Construction of One-Story Office Building Complex at Kogi State Community and Social Development Agency

Invitation for Bids (IFB)

(National Competitive Bidding)

Date of Issuance:- 15th August, 2012

Contract Identification No: KGCSDA/NCB/CW/01/12

 

1.  Kogi State Community and Social Development Agency was established by law on 25th March, 2009 of Kogi State. The Community and Social Development Project (CSDP) is a Community Driven Development (CDD) intervention established by the FEDERAL Government and the World Bank in collaboration with the State Governments to target Social and environmental infrastructure at the Community level as well as improved LGA’s responsibility to service delivery.

2.  The Kogi State Government has made available funds to cover eligible payments under the Contract for the Construction of Civil Works Contract No KGCSDA/NCB/CW/01/12. Bidding is open to all eligible bidders through NCB civil works Procurement guidelines of the World Bank.

 

3.   The Kogi State Community and Social Development Agency now invites sealed bids from eligible bidders for the civil works as follows:-

 

S/No (IFB/NO KGCSDA/NCB/CW/01/12 NAME OF CONTRACT BID SECURITY
1 Kogi State Community and Social Development Agency, Lokoja Construction of One-Story Office Building Complex 3%

4.  Bidding Documents may be purchased at the Kogi State Community and Social Development Agency, Plot 247, Tunde Ogbeha Street, GRA, Lokoja, for a non-refundable fee of N25,000.00 (Twenty-five Thousand Naira only) in bank draft addressed to The General Manager, Kogi State Community and Social Development Agency, Lokoja.. Partial bidding is not acceptable.

5.  Bids shall be valid for a period 90 days after Bids opening and must be accompanied by Bid Security indicated in the table above or its equivalent in convertible currency, and shall be delivered to: The General Manager, Kogi State Community and Social Development Agency, Plot 247, Tunde Ogbeha Street, GRA, Lokoja, on or before 12.00 noon, 25th September, 2012 at which time they will be opened in the presence of the bidders’ representative who choose to attend.

6.  Late bids will not be accepted. Bidders must visit and inspect the site before packaging their bids.

 

Signed.

The General Manager,

Kogi State Community and Social Development Agency,

Plot 247, Tunde Ogbeha Street,

GRA, P.M.B 202, Lokoja, Kogi State.

Email: kgcsdanigeria@yahoo.com

Procurement of Indoor Residual Spray Chemical, and Protective Clothing at Rivers State Malaria Control Booster Project

Invitation for Bids (IFB)

Name of Country: Nigeria

Name of Project: Rivers State Malaria Control Booster Project

Credit Number: 42500 – UNI

 

IFB Title: Procurement of Indoor Residual Spray Chemical, and Protective Clothing

 

IFB Number:     RSMCBP/ICB/GD/01/2012

 

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in the Development Business, issue no. GNP/001/06 of 13th September, 2006

 

2. The Federal Republic of Nigeria has received a credit from the international Development Association (IDA) toward the cost of Rivers State Malaria Control Booster Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the procurement of Indoor Residual Spray Chemical, Equipment and Protective Clothing.

 

3. The Rivers State Malaria Control Booster Project now invites sealed bids from eligible and qualified bidders for:

 

 

Lot Description

 

Qty (Satchels)

 

Bid Security

 

Bid Validity

 

Delivery Period

 

Delivery Location
IRS CHEMICALS
1. Lambdacyhalithrin CS 35,783 sachets N1,600.000 120days Within 90 days Central Medical Stores, No 10B Industry Road, Port Harcourt
2 Alphacypermerthrin 35,783 sachets N1,600.000 120days Within 90 days Central Medical Stores, No 10B Industry Road, Port Harcourt
3 Deltamethrin 71,565 Sachets N1,600.000 120days Within 90 days Central Medical Stores, No 10B Industry Road, Port Harcourt
4i SPRAY PUMPS 858 Nos. N1,450.000 120days Within 90 days Central Medical Stores, No 10B Industry Road, Port Harcourt
ii Repair Kits 226  Nos. 120days Within 90 days Central Medical Stores, No 10B Industry Road, Port Harcourt
iii Spray Boards 8 Nos. 120days Within 90 days Central Medical Stores, No 10B Industry Road, Port Harcourt
5 PROTECTIVE CLOTHING 2,069 Nos. N1,450.000 120days Within 90 days Central Medical Stores, No 10B Industry Road, Port Harcourt

 

 

4.   Bidding will be conducted through the International Competitive Bidding (ICB) ‘procedures specified in the World Bank’s Guidelines: procurement under IBRD loans and  IDA Credits (May 2004. Revised October 1, 2006 and May 1.2010) and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

5.       Interested eligible bidders may obtain further information from Rivers State Malaria Control Booster Project (MCBP), and inspect the Bidding Documents at the address given below from 8:00am to 4:00pm, Monday to Friday, except on public holidays.

 

6.       Qualifications requirements include:

a.       The bidder must provide evidence that the Chemicals offered has approval by World   Health   Organisation   Pesticides   Evaluation   Schemes   (WHOPES Prequalification Certificate)

b.       The Chemicals have been registered by NAFDAC

c.       Bid must be accompanied by 4 samples to be used for evaluation.

d.       The Bidder shall have been engaged in the business of supply of Chemicals for at least three (3) years supported with documents defining the constitution or legal status, place of registration, and principal place of business.

Evidence of financial capability for this Contract shall be furnished by the bidder. A margin of preference for certain goods manufactured 1 domestically shall be applied. Additional details are provided in the Bidding Documents.

 

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 in $ 100:00 (One hundred US Dollars only). The method of payment will be by cash. The document will be collected by bidder’s representative.

The Bidding Documents may be sent by post upon payment of additional         N5, 000.00 (Five thousand naira).

 

8.       Bids must be delivered to the address below at or before 11.30am on September 12th 2012. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representative who choose to attend in person at the Conference Room, 1st Floor, Room 25, Ministry of Health, Block A, State Secretariat Complex, Port Harcourt, Rivers State, at 12:00 pm on September 12th 2012. All bids must be accompanied by a Bid Security as specified in the Bid Data Sheet or an equivalent amount in a freely convertible currency.

 

9.       A bidder can bid in one or more lots in this package. Bidders bidding in one or more than one lot must ensure that they possess the qualification requirement specified in the bidding document and necessary capacity to complete the lots bided within the time specified in the bidding document.

 

 

 

10.     The address(es) referred to above for bid submission purposes is:

The Programme Manager

Rivers State Malaria Control Booster Project

Ministry of Health

Block A, 3rd Floor, Room 23

State Secretariat Complex, Moscow Road,

Port Harcourt.

Rivers State,

Nigeria

Tel: +2348033413902, +2348034755225

E-mail: rsmcbp@yahoo.com;  kokpajohn@yahoo.com

 

Signed.

The Project Manager (RSMCBP)

 

Invitation for Pre-Qualification to Tender for the Construction of Classroom Blocks, Supply of Pupil’s Twin Desks, Teachers Table and Chair and ECCDE Furniture Under The 1st and 2nd Quarters, UBE 2012 Intervention at Bauchi State Universal Basic Education Board

Bauchi State Government

State Universal Basic Education Board (SUBEB)

Ajiya Adamu Road, Near Awalah Hotel Round About

P.M.B. 0109, Bauchi.

 

Invitation for Pre-Qualification to Tender for the Construction of Classroom Blocks, Supply of Pupil’s Twin Desks, Teachers Table and Chair and ECCDE Furniture Under The 1st and 2nd Quarters, UBE 2012 Intervention

 

Reputable and interested contractors with relevant experience are hereby invited by the Bauchi State Universal Basic Education Board to bid for the following categories

 

1.   Construction of blocks of 3 classrooms with office and store.

2.   Construction of blocks of 2 classrooms with office and store

3.   UBE standardized twin desk

4.  Teachers table and chairs

5.   ECCDE Furniture

 

2.     To qualify for the bidding, the following documents are required:

i.   Certificate of incorporation of Company with Corporate Affairs Commission, ii.   Evidence of Registration as a Contractor with the Bauchi State Government

iii.  Tax Clearance Certificate for the last three (3) years

iv.   Evidence of Financial strength of the company

v.   Availability of plants and equipments to execute the works.

 

3. Pre-qualification documents should be sealed and marked CONFIDENTIAL and addressed to the Executive Chairman, Bauchi State Universal Basic Education Board, Ajiya Adamu Road, Near Awalah Hotel Roundabout, P.M.B 0109, Bauchi, Bauchi State.

 

4. This is only an invitation for Pre-qualification but not for Tender and is valid till 28th August, 2012.

 

5. Only successful contractors will be contacted for tender after screening please.

 

Signed

KABIRALIKOBI

Public Relations Officer

For: Executive Chairman

Invitation for Prequalification at Wudil Local Government, Kano State

Wudil Local Government, Kano State

 

Invitation for Prequalification

 

Wudil Local Government are hereby invites interested, reputable, experienced capable contractors to tender for the following projects:

 

SCOPE OF WORK

  1. Construction of   line drainage at Sabon Garin  Wudil Ali Balarabe Street Wudil Town
  2. Drilling of Ten Number (10) Handpump Boreholes at Ten wards of the local government each ward one.

 

 

Requirements

Prospective bidders are required to submit the following documents:

i.            Certificate of incorporation/registration with corporate affairs commission (CAC)
ii.            Evidence of compliance with PENCOM act of 2004 (or exemption),
iii.            Tax Clarence Certificate for the last three (3) years 2009, 2010, & 2011) showing annual turnover.
iv.            Evidence of VAT Registration with TIN No. and past remittance for the last 3 years.
v.            Verifiable list of similar jobs successfully executed in the last three years including letters of award, project cost and contract address of the clients
vi.            Evidence of financial capability to execute the projects (Bank’ guarantees from reputable banks will form part of the evaluation)
Company profile and technical qualification of key personnel with evidence of experience on similar Jobs
A sworn affidavit that none of the directors has been convicted in any court of law of any criminal offence
ix.            For the annual audit, companies must have ICAN certified personnel

 

 

Submission of Pre-qualification Documents

The pre-qualification documents should be submitted to the office of Director personnel management officer under local government in a seal envelope marked Pre qualification on or before 20th August, 2012.

Invitation to Tender at Federal Government of Nigeria Ministry of Petroleum Resources

Federal Government of Nigeria Ministry of Petroleum Resources

 

Invitation to Tender

(1) A           Introduction

The Ministry of Petroleum Resources is desirous of implementing the 2012 Budget and therefore invites interested, competent and reputable companies to bid for the under listed 2012 Capital Projects in compliance with the Public Procurement Act of 2007.

 

(B)              Project Description:

 

LOT

1

 

2

3

4

5

6

7

8

 

9

 

10

 

11

12

13

14

15

 

16

17

18

 

19

 

PROJECT

Renovation and furnishing of staff offices at NNPC Towers and Gas Aggregator

Upgrade of No. 12A, Bishop Kale, Lagos.

Construction of National Laboratory in Owerri

Gas Flaredown Monitoring Facilities and Services

Pilot Project on Novel Oil and Gas Exploration Technology

Implementation of Trucking Policy

Library Development and Automation; Procurement of Law Books

Implementation of Petroleum Industry Bill (PIB) (Awareness Campaign) Implementation of Gas Master Plan

Bilateral and Multilateral Economic Cooperation in Oil and Gas under the Millennium Development Goals (MDGs)

Assessment and Documentation of all Oil Spill Sites in the Nine (9) States of the Niger Delta

Facilities and Equipment for Capacity Development

Economic Investigation and Consultancy Services for Statistical Data

Development and Database

Evaluation of Hydrocarbon Line Loss

Evaluation/Review of Domestic Gas Pricing Model Establishment of Vapour

Pressure for Commercial Natural Gas Liquids

Crude Oil and Gas Equipment/Upgrade

Actualizing and Implementing E -government for progress and   Procedures in the Petroleum Sector

E-Design AMT on Real Time Pipeline System Auditing- Government – Schools – Industry Collaboration

 

 

C.               Project Management

                  

Lot

 

Project

 

1.

2.

3.

4.

5.

6.

 

7.

8.

9.

 

10.

 

11.

12.

13.

14.

15.

 

Establishment of the National Data Repository (NDR)

Establishment of National Production Monitoring System (NPMS)

Gas Royalty Reconciliation

Obiafu – obrikom – Owerri Umuahia Gas Spur Line

Utorogu – Ughelli/PHCN Delta Gas Supply Line

Renovation and Furnishing of staff offices at NNPC Towers and Gas

Aggregator

Bilateral and Multilateral Economic Co-operation in Oil and Gas under

Millennium Development Goals (MDG)

Assessment and Documentation of all Oil Spill Sites in the Nine (9) States of the Niger Delta

E-Design using AMT on Real Time Pipeline System Auditing – Government School Industry collaboration

Construction of National Laboratory in Owerri

Pivot Project on Novel Oil and Gas Exploration Technology

Implementation of Gas Master Plan

Equipment and Services for Gas Reserve Studies

Gas Mapping Services Covering Equipment, Operations and Documentation Implementation of Trucking Policy

 

 

(2)              A complete set of Bidding Documents in English Language may be purchased and obtained for any of the Lots on the payment of non-refundable fee of Twenty Thousand Naira (N20, 000.00) only by Bank Draft made payable to the Ministry of Petroleum Resources.

(3)               All bids must be delivered in the tender box at the address below on or before 26th September, 2012. Late submissions shall not be accepted.

(4)               Bidding Requirements

All bids must be accompanied with the following documents as requirement for consideration:

  • Evidence of compliance with Employees Compensation Act showing remittance of 1% of total annual emolument of their workers to the Nigerian Social Insurance Trust Fund.
  • Evidence of registration with Corporate Affairs Commission (CAC).
  • Evidence   of   compliance   with   Pension   fund   Act   for registration/remittances.
  • Evidence of payment of Training Contributions to Industrial Training Fund.
  • Tax Clearance Certificate for 2009, 2010 and 2011 (provide Tax identification Number (TIN))
  • Evidence of financial capability and banking support.
  • Company’s Profile including Technical qualification and experience of key professional staff and other resources.
  • Verifiable evidence of similar jobs executed in the recent past and knowledge of the industry/project.
  • Company’s audited Accounts for 2009, 2010 and 2011 duly endorsed by an Accounting firm.
  • Evidence of registration with relevant professional body or Certificate of Competence and qualification by appropriate regulatory agency.
  • List of relevant equipment owned.
  • Name/e-mail address and phone number of contact person in Company letter head.
  • A letter authorizing the Ministry of Petroleum Resources to verify claims with relevant agencies or bodies.
  • Please ensure that documents for submission are arranged serially in the order herein.

(5)               Additional Information;

The advertisement shall not be considered as commitment on the part of the Ministry of Petroleum Resources, nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Ministry of Petroleum Resources by virtue of such Company having responded to this advertisement. Please note that respondents are to present their original Tax Clearance Certificate at the opening of Commercial Bid.

 

 

 

(6)               Submission of   Technical and Financial Proposals

Tenderers are required to submit separately sealed technical and commercial bids properly labeled. The bids document should be bound and submitted in a sealed envelope and marked at the top left hand corner and addressed to: Director (Procurement), Block D, 8th Floor, Room 31, NNPC Towers, Central Business District, Abuja.

Submission of technical and financial proposals must be in separately sealed envelopes indicating the Lot(s) of choice and submitted in the tender box at the address below not later than 12 noon, Monday 24th September, 2012. Bids will be opened on the same 24th September, 2012 at 2 pm in the presence of the bidders/representatives at the Conference Room of the Ministry on the 6th Floor, Block D, NNPC Towers Central Business District. Only companies with satisfactory Technical Proposals will be invited for the opening of the Financial Proposals. Proposals and bids in the value of NGN 100 Million and above for goods, consultancy services/non-consultancy services and NGN 300 Million and above for Works must be accompanied by (a Bank Bid Security) of not more than 2% of bid price. Interested firms may obtain further information from the contact address below from 0900 -1600 hours Mondays to Friday.

The secretary,

Ministerial Tenders Board (MTB),

Ministry of Petroleum Resources,

NNPC Towers, Block D, Abuja.

 

Signed:

Engr. Goni M. Shiekh

Permanent Secretary