Procurement of Motor Vehicles and Male Prophylactic at Borno State Agency for the Control of HIV/AIDS

Invitation for Bids (IFB)

Federal Government of Nigeria

Borno State HIV/AIDS Programme Development Project II (HPDP II)

 

Procurement of Motor Vehicles and Male Prophylactic

 

Credit No: 4596 – IFB NO:         BO/HPDP2/NCB/001/12 & BO/HPDP2/NCB/007/2012

 

1.         This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business.

 

2.         The Borno State Agency for the Control of HIV/AIDS through the Federal Government of Nigeria has received credit from the International Development Association toward the cost of HIV/AIDS Programme Development Project II (HPDP II), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Motor Vehicles Male Prophylactic.

 

3.         The Agency wishes to invite sealed bids from eligible and competent bidders for the supply of the following:

 

S/No Description/Package No Qty Delivery Schedule Bid Validity Period Bid Security Value Site Delivery
1 4 WD Drive Pick-up BO/HPDP2/NCB/007/12 2 60 Days 90 Days At least 3% of Bid Price
2. Male Prophylactic 500,000 60 Days 90 Days At least 3% of Bid Price

 

 

4.         Bidders may bid for one or more lots, but no bidder shall be awarded more than one package and discounts offered for the award of combined lots would be considered in bid evaluation.

 

5.         Qualification Requirements:

i)          Evidence of registration with Corporate Affairs Commission of Nigeria (CAC).

ii)         Manufacturer   authorization   (NAFDAC)   Registration   number for package   (Male prophylactic).

iii)        Evidence of tax clearance for three consecutive years.

iv)        Evidence of recommendation from Company’s Bankers certifying the financial capacity and capability to execute the contract if awarded.

v)         Record of past performance/experience similar contract(s) executed with date(s).

vi)        Annual turnover and audited statement of accounts for the past three years.

vii)       Any relevant information that would be of advantage for the purpose of this bidding.

 

6.         Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank guidelines: Procurement under IBRD Loans and IDA credits, and is open to all bidders from eligible source as defined in the guidelines.

7.         Bidding documents may be purchased by interested Bidders on the submission of written application to the Borno State Agency for the Control of HIV/AIDS upon payment of Non-refundable fee of Fifteen Thousand Naira (N15,000.00) in cash/bank draft

 

8.         Closing of Submissions:

Submission of BIDS closes on Monday 3rd, September, 2012.   Late bids will be rejected, while electronic bidding is not accepted. Bids opening will take place on the same day by 2.00 pm at the Conference room of the Agency.

 

9.         Address for Information and Submission:

 

Borno State Agency for the Control of HIV/AIDS,

Along Lagos Street,

Maiduguri,

Borno State.

GSM: 08066930199, 08026901198

Email: bornosaca@yahoo.com


 

 

Invitation for Pre-Qualification and Tendering at Niger State Ministry of Health, Minna

Niger State Ministry of Health, Minna

 

Invitation for Pre-Qualification and Tendering

In compliance with Due Process requirements for award of contract for procurement of goods and services guided by the Public Procurement Act of 2007, the Niger State Ministry of Health wishes to invite interested, competent and reputable contractors to apply for tender for consideration in the following activities at General Hospital, Kutigi (Phase-11).

 

Lot 7:             Fencing and gate

Lot 9:             Covered walkway

Lot 11:           Roads and drainages

Lot 18:           Staff Quarters

Lot 19:           External Electrical Works: 500KVA transformer, 250KVA generator, 800A Feeder Pillar, 800 TPN Change Over, 800 Insulator, 750 for NEPA connection, armoured cable – 4C/185-246 rerouting of cables.

Lot 20:           External Water Reticulation:

 

a)    Drilling of 2no. Motorized boreholes

b)    Supply and installation of 48,000ltrs overhead tank

c)    Supply and installation of pressed shell overhead tank

d)    General water reticulation

 

Lot 6:              Renovation of 5no 2 bedroom staff quarters and 2no. boys quarters.

 

Requirements

1)         Evidence of registration with Corporate Affairs Commission of Nigeria

2)         Evidence from the companies bankers as to their financial capacity to undertake the project

3)         Evidence of Tax Clearance Certificate for the last 3 years

4)         Evidence of Value Added Tax payment

5)         A comprehensive company profile

6)         Evidence of similar job execution

7)         Evidence of registration with Niger State Due Process office.

 

Tender Documents

The tender documents are obtainable from the office of the Chief Accountant, Niger State Ministry of Health, Abdulkareem Lafene Secretariat Complex. Paiko Road, Minna on the presentation of original receipt of non refundable tender fee of Fifty Thousand Naira (N50, 000.00) only per project in bank draft made payable to Niger State Ministry of Health, Minna.

 

Submission of Document

All   completed   pre-qualification   tender documents   must   be   filled   in   ink   and submitted in sealed envelopes and boldly marked   “Tender Requirement for LOT-Number at NGMOH, Minna 2012” at the top right corner of the envelop with name and phone number of the company boldly written at the back of the envelop and submitted  to the Secretary,  Ministerial Resident Due Process Team, Niger State Ministry of Health, Abdulkareem Lafene Secretariat   Complex,   Paiko   Road, Minna, Niger State on or before  3rd September, 2012.

 

Closing of Submission

Submission of tenders commences from 6th August, 2012 to 3rd September, 2012 at 12.00noon prompt from date of this advertisement.

 

Opening of Bidss

All pre-qualification bids will be opened by 2.00pm same day.

 

Dr. Chindo Ibrahim Bisallah

Permanent Secretary

Niger State,

Ministry of Health & Hospital Services.

Request for Expression of Interest for Gas Supply to Selected NIPP Power Stations at Niger Delta Power Holding Company Limited,

Niger Delta Power Holding Company Limited,

National Integrated Power Project

 

Request for Expression of Interest for Gas Supply to Selected NIPP Power Stations

 

A.      Background

 

1.       The Federal and States Governments of Nigeria have invested in the        construction often thermal power stations as part of the National Integrated       Power Project. The Niger Delta Power Holding Company Limited (NDPHC)       is the special purpose vehicle established to own the assets.

 

2.       The Board of Directors of NDPHC, acting on behalf of the owners, has   approved the involvement of the private sector in the operation and eventual       ownership of the power stations in order to ensure that they are managed in     accordance with best international business practices. To this end, NDPHC    has engaged a transaction advisor to recommend and implement a   sate/concession framework.

 

3.       Individual units of the power stations are already being put into service. 9 units (1,125MW) out of a total of 39 units (4.776MW) have already been synchronized to the national grid. Additional units are being synchronized to the national grid.

 

4.       NDPHC invites experienced and competent companies to submit expressions of interest for the supply of fuel gas to the following power stations on a negotiated gas purchase and supply basis:-

 

5.       Lot A:        Ihovbor, Edo State 451MW Power station – 4 x GE Frame 9E

Gas Turbines – 120mmscf/d gas supply.

Lot B:         Omotosho, Ondo State 451MW Power station – 4 x GE Frame

9E Gas Turbines – 120mmscf/d gas supply.

Lot C:        Olorunsogo, Ogun State 750MW Power station – 4 x GE Frame 9E Gas Turbines + 2x Steam Turbine – 60mmscf/d out of total requirement of 120mmscf/d gas supply.

Lot D:         Sapele, Delta State 451MW Power station – 4 x GE Frame 9E

Gas Turbines – 90mmscf/d out of total requirement 120mmscf/d gas supply.

Lot E:         Geregu, Kogi State 434 MW Power Station – 3 x Siemens V94.2 Gas Turbines – 105mmscf/d gas supply.

Lot F:         Egbema, Imo State 338 MW Power Station – 3 x GE Frame 9E

Gas Turbines – 90mmscf/d gas supply.

Lot G:        Gbarain, Bayelsa State 225 MW Power Station -2 x GE Frame 9E Gas Turbines – 60mmscf/d gas supply.

Lot H:        Omoku, Rivers State 225 MW Power Station – 2 x GE Frame 9E Gas Turbines – 60mmscf/d gas supply.

Lot I:          Calabar, Cross River State 561MW Power Station – 5 GE Frame 9E Gas Turbines – 150mmscf/d gas supply.

Lot J:         Alaoji, Abia State 1074MW Power Station – 4 x GE Frame 9E Gas Turbines with 2 x GE Steam Turbines 140rnmscf/d gas supply.

 

B.      Requirements

6.       Expression of Interested from eligible firms or consortia should include the following information as basis for pre-qualification:

(a)     Profile of the firms including ownership structure;

(b)     Details of similar transactions executed in/under execution in the reference sector industry and other relevant sectors valued not less than 250Million US$ or equivalent;

(c)      Annual reports and Audited Accounts for last three years with evidence of financial strength to develop the gas resource and delivery infrastructure;

(d)     Three years Tax Clearance Certificate 2009-2011 (for Nigerian firms) or equivalent in Home Country (for Foreign firms) conforming with turnover figures declared in Audited Accounts;

(e)      Evidence of alliance/partnership/joint venture between firms and the consortium of professionals clearly indicating who the lead partner is between the parties;

(f)      Evidence of compliance with the provisions of Financial Reporting Council of Nigeria Act No. 6, 2011 and Amended Industrial Training Fund Act 2011 or similar laws of the country of origin;

(g)     Evidence of registration with CAC/Business name (for Nigeria firms) or equivalent registration in Home country (Foreign firms);

(h)     Statement of relevant experience including confirmation of access to a target gas reserves or gas source, and/or confirmation of partnership with an OPL/OML holder. Details of the available gas and early supply shall be an advantage.

 

7.       All claims made in the Expression of interest must be substantiated and verifiable.

 

C.      Instructions

8.       Upon receipt of Expressions of interest, the applicants will be evaluated. Thereafter, pre-qualified applicants will be issued Request for Proposal (RFP) with a non-refundable fee of N250, 000.00 per Lot.

 

9.       Only pre-qualified applicants will be contacted.

No submissions outside the stipulated time would be considered no matter the circumstance.

 

10.     This is not an invitation to tender/bid.

The submissions will be made purely at the expense of the applicants. The NDPHC/NIPP shall not be responsible for any payment on this submission. NDPHC/NIPP is not obliged under any conditions to engage the services of any of the applicants.

 

11.     One original plus five copies (and a softcopy on CD ROM) of the Expression of Interest must be submitted in a sealed envelope clearly marked Request for Expression of Interest for Gas Supply to NIPP Power Stations – Lot A/B/C/D/E/F/G/H/I/ OR J.

 

The Expressions of Interest should be delivered and placed in the Tender Box bearing similarly worded markings on or before 3rd September 2012 by 1.00pm to:

 

The Managing Director,

Niger Delta Power Holding Company Limited,

17 Nile Street, Maitama District

Abuja, Federal Capital Territory,

Nigeria.

 

D.      Additional Information

12.     For farther information contact NDPHC at above from 10:00 to 4:00pm Mondays through Fridays (except public holidays) or send an email enquiry to gassupply@ndphc.net NDPHC shall deal directly with only authorized officers of the companies and Not agents.

 

Request for Expression of Interest at Nigeria Deposit Insurance Corporation

Nigeria Deposit Insurance Corporation

Plot 447 / 448 Constitution Avenue, Central Business District, Abuja

E-mail: info@ndic.org.ng  Website: www.ndic.org.ng

 

Selection of Contractors for the Construction of the Corporation’s Branch Offices at Yola, Sokoto, Portharcourt and Bauchi

 

Request for Expression of Interest

 

The Nigeria Deposit Insurance Corporation (NDIC) intends to develop its branch offices at Yola, Sokoto and Portharcourt.

 

The Corporation invites Expression of Interest (EOI) for pre-qualification from contractors with proven experience and competence in building construction of its branch offices as follows:

 

Scope of Work

The construction work would be implemented as follows:

Lot 1:         Construction of Yola branch Office at Yola

Lot 2:         Construction of Sokoto branch Office at Sokoto

Lot 3:         Construction of Portharcourt branch office at Portharcourt

Lot 4:         Construction of Bauchi branch office at Bauchi

 

Conditions for Eligibility

Interested Construction firms are required to submit pre-qualification documents detailing their Company’s capabilities. The Construction firms should be registered with relevant professional body. Firms must be willing to enter into a formal agreement with the Corporation.

 

Submissions must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria.
  • The current 3 years Tax Clearance Certificate of the Company (2007 – 2010).
  • The Company’s audited accounts for the last three years (2009 – 2011).
  • Evidence of Financial capacity or bank support to undertake the project.
  • Evidence of having successfully carried out similar works within the past three years of not less than N5.0 billion.
  • Annual turnover.
  • Comprehensive Company profile and Organizational structure.
  • Evidence of Operational Capacity to execute the project.
  • Resumes of key technical staff to be deployed.
  • Evidence of availability of requisite and appropriate staff/skill for the job.
  • Evidence of VAT registration and remittance.
  • Evidence of compliance with Pension Act; including proof of remittance to PFCs and PFAs.

 

Verification Claims

Please note that the Corporation reserves the right to verify all indicated references and Operation Capacities as submitted by interested contractors.

 

Submission of Pre-Qualification

Note that 2no copies of the EOI should be submitted in sealed envelopes clearly marked Pre-Qualification for Construction of NDIC Offices at Yola, Sokoto and Portharcourt and addressed to:

 

Director of Administration Department

Nigeria Deposit Insurance Corporation (NDIC),

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria.

 

The closing date for submission is 17th September 2012 by 12:00 noon. The submissions are to be dropped in the tender box on the ground floor, reception in the Head Office. Companies dropping EOI are expected to sign the EOI register on the 2nd floor, Admin Dept, before dropping the tenders. Submission of EOI by post or courier will not be acceptable, and any EOI received at the designated location after the after the specified time and date shall be considered late and non-responsive.

 

Opening of Documents

Opening of documents will hold in the presence of applicants or their representatives at the Conference room of the Head Office building on Monday 10th September 2012 by 2.00p.m.

 

Important Notice

All applicants are to note that;-

1.       Nothing in this advert shall be construed to be a commitment by the Corporation.

2.       Failure to comply with any of the above instruction or to provide any of the above listed documents may automatically result to disqualification.

3.       The Corporation shall not enter into any correspondences with unsuccessful tenderers.

4.       Only firms capable of executing the project would be contacted.

 

Signed:

Management

Invitation to submit Technical and Financial Proposals for Projects in the 2012 Appropriation at Sokoto Rima River Basin Development Authority

Federal Republic of Nigeria

Sokoto Rima River Basin Development Authority

Damale Kaita House, Gusau Road, PMB 2223, Sokoto

Sokoto State of Nigeria

 

Invitation to submit Technical and Financial Proposals for Projects in the 2012 Appropriation

 

Introduction:

The Sokoto Rima River Basin Development Authority wishes to invite qualified and competent companies and firms to submit their technical and financial proposals for the execution of various projects with provisions in the 2012 Appropriation.

 

SCOPE OF WORKS

Lot A2       Construction Supervision of Minor irrigation Scheme in 6 No LGAs of Zamfara State.

Lot C65      Construction of Hand Pump Borehole at Kaita/Jibia Fed. Constituency Katsina State

Lot C72      Construction of Community based Water Supply Scheme at Gidan Alarama Doro. Katsina State

Lot C74      Construction or Hand Pump B/H Kafur/Malumfashi Fed. Constituency Katsina State

Lot C75      Construction of Hand pump B/H Kankia/Kusada/lngawa Fed. Constituency Katsina State

Lot C78      Provision of Hand pumps at Zango/Baure Federal Constituency Katsina State

Lot C85      Provision of Hand pumps at Mammon Suka & Matse Gwadabawa Local Govt. Sokoto State

Lot C90      Construction of Hand pump at Kafur, Katsina State

LotC91       Construction of Hand Pump at Kwarago Katsina State

Lot C93      Construction of Hand Pump at Mashi, Katsina State

Lot C95      Provision of hand pumps at Makiyawa, Tarke, Kofar Maigari, Isyawa, Matsiga Gidan Icce,  Katsina State

Lot C96      Provision of H/P at Dutsin Ma A Wakaji, Kuki A. Doro, Makera Koro Gabas da Kasuwa, Rawayau A Dangawa and Rayawau B Dorogo Katsina State

Lot C99      Provision of hand pumps at central market Daura Katsina State

Lot C98      Provision of Handpump at Bakori/Danja Federal Constituency Katsina State

Lot C 1 03 Construction of Comm. Base water Supply project at Felande Kebbi State

Lot C 145   Provision of handpumps in Bagudo/Suru LGA Kebbi State

Lot C 146   Provision of handpumps in Funtua/Dandume LG As in Katsina State

Lot C 158   Construction of Bunza Water Supply Project, Kebbi State

Lot C 159   Construction of Malumfashi/Kafur Water Supply Project Katsina State

Lot C 1 60 Rehabilitation of Funtua Water Works, Katsina State

Lot C161    Rehabilitation of and Procurement of Equipment for Bakolori Irrigation Project, Talata Mafara, Zamfara State

Lot C162    Rehabilitation of Bakolori Irrigation   Project   (Electromechanical, Canals, etc.) Talata Mafara Zamfara State

 

 

Eligibility Criteria

  • Evidence of experience as main Contractor in at least (5) jobs of similar nature and complexity executed   with verifiable letters of contract award and certificate of job completion within the last five years to comply with this requirement, works quoted should be at least 70% physically completed). Evidence of two (2) number completed  similar projects in the last three years
  • Having liquidity and or evidence of access to or availability of confirmed credit facilities of not less than 50,000,000.00 Naira from a reputable bank
  • Detailed company profile
  • Submission of three (3) years Audited Accounts (2009-20l 1).
  • Evidence of registration with CAC by inclusion of certificate of incorporation and Article of Association,
  • Last 3years Tax Clearance Certificate
  • Evidence of financial capability/ reference letter from reputable bank.
  • For JVs include MOU and each Company must have a separate registration with CAC
  • Full accounts details including SORT code
  • Evidence of Pension and Social Security Contribution
  • VAT Registration with evidence of remittances

 

Collection of Financial Document

Interested companies can, on presentation of written application and evidence of payment of tender fee, =N=30,000.00, to be paid in SKYE Bank with Account No 1771029413, collect tender documents from 12.00 noon, Monday August 6, 201 2 from the office of:

 

The Managing Director

Sokoto Rima River Basin development Authority,

Damale Kaita House, P.M.B 2223,

KM 1 0, Gusau Road, Sokoto

 

 

Submission/Opening of Documents

Completed Technical and Financial proposals for the project of interest should be submitted in two (2) hard copies and one (1) electronic copy in Microsoft Office and enclosed in separate sealed envelopes marked Technical1 and ‘Financial1 and both in a third envelope with the project name marked clearly on top right hand corner, and addressed to:


The Managing Director,

Sokoto Rima River Basin Development Authority,

Damale Kaita House, PMB 2223,

KM 10, Gusau Road, Sokoto

 

To reach him on or before Monday August 27, 2012 at 12.00 noon

Bids with values of more than =N=50.000, 000.00 must be accompanied with a 2% Bid Security

 

 

Only the Financial bids for pre-qualified consultants and Contractors shall be opened.

 

Bid Opening exercise shall be conducted publically in the Board Room of the Sokoto Rima River Basin Development Authority on the closing date of submission at 12.00 noon.

 

All Bidders are expected to bring along the ORIGINAL COPIES of their Certificates of Incorporation and Tax Clearance, for sighting, if required.

All Non Governmental Organization (NGOs) are invited to witness the Bids Opening.

 

 

Disclaimer

Late submission shall be rejected.

This invitation is published for information purposes and does not constitute an offer by this Authority with any party for the projects, nor does it constitute a commitment or obligation on the part of this Authority to procure concession services.

 

This Authority will not be responsible for any costs or expenses incurred by any interested party in connection with any response to this invitation and or the preparation or submission in response to an RfP.

 

This Authority reserves the right to annul the bidding process at any time without incurring any liabilities and assigning any reason thereof.

 

This Authority reserve the right to take final decision on any of the documents received in your proposals

 

Signed

Management