shown below.

2. Bids must be delivered to the address below on or before 1:00 pm  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 1:15 pm  on 10th  June 2013.

All bids must be accompanied by a “Bid Security”

Lot 1 (NGN1.10million (OR U$D 6,900.00 equivalent)

Lot 2 (NGN0.55 million (OR U$D3, 500.00 equivalent)

Lot 3 (NGN1.10 million (OR U$D6, 900.00 equivalent)

Lot 4 (NGN0.55 million (OR USD3, 500.00 equivalent)

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) 803 670 8465

E-mail: elemi4@yahoo.com

Addendum: Invitation for Pre-Qualification to Tender of Contractors for the Year 2013 Capital Projects at The Federal Polytechnic Damaturu, Yobe State

The Federal Polytechnic Damaturu, Yobe State

 

Addendum: Invitation for Pre-Qualification to Tender of Contractors for the Year 2013 Capital Projects

 

Further to our invitation for Pre-Qualification requirements for the year 2013 capital projects which was published on page 51 of the Vanguard Newspapers and in the Weekly Trust dated 14th Match, 2013 and Saturday,  30th March, 2013 respectively, all interested contractors and firms are required to also submit the following:

 

i.        Evidence of Pension Commission (PENCOM) Registration/Remittance.

ii.       Evidence of Registration/Remittance to Industrial Training Fund (ITF)

iii.      A sworn affidavit indicating that:

 

a.       No current Staff/Officer of the Polytechnic or Bureau has any pecuniary interest in the company.

b.       No Director of the company has been indicted by any court for financial impropriety of fraud.

 

2.       All interested bidders and members of the public are to note that the earlier request for Evidence of Registration with the Federal Ministry of Works, the Federal Polytechnic, Damaturu or evidence of community and Social Responsibility (CSR) are NOT mandatory requirements and hereby expunged.

 

3.       Also note that this is NOT an invitation to tender as only Pre- Qualified contractors will be shortlisted and invited to bid.

 

4.       All contractors who had already included the above requirements in their submissions need not to re-apply.

 

5.       Since no bid documents were available at the lapse time of the said advert, there will be no corresponding refund by the Polytechnic.

 

All Pre-Qualification documents are to be submitted not later than 12noon, Thursday, 23rd May, 2013. All submissions will be opened, immediately thereafter, at the Council Chambers, new Admin Complex of the Polytechnic. All bidders, members of the public, civil society organizations are hereby invited.

 

Signed

Management

 

 

 

Invitation for Bid (IFB) at Ministry of Environment and Urban Development

Taraba State Government

Ministry of Environment and Urban Development

P.M.B 1055, Jalingo.

 

Invitation for Bid (IFB)

Date of Issued-    13th Mat 2013

Contract Identification No: TRS/MEUD/N15001/13

 

1.       The Government of Taraba State through the Ministry of Environment and Urban Development is desirous of procuring Refuse Collection Disposal and Sanitation Equipment to help in its quest to keep Jalingo clean and indeed Taraba State as a whole clean and it citizen from various Environmental Hazard.

 

2.       The Ministry of Environment and Urban Development invites sealed bids from eligible bidders or suppliers for the supply of Sanitation Equipment in three (3)n Lots as shown in the table below:

 

Lot Description Execution Period

 

1 3 Nos. Roll off Roll on Tippers and also 50 Nos. Heavy Duty Hook: Arm containers

 

45 Days
2 2 Nos. Roll Off Roll on Tippers (Roll -Roll) and also 40 Nos. Heavy Duty Hook Arm containers all with cover and capacity of km 3 each

 

45 Days
3 1 000 Units of motorized road first QPL G101 waste collection Bin

 

45 Days

 

3.       The Bidding documents for Quotation may be purchased at Ministry of Environment and Urban Development, Hammaruwa Way, Opposite Zenith Bank Plc, P.M.B. 1055, Jalingo, Taraba State, for a non-refundable of Twenty five thousand Naira (N25,000.00) or its freely-convertible currency for each Set. Interested bidders may obtain further information at the same address.

 

4.       For this purpose you will find enclosed a schedule for the goods to be supplied. You are requested to complete this schedule providing as you best offer and return this to us. No later than Monday 3rd June, 2013 at 10:00am hours, in a sealed envelope at the address indicated above indicating on the envelop for supply of refuse Collection Disposal and Sanitation Equipment. The outer envelope shall contain two (2) sealed envelopes with the requested quotations, one marked “original” and one marked “Copy”. The opening date of quotations will be Monday 3rd June, 2013 in the Ministry of Environment and Urban Development Conference Hall

 

5.       The price of your quotation shall clearly indicate the total price and time and place of delivery of the goods. The goods shall be supplied at the place of delivery within thirty (30) Days from date of contract signing. Your quotation shall remain valid for sixty (60) Days and the supplies shall be accompanied by most favourable warrantee available. Your quotation shall include the signed form of contract which will become the contract in case your quotation is retained.

 

6.       Clarifications can be asked before Monday – Friday at 8:00am – 4:00pm hours 2013 at:

 

The Secretary,

Ministry of Environment and Urban Development,

Opposite Zenith Bank Plc, P.M.B, 1055, Jalingo,

Taraba State.

 

7.       The company shall submit its Profile-Note Taraba State Government reserves all right to verify all claims by the supplier. Government is not under any obligation to explain to any contractor or supplier for not qualifying and also not bound to choose the lowest bidder.

 

Umar Julde Dakka

Permanent Secretary

Ministry of Environment

Urban Development, Jalingo

Taraba State

 

 

Invitation to Tender at National Primary Health Care Development Agency (NPHCDA)

National Primary Health Care Development Agency

Plot 681/682 Port-Harcourt Crescent, Off Gimbiya Street, Area 11,  Abuja

 

Invitation to Tender

 

A.      Introduction

 

The National Primary Health Care Development Agency (NPHCDA) is a Federal Government Agency in the Federal Ministry of Health responsible for development and strengthening of primary health care services nationwide.

 

In compliance with the public procurement act 2007 as regards procurement of works, goods and services, NPHCDA invites interested and qualified bidders for the procurement of the following under listed for the 2013 appropriation.

 

B.      Project Description

 

S/N Projects /Item Description Lot No.
1 Construction of PHC Centres Nationwide

 

2013/1/1-173
2 Drifting of Borehole at proposed PHC Centres Nationwide

 

2013/2/1-71
3 Supply of Medical Equipment and Furniture to proposed PHC Centres Nationwide.

 

2013/3/1-71
4 Supply of Basic Drugs to proposed PHC centres Nationwide.

 

2013/1/1-171

 

5 Supply of Medical Equipment to the existing PHC centres.

 

2013/1/1-4

 

6 Supply of Basic Drugs to the existing PHC centres.

 

2013/6/1-3
7 Supply of Hospital Ambulances

 

2013/7/1-14
8 Printing of Data Management Tools (M&E)

 

2013/8
9 Printing of Data Management Tools (MNTE Campaign)

 

2013/9
10 Printing of Field Guides (Immunization)

 

2013/10
11 Printing of Vaccination Cards

 

2013/11
12 Printing of Micro Planning Tools Guide

 

2013/12
13 Printing of Registers (Immunization)

 

2013/13
14 Supply of 5ml Syringes

 

2013/14
15 Supply of 0.5ml AD Syringes 23G Needle

 

2013/15
16 Supply of 0.05ml (BCG) Syringes 2013/16
17 Supply of 2ml Syringes

 

2013/17
18 Supply of Safety Boxes

 

2013/18
19 Supply of Incinerators

 

2013/19/1-73
20 Supply of Pen Markers

 

2013/20
21 Printing of guideline on operationalization of SPHCDA

 

2013/21
22 Purchase of Operation /Project Monitoring & Supervision/Evaluation vehicles

 

2013/22
23 Expression of Interest for the following

i.   Coverage Survey/ KAP Study.

ii.  Maintenance of Cold Stores. (2013/2014)

iii. Clearing and Forwarding Services for 2013/2014

iv. Haulage and Distribution Services for 2013/2014

v. Consultancy Service for Supervision of Construction of PHC Centres and Borehole Nationwide.

vi. Engagement of Service of Security Outfit for 2014/2015. vii. Engagement of Services of Cleaning Firm for 2014/2015.

 

2013/23/i-vii

 

C.      General Requirements

1.       Receipt of Non Refundable Ten Thousand Naira (N10,000) Bank Draft processing fee,…….(photocopy)

2.       Certificate of Incorporation/Registration with Corporate Affairs Commission (CAC)……… (photocopy)

3.       Evidence of Tax Clearance Certificate for the last three years (2010, 2011, and 2012) corresponding to declared turnover……. (photocopy)

4.       Evidence of VAT Registration with TIN No. And past remittance for last (3) years…..(Photocopy)

5.       Company Audited Account for the last three years (2010, 2011, and 2012) duly signed and stamped with a professional Accounting/Audit Firm showing annual turnover……… (photocopies)

6.       Bid Bond/Tender Security for LOTs 14,15,16,17 and 19

7.       Comprehensive Company Profile including list of names of key personnel to be involved in the project, stating their technical qualifications and experience on similar jobs.

8.       Bank Reference letter with evidence of Financial Capability or specific statement of financial support from a licensed commercial bank………..(original)

9.       Verifiable list of similar jobs successfully executed in the last three years including letters of award of contracts, job completion certificates (please provide contact addresses of the clients for verification purposes………….. (photocopies)

10.     Evidence of Certification/Exemption from PENCOM in accordance with the Pension Reform Act, 2004, including remittances of employee’s pension contribution/ deductions.

11.     Evidence of Technical Capability for Construction and Borehole (List of Equipments)

12.     Evidence of registration with relevant regulatory bodies such as (COREN, NSE, NIA etc) for LOTs 1,2,4 and 6.

13.     Evidence of current registration with Pharmaceutical Society of Nigeria and NAFDAC for Supply of Drugs and Syringes.

14.     Evidence of registration with Council of Regulatory Freight Forwarders of Nigeria (CRFFN) for LOT 23

15.     Evidence of NPA Licence as Clearing Agent and Evidence of Nigeria Customs Services Clearing Licence for LOT 23

16.     A Sworn Affidavit that none of the Directors has been convicted in any court of the law for any criminal offence.

17.     A Sworn Affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the NPHCDA is a former or present director, shareholder or has any pecuniary interest in the bidder.

 

D.      Collection of Bid Documents

All interested bidders should collect bid documents from National Primary Health Care Development Agency, Procurement Unit, Annex Office, No. 2 Uke Street Off Ahmedu Bello Way Garki, Abuja upon presentation of a non-refundable fee of Ten Thousand Naira (N10,000.00) in certified Bank draft issued in favour of National Primary Health Care Development Agency.(Pls write the name of your Organisation at the back of the Draft).

 

E.      Submission of Bid Documents

All bidders should submit their bids in sealed envelope clearly marked with the following details;

–            Relevant LOT NO

–            Name of company address, and valid contact phone number and addressed to:

 

The Executive Director/CEO,

National Primary Health Care

Development Agency

Plot 681/682 Port-Harcourt crescent, off Gimbiya Street,

Area 11, Abuja.

 

All completed sealed bids should be dropped in the tender box provided at the

NPHCDA Procurement Unit, Annex Office Complex No. 2 Uke Street, off Ahmadu Bello Way, Garki-Abuja.

 

Closing date and time of submission of documents is 12 noon on Wednesday, 12th June 2012.  Late Submission will not be accepted under any Circumstances.

 

Note: Bidder should ensure that they properly complete the Tender submission checklist with the procurement unit office.

 

F.         Opening of Tender

Opening of bids shall commence same day at 1.00pm on Wednesday, 12th June

2012 at the NPHCDA Headquarters Office, Plot 681/682 Port-Harcourt Crescent off Gimbiya Street Garki Area 11 Abuja. All Bidders and/or representatives, Relevant Professional Bodies and NGO’s are invited to witness the public opening exercise accordingly.

 

Note:

1.       All CAC, VAT, TAX Certificates PENCOM may be referred to Corporate Affairs Commission, Federal Inland Revenue Service (RRS), National Pension Commission, Security Agencies and other relevant bodies for Verification.

 

2.       The NPHCDA reserves the right to reject any document it considers to be of doubtful authenticity.

 

3.       The Evaluation of the received documents shall be strictly based on requirements as specified in the requirements above and the Bidding Document.

 

4.       Any bidder who fails to comply with the above stated instructions will automatically be disqualified

 

5.       This notice shall not be construed to be a commitment on the part of the agency to award any form of contract to any respondent nor shall it entitle any organisation to claim any indemnity from the agency.

 

Signed:

NPHCDA Management

 

 

 

 

Invitation for Pre-Qualification at National Hospital, Abuja

National Hospital, Abuja

(Procurement and Tenders Division)

 

Invitation for Pre-Qualification Ref: NHA/ADM/367.2/VOL. 1

 

1.0     The National Hospital, Abuja intends to execute the approved Capital Project in the year 2013 and hereby invites competent and experienced Companies to apply for pre-qualification.

 

2.0     Proposed Project:

 

The Construction of Wards Extension at the National Hospital, Abuja.

 

The Scope of Work for the proposed project shall consist of the following:

 

i.        Access Road and Laandscaping

ii.       Basement One, containing 35-Car Parking area

iii.      Basement Two, containing 35-Car Parking area

iv.      Ground  Floor, containing Laboratories, Pharmacy, Records :and General Toilets

v.       First Floor, containing Theatres, ICU, Labour Ward and offices

vi.      Second Floor, containing Wards and Offices

vii.     Third Floor containing wards and Offices

viii.    Doom Area, containing Seminar Rooms and Offices

 

3.0              Pre-Qualification Requirements:

 

3.1     Interested Companies are required to submit the following documents with their written application:

 

i)       Evidence of Incorporation with Corporate Affairs Commission (CAC)

ii)      Evidence of Tax Clearance Certificate for the past 3 years

iii)     Evidence of VAT Registration and Remittance

iv)     Evidence of PENCOM Registration and Remittance

v)      Evidence of Compliance with ITF Registration

vi)     Evidence of Audited Accounts for the past 3 years

vii)    Evidence of Financial Capability/Banking Support

viii)   List of Key Personnel showing their experience and Technical

qualification

ix)     Evidence of three (3) similar projects executed in the past five (5) yeas

x)      List of Equipment and Technology Capacity

 

4.0     Submission of Pre-Qualification Documents:

 

4.1     All applications with relevant documents are to be submitted in a sealed 15” x 9.5” envelope marked appropriately at the left hand corner as “Pre-Qualification for Ward Extension” and addressed to:

 

The Chief Medical Director

National Hospital

Plot 132 Central District (Phase II)

P.M.B. 425 Garki

Abuja

 

And drop in the Tender Box in front of the Chief Medical Director’s Office to reach him on or before 12 Noon, on 26th June 2013. The envelopes containing the Pre-Qualification documents shall be open at 2.00 pm on the same day at the Boardroom, National Hospital, Abuja and representatives of interested Companies and the general public are invited to witness the exercise.

 

4.2     Please note that only Companies that are successful in the pre-qualification exercise shall be invited to tender for the project, which shall attract appropriate processing fee.

 

Signed

(Management)