Invitation to Bid at Rural Water and Environmental Sanitation Agency Ministry of Environment and Sanitation, Osun State

Government of the State of Osun of Nigeria

Rural Water and Environmental Sanitation Agency Ministry of Environment and Sanitation

 

Invitation to Bid

Date: 30th August, 2012.

Loan No: 2100150015645

IFB No: OS/RUWESA/AfDB/G004

 

1.       Federal Government of Nigeria has received a loan from the African Development Fund to finance the cost of Rural Water Supply and Sanitation Sub-Programme in The State of Osun. It is intended that part of the proceeds of this loan will be applied to eligible payments under the contract for supply of Desktop Computers and Accessories, Laboratory Equipments and Chemicals.

 

2.       The Rural Water and Environmental Sanitation Agency (RUWESA) hereby invites bids from eligible bidders for the supply of the underlisted goods:

 

 

Lot Description  Quantity
1 Standardized Original Power Extensions 31
SOFTWARE (Anti Virus and Application Package) 10
DESKTOP (BRANDED) 31
Flash Drive (2GB)  31
UPS (650VA/360W) 31
Installation and Configuration of Desktop  31
Standardized Computer Table 31
Standardized Computer Chairs  31
Digital Camera (1.4 Megapixels) 31
Public Address System (PAS) 31
2 Autoclave (20 Litres)  1
Digitalized Water Bath  1
Weighing Balance (Analytical)  1
UV/VIS Spectrophotometer  1
Standardized Fume Cupboard 1
Standardized Bunsen Burners  5
Refrigerator (250 Litres) 1
Incubator (100 Litres) 1
Beakers 50ml,  20
Beakers 100ml,  20
Beakers 1000ml,  20
Pipettes l00mls 20
Burette 50ml  20
Conical Flask 50ml  20
Standardized Micro Pipette  20
Measuring Cylinder, 1 L  5
Measuring Cylinder, 500ml  5
Standardized Laboratory Safety goggles  10
Glass Petri Dishes (2 Cartons) 2
Branded Air Conditioner (Split Unit) 2 ½ HP 3
Microscope 1
Liebig Condenser (Glassware) 2
Water Distiller 1
Dissolved Oxygen Metre  1
Standardized Water level indicators 3
3 Total Chlorine Reagent  2 Packs
Free Chlorine Reagent  2
Nitrate Reagent  2
Nitrite Reagent 2
Phosphate Reagent  2
Bacto H2S Kits  2
Zinc Reagent  2
Aluminum Reagent  2
Fluoride Reagent  2
Iron Test Kit  2
Sulphate Test Kit  2
Erichromic Black T  2
Murexide 2
Silver Nitrate  2
Methylated Spirit (2.5 L)  2
Mercury Reagent 2
KF Agar  2
Wagtech Arsenic Visual Kit 10
Wagtech Digital Arsenic Kit 2
CONC. HCL (2.5L) 20
High Testing Hypochlorite (HTH) (5bkt) 5
Nutrient Broth  1
Brilliant Green Bile  1
2% Bile Broth  1

 

3.       A complete set of bidding documents may be purchased by eligible bidders upon payment of a non-refundable fee of Fifteen Thousand Naira (N15,000.00) for lots 1, 2 and 3 at the address below:

 

4.       Bids must be delivered to The State of Osun Tenders Board, Office of the Governor Secretariat, Abere on or before 12:00 noon 27th September, 2012

and must be accompanied by a bid security from a reputable bank

 

Lot    Bid Security

1.       N310,000.00        Three Hundred and Ten Thousand Naira

2.       N220,000.00        Two Hundred and Twenty Thousand Naira

3.       N150,000.00        One Hundred and Fifty Thousand Naira

 

Note: Bidders bidding for two or three lots shall present separate bid securities for lots 1,2 and 3. In the case whereby a bidder submits one bid security for two or three lots, the bids shall be considered non-responsive.

 

5.       Bids will be opened in The State of Osun Tenders Board, Office of the Governor Secretariat, Abere in the presence of bidders/representatives, who choose to attend on 27th September, 2012 at 12:30p.m.

 

6.       Eligible bidders may obtain further information from the under signed:

 

Signed:

Programme Manager,

State of Osun Rural Water and Environmental

Sanitation Agency (RUWESA),

P.M.B. 4466, Abere,

State of Osun, Nigeria.

E-mail: ruwesaosun@yahoo.com

08075010931

 

Invitation to Tender at Bayelsa State Universal Basic Education Board

Invitation to Tender

Construction of Six Classroom Block with ICT Hall, Offices and Toilets in the following locations:

 

1. CPS Toru-Orua

2. CPS Tumgbo

3. State School Otueke

4. State School Ogbia

 

1.0     Eligibility Criteria:

The following minimum qualification is required:

a)       Evidence of certificate of incorporation

b)      3 years audited account reports,

c)       Tax clearance certificates for the past 3 years

d)      VAT Certificate

e)       Power of Attorney

f)       Evidence of financial capabilities and banking support/referral letter.

g)       Evidence of similar projects executed in the past five years.

h)      Profile of key staff professional & technical qualification required to provide services.

i)       Knowledge of Local environment.

j)       List of equipment to be deployed for the project and proof of ownership

k)      Operational strategy

l)       Health, safety and Environment (HSE) POLICY

m)     Quality Assurance policy

n)      Company registered address, functional contract email address, GSM phone numbers & facsimile number.

o)      Average Annual Turnover of at least N20.0 million in construction works in any of the last 3 years.

p)      Bid security or bank draft in the sum of N250,000.0 million

 

All submission must be backed up with relevant supporting verifiable evidence for a firm to qualify. Non compliance will lead to disqualification.

 

2.0     Collection and Submission of Tender Documents

3.1     Qualified companies shall on application collect standard Bidding Documents (Technical and Financial), from 12 noon Monday September 3rd 2012 upon presentation of evidence of payment of non-refundable tender fee of N50,000.00 in Bank draft payable to the Executive Secretary Bayelsa SUBEB Okolobiri from:

 

Procurement Unit,

PR&S Department,

Bayelsa State Universal Basic Education Board,

Former State Primary Education Board’s Office,

P.M.B. 26, Okolobiri – Yenagoa, Bayelsa State.

 

3.2     Completed Technical and Financial bids (Two Sets of hard copy ) shall be submitted in two difference sealed envelope and labeled “Technical Bid” and “Financial Bid” and both sealed in a third envelope marked “Project Name” at the top right hand corner and addressed to the office stated in paragraph (3,1)

 

3.3     The closing date for the submission of bids is on or before 12.00 noon Friday September 21st, 2012. The Technical bids will be opened same day by 12.00 noon at the Board Head quarters. Okolobiri-Yenagoa Bayelsa State.

 

3.4     Only forms whose Technical bids fulfill minimum requirement would have their financial bids considered.

 

3.5     All inquires should be directed to:

The Executive Secretary,

Attention Procurement Unit,

PR&S Department,

Bayelsa State Universal Basic Education Board,

Former State Primary Education Board’s Office,

P.M.B. 26, Okolobiri – Yenagoa, Bayelsa State.

 

3.0     Disclaimer and Conclusion

3.1     This announcement is published for information purposes only and does not constitute an offer by the Board to transact with any party for the project, nor does it constitute a commitment or an obligation on the part of the Board to procure the services.

 

3.2     The Board will not be responsible for any costs or expenses incurred by any interested party (les) m connection with any response to this invitation and or the preparation or submission in response to an inquiry.

 

3.3     The Board is no bound to shortlist any bidder and eserves the right to annul the selection process at any time without incurring any liabilities and assigning any reason thereof.

 

Signed:

Com. Walton A. Liverpool, Executive Secretary

Invitation to Tender for the Construction of Roads at Ministry of Works and Transport, Sokoto State Government

Sokoto State Government

Ministry of Works and Transport

Usman Faruk Secretariat, P.M.B 2110, Sokoto

 

Invitation to Tender for the Construction of Roads in Sokoto State

 

As part of planned developmental programmes, the Sokoto State Government of Nigeria is desirous of undertaking the construction of some roads in the State. In doing this, the Government hereby invites tenders from reputable Civil Engineering Companies for the construction of the following road projects:

 

Description  Length  (KM) 
Lot No. 1 Gidan Sale-Tidibale-Mailalle Road  52KM 
Lot No. 2  Dualization of Kalambaina Road  1.8KM 
Lot No.3  Dogon Karfe-Ambarura-Tabanni Road  25KM 
Lot No. 4  Sifawa-R/Kaya-Badau-Darhela-R/Halilu-Danchadi Road  14KM 
Lot No. 5  Tripulization of Sokoto-Airport Road  11.225KM

 

1. Scope of Works

As a guide, the scopes of works are in the range of the following:

a)       Site Clearance and Earthwork

b)      Road works and Pavement

c)       Culverts and Drainages

d)      Two coats surface dressing

e)       As for Lot No. 7 First coat surface dressing and Asphalt overlay

 

2.         Pre-qualification

Interested tenderers must submit along with their tenders the following documents: a)          Evidence of Incorporation or Business name Registration

b)      Registration with relevant Ministries and Bureau

c)       Company Audited Accounts for three years

d)      Evidence of Tax Clearance Certificate for three years

e)       Evidence of Financial Capability and Banking Support

f)       Experience/Technical Qualification and Experience of Key Personnel

g)       Similar projects executed in the State or anywhere in Nigeria with copy of award letter and completion certificate.

h)      Equipment (with year of purchase, performance guarantee, full description of the equipment is also required) and Technology capacity

i)       Annual Turnover

j)       VAT Registration and Evidence of past VAT remittance

k)      Payment of non refundable pre-qualification fee of Fifty Thousand Naira (N50,000.00) only to the Sokoto State Ministry of Works and Transport for each LOT.

 

All parameters with the zero scores are considered Responsive. The absence of any one will automatically disqualify an applicant for pre-qualification.

 

3.       Site Inspection:

All tenderers are advised to visit and inspect the site for the purpose of reconnaissance and reasonable pricing of the Bill of Engineering Measurement and Evaluation.

 

4.       Submission of Tender:

a)       The technical and financial proposals should be three (3) copies of A4 size, spiral binded and submitted in a sealed envelope and clearly marked “Tender For Construction of any of the Projects” on or before 13th September 2012,  by 12:00noon and addressed to:

 

The Secretary,

Ministerial Tenders Board,

Ministry of Works and Transport,

Usman Faruk Secretariat,

P.M.B 2110, Sokoto, Nigeria.

 

NOTE:

i.        Further submission after the specified time would not be accepted.

ii.       The Sokoto State Government reserves the right to verify all submissions and is not bound to choose the lowest tenders

 

Signed:

Muhammad Bello Sifawa

Permanent Secretary,

Ministry of Works and Transport,

Sokoto.

Invitation for Bids National Competitive Bidding (NCB) at Kaduna State Agency for Control of AIDS (KADSACA)

Specific Procurement Notice

Invitation for Bids National Competitive Bidding (NCB)

 

Federal Republic of Nigeria Kaduna State Government

 

Kaduna State Agency for Control of AIDS (KADSACA)

HIV/AIDS Project Development Program (CR. 45960)

KADSACA/HPDPII/NCB/GOODS/02/12

Date of Issuing: 30th August, 2012

 

1.       The Kaduna State Government has received a credit from the international Development Association toward the cost of HIV/AIDS Project Development Program, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Supply of Project Operational Vehicles, Contract No. KADSACA/HPDP II/NCB/GOODS/02/12.

 

2.       The HIV/AIDS Project Development Program (HPDP II), Kaduna State Agency for Control of Aids now invites sealed bids from eligible and qualified bidders for the following Goods to be procured:

 

Lot Description Qty Unit
Lot 1 Supply of Project Operational Vehicles 4 x 4 PickUp, Double Cabin with Engine Capacity 27 litres Petrol  1 No
Lot 2 Supply of 18 Sealer Bus  1 No

 

4.       Bidding will be conducted through to 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”

 

5.       Interested eligible bidders may obtain further information from HIV/AIDS Project Development Program (HPDP II): Project Manager, and inspect the Bidding Documents at the address given below from Mondays to Fridays (except public holidays) 8.30a.m. to 4.00p.m.

 

6.       Qualification requirements include:

(a)     Financial Capacity

The Bidder shall furnish documentary evidence that it meets the following         financial requirement(s):

(i)     External Audit Report of the Bidder for the last three (3) years

(b)     Experience and Technical Capacity

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):

(i)      Previous experience in supply of Project Supervision Vehicles of similar magnitude

(ii)     Availability of Spare-Parts if needed and after sales Service outlet in the purchaser’s Country.

(c)      The Bidder shall furnish demonstrate that the Goods it offers meet the following usage requirement:

a.       The Vehicles must be suitable for use in tropical Countries.

b.       The Vehicles must be suitable for heavy duty operation for not less than 16 hrs per day.

 

7.       A margin of preference for eligible national contractors “shall” not be applied.

 

8.       A complete set of Bidding Documents in English Language may be purchased by interested bidders on submission of a written Application to the address below and upon payment of a non-refundable fee of NGN20,000.00 or US$150.00. The Bidding Documents will be collected by hand or sent by Courier services on request.

 

9.       Bids must be delivered to the address below on or before 11th October 2012 at 12.00 Noon. Electronic bidding shall 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 on 11th October 2012 at 12.00 Noon. All bids must be accompanied by a Bid Security” in NGN or an equivalent amount in a freely convertible currency as follows:

 

Lot Description  Bid Security Amount (NGN) or Equivalent
Lot 1 Supply of Prefect Operations Vehicles 4×4 Pickup, Double Cabin with Engine Capacity 2.7 liters’ Petrol. 250,000.00 
Lot 2 Supply of 18 Sealer Bus  250,000.00

 

 

10.     The address referred to above is:

 

Attention:

Executive Secretary

The Project Manager,

HIV/AIDS Project Development Prognm (HPDP II)

Kaduna State Agency for Control of AIDS,

No: 20 Katuru Road, Unguwan Sarki,

Kaduna Slate, Nigeria.

 

Request for Expression of Interest from Consultants For The Mid-Term Review Of The Niger Delta Regional Development Master Plan at Niger Delta Development Commission (NDDC)

Request for Expression of Interest from Consultants For The Mid-Term Review Of The Niger Delta Regional Development Master Plan.

Introduction

The Niger Delta Development Commission (NDDC) in furtherance of its mandate is planning to undertake the under listed development projects for the even, rapid and sustainable development of the Niger Delta Region and is seeking to hire specialist consultants for the Mid-term Review of the Niger Delta Regional Development Master Plan. The NDDC, therefore, request for Expression of Interest (EOI) from knowledgeable, competent and experienced consultants whose areas of competence and core businesses fall within the various sectors covered by the master plan.

DESCRIPTION OF PROGRAMMES/SERVICES

The specific programmes and services for which consultants’ services are required and for which capacities are to be assessed are as follows:

 

 

 

 

 

 

 

Description of programme Thematic Classification of Programme (Seven Themes) Lot Number Sector Covered by the Programme (Each Lot/ Sector to be driven by a Consultant)
Mid-Term Review of the Niger Delta Regional Development Master Plan (to be driven by a Key Consultant – LOT 1- who coordinates the entire process and monitors/ supervises the Lead Consultants Physical Infrastructure (to be driven by a Lead Consultant- Lot 2)       910

11

12

Water Supply & SanitationWaste Management

Energy

Transportation

Institutional Development (to be driven by a Lead Consultant- LOT 3)      1314

15

16

17

Conflict& Impact AssessmentLaw & Order

Social Welfare

Women & Youth

Vocational Training

Natural Environment (to be driven by a Lead Consultant- Lot 4)      1819

20

21

Agricultural & Rural EnterpriseBiodiversity & Natural Resources

Environment & Hydrology

Fishing & Aqua Culture

Information & Communication Technology (to be driven by a Lead Consultant- Lot 5)      2223

24

Demography & baseline StudiesGIS & Geodatabase

Information & Communication Technology/Telecommunications

Human & Community Needs( to be driven by a  Lead Consultant- Lot 6)       2526

27

28

29

EducationHealth

Housing

Rural/Urban Planning

Arts, Sports & Culture

Oil & Gas (to be driven by a Lead Consultant- Lot 7)       3031 Oil & GasSolid Minerals
Economic Development (to be driven by a Lead Consultant- Lot 8)       3233

34

35

36

TourismMicro& Small Scale Enterprises

Medium & Large Scale Industries

Investment Promotion

Financial Investments

 

Interested and qualified consultants with real operating and relevant experience who wish to express interest for these procurements are required to obtain further information on the above from the Office of the Deputy Director, Planning, Research & Statistics, NDDC Head Office, 167,  Aba Road, Port Harcourt between the hours of 8am  and 4pm Mondays through Fridays; beginning from August 31,2012.

REQUIREMENTS FOR ELIGIBILITY OF CONSULTANTS

Every interested and suitably qualified consulting firm with real operating and relevant experience is invited to submit its Expression of Interest (EOI) document to be used for pre-qualification exercise. This is the first step in the process for the selection of suitable consultants for these procurements. The EOIs are to be submitted in two parts (with relevant verifiable evidence), namely:

A. CORPORATE

  1. Evidence of Incorporation/Registration with relevant Authorities;
  2. Clear indication of a verifiable Head Office address, indicating address of   Branch Office or Outlet in the Niger Delta Region and a Utility Bill of the Office;
  3. Corporate Profile of the firm indicating ownership structure;
  4. Names and Curriculum Vitae of Principal, Partners and Staff, indicating nature of partnership/practice;
  5. VAT Certificate;
  6. Evidence of Current Tax Clearance Certificate of the Principal Partner of the Firm for the past three (3) years duly certified and issued by the FIRS;
  7. Evidence of up-to-date Annual Returns;
  8. Sworn affidavit that the firm is not bankrupt;
  9. Sworn affidavit that none of the Principals/Associates of the firm is an ex-convict or bankrupt;
  10. Evidence of Financial Capability and Banking Support including Bank’s Reference and recent Statement of Accounts;
  11. A Statement of Interest, including a Statement of Availability to undertake the job (within agreed time-frame) with reference to personnel for the project team;
  12. An Undertaking/Assurance for the delivery of the project in line with the project’s brief;
  13. Telephone and Fax numbers of the firm;
  14. Websites and e-mail addresses of the firm.

B.  TECHNICALS

  1. Professional registration of the Principal Partner of the firm with appropriate professional body/bodies and evidence of a recent professional licenses of the Principal and other Partners of the firm;
  2. Professional Registration of the firm with appropriate professional body;
  3. A statement of the specific area(s) of specialty/concentration of the firm;
  4. Technical Capability of the firm, including CV of relevant Staff;
  5. Evidence of track records of the firm in the execution of similar projects;
  6. A well laid-out itemized strategy/intended methodology for providing the proposed service, with time schedules, to ensure the smooth delivery of the project;
  7. Letters of Reference, Evidence of Payment for similar jobs done in the past, with verifiable names and telephone numbers of contact persons from the aw arding institutions;
  8. CASHES and Quality Assurance Policies of the firm;
  9. Any other information that will facilitate the evaluation of the consultant’s capability and track records.

EVALUATION CRITERIA

Consultants are expected to fully comply with the above requirements as failure to comply may lead to the cancellation of the Consultant’s submissions. Consultants are to submit only genuine and verifiable documents as consultants who submit fake or fraudulently obtained documents would be disqualified and the attention of the relevant security agencies may be drawn. All submissions would be evaluated on the basis of the veracity of the corporate competence of the firm as submitted by the firm and future participation in the procurement process would be based on a series of factors as enumerated/assessed from the firm’s technical capabilities.

OTHER RELEVANT INFORMATION

The selection of Consultants will follow the provisions and procedures outlined in the Public Procurement Act, 2007;

Only Consultants who have been successfully evaluated would proceed to the next stage of the procurement process and would be duly notified in that regard;

Consultants can seek clarifications or request for additional information by writing officially to the Office listed below before the expiration of the validity period of this tender from 10am to 5pm, Mondays through Fridays (except Public Holidays);

Consultants are advised not to try to influence the selection process as this would lead to their immediate disqualification. Such Consultants may also be barred from seeking other job opportunities from the Commission in the future;

All cost incurred by any Consultant in the preparation and submission of the firm’s documents are to be borne entirely by the Consultant;

NDDC reserves the right to reject any or all submissions and to terminate the entire selection process at any time without any liability to the Commission.

VALIDITY OF EXPRESSION OF INTEREST

The Expression of  lnterest (EOI) written in English Language, must be submitted in two (Corporate and Technical) neatly addressed envelopes marked at the top left corner, “EXPRESSION OF INTEREST”, with the relevant Lot Number, to the address stated below not later than 11th October, 2012 (six weeks).

the deputy director, planning, research & statistics, niger delta, development commission

167, aba road, port-harcourt

Rivers state.

N.B. Consultants are requested to note that this Expression of Interest supercedes the publication of March 12, 2012.

SIGNED

MANAGEMENT