Invitation for Bids at Ogun State Water Corporation

 

 

 

Invitation for Bids

Federal Republic of Nigeria

Ogun State Government

 

1st Nation Urban Water Sector Reform Project Procurement of Goods -Low Lift Pump Set, Laboratory Items, Operational Support Vehicle,

Credit No. 47840-UNI

 

1.         This Invitation for Bids follows the General Procurement Notice for this Project that appeared in the dgMarket web site on June 2, 2004 and was published in UN Development Business. Issue No. 633, on June 30, 2004.

 

2.         The Federal Government of Nigeria has received a credit from the International Development Association towards the cost of National Urban Water Sector Reform Project and it intends to apply part of the proceeds of this credit to payments under the Contract for the procurement of Goods listed below.

 

3.         The Ogun State Water Corporation now invites sealed bids from eligible and qualified bidders for

 

The supply of items listed below in tables 3.

 

Goods
Package

No

Lot   Contract Number

No.

Description of Location services Delivery Period Bid Security Turn-over
1 1 (OG/NUWSRP/GDS/

NCBI 2-04) Lot 1

 

 

 

 

2 (OG/NUWSRP/GDS/

NCBI 2-04) Lot II

 

 

 

3 (OG/NUWSRP/GDS/

NCBI 2-04) Lot III

Procurement of Abeokuta Heavy Vehicles

 

 

Procurement of Abeokuta Light Vehicles

 

Procurement of Abeokuta Tricycles

 

3months

 

 

 

 

 

3months

 

 

 

 

3months

 

 

 

 

 

N1,700,000

 

 

 

 

 

N900,000

 

 

 

 

N500,000

N165,000.000.000

 

 

 

 

 

N90,000.000

 

 

 

 

N45,000,000

 

 

 

 

2   (OG/NUWSRP/GDS/

NCBI 2-05)

Procurement of Abeokuta Low Lift Pumps

 

6months N3,000,000 N300,000,000.00
3 (OG/NUWSRP/GDS/

NCB 12-06)

 

Procurement of Abeokuta Laboratory  items

 

3months N300,00 N15,000,000.00
4 1 OG/NUWSRP/GDS/

NCB 12-01 Lot I

 

Procurement of Abeokuta Bulk Meters (Complete bid)

 

6months 2.5% of bid price 300% of bid price
2  OG/NUWSRP/GDS/

ICB/ 12-01 Lot II

Procurement of Abeokuta Domestics Meters (Partial bid)

 

6months 2.5% of bid price 300% of bid price

 

 

Table 2

 

S/N

Description of Services Amount for Bid Documents Closing date and

Time of Bids

Date and Time of Bids Opening

1

2

Procurement of Heavy Vehicles

 

 

 

Procurement of Heavy Vehicles

N20,000

 

 

 

 

N 15,000

7th January 2013

 

Time 12.30p.m

 

 

7th January 2013

 

Time 12.30p.m

 

7th January, 2013

 

Time 12.30p.m

     3 Procurement of Tricycle

 

N10,000 7th January 2013

 

Time 12.30p.m

7th January 2013

 

Time 12.30p.m

 

     4 Procurement of Low Lift Pumps N25,000 7th January 2013

 

Time 12.30p.m

 

7th January 2013

 

Time 12.30p.m

5 Procurement of Laboratory Items

 

N15,000 7th January 2013

 

Time 12.30p.m

7th January 2013

 

Time 12.30p.m

 

6

 

 

 

7

Procurement of Bulk Meters

 

 

Procurement of Bulk Meters

N10,000.00

 

 

 

 

N15,000.00

7th January 2013

 

Time 12.30p.m

 

 

7th January 2013

 

Time 12.30p.m

 

7th January 2013

 

Time 12.30p.m

 

7th January 2013

 

Time 12.30p.m

 

 

 

4.       Bidding will be conducted through the international Competitive Bidding (ICB) and 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 Bidding Documents.

 

5.       Interested eligible bidders may obtain further information from Ogun State Water Corporation and inspect the bidding documents at the address below from Mondays to Fridays (except public holidays) from 8.30 am to 3.00pm.

 

6.       Qualifications requirement include the following minimum conditions:

a.       Certificate of incorporation of firm, Audited financial report in the last two years and evidence of remittance of tax to federal inland revenue service.

b.       The bidder shall furnish documentary evidence to demonstrate that it has technical and financial capability to deliver the Meters and offer relevant associated services as specified in the bidding document.

 

6.       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 nonrefundable fee as above (table 2). The method of payment will be by Bank Draft made in favour of the National Urban Water Sector Reform Project, Ogun State. The Bidding Documents will be collected by hand or sent by courier services on request.

 

7.       Bids must be delivered to the address below on or before Monday 7th January 2013 at 12,00 noon. Electronic bidding “shall not” be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address below at 12.30 noon on 7th January, 2013.

 

All bids must be accompanied by a bid security as stated in the table under paragraph above or an equivalent amount in a freely convertible currency.

 

9.       The address referred to above is:

 

General Manager

Ogun State Water Corporation,

Ibrahim Babangida Boulevard

Oke Mosan,

Abeokuta.

 

 

 

 

 

 

 

 

Awarded Bidders at Taraba State HIV/AIDS Programme Development Project II

Publication of Contract Award

Taraba State Aids Control Agency

HIV/AIDS programme development project – II

Credit No: 4596-NG

IFB No. TR/HPDP II/NCB/GOODS/01/2012

 

Awarded Bidders

 

Bidder Lot

Number

Bid Price as read out (N)

 

Evaluated Bid Contract price (N) WHT&VAT inclusive

 

Job description Delivery Period
Lycos and Sons Development           Company Limited

 

 

 

1

 

 

9,295,000.00

 

9,295,000.00

1No. 18 Sealer

Bus High roof

60 Days

 

 

 

 

SUAAB and Company Nig. Ltd  

2

5,935,000.00 5,935,000.00 1No. Saloon

Vehicle. 1.8L

Engine, Automatic transmission

Lycos and Sons Development           Company Limited

 

 

 

3

1,921,000.00 1,921,000.00 17 No.

Motorcycles and Crash Helmets

 

Gabimo Holdings Ltd. 4

 

 

5,687,109.75 6,255,820.70 1No. 60Kva and

18 No. 5.5Kw Generators and Installation

 

Lot 1

 

S/N Name of Bidder     

 

 

Bid price as read out (N)

 

Qualified/Reason(s) for rejection
1 SUAAB and Company Nig. Ltd

 

9,360,000.00 Qualified
2 Lycos and Sons Development Company Limited

 

9,295,000.00 Qualified
3 Lysun Global Investment Nig. 9,295,000.00 Fake bid security

 

 

Lot 2

 

S/N

 

Name of Bidder     

 

 

Bid price as read out (N)

 

Qualified/Reason(s) for rejection
1 SUAAB and Company Nig. 5,935,000.00

 

Qualified
2. Lycos and Sons Development Company Limited

 

6,500,000.00 Qualified
3. Lysun Global Investment Nig. 5,940,000.00 Fake bid security

 

 

 

Lot 3

 

S/N

 

Name of Bidder     

 

 

Bid price as read out (N)

 

Qualified/Reason(s) for rejection
1 SUAAB and Company Nig. 3,060,000.00

 

Qualified
2. Lycos and Sons Development Company Limited

 

1,921,000.00 Qualified

 

 

Lot 4

 

S/N

 

Name of Bidder     

 

 

Bid price as read out (N)

 

Qualified/Reason(s) for rejection
1 SUAAB and Company Nig. 6,441,819.00

 

Qualified
2 Lycos and Sons Development Company Limited

 

6,690,000.00 Qualified
3. Gabimo Holdings Ltd. 5,687,109.75 Qualified

 

Tim Project Manager,

Taraba State HIV/AIDS Programme Development Project II,

Off Donga road behind bureau for Land and Survey

Jalingo, Taraba State – Nigeria.

Telephone: +2348027799161, +2347082790650

Electronic mail address: tarabahpdp@yahoo.com

 

Invitation for Expression of Interest for Strengthening of Facility/Ward Health Committees at The Partnership for Transforming Health Services (PATHS) 2 Project

Invitation for Expression of Interest for Strengthening of Facility/Ward Health Committees

 

The Partnership for Transforming Health Services (PATHS) 2 project, a 6-year national program funded by the UK’s Department for International Development (DFiD) to lead health system strengthening efforts in Nigeria is working to encourage citizens to voice their experiences of and concerns with health system service delivery. PATHS Voice and Accountability is looking forward to engaging CSOs to support strengthening of Facility/Ward Health Committees to place pressure through effective advocacy on government to be more responsive and accountable in their service delivery.

 

Looking for:

CBOs based in Jigawa, Enugu, Kaduna, Kano and Lagos with capacity to deliver based on this placement requirements.

 

Expected Outputs:

  • Key Deliverables from the assignment include
  • Facility/Ward Health Committee reconstituted
  • Clear evidence of Facility/Ward Health committees taking up their intended roles
  • Clear evidence of LGAs/SMOH and SMLOG providing a response to concerns raised by Facility/Ward Health Committees
  • Narrative and financial reports submitted every month to the PATHS2 outlining activities undertaken, the outcomes (including monitoring data) and providing a full financial account.

 

Project Tasks:

The work streams are:

  • The development of Facility Health Committees as a mechanism to promote citizen voice and enable greater accountability of Government and health providers to service users;
  • Advocacy initiatives to pressure government to improve service delivery;
  • Participatory policy/strategy development and resource tracking to improve government responsiveness and the allocation and expenditure of health sector resources.

 

Register Your Interest:

Interested groups or organizations should kindly register their interest via email as indicated below which will qualify them for the full proposal. Ensure you indicate your contact person’s name and telephone number on or before December 14th to: consultantinfo@paths2.org

Procurement of Work-Repair of Leakage on Rising Main, Rehabilitation of 500 Cubic Meter Elevated Tank, Construction of Dedicated Lines and Rehabilitation of Package Treatment Plant at Ogun State Water Corporation

Invitation for Bids

Federal Republic of Nigeria

Osun State Government

 

1st National Urban Water Sector Reform Project

Procurement of Work-Repair of Leakage on Rising Main, Rehabilitation of 500 Cubic Meter Elevated Tank, Construction of Dedicated Lines and Rehabilitation of Package Treatment Plant.

Credit No. 47840-UNI

 

 

  1. This Invitation for Bids follows the General Procurement Notice for this Project to appeared in the dg Market web site on June 2, 2004 and was published in UN Development Business, Issue No 633, on June 30, 2004.
  2. The Federal Government of Nigeria has received a credit from the International Development Association towards the cost of National Urban Water Sector Reform Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for Works listed in table 3 below
  3. The Ogun State Water Corporation now invites sealed bids from eligible and qualified bidders for execution of works listed in table 3

 

WORKS TABLE3

1 1 OG/NUWSRP/WKS/NCB 12-06 LOT I Repair of leakage on Rising Main Arakanga 4 Months N200,000 N5,000.000
2 OG/NUWSRP/WKS/NCB 12-06 LOT II Channelisation of Overflow duct at Asaran Asaran, Abeokuta 4 Months N400,000 N10,000.000
3 OG/NUWSRP/WKS/NCB 12-06 LOT III Rehabilitation of 500 Cubic Meter Elevated Tank Ijebu-Ode 4 Months N600,000 N18,000.000
2 OG/NUWSRP/WKS/NCB 12-08 Rehabilitation of Package Treatment Plant Abeokuta 6 Months N2,500,000 N80,000.000
3 OG/NUWSRP/WKS/NCB 12-02 Construction of Sagamu intake structure Sagamu 6 Months N6,500,000 N600,000.000.00
4 OG/NUWSRP/WKS/NCB 12-07 Construction of dedicated power line to Papalanto Scheme Papalanto 4 Months N1,500,000 N180,000.000
5 1 OG/NUWSRP/WKS/NCB 12-04 Lot I Supply and laying of 150mm dia UPVC pipeline complete with house connection in Ogere Ogere 6 Months N1,500,000 N180,000.000
1 2 OG/NUWSRP/WKS/NCB 12-04 Lot II Supply and laying of 150mm dia UPVC pipeline complete with house connection in Abeokuta Abeokuta 6 Months N3,000,000 N300,000.000
3 OG/NUWSRP/WKS/NCB 12-04 Lot III Supply and laying of 150mm dia UPVC pipeline complete with house connection in Ijebu-Ode Ijebu-Ode 6 Months N1,000,000 N110,000.000
4 OG/NUWSRP/WKS/NCB 12-04 Lot IV Supply and laying of 150mm dia UPVC pipeline complete with house connection in Sagamu Sagamu 6 Months N500,000 N60,000.000
5 OG/NUWSRP/WKS/NCB 12-04 Lot V Supply and laying of 150mm dia UPVC pipeline complete with house connection in Ilaro Papainto/Ilaro 6 Months N300,000 N33,000.000
6 OG/NUWSRP/WKS/NCB 12-04 Lot VI Supply and laying of 150mm dia UPVC pipeline complete with house connection in Apoje Apoje 6 Months N2,000,000 N240,000.000

 

 

Table 2

S/N Description of Services Amount for Bid Documents Closing date and Time of Bids Date and Time of Bid Opening
1 Supply and laying of pipe in Ogere N20,000 7th January, 2013

Time: 12.00pm

7th January, 2013

Time: 12.30pm

2 Supply and laying of pipe in Abeokuta N30,000 7th January, 2013

Time: 12.00pm

7th January, 2013

Time: 12.30pm

3 Supply and laying of pipe in Ijeju-Ode N20,000 7th January, 2013

Time: 12.00pm

7th January, 2013

Time: 12.30pm

4 Supply and laying of pipe in Sagamu N15,000 7th January, 2013

Time: 12.00pm

7th January, 2013

Time: 12.30pm

5 Supply and laying of pipe in Ilaro N15,000 7th January, 2013

Time: 12.00pm

7th January, 2013

Time: 12.30pm

6 Supply and laying of pipe in Apoje N20,000 7th January, 2013

Time: 12.00pm

7th January, 2013

Time: 12.30pm

7 Repair of Leakage on Rising Main N10,000.00 7th January, 2013

Time: 12.00pm

7th January, 2013

Time: 12.30pm

8 Channelization of Overflow duct at Asaran N15,000.00 7th January, 2013

Time: 12.00pm

7th January, 2013

Time: 12.30pm

9 Rehabilitation of 500 Cubie meter Elevated Tank N20,000 7th January, 2013

Time: 12.00pm

7th January, 2013

Time: 12.30pm

10 Rehabilitation of Package Treatment Plant N20,000 7th January, 2013

Time: 12.00pm

7th January, 2013

Time: 12.30pm

11 Construction of dedicated power line to Papalanto N20,000 7th January, 2013

Time: 12.00pm

7th January, 2013

Time: 12.30pm

12 Construction of Saganu Intake structure N30,000 7th January, 2013

Time: 12.00pm

7th January, 2013

Time: 12.30pm

 

 

  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 Bidding Documents.
  2. Interested eligible bidders may obtain further information from Ogun State Water Corporation and inspect the bidding documents at the address below from Mondays to Friday (except public holidays) from 8.30 am to 3.00pm

 

  1. Qualifications requirement include the following minimum conditions;

 

  1. Possession of experience as a prime Contractor for at least (2) works of a nature and complexity equivalent to the works over the last five (5) years. To comply with this requirement, works sited should be at 70 percent complete. .
  2. The amount of annual turnover in construction works in the last five (5) years in works that have been successfully and substantially completed and that are similar to the proposed works   and Goods bids are as specified above.
  3. Have a Project Manager with at least 15 years experience in Works of equivalent nature and volume, including not less than 5 years as Manager among its core staff and shall have a minimum of B.Sc Degree in Civil Engineering or Equivalent Qualification for works contract only.
  4. Own a substantial production of the construction equipment required to successfully execute the contract (for works contract Only).
  5. Provide Annual audited account for the last three (3) years

 

  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 as above (table 2). The method of payment will be by Bank Draft made in favour of the National Urban Water Sector Reform Project, Ogun State. The Bidding Documents will be collected by hand or sent by courier services on request.

 

  1. Bids must be delivered to the address below on or before Monday 7th January 2013 at 12.00 noon Electronic bidding “shall not” be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address below at 12.30 noon on 7th January, 2013

 

  1. All bids must be accompanied by a bid security as stated in the table under paragraph 3 above or an equivalent amount in a freely convertible currency.

 

  1. The address referred to above is:

General Manager

Ogun State Water Corporation,

Ibrahim Babangida Boulevard,

Oke Mosan,

 Abeokuta.

 

Invitation for Pre-Qualification of Consultants/ Contractors for Capital Projects at Federal University of Petroleum Resources

Federal University of Petroleum Resources,

PMB 1221 EFFURUN, Delta State, Nigeria

 

Invitation for Pre-Qualification of Consultants/ Contractors for Capital Projects

 

A   Introduction

The Federal University of Petroleum Resources, Effurun (FUPRE), Delta State wishes to notify the General Public of its intention to procure work ,for the construction of Workshops and Laboratories for the College of Technology. The project is to be funded through the year 2012 Capital Grant

 

FUPRF is desirous of executing the Project on contract and wishes to invite reputable consultants/contractors with good track record to bid for pre-qualification.

 

B.   Scope of Work- Consultants

The scope of work includes preparation of detail/full drawings including all necessary tests, preparation of contract/tender documents and supervision. The Consultants are also expected to provide other services that will facilitate the execution of the bulking projects for workshop and laboratories for various Departments of the College of technology

 

Lot 1:          CONSULTANTS FOR THE CONSTRUCTION OF WORKSHOPS AND LABORATORIES FOR COLLEGE OF TECHNOLOGY (2012 CAPITAL PROJECT)

 

C.      Location of Projects

The project is located all the University’s permanent site at Ugbomro in Uwie Local Government Area of Delta State.

 

D.      Pre-qualificat1on requirements for consultants

Interested Architects, Civil, Service Engineers, Quantity Surveyors or a Consortium of these consultants who wish to participate in the projects are required to submit their firm’s profile which must include but not limited to the following documents:

1.       Registration Certificate with Corporate Affairs Commission

2.       Evidence of qualification and registration with appropriate professional Bodies

3.       Evidence of similar jobs done within the past three (3) years 2009-2011

4.       Company profile arid address/office location

5.       Audited accounts for the past three (3) years 2009 2011

6.       Evidence of VAT certificate/Tax clearance certificate

7.       Curriculum Vitae of the principal officers of the company

8.       Name and address of bankers and reference letter from such banks

9.       Evidence of compliance with the provisions of the Pension Reform Act, 2004

10.     Any other information to prove the company’s corporate and technical experience and capabilities

 

For additional information, please refer to “STANDARD REQUEST FOR PROPOSAL FOR THE SELECTION OF CONSULTING FIRMS (COMPLEX LUMP SUM) OF THE FEDERAL REPUBLIC OF NIGERIA BEREAU OF PUBLIC PROCUREMENT DOCUMENT”

The consultancy services will be executed with stud adherence to all contractual terms in the signed agreement by all parties. All invited consultants will be required to submit a Technical Proposal and a Financial Proposal.

 

E.      Scope of Work- Contractors

Lot 2:          Construction of Workshops and Laboratories for College of Technology I (2012 Capital Project)

 

Lot 3:          Construction of Workshops and Laboratories for College of Technology II (2012 Capital Project)

 

F.      Pre-Qualification Requirements for Contractors

Interested Companies are to submit the following documents along with their letters of intent for the project

1.       Certificate of Incorporation from Corporate Affairs Commission

2.       Current tax clearance certificate for the past three (3) years- 2009-2011

3.       Audited company account with annual turnover of over N150 million in any    of the last three (3)years 2009-2011

4.       Bank reference letter indicating evidence of accessibility to credit facilities of up to N100 Million.

5.       Comprehensive Company profile showing organizational structure with names of key personnel involved in project implementation stating qualifications and professional registration where applicable (enclose photocopies of professional qualifications).

6.       Evidence of experience as a prime contractor on at least one project of similar nature and complexity within the last three years, stating clients, cost with completion certificate and photographs attached.

7.       Possess a substantial proportion of equipment required to successfully    execute the contract.

8.       Certified true Copy of Memorandum and Articles of Association duly endorsed by the Corporate Affairs Commission.

9.       VAT registration certificate

10.     Consent to allow for verification of firm’s financial standing with the bankers

11.     Evidence of compliance with the provisions of the Pension Reform Act, 2004.

12.     HSE Community Affairs and security policies detailing the company’s procedure for handling HSE, community affairs and security issues

13.     A  sworn affidavit that none of the Directors has been convicted in any country

14.     Quality assurance/quality control manual

15.     Any other proven evidence/document that would confirm the          skill/competence of individual contractor.

 

G.      Method and Submission of Application

Interested Consultants/Contractors are expected to submit Technical Pre-Qualification documents. Pre-qualification documents of five (5) sets of photocopies each should be submitted in a sealed envelope, clearly marked “CONFIDENTIAL: Pre-qualification for Consultancy Services (Capital Projects) LOT…….

OR

“CONFIDENTIAL: Pre-qualification (Capital Projects) LOT ………….

Name and mailing address of the Company which shall be clearly stated at the back of each envelope and

Lot number on the top left hand side of the envelope

Failure to comply with the above requirements will automatically result in disqualification.

All submissions are to be addressed to:

 

The Ag Registrar

Federal University of Petroleum Resources

PMB 1221

Effurun, Delta State

 

H.      Deadline for Submission

The pre-qualification documents should be submitted in the “Tender Box” at the office of the Ag Registrar on or before 19th December, 2012 at 12.00 noon,

 

Opening of Pre-Qualification Bids

The pre-qualification bids will be opened at 2.00 pm on the 19th of December 2012 and Tenderers are invited to attend the ceremony for the opening of  the Lots at the University Auditorium

 

CAVEAT:

Response to this invitation shall not oblige the University to consider any responding Firm for qualification. All costs incurred as a result of response to this invitation and any subsequent requests for information shall be borne by the responding Firm.

 

Only pre-qualified Consultants/Contractors would be invited for Financial Bidding.

 

Signed:

R.A. EGBORGE (MRS)

Ag Registrar