Invitation for Pre-Qualification to Tender for the Following Design Consultancy Projects at Federal Capital Development Authority Abuja,

Federal Capital Development Authority

Abuja, Nigeria

Office of the executive secretary

 

Invitation for Pre-Qualification to Tender for the Following Design Consultancy Projects

 

The Federal Capital Development Authority (FCDA) through the department of engineering services intends to procure DESIGN OF PRIMARY AND SECONDARY WATER SUPPLY SCHEME IN PHASE IV OF THE FEDERAL CAPITAL CITY (FCC)/DESIGN OF INTERCEPTOR SEWER LINES AND ASSOCIATED TREATMENT PLANTS IN THE FEDERAL CAPITAL CITY (FCC) AND DESIGN REVIEW OF ENGINEERING INFRASTRUCTURE within the year 2012 budget.

 

 

2.  DESCRIPTION OF WORK:

2.1     Design of Primary and Secondary Water Supply Scheme in Phase IV of FCC

 

LOT I.         ENGINEERING DESIGN OF WATER TREATMENT PLANT AND TRUNK MAINS

LOT II.       ENGINEERING DESIGN OF SECONDARY WATER SUPPLY LINE (LOOP 7 & 8) WITH ASSOCIATED TANKS.

LOT III.      ENGINEERING DESIGN OF SECONDARY WATER SUPPLY LINE (LOOP 9 & 10) WITH ASSOCIATED TANKS.

 

2.2              Design of Interceptor Sewer Lines and Associated Treatment Plants in the FCC

 

LOT IV.      FINAL ENGINEERING DESIGN OF INTERCEPTOR SEWER LINE SCHEDULE VII

 

LOT V.       FINAL ENGINEERING DESIGN OF INTERCEPTOR SEWER LINE SCHEDULE iX AND ASSOCIATED TREATMENT PLANT.

 

LOT VI.      FINAL ENGINEERING DESIGN OF INTERCEPTOR SEWER LINE SCHEDULE X AND ASSOCIATED TREATMENT PLANT.

 

LOT VII:     DESIGN REVIEW OF ROAD FCT 105 FROM GWAGWALADA-RING ROAD 4 AT GOUSA ABOUT 75KM

 

Scope of Work

3.1     The scope of work for LOT I involves:

(i)      Identification and harmonisation of existing Districts Supply Networks

(ii)     Engineering Survey of proposed trunk Mains route.

(iii)    Collection and analysis of data

(iv)              Estimation of Projected Population Water Supply needs and

Demand

(v)     Preparation of Inception Report

(vi)    Sub-soil Investigation Report for depth less than 3m

(vii)   Sub-soil Investigation Report for depth greater than 3m

(viii) Sizing and Design of Water Treatment Plant

(ix)              Design of Water Supply Appurtenances

(x)     Preparation and submission of Design Reports, Drawings and other

Tender Documents including Bill of Engineering Measurement and

Evaluation (BEME)

 

3.2 The scope of work for LOTS II and III involves:

(i)     Identification and harmonisation of existing Districts Supply Networks

(ii)     Engineering Survey of proposed route.

(iii)    Collection and analysis of data

(iv)     Estimation of Projected Population Water Supply needs and

Demand

(v)    Preparation of Inception Report

(vi)    Sub-soil Investigation Report for depth less than 3m

(vii)   Sub-soil Investigation Report for depth greater than 3m

(viii) Sizing and Design of Water Supply Pipe Lines Networks

(ix)   Design of Water Supply Appurtenances

(x)      Design of Water Reservoir Tanks

(xi)    Preparation and submission of Design Reports, Drawings and other Tender Documents including Bill of Engineering Measurement and Evaluation (BEME)

 

3.3 The scope of work for LOTS IV to VI involves:

(i)      Identification and harmonization of existing Districts Outfalls

(ii)     Engineering Survey of proposed route

(iii)    Collection and analysis of data from associated Interceptor

(iv)    Estimation of projected population and Sewage Discharge

(v)     Preparation of Inception Report

(vi)    Sub-soil investigation Report for depth less than 3m

(vii)  Sub-soil Investigation Report for depth greater than 3m

(viii)            Design of 218km of Sewer Networks

(ix)    Design of Sewage Treatment Plant (STP)

(x)    Preparation and submission of Design Reports, Drawings and other Tender Documents including Bill of Engineering Measurement and Evaluation (BEME)

 

3.4 The scope of work for LOT VH involves:

(i)      Reconnaissance and Confirmatory Route Survey,

(ii)     Design of Street lighting,

(in)    Review of the Road cross-section design,

(iv)    Resurvey, Realign and Redesign of the road,

(v)     Review Bridges and Culvert designs,

(vi)    Review of BEME and contract Documents.

 

 

4.        Pre-Qualification Requirements

Interested Companies are invited to submit the following pre-qualification documents:

(a)     Evidence of incorporation of the Company with Corporate Affairs Commission (CAC), including Articles and Memorandum of Association of the company and up to date Annual return with the CAC (mention forms C02 & C07 to be included).

(b)     Evidence of firm registration with Council for the Registration of Engineering in Nigeria (COREN) and up to date payment of practicing fees (2011).

 

(c)      The Company must show evidence of fulfilling its Tax obligations as follows:

(i)      Tax Clearance Certificate for the last three (3) years supplied with the company’s Tax Identification Number (TIN)

(ii)     Pension and Social Security Contributions

(iii)    Evidence of registration with Pencom.

(iv)    Evidence of remittance to pension fund Administrator

 

 

(d)     A sworn Affidavit certifying as follows:

(i)      The Company is not in receivership, insolvency or bankruptcy

(ii)     The Company does not have any Directors who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or Financial impropriety.

(iii)    That no present or former Director of the company is a shareholder or has any pecuniary interest on any of the relevant committees of the FCDA or BPR

(iv)    That all the documents submitted for the pre-qualification bid are not only genuine but correct.

 

(e)      A chart indicating the number of Nigerians that shall be employed by the company at various levels for the execution of this project (to be confirmed with each valuation).

(f)      Bank Statement for the past six (6) months

(g)     Audited Accounts of the Bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants.

(h)     Letter authorizing FCDA and her representative(s) to cross-check the submitted company’s Bank account.

(i)      Evidence of work experience as the main Contractor executing or having executed a minimum of Ten (10) projects of similar complexity compared to the proposed work, one of which must have been within the last 5 years. Copies of Award Letters, Last Interim Certificate of Valuation for on-going projects, Completion Certificate and Final Maintenance Certificates where applicable are to be enclosed.

(j)      List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of five (5) relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

(k)               List of office equipment available for execution of the assignment

 

NOTES:

Items 4a – 4d are the Eligibility Requirements and their Originals must be produced by the Company for sighting during the opening session.

All claims must be substantiated with verifiable facts.

The photocopies of professional certificates are to be initialed, endorsed by the owners and professional seal must be embossed on the professional certificates.

Evaluation of the pre-qualification documents will be based on the outlined pre-qualification requirements and only those that are successful will be invited to submit Technical and Financial Proposals.

 

4.0         Submission of Documents:

The pre-qualification documents should be submitted in A hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals and shall be placed in a sealed envelope clearly marked   “ORIGINAL”  and   “Electronic  Copy”  with  the  following   inscription:   “PRE-QUALIFICATION TO TENDER FOR DESIGN OF PRIMARY AND SECONDARY WATER SUPPLY SCHEME IN PHASE IV OF THE FEDERAL CAPITAL CITY (FCC)/DESIGN OF INTERCEPTOR  SEWER  LINES AND  ASSOCIATED  TREATMENT   PLANTS  IN  THE FEDERAL   CAPITAL   CITY   (FCC)   and   DESIGN   REVIEW   OF   ENGINEERING INFRASTRUCTURE;    (SPECIFY   LOT    NUMBER   AND    PROJECT DESCRIPTION)… …… ….The pre-qualification documents should be submitted directly to

FCDA Procurement Department, Room 005 (Ground Floor) New FCD A Headquarters, opposite NTA Abuja, Area 11, Garki Abuja on or before 13th June, 2012. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids in the presence of all prospective bidders or their Representatives.

 

Further Notes:

i.        This is not an invitation to tender. Only pre-qualified firms will be invited to tender for the project. Others may know their performance by a formal request to the Accounting Officer of FCDA.

ii.       Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents means of delivery notwithstanding.

iii.      The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.

vi.      Any company showing interest in more than Two (2) Lots shall be considered non-responsive.

v.       Interested members of the Public especially Civil Rights organizations could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.

 

 

Signed:

Director, Procurement

For: Executive Secretary

Rehabilitation of Spillway Discharge Channel and Grouting of Auxiliary Dam No. 3 at Jebba Hydro Power Station at Niger Basin Water Resources Development and Sustainable Ecosystems Management Project (NBWRDSEMP)

Federal Government of Nigeria

Niger Basin Water Resources Development and Sustainable Ecosystems Management Project (NBWRDSEMP)

 

CREDIT No. 43480-UNI

 

Rehabilitation of Spillway Discharge Channel and Grouting of Auxiliary Dam No. 3 at Jebba Hydro Power Station

 

Bid No.: ICB-JR6

 

Specific Procurement Notice

1.       This Invitation for Bids follows the General Procurement Notice for this Project published in dgMarket/UNDB on January 24, 2008.

 

2.       The Federal Republic of Nigeria has received a credit from the International Development Association of the World Bank toward the cost of the Niger Basin Water Resource, Development and Sustainable Ecosystems Management Project (WRDSEMP), and it intends to apply part of the proceeds toward payments under the contract for: Rehabilitation of Spillway Discharge Channel and  Grouting of Auxiliary Dam No. 3 at Jebba  Hydro Power Station – Bid No.: ICB-JR6.

 

 

3.       The Power Holding Company of Nigeria now invites sealed bid from eligible and qualified bidders for the Rehabilitation of Spillway Discharge Channel and Grouting of Auxiliary Dam No.3 at Jebba Hydro Power Station involving, but not limited to: Dewatering during construction, embankment construction and backfill, surface and underwater excavation, rock reinforcement and wire mesh, drilling and grouting, construction of cofferdam and protection walls.

 

The delivery period is twelve (12) months.

 

4.       Bidding will be conducting through  the International Competitive Bidding (ICB) 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.

 

Interested eligible bidders may obtain further information from Power Holding Company of Nigeria Plc – Project Management Unit and inspect the Bidding Documents at the address (1) given below from 10:00 a.m. to 5:00 p.m. on week days Nigeria time starting from 23rd  May, 2012.

 

 

Qualifications requirements include:

  • Bidder must have participated in at least Two (2) contracts within the last Five (5) years, each with a value of at least Eight Hundred and Fifty Million Naira (NGN 850,000,000.00), or equivalent in foreign currency that have been successfully and substantially completed and that are similar to the proposed Works.
  • Bidder must possess minimum average annual turnover of Two Billions, Hundred and Twelve Million naira (NGN calculated as total certified payments received for contracts in progress or completed, within the last five (5) years.
  • The Bidder must demonstrate access to, or availability of,  financial resources to meet the cash-How requirement of Two Hundred and Thirty Seven Million Naira (NGN 237,000.000.00) or equivalent in foreign currency.

 

A margin of preference for eligible national contractors/joint ventures shall not he applied.

 

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address (1) below and upon payment of a non-refundable fee of fifteen thousand Naira (NGN15,000.00) or one hundred US Dollars (USS 100.00). The method of payment will be Certified Bank Cheque in favour of Power Holding Company of Nigeria. The Bidding Documents will be sent by courier upon additional payment of six thousand Naira (NGN6,000.00) for places within Nigeria or fifteen thousand Naira (NGN 15.000.00) for Europe and West Africa and twenty-eight thousand Naira (NGN 28,000.00) for all other countries as Demand Draft payable to the General Manager-PHCN-PMU at Abuja to cover the delivery.

 

8.       Bids must be delivered to the address (I) below at or before 12:30 pm on 18th July, 2012.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 (1) below at 12:30pm on 18th July, 2012.

 

9.       All bids shall be accompanied by a Bid Security of Twenty One Million Five Hundred Thousand Naira (NGN21,500,000.00) or an equivalent amount in foreign currency.

 

10.     The addresses referred to above are:

 

 

 

 

Address (1)

Engr. B. C. Nwozor

General Manager, Project Management Unit

No. 7 Kampala Street, Off-Adetokunbo Ademola Crescent, Wuse II,

Abuja, NIGERIA

Tel/Fax: 234-9-8746412

E-mail: bc_nwozor@yahoo.com

Website: http://www.nepapmu.org

 

Address (2)

Engr. H. S. Labo

Managing Director/CE

Power Holding Company of Nigeria

PHCN Corporate Headquarters

No. 14, Zambezi Crescent, Maitama

Abuja, NIGERIA.

Attention: General Manager – Project Management Unit

Invitation to Tender as Insurance Brokers and Underwriters to Provide Insurance Cover for the FCDA Corporate Headquarters against Fire, Theft/Burglary and Other Perils at Federal Capital Development Authority, Abuja

Federal Capital Development Authority

(Office of the Executive Secretary)

FCDA Corporate Headquarter, Former NIIA Building),

Areas 11, Garki Abuja – Nigeria

 

Invitation to Tender as Insurance Brokers and Underwriters to Provide Insurance Cover for the FCDA Corporate Headquarters against Fire, Theft/Burglary and Other Perils

 

1.       Introduction

The Federal Capital Development Authority has appropriated funds in this Year 2012 FCT statutory Allocation Budget and intends o apply a portion of the funds to procure Insurance cover. The Authority desires to call for bids from registered and reputable insurance Underwriter and Brokerage firms to provide insurance cover for the FCDA Corporate Headquarters for the years 2012.

 

2. Requirements for Tendering

The Company’s Profile highlighting the following

i.            Evidence of certificate of incorporation certified by the Corporate Affairs Commission.
ii.            CTC of evidence of registration by the N AICOM.
iii.            CTC of Tax Clearance Certificate or acceptable evidence of up-to-date payment of company tax for the last three years
iv.            CTC of the company’s published Annual Report and Accounts for the last three years certified by NAICOM.
v.            Certificate of compliance with the Pension Reform Act in respect of its employees
vi.            A profile of 6 (six) top management staff of the company with their qualification and insurance working experience.
Evidence of financial capacity and Banking support
List of verifiable evidence of similar policies being managed
ix.            Evidence of VAT registration and remittances of all taxes.
x.            Evidence of verifiable location address in Abuja.
xi.            Evidence of professional Indemnity cover.
Evidence of payment of nonrefundable tender fee of N10,000.00 to Aso Savings and Loans, Area 11, Garki-Abuja.
A court affidavit that none of your directors had committed fraud, has pecuniary interest in any of the relevant Committees of the FCDA or BPP, and that all your documents are authentic.
In addition to the above, underwriters are also expected to submit the following:

  1. Evidence of valid reinsurance treaty arrangements.
  2. Identification of available extensions and exemptions applicable to each cover.
  3. Time within which the policy and all other document evidencing the contract shall be issued.
  4. Claims reporting procedure and documentation in respect of each cover.
  5. Time limit within which claims shall be processed and paid.
  6. Guarantee/remedy against failure to settle claims as indicated.
  7. Other incidental services that shall be rendered to FCDA by the Company under the contract of insurance.
  8. Any other submission that will attest to the Company’s reputation and capability to efficiently handle and manage the covers it is expressing interest in.

 

 

In addition to (1) above Insurance Brokers are expected to submit the following:

I.       Evidence of current membership of the Nigerian Council of Registered Insurance Brokers (NCRIB).

II.      Evidence that at least a key member of staff is an Associate Member of the NCRIB Any other submission that will attest to the Company’s capability to manage the insurance it is tendering for.

 

 

3. Collection of tender Document

You are therefore by this letter invited to tender in respect of same. Tender documents are available for collection at Procurement Department, Ground Floor Conference Room, FCDA Corporate Headquarter Area 11, Garki – Abuja after the payment of non-refundable Tender fee of N10,000.00 (Ten thousand naira only) per Lot from the date of this invitation Monday 28th May,2012 and for a period of  9th July, 2012.

 

4. Submission of Documents and Opening of Bids.

Four (4) copies of Technical and Financial Bid Documents must be packaged in two separate sealed  envelopes  clearly  marked  “TENDER   EITHER  AS   AN   INSURANCE BROKER OR UNDERWRITER TO PROVIDE INSURANCE COVER FOR THE  FCDA CORPORATE  HEADQUARTERS”  and  should  be deposited in Procurement Department, Ground Floor Conference Room, FCDA Corporate Headquarter Area 11, Garki-Abuja on or before Monday 9th July 2012 by 12.00pm.

 

Original of documents I, II, HI, V, IX, XII, XIII (Paragraph 2) must be produced for sighting during opening session, please.

 

All Bids will be opened immediately after the deadline at the same venue.

 

Note:

  • Interested members of the public, especially the Civil Society Organizations are invited to attend the opening exercise. They are to abide by the Code of Conduct for procurement observers as directed by the Public Procurement Act, 2007.
  • Company’s representatives are to come along with a letter of introduction including name, rank & sample signatures to the opening.
  • FCDA is not bound to accept the lowest bid or any tender.

 

Signed Management

Invitation to Tender for the Procurement of Various Goods at Federal Capital Development Authority , Abuja

Federal Capital Development Authority

Office Of The Executive Secretary

FCDA Corporate Headquarter, (Former NIIA Building),

Area 11, Garki Abuja – Nigeria

 

Invitation to Tender for the Procurement of Various Goods

 

FCDA has provision in the FCT 2012 Statutory Allocation Budget and is hereby inviting competent and interested companies to submit its Bids for the followings:

 

 

S/N Projects Tender Fee Duration
1 Stationery: Lot 1 — Photocopy Paper A4 N10,000.00

For each lot

 

6 Week

 

Lot ii – Minuting Sheet & Others

 

Lot iii — Photocopy Paper F/S & Others

 

Lot iv – Photocopy Paper A3 & Others
2. Lot 1 – Printing of File Jackets

 

N10,000.00

For each lot

 

6 Week

 

Lot iii – Envelops & Others
3 Computer Consumables : Lot 1 – LaserJet N10,000.00

For each lot

 

6 Week

 

Lot ii — Desk jet & others
4. Procurement of Office Equipment N10,000.00

 

6 Week
5. Procurement of Computers & Software for Procurement Department N10,000.00

 

6 Week
6 Provision of equipment for the monitoring of resettlement/relocation scheme within the FCT N10,000.00

 

6 Week

 

7 Digitalization of Records

 

N 10,000.00

 

6 Week

 

 

2. Tenders Equipment

Prospective bidders are required to submit the following documents along with the completed Tender documents(s)

(i)      Evidence of Registration with Corporate Affairs Commission

(ii)     Certified true Copies of Articles and Memorandum of Association

(iii)     Evidence of last (3) years Tax Clearance Certificate.

(iv)    VAT registration and evidence of VAT remittance

(v)     Evidence of 3ension and Social Security contribution

(vi)    A court affidavit that none of your directors had committed fraud before, has pecuniary, interest on any of the relevant committees of FCDA or BPP and that all your document are authentic,

(vii)   Evidence of payment of non-refundable tender fee as reflected on the above to Aso Savings  and   Loans,  Area   11,  Garki  – Abuja  in  favour  of  Federal  Capital Development Authority between 8.00am – 4.00pm each working day.

(viii)  Evidence  of Manufacturers Authorization  Letter (Applicable to Computer

Consumables Only)

(ix)    Evidence of similar job executed

(x)     Evidence of financial capability

(xi)              Letter of Authority to FCDA to cross check the Company Account

(xii)   Copies  of Tender  Forms  G.I  & G.4 of the Tender document should  be

completed as stated in ITT Clause 1. Form G. 2 price schedules for the supply is to be detached and completed separately as financial bid.

 

 

  • Original of documents (i) – (vii) must be produced for sighting during opening session, please.

 

 

Collection of Tender Documents

3.       Interested companies are to collect Tender documents from Procurement Department Ground Floor, Conference Room, FCDA Corporate Headquarter, (former NIIA building) Area 11, Garki – Abuja after the payment of non-refundable Tender fee as reflected on the projects from the date of this invitation 28th May, 2012 and for a period of 9th July, 2012

 

 

Submission & Opening of Bids

4.       The completed Tender should be enveloped, sealed waxed and marked on the right hand corner “Procurement of Stationary (quote the Lot against it)” or “Procurement of Printing of Non Security Document (quote the Lot against it)” or “Procurement of Computer Consumables (quote the Lot against it)” or ‘Procurement of Office Equipment” or “Procurement of Computers & Software for Procurement Department” or “Provision of Equipment for the monitoring of resettlement/relocation scheme within the FCT” or “Procurement of Digitalization of Records” and should be deposited in Procurement Department Ground Floor, Conference Room, FCDA Corporate Headquarter, former NIIA building, Area 11, Garki, on or before Monday 9th July, 2012 by 12 noon. All tenders received will be opened immediately after close of bidding in the same venue in the presence of Tenderers or their representatives.

 

 

NOTE:-

  • Interested bidders are  not  allowed to  bid  for more than  one of the listed projects.
  • Interested members of the public, especially the Civil Society Organizations are invited to attend the opening exercise. They are to abide by the Code of Conduct for procurement observers by the Bureau of Public Procurement Act, 2007.
  • Company’s representatives are to come along with a letter of introduction including name, rank & sample signatures to the opening.
  • FCDA is not bound to accept the lowest bid or any tender.

 

Signed Management

 

Rehabilitation/Extension of the Water Production and Distribution Systems for Ikom at Cross River State Water Board Limited

Specific Procurement

Notice

Invitation for Bids -Without Prequalification

 

Federal Republic of Nigeria

Second National Urban Water Sector Reform

Project (Cr 4086 UNI: Po71391)

 

Rehabilitation/Extension of the Water Production and Distribution Systems for Ikom, Cross River State

Contract/Bid No. CR/II

 

NUWSRP/IKMCWKS/ICB/2012/001

 

This invitation for bids follows the general procurement notice for this project that appeared in Development Business No. 673 of February 28, 2006 on-line and in DG Market.

 

The Federal Government of Nigeria (FGN)) in 2005 received a Credit of USD 200 million from the International Development Association (IDA) an additional financing to the tune of USD120 million is being processed to wards the cost of the Second National Urban Water Sector Reform Project (2nd Urban Water) CR. 4086 (PO71391). It is intended that part of the proceeds of this additional loan will be applied to eligible payments under the contract for the Rehabilitation/Extension of the Water production and Distribution Systems for Ikom in Cross River State,Nigeria.

 

The Cross River State Water Board Limited, the implementation agency for the Cross River State Government now invites sealed in Rehabilitation/Extension of the Water Production and Distribution Systems for Ikom in Cross Liver State, Nigeria.

 

The Scope of works is as follows:

  • Constriction of an Intake, Low Lift Pumping Station and Raw Water Main.
  • Construction of a Water Treatment Plant (capacity 465 m3/h); High Lift Pump Station and Treated Water Transmission Mains: OD 500 mm Ductile Iron/ or Steel or Glass reinforced Polyester (GRP) – 2,850m and OD 160 mm uPVC – 8,650 m.
  • Construction of a concrete ground level reservoir with a volume of 2,500 m3
  • Construction of Elevated Water Tanks
  • Supply and laying of water distribution pipes with accessories, totaling approximately 57 km with diameters ranging from OD 75 mm to OD 500 mm.
  • Construction of house connections and water kiosks.

 

 

Interested eligible applicants may obtain further information from and inspect the bidding document at the Cross River State Water Board at the address below from 9:00 to 6:00.

 

A complete set of the bidding documents in English 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 NGN75,000.00 (Seventy-five thousand naira only) or USD 500 (Five hundred United States dollars) or the equivalent sum in a freely convertible currency. The method of payment will be by cheque, in cash or bank draft. made out in favour of Cross River State Water Board Limited.

 

The complete set of the bidding Document will be sent if so requested by an

Applicant who chooses not to collect same in person by courier upon additional payment of fifteen thousand Naira (N15, 000.00) or one hundred US Dollars (US$100) for Europe and West Africa or thirty thousand Naira (30, 000.00) or two hundred US Dollars (US$200) for all other countries payable to the Cross River State Water Board Limited Not later than 7th May, 2012 before bid closing to cover the cost of the delivery to bidders by courier.

 

The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the World Bank Standard Bidding Documents: Procurement of Works.

 

Bids must be delivered to the office address below in sealed envelopes on or before 2.00pm on 16h August, 2012 and be clearly marked: “BIDS FOR THE REHABILITATION/EXTENSION OF THE WATER PRODUCTION AND DISTRIBUTION SYSTEMS FOR IKOM IN CROSS RIVER STATE (CONTRACT NO: CR/II NUWSRP/ICB/IKMCWKS/2012/001) and must be accompanied by a security of Nigerian Naira 94,112,000.00 or the equivalent of United State Dollars of 588,200.00

 

Bids will be opened in the presence of bidders representatives who choose to attend at 2.00pm 16th August, 2012 at the office address below:

 

Managing Director

Attention: Engr. Elemi B. Etowa,

Cross River State Water Board Limited,

147, Ndidem Usang Iso Road,

Calabar, Cross River State, Nigeria

Tel: (+234)8036708465

E-mail: elemi4@yahoo.com