Specific Procurement Notice at Rural Water Supply & Sanitation Sub-Programme in Yobe State

Specific Procurement Notice

(International Competitive Bidding)

 

Yobe State Government of Nigeria

 

Rural Water Supply & Sanitation Sub-Programme in Yobe State

 

Date 21st January 2013

 

Loan No: 2100150015645

 

IFB/YB/RWSS/ICB/WORKS/SPP/SPBH/12/2013

 

Drilling of Hand Pump Boreholes in Schools and Public Places in 6 LGAS in Rural Areas of Yobe State

 

 

 

  1. This specific procurement Notice follows the General Procurement Notice (GPN) for the sub-programme which appeared in the United Nations Development Business (UNDB) No 709 of August 31st, 2007.

 

  1. The Federal Government of Nigeria has received financing from the African Development Fund (ADF) towards the cost of the Rural Water Supply and Sanitation Sub-programme in Yobe State and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works: drilling of boreholes, Contracts Nos. IFB/YB/RWSSP/ICB/WORKS/SPP/HPBH/12/2013

 

  1. Bidding is opened to all Bidders from eligible member countries as defined in the ADB’s Rules I and Procedures for the Procurement of Goods and Works, July 2012 Edition.

 

  1. 4.     HPBH-1

Description: Drilling and Installation of 74 Nos Hand pump Boreholes in Geidam, Yunusari, Yunufari, Jakusko, Machina and Pokiskum LGAs. The Bid Security should be in an acceptable form equal to NGN4.00 million or an equivalent amount convertible currency

 

  1. The Project Implementation Unit, Rural Water Supply and Sanitation Sub-programme in Yobe State now invites sealed bids from prospective eligible bidders for the above-mentioned packages

 

  1. Bidding will be conducted using International Competitive Bidding (ICB) procedures specified in the African Development Bank’s Rules and Procedures for the Procurement of Goods and Works, July 201 2 Edition.

 

  1. 7.     Interested eligible bidders may obtain further information from the Programme Manager, Rural Water Supply and Sanitation Programme, yobe.rwssp@gmail.com and inspect the Bidding Documents at the Address given below, from 8:30am – 4:30pm on working days.

 

  1. A complete set of Bidding Documents in English Language which

contain detailed specifications of the work 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 twenty five thousand Naira NGN25.000.00 or an equivalent amount in any convertible currency . Payment should be made to the project accounts below:

 

Bank: First Bank Nig. Plc, Damaturu Branch, Nigeria

Account Name: AfDB-Assisted RWSSP

Account No: 2016956258

 

  1. Bids must be delivered to the Programme Manager at the address stated in item NO. 11 below by 4th March 2013 at 11:00a.m and must be accompanied by the required bid security.

 

  1. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at the following address on 4th March 2013 at 12:00pm; Conference Room of Yobe State Secretariat (IBB Secretariat) located along Maiduguri – Gashua bypass adjacent to Yobe State House of Assembly Complex, Damaturu.

 

  1. An information meeting will be held on 11th February, 2013 at the address below;

 

Rural Water Supply and Sanitation Programme,

Flat A6 & A7 300 Housing Units,

Maiduguri Road, Behind NNPC Mega Filling

Station,

Damaturu, Nigeria

 

Attention: The Programme Manager

Email: yobe.rwssp@gmail.com

Tel: +234-08036246886

Tender Opportunity at National Petroleum Investment Management Services (NAPIMS)

Nigerian National Petroleum Corporation

 

National Petroleum Investment Management Services (NAPIMS)

(A Corporate Strategic Unit of Nigerian National Petroleum Corporation)

 

Tender Opportunity

 

Provision of Seismic Data Interpretation Services in Onshore Frontier Basins

 

Tender Ref. No.: NNPC/FRONTIER BASIN SI-001

 

1.0     Introduction:

Nigerian National Petroleum Corporation (NNPC) intends to carry out studies of approximately 3,550 km2 of 3D seismic data.   NNPC invites   interested and reputable contractors with experience in rift systems to provide 2D/3D Seismic Data Interpretation service.

 

2.0    Scope of Work:

The scope of work consists of activities required to accomplish, as a minimum, the following:

  • Review past exploration campaign reports and studies including seismic and well data and their derivatives.
  • Establish techtonostrtigraphic framework for the study area including play type.
  • Gather and QA/QC data.
  • Condition and Load data into workstations.
  • Identify and track faults across the whole seismic volume.
  • Generate synthetic seismograms and tie seismic to well data.
  • Identify and track regional markers to delineate sub basins.
  • Generate time grids/maps of the tracked horizons.
  • Build a regional velocity model for the entire basin.
  • Generate time/depth maps. Identify prospects.
  • Estimate speculative hydrocarbon volumes (OIIP/GIIP).
  • Carry out risk analysis and rank the prospects.
  • Propose drillable locations.
  • Prepare report.

 

 

3.0   Mandatory Requirements:

1.       To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the 2D/3D/4D Seismic Data Interpretation Services & Reports category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).

 

2.       To determine if you are pre-qualified and view the product/service category you are listed for: Open www.nipexng.com and access NJQS with your log in details; click on continue Joint Qualification Scheme tool; click check on Supplier Status; and then click Supplier Product Group.

 

3.       If you are not listed in a product/service category in which you are registered with DPR to do business, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update.

 

4.       To initiate the JQS pre-qualification process, access www.nipexng.com to download application form, make necessary payments and contact NipeX office for further action.

 

5.       Tenderers are to note that, in their Technical Tender they will be required to provide a Nigerian Content Plan with a detailed description of their legal status, role, work scope, and responsibilities of all Nigerian companies and personnel that would be involved in executing the work to achieve 100% in-country spend as required by Nigerian Oil and Gas Industry Content Act. 2010.

 

 

(Failure to meet the Nigerian Content requirements is a “FATAL FLAW”.)

 

4.0     Closing Date

Only tenderers who are registered with 3-10-06 NJQS Product Category as 15th February, 2013 close date shall be invited to submit Technical Bids.

 

Please note the following:

  • This advertisement of “Tender Opportunity” shall not be construed as a commitment on part of NNPC, nor shall it entitle Applicants to make any claims whatsoever and/or seek any indemnity from NNPC and/or any of its Partners by virtue of such Applicants having responded to this Advert.

 

  • Notwithstanding the submission of the ITT information, NNPC is neither committed nor obliged to include your company on any bid list or to award any form of contract to your   company   and/or   associated   companies subcontractors or agents.

 

  • NNPC will only recognise and correspond with duly authorised officers of the pre-qualified bidders and NOT through individuals or agents acting on their behalf.

 

Please visit NipeX portal at: www.nipexng.com for this advert and other information

 

Signed:

NNPC Management

 

 

 

 

Invitation for Pre-Qualification of Contractors at Nasarawa State University, Keffi-Nigeria

Nasarawa State University, Keffi-Nigeria

 

Invitation for Pre-Qualification of Contractors

 

A.      Preamble

The Nasarawa State University, Keffi, Nasarawa State invites interested, competent and reputable. Contractors, to make submission for pre-qualification for the following procurement in respect of year 2010, 2011 and 2012 merged TET-Fund Library Intervention.

 

Lot1:          Procurement of Books for Departments of Languages and Linguistics, CRS, IRS, Arabic Studies, History & French.

 

LotB2:        Procurement of Books for Departments of Mass Communication, Sociology, Geography, Geosciences, Biochemistry and Economics.

 

Lot3:          Procurement of Books for Departments of Psychology, Theatre & Cultural Studies, Law, Agricultural Science, Chemistry and Physics.

 

Lot4:          Procurement of Books for Departments of Political Science, Accounting & Finance, Mathematics, Biology, Microbiology and Public Administration.

 

Lot5:          Procurement of Books for Departments of Business Administration Education and Reference Materials,

 

Lot6:          Procurement of a Generator Set.

 

Lot7:          Procurement of Library Furniture.

 

Lot8:          Procurement of Computers and Accessories.

 

Lot 9:         Procurement of Library Software.

 

 

B.     Pre-Qualification Criteria

The Contractors are expected to submit documents for the pre qualification (Technical bid) as enumerated below.

 

I.       Compulsory and Mandatory Criteria

a.       Evidence of Registration with Corporate Affairs Commission (CAC) and Nasarawa State University, Keffi.

b.       Company Audited Account for the last three (3) years,

c.       Evidence of Tax Clearance Certificate for the last three (3) years.

d.       Evidence of registration with PENCOM.

 

 

II.    Others Criteria

 

  1. Comprehensive Company Profile indicating technical and administrative Staff strength, with academic/professional qualifications and years of experience of key personnel available for the project,
  2. Evidence of relevant verifiable experience on similar projects in Nigeria over the last five (5) indicating cost, duration of execution, practical completion certificate as well as reference letters or award letters,
  3. Evidence of social responsibility in terms of endowment, sports of TET-Fund contribution.
  4. Letter of Financial Reference from a reputable Bank and consent to allow for verification with Bankers.
  5. A declaration or a sworn affidavit indicating the following:

 

(i)                That all documents submitted are genuine and verifiable,

(ii)             That none of the directors has been convicted in any court for any criminal offence including fraud or financial impropriety.

(iii)           Whether any officer of Nasarawa state University is a former or present director, shareholder or has any pecuniary interest in the company.

 

Failure to provide any of BI (a-d) will automatically disqualify the bidder.

 

 

C.      Submission of Pre-Qualification Document

a.       The Technical Bid (Pre-qualification Documents) should be sealed and clearly marked in separate envelopes “Pre-Qualification for the specific LOT” and the documents are to be delivered to the address below not later than 6th February, 2013. Submission of documents shall close at 11:00 am same day.

 

The Registrar

Nasarawa State University,

Keffi, Nasarawa State

D.      Opening

a.       The bids are schedule to be opened during a public opening ceremony on the same date at 12:00 noon at the Senate Chamber of the Nasarawa State University/ Keffi.

b.       All prospective Contractors are invited to the public opening ceremony and also advised to bring along relevant original documents for sighting.

c.       Please note that only pre-qualified Contractors shall be invited to tender.

 

 

Alh. Dalhatu O. Mamman, FICEN

Registrar & Secretary to Council

 

Request for Expression of Interest for Year 2013 Capital Projects at Ministry of Rural Development

Lagos State Government

 

Ministry of Rural Development

 

 

Request for Expression of Interest for Year 2013 Capital Projects

 

In line with the procurement law, the Lagos State Ministry of Rural Development wishes to bring to the notice of the General Public, reputable contractors/suppliers intending to do business with the Ministry in year 2013 on the need to signify through expression of interest in any of the areas listed below:-

 

  1. Construction of Roads
  2. Rehabilitation of Rural Roads and Drainages
  3. Opening, grading and stabilization of Rural Roads
  4. Construction of type A Modified Water Scheme
  5. Construction of Solar Powered Modified Type a Water Scheme
  6. Construction/Rehabilitation of Micro Water Scheme
  7.  Construction of Rural Electrification

 

2.       Contractors and Suppliers are expected to submit their letters of expression     of interest with the under listed documents attached:

 

a)     Evidence of Certificate of Incorporation of Company.

b)    Evidence of Certificate of Registration of Company as contractor with the state Tenders Board.

c)     Company profile, Technical & Managerial capabilities specifying field of core business.

d)    Evidence of Financial Capability/Bank reference.

e)     Current Company Tax Clearance

f)      Tax clearance of at least two Directors of the Company for the last 3 years

g)     Evidence of payment of Non-refundable fee of N20,000 (expression of interest fee) payable to the Ministry of Rural Development

h)    Any other relevant information that may enhance the chance of the company.

 

Please note that this is Not a Notice for Specific Tender but Pre-Qualification.

 

A formal notice of invitation to tender will be published soon and only those pre-qualified will be allowed to tender.

The letter of expression of interest should be addressed to:

 

The Honourable Commissioner,

Ministry of Rural Development,

Block 6, Alausa Secretariat,

Ikeja

 

Application letters should be submitted not later than 6th February, 2013.

 

Signed:

Mr Olatunde Idowu Agoro

Permanent Secretary.

 

Invitation for Bids (IFB) at Lagos Metropolitan Development and Governance Project (LMDGP)

Lagos State Government

 

Invitation for Bids (IFB)

 

Lagos Metropolitan Development and Governance Project (LMDGP)

 

Credit No. 4219-UNI

 

Procurement of Additional Furniture for New Schools in Slum Areas of Lagos City

 

IFB NO: LMDGP/NCB/G – 002/13

 

1.       This invitation for bids follows the General Procurement Notice (GPN) for the above project that appeared in the dg Market web site issue No. 1688882 of 20th May, 2007.

 

2.       The Lagos State Government through the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) toward the cost of Lagos Metropolitan Development and Governance Project (LMDGP) and intends to apply part of the funds to cover eligible payments under the contract for the procurement of Furniture for New Schools in some slum areas of Lagos as itemised below for the project.

 

3.       Lagos Metropolitan Development and Governance Project (LMDGP) now invite sealed bids from eligible bidders for the supply of the under listed items:

 

 

 

S/No

 

Lot 1

 

Quantity

 

Delivery Period

 

Bid Security

 

Name of School/ Description of Item

 

1i Maharuf-deen Primary School, Bariga -Double Seater (Students Desk and Chairs)

 

150

 

90 Days

 

N780, 000

 

ii Maharuf-deen Primary School, Bariga –

(Staff Room) Teacher’s Table and Chairs

 

14

 

2i Temple Primary School, Bariga – Double

Sealer (Students Desk and Chairs)

 

200

 

ii Temple Primary School, Bariga – (Staff Room) Teacher’s Table and Chairs

 

20
3i Shomolu Primary School, Bariga – Double Seater (Students Desk and Chairs) 150
ii Shomolu Primary School, Bariga – (Staff Room) Teacher’s Table and Chairs

 

14

 

 

 

S/No

 

Lot 1

 

Quantity

 

Delivery Period

 

Bid Security

 

  Name of School/ Description of Item

 

     
1i Ayinke Primary Sch, Bariga Double sealer

 

100 90 Days N1, 404, 000
ii Ayinke Prmiary Sch, Bariga (Staff Room) Teachers Table and Chairs

 

14  
2i Gbagada comprehensive junior Sch, Gbagada – Double seater (Students Desk and Chairs)

 

720  
ii Gbagada comprehensive junior Sch (Staff Room) Teacher’s Table and Chairs

 

40  

 

 

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, May 2004 and is open to all bidders from eligible source countries as defined in the Guidelines.

 

5.       Interested eligible bidders may obtain further information from the office of the Project Director, Lagos Metropolitan Development and Governance Project (LMDGP) and inspect the bidding documents at the address given below from 8.30am to 5.30 p m Mondays through Fridays.

 

6.       Qualifications Requirements includes:

a.       Evidence of previous supply of similar goods proposed in the last 5 years.

b.       Audited financial statement for the last 3 years to demonstrate the financial capability of the bidder in terms of profitability and adequate working capital.

 

Additional details on qualification are provided in the bidding document.

 

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 of N10,000.00 (Ten Thousand Naira only) or 65 USD (Sixty-Five Thousand US Dollars). The method of payment will be by Bank Draft made payable to Lagos Metropolitan Development and Governance Project (LMDGP). The bidding document will be collected by bidder’s Representative or sent by courier services on request (The bidder pays for the courier services).

8.       Bids must be delivered to the address below on or before 11.00 a.m. on the 20th of February 2013. All bids must be accompanied with a bid security as stated above. The bid security shall be in the form of a bank guarantee, or cashier’s cheque issued by a reputable bank. Late bids will be rejected. Electronic bidding will not be permitted. Bids will be opened in the presence of the bidder’s representatives, who choose to attend at the address below at 11.00 a.m. on the 20th of February 2013.

 

The address referred to above is:

 

Lagos Metropolitan Development and Governance Project (LMDGP)

No. 1 Wempco Road, Off Lateef Jakande/Agidingbi Road

Ogba, Ikeja

Lagos.

 

Tel :01 -8976433, 7390259

 

E-Mail: info@lmdgp.org.ng

 

Signed:

Dayo Oguntunde