REHABILITATION OF BOREHOLE at Rural Water Supply and Sanitation Sub-Programme in Yobe State

Specific Procurement Notice

(International Competitive Bidding)

 

Yobe State Government of Nigeria

Rural Water Supply and Sanitation Sub-Programme in Yobe State

Loan No: 2100150015645

IFB/YB/RWSS/ICB/REHAB/WORKS/007/2011

REHABILITATION OF BOREHOLE

 

1.       The specific procurement Notice follows the General Procurement Notice (GPN) for the sub-programme which appeared in the United Nations Development Business (UNDB) No. 709 of August 31st 2007.

 

2.       the Federal Government of Niger has received financing from the African Development Fund (ADF) towards the cost of the Rural Water Supply and Sanitation Sub-programme in Yobe State and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works: Rehabilitation of 86 Boreholes Contract No. IFB/YB/RWSS/ICB/REHAB/WORKS/007/2011.

 

3.       Bidding is opened to all Bidders from eligible member countries as defined in the ADB’s Rules and Procedures for the Procurement of Goods and Works, May 2008 Edition.

 

4.    The scope of the Works is:

i)       Rehabilitation of 53 nos Motorized Boreholes:    Gulani & Gujba (7 nos), Damaturu & Tarmawa (8 nos), Machina & Nguru (3 nos) and Yunusari & Yusufari (5 nos)

 

ii)      Rehabilitation of 15 nos Mono-pumps Boreholes:  Gulani & Gujba (1 no), Damaturu & Tarmawa (1 no), and Yunusari & Yusufari (3 nos)

 

iii)     Rehabilitation of 6 nos Solar-powered Boreholes:   Gulani & Gujba (1 no), Fika & Potiskum (1 no),  Nangere & Jakusko (1 no), Geidam & Bursari (1 no) and Yunusari & yusufari (2 nos)

 

iv)     Rehabilitation of 12 nos Hand pumps:   Gulani & Gujba (1 no), Damaturu & Tarmawa (1 no), Geidam & Bursari (2 nos), Barde & Karasuwa (2 nos) and Machina & Nguru (6 nos)

 

5.       The Project Implementation Unit, Rural Water Supply and Sanitation Sub-programme in Yobe State now invites sealed bids from prospective eligible bidders for the above-mentioned packages

 

6.       Bidding will be conducted using   International Competitive Bidding (ICB) procedures specified in the African Development Bank’s Rules and Procedures for the Procurement of Goods and Works, May 2008 Edition.

 

7.       Interested eligible bidders may obtain further information from the Programme Manager, Rural Water Supply and Sanitation Programme, yobe.rwssp@gmail.com and inspect the Bidding Documents at the Address given below, from 8:30am 4:30pm on working days.

 

8.       A complete set of Bidding Documents in English Language which, contain detailed specifications of the work 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 NGN25.000.00 Twenty-Five thousand Naira or US$160.

 

9.       Bids must be delivered to the Programme Manager at the address below by 7th December 2011 at 11:00am and must be accompanied by a bid security in an acceptable form equal to NGN10.0 million or US$62,500. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at the address below on 7th December 2011 at 12:00pm.

 

Note:-

Bid submission date has been extended to 9th January, 2012

 

Rural Water Supply and Sanitation Programme,

Flat A6 & A7 300 Housing Units,

Maiduguri Road, Behind NNPC Mega Filling Station,

Damaturu, Nigeria
Attention: The Programme Manager

Email: yobe.rwssp@gmail.com

Tel: +234-08036246886

 

Invitation to Tender for the Construction of A three (3) Storey Block of Twelve (12) Classrooms and Eighteen (18) Offices with Toilets at Rivers State College of Arts and Science

Office of the Registrar

Rivers State College of Arts and Science

G.O Benwoke (Mrs) B.Sc, M.Sc

Acting Registrar.

Tel: (o84) 332974, 489258

Port Harcourt

Rumuola

P.M.B 5936,

Port Harcourt

Invitation to Tender for the Construction of A three (3) Storey Block of Twelve (12) Classrooms and Eighteen (18) Offices with Toilets

Project No: Rscas/Rivers/Bot-Sp/Etf/10.01

 

Rivers State College of Arts and science, Rumuola, Port Harcourt, invites reputable Building and Civil Engineering Contractors to tender for the Construction of a three (3) storey block of twelve (12) classrooms and eighteen (18) offices with toilets.

 

All tender documents should be collected from the undersigned upon payment of a non-refundable deposit of N40, 000.00 (Forty Thousand Naira) only to the Bursary Department.

 

Interested contractors are required to present the following items:

i.        Company Profile

ii.       Current three years Tax Clearance Certificates

iii.      VAT Certificate

iv.      Evidence  of Registration  with  Corporate  Affairs Commission

v.       Evidence of similar job executed by the Company within three years

vi.      Evidence of Registration with the College

 

 

All completed bids shall be received not later than 5th December,  2011  and addressed to the office of the Registrar, Rivers State College of Arts and Science, Rumuola, Port Harcourt.

 

Note: The College reserves the right to reject any of all tenders.

 

Signed:

G.O. Benwoke (KSM)

Ag. Registrar/Secretary to the 6th Governing Council

 

 

Sale of NPA Vessels and Crafts by Tender at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No.: 3794

Sale of NPA Vessels and Crafts by Tender

 

Introduction

The Nigerian Ports Authority hereby invites reputable and competent Company to apply for the purchase of vessels and crafts by tender, located in Lagos, Warri and bonny/Port Harcourt Pilotage District.

 

Interested bidders are hereby requested to submit tender/bid for the purchase of the vessels and crafts.

 

2)      SCOPE (sale of NPA Vessels)

The scope shall be the purchase of NPA vessels and crafts by tender.

 

3)        Tender Requirements

  • Evidence of company registration with corporate Affairs commission.
  • Evidence of VAT Registration/ Remittance Certificate.
  • Tax   clearance   Remittance   for   the   past   three years (2008-2010) Evidence of compliance with Pension Reform Act 2004.
  • All relevant information concerning contacts telephone, fax valid correspondence and e-mail address of the interested Bidder.

 

4)   Inspection of Vessels and Craft

For inspection purposes please contact the Harbor Master of the Pilotage District where the vessels and crafts are located through the General Manager (marine and Operation)

 

 

5)  Submission of Tenders

The completed tenders must be in triplicate copies, paginated,

demarcated in sections, in sealed envelopes, addressed to the

SECRETARY TO THE TENDERS BOARD, NIGERIAN PORTS

AUTHORITY” and clearly marked: (“SALE OF NPA VESSELS)”

AND CRAFT BY TENDER)” specifying the PUBLIC NOTICE number and dropped into the Tender Box located on the 6th floor,   Nigerian   Ports   Authority   Corporate Headquarters,  26/28  Marina,  Lagos not later than 11:00am , 22nd of December, 2011, The name, telephone number and address of the tenderer shall be written on the reverse side of the envelope. All tenders will be opened at

12:00pm in the Conference Room, N. P. A. Annex Building, No

I, Joseph Street, off Marina, Lagos in the presence of all bidders or their representatives.

 

Please Note

All costs Incurred as a result of this tender invitation and any subsequent requests for information shall be borne by the bidding companies.

 

Signed:

Management

Nigerian Ports Authority

Invitation for Expression of Interest at Independent National Electoral Commission, INEC

Independent National Electoral Commission

Plot 436 Zambezi Crescent, Maitama, Abuja

Invitation for Expression of Interest

 

The Independent National Electoral Commission (INEC) in pursuance of its constitutional functions and in compliance with Due process requirements seeks to undertake the underlisted Insurance Policies.

 

To this end, the Commission invites duly registered and reputable insurance Underwriting and Brokerage firms to Express Interest to provide cover and to manage the various insurance policies as Underwriters or Brokers respectively.

 

Description of Assignment

LOT I.         Comprehensive Motor Vehicle insurance policy

LOT II.       Group Personal Accident (GPA) cover for:

 

i.        Ad-hoc Electoral personnel such as NYSC members and others for   the   period   covering   Electoral   activities   of  voters registration and the 2011 general elections,

ii.       INEC career officers on GL03 to GL17

iii.      Comprehensive welfare insurance for INEC political office holders, combining Group Life Assurance and Group Personal Accident cover.

 

LOT III.       Marine Hull Insurance for INEC engine boats.

LOT IV.       INEC Property Fire and Burglary Insurances

LOTV.        Computer-all-risks   insurance   for   INEC   computer hard wares/soft wares and accessories.

LOT VI.       Materials-in-Transit Insurance

 

 

Requirements for Expression of Interest

 

(I)     The Company’s profile highlighting the following:

 

i.        Evidence   of   registration   with   the   Corporate  Affairs Commission.

ii.       CTC of evidence of registration by the National Insurance

Commission (NAICOM)

iii.      Audited Accounts for the immediate past three years.

iv.      CTC of Tax Clearance Certificate or acceptable evidence of up-to date                 payment of company tax for the last three years.

v.       Update of Annual Returns.

vi.      Evidence of Registration and remittance of both employer and employees Pensions contributions and other social security provisions on behalf of the employees of the company.

vii.     Details of experience and technical qualifications of key personnel.

viii.    Evidence of Financial capacity and Banking support.

ix.      List of verifiable evidence of similar policies being managed.

x.       Evidence of VAT registration and remittance of all taxes.

xi.      Evidence of payment of the N10,000.00 (Ten thousand naira) only non-refundable processing fee.

 

In addition to the above, underwriters are also expected to submit the following:

i.        Evidence of valid reinsurance treaty arrangements,

ii.       Identification   of available extensions and exemptions

applicable to each cover,

iii.      Time within which the policy and all other documents evidencing the contract shall be issued.

iv.      Claims reporting procedure and documentation in respect of each cover.

v.       Time limit within which claims shall be processed and paid.

vi       Gurantee/remedy against failure to settle claims as indicated.

vii.     Other incidental services that shall be rendered to the Commission by the company under the contract of insurance

viii.    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 (I) above, Brokers are also expected to submit the following:

i)       Evidence of Professional Indemnity Insurance cover from a duly registered insurance company.

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

iii)     Evidence that at least a key member of staff is an Associate Member of the NCRIB.

iv)     Any other submission that may assist the Commission in assessing the Broker’s capability to manage the insurance it is expressing interest in.

 

General Information

i)       All Tender documents must be accompanied with evidence of payment of the non-refundable processing fee of N10,000.00 (Ten thousand naira) only into the INEC Revenue Accounts No. 00880040000853 with UBA Plc. Asokoro Branch, Abuja FCT.

ii)     The closing date for submission of Expression of Interest shall 19th December, 2011.

 

iii)     Only firms that are pre-qualified after the evaluation of the Expression of Interest submission will be contacted to provide financial bid.

iv)     No communication shall be entered into with any unsuccessful applicant.

v)      This advertisement shall not be construed as a commitment on the part of INEC nor shall it entitle the tenderer to make any claims whatsoever and or seek any indemnity from INEC by virtue of such tenderer having responded to this advert.

vi)     For further information, you may contact the Insurance Desk Officer at INEC Head Quarters,

 

Submission

All submission of Expression of Interest should be in two copies and sealed in an envelope marked “Expression of Interest as either an Underwriter or Broker for INEC Insurance Cover (Indicating the Lot(s).

 

All envelopes should be addressed and submitted to:

The Secretary,

INEC Headquarters,

Plot 436 Zambezi Crescent,

PMB0184

Maitama.

 

 

Invitation to Bids at Kano State Urban Planning and Development Authority

Kano State Urban Planning and  Development Authority

Invitation for Pre Qualification/Bid

 

The Kano State Government, in line with guidelines for the execution of Federal Government Projects by the State Government and Reimbursement of expenditure, intends to carry works under Contracts for which this invitation for

Pre-qualification is issued.

 

 

The Kano State Urban Planning and Development Authority (KNUPDA) on behalf of Ministry of Land and Physical Planning, intends to pre-qualify Contracts for the following Projects:

 

 

Contract No:    Description:

FGP/KN01           Expansion of Zaria Road and Street lightening (From Silver Jubilee Roundabout to

Dantata and Sawoe Yard)

JFGP/KN02        Dualization of Hadejia Road and Street Lightening (From Ahmadu Bello Way Roundabout

to Salisu Garba Filling Station)

FGP/KNO3          Dualization  of Gwarzo  Road  and Street Lightening (From    Kofar Kabuga to BUK New site)

 

 

Scope:         The Projects include Resurfacing,   Provision of Shoulders, reinforced Concrete Drams and Walkways

 

Applications may be made for pre-qualification for one or more of the above Contracts.

 

Pre-qualification is open to Civil Engineering Firms and Companies.

 

Eligible applicants may obtain, between 25th November -19th December, 2011, the pre-qualification documents from:

 

The Director, Civil/Mechanical Engineering,

The Kano State Urban Planning & Development Authority

(KNUPDA),

No, 2 Durbin Katsina Road,

Bompai, Kano

 

The request must clearly state “Request for Pre-qualification Documents” for the

 

The documents are available for a non-refundable fee of N100,000.00 (One Hundred Thousand Naira Only) per Contract Document One of the minimum requirements for qualification will be to have successfully carried out, as Prime Contractor, at least two works of a nature and complexity equivalent to the proposed works during the last five years. Application for pre-qualification must be submitted in sealed envelops, which must be either delivered by hand or registered mail to:-

 

The Managing Director,

Kano State Urban Planning & Development Authority

(KNUPDA),

No. 2, Durbin Katsina Road,

Bompai, Kano.

 

Not later than 16th January, 2012. The application must be clearly marked “Application to Pre-qualify for…………….  Contract No…………..”Applicants will be advised, in due course, of the results of their application/bids.

 

Signed

Managing Director/C.E.O

Kano State Urban Planning &

Development Authority (KNUPDA).

No, 2 Durbin Katsina Road,

Bompai, Kano