Invitation to Bid at Jigawa State Rural Water Supply and Sanitation Agency (RUWASA), Jigawa

 

Jigawa State Rural Water Supply and Sanitation Agency (RUWASA)

Shawarin Dutse, Jigawa State

 

Invitation to Bid

 

The UNICEF/DFID Sanitation, Hygiene and Water in Nigeria (SHAWN) Programm aims to contribute to the reduction of water-related diseases and improved health outcomes in selected rural areas of Nigeria through accelerated and sustained progress in safe excreta disposal, the adoption of basic hygiene practices and access to safe drinking water across communities of 4 states in the federation. Jigawa State is one of the four states and is receiving the support in 3 LGAs namely Roni, Birniwa and Birnin Kudu.

 

It is in line with one of its purpose to provide access to safe drinking water and sanitation services in the rural communities of the state that the programme is seeking to engage prequalified drilling and civil engineering firms to construct water supply facilities in selected rural communities of Roni, Birniwa arid Birmin Kudu LGAs of Jigawa state.

 

Thus, the Jigawa state Rural Water Supply and Sanitation Agency, implementers of the Programme, hereby invite bids from UNICEF D Field Office pre-qualified contractors and the under listed recently pre-qualified firms to submit bids for award to construct boreholes from the following lots,

 

Lot A

This shall comprise bids for borehole locations in Roni LG A only

 

Lot B

This shall comprise bids for borehole drilling in communities of Birniwa LGA only, while

 

Lot C

This shall comprise of locations in Birniwa Kudu LGA only

 

SN     Company Name

1        ADZ Global Services Ltd

2        Aljazeera Agro Services Ltd

3        Barwa Engineering Co. Ltd

4        Nabakwai Enterprises Ltd

5        Talaku Integrated Serv Ltd

6        Hambiscon Nig. Ltd

7        Na-Usaina General Entprs.

8        Ringim Galadanci

9        Al-Sahih Gen. Enterp. Ltd

10      Maihali Nig Ltd

11      A&O Gen. Enterprises Ltd

12      Geo-Aid Project Ltd

13      Barde Ventures Nig. Ltd

14      Equity Global Co. Ltd

15      Lamido Water Tech. Co. Ltd

16      Bala Resources Ltd

17      Bullion Concept Ltd

18      Gurma &Co. Nig. Ltd

19      I.C.C. Eng Ltd

20      Nasiha Investment Ltd

21      Omega Geophysical Service Ltd

22      Loyalty Properties Ltd

23      Beulah Universal Link

24      Spectrum Projections

25      Jerta Technical Co. Ltd

26      D. P. C. L

27      SBO Moti Tek Ltd

28      Hisbah Services & Const

29      Dual Engr. Services

30      Top-Duro Ent  Ltd

31      LandBaseEngr. Services

32      Solid Work

33      Maihamzari Holdings

34      Lafion Global Resources

35      Tamusa Nig. Ltd

36      Asoma & Associates

37      Concept Const. & Eng Services

38      En-Mari G.I Nig. Ltd

39      MRS Resources Ltd

40      Maso Energy Serv. Ltd

41      CGC Nig. Ltd

42      Bluestone Eng’g Services

43      Mango Hydro & Geo-Co.

44      Nizam Eng’g Ltd

45      GAP Water Resources Ltd

46      Hazaco Const. Co. Ltd

47      Modasco Nig. Ltd

48      Sauki lnteg. Invest Ltd

49      Dah-Moyih Nig. Ltd

50      Alkibla Eng Co. Ltd

51      Wood Hill Eng Nig. Ltd

52      SBO Motitek Ltd

53      Belinvest Nig Ltd

54      Tripod Eng & Const Co. Ltd

55      Thamar Eng’g Ltd

56      China Zhonghao Nig. Ltd

57      Trust Eng Serv. Nig. Ltd

58      Space Age Nig. Ltd

59      Ambel Gen. Contractors Ltd

60      Myriad Engineering Ltd

61      Tahir Water & General Ent.

62      Alkasam Jannah Nig. Ltd.

63      Hilal Maisugar Nig. Ltd

64      Daragi & Sons Nig. Ltd

 

 

Method of Bidding

Pre-qualified contractors can obtain bid document, either lot A or B or C or all, from the office of the Managing Director, Jigawa state RUWASA Shuwarin – Dutse each lot at the non refundable fee of N20, 000.00 (twenty thousand naira) only. Completed bids are to be submitted in sealed envelopes, marked Lot A or Lot or B Lot C as applicable, and should reach the office of the Managing Director, RUWASA Shuwarin Dutse on or before 24th September, 2012. Subsequently, bids shall be opened the next day in the presence of bidders and members of the general public who may wish to attend.

 

Signed

The Managing Director

Jigawa State Rural Water Supply and Sanitation Agency

Shuwarin – Dutse

Request for Expressions of Interest (Consulting Services – Firms Selection) at Ministry of Economic Planning,Delta

Delta State Government

Ministry of Economic Planning

 

Request for Expressions of Interest (Consulting Services – Firms Selection)

Nigeria

 

State Employment and Expenditure for Results

(SEEFOR) Project Credit No.: 5022UNI

 

Assignment Title:          Public Works Contract Consultancy: (Road Maintenance and Refuse Collection, Sorting &Disposal)

 

Reference No:      DT/SFRIC/2012/01

 

The Federal Government of Nigeria is receiving financing from the International Development Association (IDA) and the European Union (EU) toward the cost of the State Employment and Expenditure for Result (SEEFOR) Project. Delta State is participating in the project and intends to apply part of the proceeds for consulting services.

 

The consulting services include identifying key areas of the value chain where small Public Works Contracts on Road Maintenance and Refuse Collection. Sorting and Disposal can be used to generate employment for the youths in the State.

The Delta State Employment and Expenditure for Results (SEEFOR) Project now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services, interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The short-listing criteria are:

 

(1)     Experience in Public Works Consultancy (Road Maintenance and Refuse Collection/Disposal) with at least 7 years experience.

(2)     Experience in employment generation activities in a developing economy:

(3)     Availability of appropriate skills among staff

 

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants (under IBRD Loans and IDA Credits & Grants) by World Bank Borrowers January 2011

(“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications.

 

A Consultant will be selected in accordance with the QCBS (Quality and Cost based Selection) method set out in the Consultant Guidelines.

 

Further information can be obtained at the address below during office hours 9.00 am to 5.00 pm Monday to Friday.

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or bye-mail) by 20th September, 2012

 

The Project Co-ordinator’s office

Attn: Mr. Benson Ojoko

Delta State Employment and Expenditure for Result (SEEFOR) Project

Ministry of Economic Planning,

10 Maryam Babangida Way

2nd Floor,

Asaba,

Delta State.

Tel: +234-08037509772

E-mail: deltaseefor.project@yahoo.com

Invitation to Tender at Independent Corrupt Practices and Other Related Offences Commission

Independent Corrupt Practices and Other Related Offences Commission

Plot 802, Constitution Avenue, Central Business Area, Abuja

 

Invitation to Tender

 

1.0 Introduction:

The Independent Corrupt Practices and Other Related Offences commission    unites interested, experienced and competent contractors to tender for the execution of year 2012 Capital Projects under the year 2012 Capital Appropriation. Ref No ICPC/ITT/CAP/01/12)

 

2.0     Scope of Work

The scope of work to be carried out consists of the following:

 

Lot 1:         Supply of Office Furniture

 

Lot 2:         Supply of Computers, Printers, Scanners

 

Lot 3:         i. Digitization and Archiving of Commission’s documents and

ii. Provision of date-pass Management System

 

Lot 4:         Supply and Installation of Multi-functional Digital Copiers

 

Lot 5:         i. Supply and Installation of Solar Light   and

                              ii. High Profile Turnstile Pedestrian Steel Access Control Gate

 

Lot 6:         Supply of Surveillance Equipment

 

Lot 7:    Installation& Upgrading of CCTV

 

Lot 8:         Supply of Kitchen Equipment

 

Lot 9:         Supply   of Office   Equipment:   Refrigerators,   Freezers,

Television, Sound System and Air-Conditioners

         

Lot 10:       Provision of Steel Cabin for Temporary Kitchen and

Cafeteria at the ICPC Training Academy, Keffi Nasarawa

State

 

Lot 11:       Expansion of LAN at the ICPC Training Academy, Kefll,

Nasarawa State

 

Lot 12:       Supply and Installation of Training Equipment (Projector,

Wall Projector Screen and PAS)

 

Lot 13:       Supply   of Operational Vehicles (Toyota Prado, Hilux,

Avencis and Haice)

 

 

3.0     QUALIFICATION TOTENDER

Interested and Competent contractors should submit the following qualification documents along with their proposals.

  1. Evidence of Incorporation or Registration with Corporate Affairs

Commission, including Certified True Copies of Memorandum and Articles of Association;   Forms CO2 and CO7 where applicable

  1. Evidence of similar contracts executed in the last (5) five years
  2. Evidence of financial capability and Bank’s support (this shall

Include certified bank statement of Account, Bank reference

Letter with commitment)

  1. Company Profile indicating details of Key Staff with their CVs
  2. The Company’s Annual audited Accounts  for the last three(3) years (2009-2011)
  3. Tax Clearance Certificate for the last three(3) years, to be valid up to December 31st 2011
  4. Evidence of VAT Registration and Past remittances
  5. Evidence of registration with National Pension Commission and remittance of employees’ contribution/deductions to the Pension Funds Administrators.
  6. Evidence of payment of Training contribution to ITF or compliance with the statutory provision of Section 6(i)-(iii) of the   Industrial   Training   Fund   (ITF) Amended Act, 2011, applicable to any Company with a work force of 5 Staff and above or N50 Million Annual Turnover and above.
  7. Evidence of compliance with the Employers’ Compensation Act which requires that all Employers of Labour must remit 1% of the total annual emoluments of their workers to the Nigerian Social Insurance Trust Fund,
  8. Evidence of payment of non-refundable tender fee of N10, 000.00 for each Lot, to Cash Office of Finance & Accounts Department or in Bank Draft in favour of ICPC and thereafter presented to Cash Office for ICPC receipt.
  9. A sworn affidavit that none of the Directors has been convicted in any court of any criminal offence.
  10. A sworn affidavit confirming that all information presented and attached are true and correct of the company, that no Officer of the Independent Corrupt Practices and Other Related Offences Commission (ICPC) or Bureau of Public Procurement ( BPP) is a former or present Director, Shareholder or has any pecuniary interest in the bidder and that no Director of the Company is in receivership or has been convicted of any criminal offence relating to financial impropriety or fraudulent act in any Country.
  11. Any additional information that may enhance the chances of the Company/Contractor.

xv.               Bidders shall not bid for more than three (3) Lots.

 

 

N.B. Compliance with the above requirements, in addition to the degree of responsiveness to the Bidding Document will form the major Evaluation criteria to be considered/applied for selection of the successful contractors.

 

4.0 Collection & Submission of Tender

Tender Documents with detailed specifications are to be collected from the office of the Secretary to the Commission upon presentation of evidence of payment of non-refundable Tender Fee of N10, 000.00 only (by Cash or Bank Draft).  Completed Tender Documents should be submitted in sealed envelope marked at the top right hand corner. “Tender for…… (Indicate the specific project & Lot No. of intent)” addressed to the Secretary ICPC, Plot 802, Constitution Avenue. Central Area, Abuja and deposited same in the Tender Box at the Secretary’s Office on or before 11.00am, Tuesday 2nd October, 2012.

 

5.0.    Opening of Tender

The Tenders will be opened at 11:15 pm on the closing date, Tuesday 2nd October, 2012, at the ICPC Auditorium. Representatives of the Tenderers, Professional Bodies, NGOs and interested members of the general public are hereby invited to witness the Bid Opening.

 

Please Note

a)    Late submission will be rejected

b)    Failure to comply with the instructions above or to provide the listed documents, may automatically lead to disqualification.

c)     The Commission may verify any or all the claims made by the bidders, including requesting for submission of the originals of the documents for sighting and shall disqualify any Company whose claim(s) is/are found to be false.

d)    The final conclusion of the procurement process of all the projects listed above would depend on the release and cash-backing of funds for the projects.

e)    Nothing in this advertisement shall be constructed to be a commitment on the part of 1C PC to undertake the project or entitled any company to make any claim (s) whatsoever in respect of any expenses incurred in preparing a tender response.

 

For any further enquiry, contact the Office of the Secretary to the Commission.

 

Signed:

Management

Invitation to Pre-Qualify for the Execution of 2012 Capital and Recurrent Projects at National Poverty Eradication Programme (NAPEP)

National Poverty Eradication Programme (NAPEP)

Federal Secretariat Complex Phase II, Abuja

 

Invitation to Pre-Qualify for the Execution of 2012 Capital and Recurrent Projects

 

The National Poverty Eradication Programme (NAPEP), in furtherance of its mandate to Coordinate, Monitor and Evaluate all Poverty Eradication Activities in the country and intervene in critical areas for the empowerment of the poor, invites interested competent and reputable Contractors, Suppliers and Consultants with relevant experience and good track records to pre-qualify for the under-listed Procurements:

 

Procurement Items:

 

S/No Description Of Items                                                                                                        
1 Supply of Computers, various Office Equipment/Appliances/Office Accessories and 1CT

 

2 Supply of Electrical and Mechanical Machineries

 

3 Printing Works

 

4 Procurement of Vehicles (four-wheel, three-wheel, and two-wheel) Spare Parts and Repairs

 

5 Supply of Journals/Books and Publications

 

6 Building/Engineering Construction and Renovation Works

 

7 Consultancy Services – Conduct of Impact Assessment s for NAPEP   Programmes, Trainings, Capacity Building, Programme Management, Project Management, Water Management, Health, Agricultural Services. Energy & Environment, Advocacy and Legal Services, Branding and Communication Strategies with special interest in poverty eradication and institutional capacity-building.

 

8 Supply of Stationery

 

9 Publicity Activities in the Media

 

10 General Goods. Services and Insurance

 

 

 

 

Pre-Qualification Requirements:

For purposes of Evaluation, interested Contractors should supply the following, information including but not limited to the following:

 

  • Evidence of registration with the Corporate Affairs Commission (C AC).
  • Evidence of Tax Clearance Certificates for the last 3 (three) years (2009 – 2011).
  • VAT Registration Certificate and evidence of remittances to FIRS (2009-2011)
  • Provision of Tax Identification Number (TIN) by the Bidder
  • Evidence of Compliance with the Pension Reform Act, 2004 and up-to-date payment of Pension/Social Security contributions.
  • Verifiable evidence of having completed similar works in the last 3 (three years).
  • Company Audited Financial Statement for the last 3 (three years) duly endorsed by a Firm of Chartered Accountants.
  • Company profile including structure, Management team, registered address, phone number(s), qualifications of key staff and e-mail address.
  • Evidence of verifiable financial capability (a letter of support from a reputable Bank will be an advantage).
  • Evidence of Technical capability to execute the Contract.
  • Manufacturer’s Authorization for Distributors/Suppliers.
  • A sworn affidavit that no officer of NAPEP or BPP is a Director or Shareholder, or has any pecuniary interest in the bidder and none of the directors of the company seeking has been convicted of any criminal offence. The affidavit is also to confirm that, all information presented in the firm’s documents is true and correct in all particulars.
  • A sworn Affidavit certifying that the Company is not in receivership, insolvency or bankruptcy.
  • A sworn Affidavit that none of the Directors of the Company has been convicted in any Court in Nigeria or elsewhere, for criminal offence in relation to fraud or financial impropriety, and that there has been no promise of a gift, in any form, to any staff, or member of family of any staff of NAPEP.

 

Submission of Pre-qualification Documents:

The Pre-qualification Documents submitted in three (3) copies i.e. (one original and two other copies) with all pages duly endorsed by an authorized Principal Officer of the Company, should be enclosed in an envelope, sealed and marked “Pre-Qualif1cation Documents (Technical) FOR THE (Indicate the Items at the Top Right Hand Corner of the Envelope)” and addressed to:

 

Secretary of Programme (SOP),

NAPEP Headquarters,

Block C, 3rd Floor,

Federal Secretariat Phase II,

Abuja.

 

 

The Pre-qualification documents should be deposited in the Tender Box at the Conference Room of the Office of the Secretary of Programme (SOP) NAPEP Headquarters, Block C, 3rd Floor, Federal Secretariat Phase II, Abuja, between the hours of 10am and 4p.m. (Mondays through Fridays) and not later than Monday 17th September, 2012 at 12 noon.

 

 

Bidders should note that only successful pre-qualified Companies will be invited to submit Financial Bids. NAPEP reserves the right to reject any or all pre-qualification documents that do not meet all the requirements as specified.

 

Subsequently, within the year, Procurement Notice for contracts within the approval threshold of NAPEP will be placed on the Notice Board for interested Contractors/Suppliers.

 

The representatives of the Companies are invited to witness the opening of the Pre-qualification documents at 1pm on Monday, 17th September, 2012, at the Secretary of Programme (SOP)’s Conference Room, NAPEP Headquarters, Block C, 3rd Floor, Federal Secretariat Phase II, Abuja. This publication also serves as an invitation to all interested members of the public, observers and Non Governmental Organization (NGO)/Civil Societies desirous of witnessing the Pre-qualification opening.

 

Please Note:

(a)  Originals of Pre-qualification documents listed must be produced for sighting

(b) Pre-qualification documents submitted late shall be rejected

(c)  No one Company should apply for more than one slot

(d) This advertisement shall not be construed to be a commitment on the part of NAPEP, nor shall it entitle any person to make any claim whatsoever and/or seek any Indemnity from NAPEP, by virtue of such a person or entity having responded to the Pre-qualification advertisement.

(e)  Failure to comply with NAPEP instructions shall lead to disqualification

(f)   Only Pre-qualification documents that substantially comply with all the requirements listed above would be adjudged to be most responsive, and thereafter selected.

 

Please, note that all information supplied by all Contractors will be verified by the appropriate authority, including EFCC and ICPC

 

For more Information on NAPEP, Please visit www.napep.gov.ng

 

SIGNED

Secretary of Programme (SOP)

For: National Poverty Eradication Programme (NAPEP)

Abuja.

Invitation for Submission of Technical/Financial Documents for Supply/Installation of Medical Equipment Under 2012 Capital Project at Lagos University Teaching Hospital

Lagos University Teaching Hospital

Private Mail Bag 12003, Lagos Nigeria

 

Invitation for Submission of Technical/Financial Documents for Supply/Installation of Medical Equipment Under 2012 Capital Project

 

1. I.V.F. Equipment

 

2. Echo Machine

 

3. Heart Lung Machine

 

4. Heat Lung Machine

 

5. Diathermy Machine

 

6. Dental Chairs

 

7. Ventilators (Adult and Paediatric)

 

8. Anaesthetic Machines

 

9. CSSD Autoclave

 

10. Dental Equipment, Surgical Bone Drill and Reconstruction Plate with Instruments

 

11. Digital X-ray Machine with Accessories

 

In Consideration of the above,

 

Reputable companies who wish to tender for the above jobs should submit their pre-qualification documents which must include but not limited to:

 

(i)                Company’s Profile indicating the Management profile including the names and professions of the Top Management Staff

(ii)             3Years (Current) Income Tax Clearance Certificates.

(iii)           3Years Company Audited Accounts

(iv)           Certificate of Registration with Corporate Affairs Commission

(v)             Certificate of Authorization/Representative by Oversea Manufacturer of Medical Equipment

(vi)           Registration with Ministry of Health for Supply of Medical Equipment

(vii)        Bankers Reference

(viii)      Registration with PENCOM

(ix)           Evidence of ITF Contribution

(x)             Any other relevant information

 

Note:

  1. Only Companies that are accredited agents to the manufacturers of the medical equipment should apply. Such Companies should show evidence of accreditation. Contractors could quote for (1) or all the above equipment.
  2. Tenderers are expected to collect the Bill of Quantity from Room 212 of the Administration Block, LUTH, on payment of n15, 000.00 (fifteen Thousand  Naira) only at the Hospital’s Cash Office. (Please attach photocopy of receipt with your financial bid)

 

Completed technical/Financial Bids should be submitted in separate sealed envelopes marked “Technical Bid” or “Financial Bid” respectively and addressed to:

 

Chief Medical Director

Lagos University Teaching Hospital

P.M.B 12003, Lagos

 

The two Documents must be dropped in a Tender Box provided in the office of the Director of Administration-on or before 12 noon on 24th September. 2012. Opening of the documents will be on the same date at the New Board Room, LUTH, at 12.30 pm

 

Tenderers should note that only the Financial Bids of the Pre-qualification Companies will receive further consideration. The Lagos University Teaching reserves the right to reject any/or all pre-qualification documents.

 

This supersedes our earlier advert published in the Daily Trust dated Thursday, August 21st, 2012 and The Guardian of same date.

 

Signed:

Chief Medical Director