Rehabilitation/Extension of the Water Production and Distribution Systems for Ikom, Cross River State at Federal Republic of Nigeria Second National Urban Water Sector Reform Project

Specific Procurement Notice

Invitation for Pre-Qualification

Federal Republic of Nigeria Second National Urban Water Sector Reform Project

 

(Cr 4086 UNI: P071391)

 

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 USD 100 million is being processed towards the cost of the Second National Urban Water Sector Reform Project (2nd Urban Water) CR. 4086 (PO71391).

 

The Federal Government of Nigeria intends to apply part of the proceeds of this credit to 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 intends to prequalify contractors and/or firms for the Rehabilitation/Extension of the Water Production and Distribution Systems for Ikom in Cross River State, Nigeria

 

The Scope of the works is as follows:

  • Construction 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) – 2,850 m and OD 160 mm uPVC – 8,650 m.
  • Construction of a concrete ground level reservoir with a volume of 2,500m3
  • 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.

 

 

It is expected that invitations forbid will be made in August, 2012.

 

Prequalification will be conducted through prequalification 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.

 

Interested eligible applicants may obtain further information from and inspect the prequalification document at the Cross River State Water Board at the address below from 9:00am to 4:00

A complete set of the prequalification document in English may be purchased by interested applicants on the submission of a written application to the address below and upon payment of a non-refundable fee of NGN 15,000.00 (Fifteen thousand naira only) or USD 100 (One 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 Prequalification 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 (N30, 000.00) or two hundred US Dollars . (US$200) far all other countries payable to the Cross River State Water Board Limited not later than 3rd April, 2012 before bid closing to cover the cost of the delivery to bidders by courier.

The complete set of the Procurement for Works Standard Bidding Documents Part I – IV in English shall be issued to Firms who pre-qualify, upon payment of a further non-refundable fee of NGN 60,000.00 (sixty thousand naira only) or USD 400.00 (Four 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”

 

 

Applications for prequalification should be submitted in sealed envelopes, delivered to the address below on or before 2nd May, 2012, and be clearly marked: “Application to Pre-Qualify for Rehabilitation/Extension of the Water Production and Distribution Systems for Ikom In Cross River State (Contract No: CR/II NUWSRP/ICB /IKMCWKS/ 2012/001):

 

Address:

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) 803 670 8465

E-mail: elemi4@yahoo.com

 

Expressions of Interest (EOI) at Government of Cross River State

 

Request for

Expressions of Interest (EOI)

Cross River State Hospital PPP

 

 

The Government of Cross River State (CRS) in the Federal Republic of Nigeria is implementing a comprehensive health sector reform aimed at strengthening the State health system, As part of this program, the State Government wants to establish a referral hospital that provides high quality healthcare of an international standard to the people of CRS, While providing health services for all residents of the State, the hospital is also expected to serve a broader catchment area that would extend beyond the State.

 

IFC has been retained by the State Government as Lead Advisor on the structuring and implementation of a Public Private Partnership (PPP) for the new hospital, to be located in the State capital, Calabar The State Government and IFC are seeking Expressions of Interest (EOI) from leading companies or consortia with experience in the healthcare business, Interested parties are invited to submit an EOI detailing the following, as a basis for pre-qualification:

 

  • A short description of the company’s current activities;
  • A short description of the company’s professional and technical qualification in the health care business;
  • The relevant experience of the company and its qualified personnel in the health care business;
  • Evidence of financial and legal capacity to implement the assignment.

 

 

The State Government intends to conduct an international competitive tender process to select a private operator for the hospital, with the objective of signing the contract with the winning bidder(s) by the third quarter of 2012 to enable construction of the hospital to commence by the end of 2012.

 

A Request for Proposal (RFP) which sets out the draft PPP Contract, the bid process and the bid evaluation criteria as well as instructions for bidders to submit their statement of qualification, and technical and financial proposals, will be made available at a later stage.

 

Written Expressions of Interest in English and titled “EXPRESSION OF INTEREST CROSS RIVER STATE HOSPITAL PPP”, should be delivered no later than 5.00pm on 30th March, 2012 to the emails below.

 

Government of Cross River State:

Mr. Nzan Ogbe

Special Advisor to the Governor

Cross River State

nogbe@crossriverstate.gov.ng

 

IFC

Mr. Bayo Oyewole

Principal Operations Officer

PPP Transaction Advisory Services

boyewole@ifc.org

 

Invitation for Pre-Qualification at Ministry of Agriculture and Natural Resources, Jigawa State

 

 

Jigawa State Government

Ministry of Agriculture and Natural Resources, Jigawa State

Invitation for Pre-Qualification

 

Preamble:

The Jigawa State Ministry of Agriculture and Natural Resources Dutse, wishes to pre-qualify reputable competent and experience who may wish to tender for jobs specified below and apply accordingly. The pre-qualification is for the year 2012 Project.

 

2.       Supply of:

A)      NPK           – 15:15:15

 

B)      UREA        – 46% NOO

 

C)      Organic Fertilizer

 

3.       Requirements for Pre-Qualification:

Prospective Contractors should possess the following documents:

1.       Registration with Jigawa State Works’ Registration Board;

2.       Tax Clearance Certificate and Evidence of past remittance for 3 years;

3.       Audited Account for 3 years;

4.       Certificate of Incorporation;

5.       Evidence of Financial capability/Bank support;

6.       Experience and technical qualification of key personnel;

7.       VAT Registration Certificate and Evidence of past remittances;

8.       Name(s) and Addresses of Bank(s) including Letter of Reference from the Bank; Evidence of involvement and experience in similar job contract, stating contract sums and showing Evidence of Award and duration of completion.

 

9.       After this pre-qualification exercise, tender for contracts and jobs will be accepted only from pre-qualified contractors and the Ministry of Agriculture and Natural Resource, Jigawa shall not enter into any correspondence with unsuccessful applications.

10.     Any other document that will enhance your competency and reliability.

 

4.       Submission of Pre-qualification Documents:

Safes of bid documents will be collected at the Office of the Honourable Commissioner, Ministry of Agriculture & Natural Resources, Jigawa, Dutse on payment of a non-refundable fee of N100,000:00 (One Hundred Thousand Naira Only). The method of payment will be in cash or Bank Draft in favour of Ministry of Agriculture & Natural Resources, Jigawa State.

 

The sales of documents will be closed on 4th April 2012 and every bid and pre-qualification documents must be returned on or before 4th April 2012 in a sealed envelope and addressed to:

 

The Honourable Commissioner,

Ministry of Agriculture & Natural Resources,

Block 13 Old Secretariat Complex, Dutse,

Jigawa State.

 

Signed: Muhammad Idrith Danzomo

Permanent Secretary, Ministry of Agriculture & Natural Resources,

Dutse – Jigawa State.

Invitation to Tender at Centre for Management Development

 

Centre for Management Development

Invitation to Tender

 

Introduction

The Centre for Management Development (CMD) is a Federal Government Parastatal established in January of 1973 to co-ordinate the activities of and give proper direction to institutions engaged in education, training and retraining of managerial manpower in Nigeria.

 

The Centre is the operational arm of the Nigerian Council for Management Development (NCMD) established under the enabling Act. Cap.N/99 Laws of the Federation of Nigeria (LFN) 2004 (as amended).

 

The Centre hereby invites interested and qualified bidders to tender for the following jobs from its 2012 budget.

 

Lot 1:     Supply of Computers Hardware

Lot 2:     Supply and installation of computer software

Lot 3:     Provision of ICT Network infrastructures

Lot 4:     Supply of Video conferencing Equipments

Lot 5:     Supply of Teaching Aids

Lot 6:     Library facilities/Development

 

6.1:        Subscription to E-Journals

6.2:        Installation of Library Software

6.3:        Library shelves for Zonal Office Libraries

 

Lot7:      Rehabilitation/Repairs of residential building

Eligibility for Consideration:

Interested contractors/suppliers should submit the following alongside their tender.

 

1.       Evidence of registration incorporation with the Corporate Affairs Commission (CAC).

2.       Tax clearance certificate for the last three (3) years (2008 2010).

3.       Evidence of the company’s audited account for the last three (3) years (2008 2010).

4.       VAT certificate and evidence of past remittances.

5.       Evidence of financial capability and bank reference from reputable banks.

6.       Profile of the company including details of directors, management, staff strength, their competencies expertise and experience.

7.       Details of previous similar jobs undertaking (if any) with evidence such as letter of award etc.

8.       Payment of non-refundable tender fee of N20,000 only in bank draft or CMD receipt payable to the Centre.

Collection of Tenders:

Tender documents/detailed specifications of the required goods are obtainable from the Office of the Acting Director, Director-General’s Office, CMD, Lagos upon evidence of payment of N20,000.00 non- refundable tender fees in Bank Draft (for any lot) payable to the Centre for processing fees.

 

Submission of Tenders:

Five (5) copies each of the “Technical” and “Financial” bids should be submitted in separate envelops and clearly marked “Technical Bid” and “Financial Bid” respectively. Both bids should be put in a sealed envelope and marked “Technical/Financial Tenders for “The job for which the tender is submitted should   be clearly indicated on “the envelop e.g. (Technical/Financial Tender for the by 12 noon. Supply of Computer Hardwares) and submitted on or before Friday 4th May 2012 by 12 noon. The document is to be dropped in the office of the Acting Director in the Director-General’s Office, Centre for Management Development, Management Village, Shangisha, Lagos.

 

Signed

Director-General

Centre for Management Development

Management Village

Shangisha, Lagos.

Invitation for Pre-Qualification for Contractors to Tender at Invitation for Pre-Qualification for Contractors to Tender at Bauchi State Millennium Development Goals Conditional Grant Scheme (MDGS-CGS)

 

Bauchi State Millennium Development Goals Conditional Grant Scheme (MDGS-CGS)


Invitation for Pre-Qualification for Contractors to Tender for the Bauchi State Millennium Development Goals Conditional Grant Scheme (MDGS-CGS) 2011 Projects


Bauchi State Millennium Development Goals MDGs- Conditional Grant Scheme (CGS) Project Support Unit Offers wishes to invite interested and qualified contractor to submit their applications for pre-qualification in the execute of projects under the 2011 Conditional Grant Scheme. Project Areas:

1.       Primary Health Care:

a)       Construction of Primary Health Care Centers at the (20) Local Governments of the Slate.

b)      Construction of (20) Staff quarters at the (20) Primary Health Care across the State.

c)       Supply of Medical Equipments to the newly constructed (20) PHCs

d)      Renovation of  (7) existing maternities.

e)       Supply of Medical Equipment to the (7) renovated maternities.

f)       Supply and installation of (27) solar inverters at constricted and rehabilitated Primary Heath Centers

g)       Drilling of (27) hand pumps to the constructed PHCs and innovated maternities.

h)      Construction of (i) School Health Clinic at School of Health Technology Ningi.

i)       Supply and Equipping of Libraries Computer and Recreation Rooms at School of Nursing Midwifery, Bauchi.

 

Pre-Qualification Requirements:

All interested reputable Companies and Contractors wishing to tender for the above mentioned projects should submit pre-qualification documents which shall include:

1.       Registration with Corporate Affairs Commission (CAC).

2.       Copy of memo and article of association (where applicable)

3.       Tax Clearance Certificate for the year 2010, 2011 and 2012

4.       Similar Projects executed (experience)

5.       Financial Capability

6.       Equipment Status

7.       Experience /Technical Qualification

8.       Value Added Tax (VAT) Registration and evidence of Past VAT Remittance

9.       Annual Turnover

10.     Evidence of registration with Bauchi State Government as a Contractor

11.     Company Audited Account for 3 years.

For enquiries please contact, The permanent should be sealed and marked appropriately at the top Hand Cornet.

“Prequalification of contractors for…….” And addressed or submitted to the Office of the Permanent Secretary MDGs/PSU at No. 35 Yaya Abubakar Link, Bauchi on or before 28th March 2012.

 

Signed:

Permanent Secretary/State Focal Person

MDGs Bauchi State.