Invitation for Bids (IFB) at Ekiti State Health System Development Project II

Ekiti State Health System Development Project II

(World Bank Assisted)

Ministry of Health, Ado Ekiti

Invitation for Bids (IFB)

Ekiti State Government

Issuance Date: 25th August 2011

Country: Nigeria

Health System Development Project II

Credit Number: 4522 UNI

Contract Identification Number: IFB / EKHSDPII / NCB / 0l/11

1.         The invitation for Bids follows the general Procurement Notice for the Project that appeared in the Development business market dated 1st of April 2009.

2.         The Federal Government of Nigeria has received a credit from the international Development Association towards the cost of  Ekiti State HSDPII and it intends to apply part of the proceeds of this  credit  to payment under the contract for the  procurement of:

 

1.   Furniture for Hostel Blocks at the School of Health Technology, Ijero Ekiti.

2.   Medical Equipment and Furniture for Health Facilities in Ekiti State,

 

3.         The Ekiti State Health System Development Project II now invites sealed bids from eligible and qualified bidders for the procurement of:

 

Lot Description Quantity Delivery Location Bid Security
1. Procurement of  21/2 x 6 ft. Hostel beds for Hostel Block A 100 School of Health Technology, Ijero Ekiti At least 3%
2. Procurement of  21/2 by 6 ft. Hostel beds for Hostel Block B  

100

School of health Technology. Ijero Ekiti At least 3%
3. Procurement of Reception and  Library Furniture items Varied ditto At least 3%
4. Procurement of mattresses 2 feet 6 inches (21/2)  

200

Ditto At least 3%

B. Medical Equipment and Furniture

Lot Description Quantity Delivery Location Bid Security
1. Procurement of  Hospital Beds 150 Ekiti State Central Medical Store, Ado Ekiti At least 3%
2. Examination Tables,

– Bed Screen

– Saline Stand

35

35

35

Ekiti State Central Medical Store, Ado Ekiti At least 3%
3. Delivery Couch 20 Ekiti State Central Medical Store, Ado Ekiti At least 3%
4. Haematocrit  Centrifuge 10 Ekiti State Central Medical store Ado Ekiti At least 3%
5. Binocular Microscope 10 Ekiti State Central Medical Store, Ado Ekiti At least 3%

 

4.         Bidding will be conducted through the National Competitive Bidding (NCB) 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 Guidelines.

 

5.         Interested eligible bidders may obtain further information from Ekiti State Health System Development Project II and inspect the Bidding Documents at the address given below, 8am to 4pm daily:

 

Ekiti State HSDPII,

No.3, Anisulowo Street, 1

Off Ile Abiye,GRA Ado Ekiti

 

6.         Qualification requirement include technical, financial, legal and other requirements as stated in the Bidding Documents.

 

7.         A complete set of Bidding Documents in English Language may be purchased by the interested bidder on the submission of a written application to the address given above and upon payment of a no refundable fee of twenty thousand (N20,000) naira only and N10,000 for each additional lot purchased. The method of payment will be by Bank Draft addressed to Ekiti State Health System Development Project II. The Bidding Document may be collected by hand or sent by courier services on request.

 

8.         Bids must be delivered to the address below at or before 12 noon Friday23rd September 2011.  Electronics Bidding shall not be permitted. Late Bids will be rejected. Bids will be opened in the presence of the Bidders’ representatives, who choose to attend in person at the address below at 1 noon on Friday 23rd  September 2011. All Bids must be accompanied by a ” Bid Security” and” Bid Securing Declaration” as specified in the Bidding Documents.

 

There will be a pre-Bid Meeting on Thursday 8th September 2011 by l2 noon prompt.

Venue: Conference Room, HSDPII Project Office.

No 3, Anisulowo Street, a.k.a. Olufemi Ojo Street,GRA, Ado Ekiti.

The address  refer to above is:

 

9.         The Project Manager,

Ekiti State Health System Development Project II,

No3, Anisulowo Street (a.k.a. Olufemi Ojo Street)

GRA, Ado Ekiti

Telephone: 08033881226, 07065864713.

Supply and Installation of CISCO Switches for the Implementation of Voice over Internet Protocol (VOIP) at Central Bank of Nigeria

 

Central Bank of Nigeria

1.0     Introduction

 

The Central Bank of Nigeria wishes to invite to invite sealed bids from bidders for the supply and installation of CISCO switches for the implementation of Voice over internet Protocol (VOIP) in Central Bank of Nigeria, Lagos.

 

2.0     Specification of Work

The specification of the work is as follows:

 

SN Product code Description Qty
1 WS- C3750G-24PS-E Cisco Catalyst 3750G 24 10/100 POE                 +4SFP+IPS Image 19
WS- C3750G- 48PS-E Cisco Cata lyst 3750G 48 10/100/1000T POE +4SFP-IPS lmage 25
2 CAB- STACK -50CM Cisco Stackwise 50CM Stacking Cable 44
3 CAB -ACE AC Power cord (Europe), C 13, CEE 7, 1.5M 44
4 CON-SNT-3750G24E SMARTNET 8X5XNBD Ctalayst 37 50 24 10/100/1000T POE + 4SF 19
5 CON- SNT-3750G48E SMARTNET 8X5XNBD Ctalayst 37 50 48 10/100/1000T POE + 4SF 25

 

3.0 Mandatory Requirement (without which the firm will be disqualified)

(i)      Evidence of registration with Corporate Affairs Commission.

(ii)     Certified true copy of Memorandum and Article of Association

(iii)    Evidence of payment of tax for the last three (3) years as at when due.

(iv)    Evidence of employees’ Retirement Savings Account (RSA) with Pension Fund custodian

(v)     Evidence of remitting employer and employees pension contribution to appropriate pension fund custodian

(vi)    Evidence of Transferring all Pension Funds and Assets prior to the commencement of the pension reform Act to license pension operators

 

3.1     General Requirement

 

Interested and competent suppliers wishing to carry out the above job shall submit, amongst others, the following documents for verification:

a)       Comprehensive company profile including registered address, functional contact email address, GSM phone number(s), and detailed Resume of relevant staff.

 

b)      Previous, Verifiable evidence of experience on similar projects successfully executed in an organization similar in size and complexity to the CBN (evidence of verifiable certificate of completion should be provided)

 

c)       Current company’s audited statement of accounts.

 

d)      The vendor must have internationally recognized certification in the solution they intend to provide

 

e)       The company must be registered by Computer Professional Registration Council of Nigeria (CPN).

 

4.0     Submission

The quotation should be in a sealed waxed envelope boldly marked at the top left corner “Quotation for the Supply and Installation of CISCO Switches for the Implementation of Voice over Internet Protocol (VOIP) in central Bank of Nigeria, Lagos”.

 

The submissions should be addressed to:

The Secretary,

Major Contracts Tenders Committee

Floor, Wing C

CBN Head Office Complex,

Central Business District,

Abuja. FCT Nigeria.

Fax NO: 09-462-37215

Closing Date

All submissions must be received at the above address on or before 10th October 2011.

Tender Opening Date

The tenders would be opened on Wednesday 5th October 2011

 

Important Notice:

A)      Only successful company(s) will be contacted.

B)      Nothing in the advert shall be construed to be a commitment on the part of the CBN.

 

Signed:

MANAGEMENT

Central Bank of Nigeria

1.0 Introduction

The Central Bank of Nigeria wishes to invite to invite sealed bids from bidders for the supply and installation of CISCO switches for the implementation of Vice over internet Protocol (VOP) in Central Bank of Nigeria, Lagos.

2.0 Specification of Work

The specification of the work is as follows:

SN

Product code

Description

Qty

1

WS- C3750G-24PS-E

Cisco Catalyst 3750G 24 10/100 POE +4SFP+IPS Image

19

WS- C3750G- 48PS-E

Cisco Cata lyst 3750G 48 10/100/1000T POE +4SFP-IPS lmage

25

2

CAB- STACK -50CM

Cisco Stackwise 50CM Stacking Cable

44

3

CAB -ACE

AC Power cord (Europe), C 13, CEE 7, 1.5M

44

4

CON-SNT-3750G24E

SMARTNET 8X5XNBD Ctalayst 37 50 24 10/100/1000T POE + 4SF

19

5

CON- SNT-3750G48E

SMARTNET 8X5XNBD Ctalayst 37 50 48 10/100/1000T POE + 4SF

25

3.0 Mandatory Requirement (without which the firm will be disqualified)

(i) Evidence of registration with Corporate Affairs Commission.

(ii) Certified true copy of Memorandum and Article of Association

(iii) Evidence of payment of tax for the last three (3) years as at when due.

(iv) Evidence of employees’ Retirement Savings Account (RSA) with Pension Fund custodian

(v) Evidence of remitting employer and employees pension contribution to appropriate pension fund custodian

(vi) Evidence of Transferring all Pension Funds and Assets prior to the commencement of the pension reform Act to license pension operators

3.1 General Requirement

Interested and competent suppliers wishing to carry out the above job shall submit, amongst others, the following documents for verification:

a) Comprehensive company profile including registered address, functional contact email address, GSM phone number(s), and detailed Resume of relevant staff.

b) Previous, Verifiable evidence of experience on similar projects successfully executed in an organization similar in size and complexity to the CBN (evidence of verifiable certificate of completion should be provided)

c) Current company’s audited statement of accounts.

d) The vendor must have internationally recognized certification in the solution they intend to provide

e) The company must be registered by Computer Professional Registration Council of Nigeria (CPN).

4.0 Submission

The quotation should be in a sealed waxed envelope boldly marked at the top left corner “Quotation for the Supply and installation of CISCO Switches for the Implementation of Vouce over internet Protocol (VOIP) in central Bank of Nigeria, Lagos”.

The submissions should be addressed to:

The Secretary,

Major Contracts Tenders Committee

Floor, Wing C

CBN Head Office Complex,

Central Business District,

Abuja. FCT Nigeria.

Fax NO: 09-462-37215

Closing Date

All submissions must be received at the above address on or before 10th October 2011.

Tender Opening Date

The tenders would be opened on Wednesday 5th October 2011

Important Notice:

A) Only successful company(s) will be contacted.

B) Nothing in the advert shall be construed to be a commitment on the part of the CBN.

Signed:

MANAGEMENT

Supply and Installation of Rural Energy Equipments, Distribution Transformers, Lines and Other Accessories/Capacity Expansion of Transmission Substation and Creation of 33KV HT Feeders at Cross River State Commercial Agriculture Development Project (CRSCADP)

 

Invitation for Bids

Commercial Agriculture Development Association (CADA)

Cross River State Commercial Agriculture Development Project

Cross River State Ministry of Agriculture and Natural Resources

CREDIT No. 4539 – UNI

Supply and Installation of Rural Energy Equipments, Distribution Transformers, Lines and Other Accessories/Capacity Expansion of Transmission Substation and Creation of 33KV HT Feeders

IFB No. CRS/CADP/CADA/REC/NCB/02/2011

1.       This Invitation for Bid follows the General Procurement Notice (GPN) for the Commercial Agriculture Development Project which appeared in “Development Business issue no. WB 3108- 756/09 and  “This Day” Newspaper of 22nd July 2009.

 

2.       The Cross River State Government through the Federal Government of Nigeria has received a credit from the International Development Association (herein referred to as IDA) towards the cost of Commercial Agriculture Development Project (CADP), and it intends to apply part of the proceeds of this credit to eligible payments for implementation of Subproject Proposals under the Energy Contracts “Supply and Installation of Rural Energy Equipments, Distribution Transformers, Lines and other Accessories as well as Capacity Expansion of Transmission Substation and Creation of 33 KVHT Feeders”.

 

The Cross River State Commercial Agriculture Development Association of Cross River State Commercial Agriculture Development Project (CRSCADP) now invites sealed bids from eligible and qualified bidders for the Rural Energy Contract as described below:

Lots Name of Site Location Component Description Bid Security Amount N:K Completion period
1 Itune Farms Ltd. Abini, Biase Local Government Area, CRS Installation of New HT Lines and Transformer Station with new LT Network 263,292.00 90 Days
2 Idu Oil Farm MPCS IJiman, Ugep, Yakur Local Government Area, CRS Installation of New HT Lines and Transformer Station with rehabilitation of Existing LT Network new LT Network 468,308.00 90 Days
3 Ofodua Rice Owners MPCS Ofodua, Obubra Local Government Area, CRS Installation of New HT Lines and Transformer Station with new LT Network 311,767.00 90 Days
4 Yaunde/Manko no MPCs Agbokim Road, Ikom Local Government Area, CRS Installation of New HT Lines and Transformer Station with new LT Network 336,735.00 90 Days
5 Jovimu MPCS Ikami-Uyanga, Akamkpa Local Government Area, CRS Installation of New HT Lines and Transformer Station with rehabilitation of existing LT Network 279,675.00 90 Days
6 Adim (MOE) Rice Mill Adim, Biase Local Government Area, CRS Installation of New HT Lines and Transformer Station with new LT Network 321,814.00 90 Days
7 Ogoja Central Rice Mills Ndok Junction, Ogoja Local Government Area, CRS Installation of New HT Lines and Transformer Station with new LT Network 260,802.00 90 Days
8 Yeinor Rice Mills MPCS Egboronyi, Abi Local Government Area, CRS Installation of new HT Lines and Transformer Station with rehabilitation of existing LT Network 237,633.00 90 Days
9 Enwonge-Abasi MPCS Ikot Nya-Nya, Akpabuyo Local Government Area, CRS Installation of New HT Lines and Transformer Station with rehabilitation of existing LT Network new LT Network 374,916.00 90 Days
10 Mkpanjeen Estyyetey MPCS Akparabong, Ikom Local Government Area, CRS Installation of New HT Lines III and Transformer Station with rehabilitation of existing LT Network new Network 309,043.00 90 Days
11 Gauos MPCS Omindom, Ikom Local Government Area, CRS Installation of new HT Lines with rehabilitation of Existing LT Network new LT Network 83,327.00 90 Days
12 Happlness Rice Mills Elkureku, Abi Local Government Area, CRS Installation of New HT Lines with rehabilitation of Existing LT Network new LT Network 42,846.00 90 Days

Bidders can bid for one or more than one lot.

Bidding will be conducted through the National Competitive Bidding (NCB) 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 Guidelines.

3.       Interested eligible bidders may obtain further information from and inspect the bidding document at the Cross River State Commercial Agriculture Development Project (CRSCADP), at the address given below from 8.00am to 4.00pm, Monday to Friday.

 

4.       Qualifications requirement include:

i.        Average annual financial amount of supply and installation over the last 3 years for each lot as follows

 

Lots 1 2 3 4 5 6 7 8 9 10 11 12
Average Annual Turnover (N) N70, 211, 

236. 00

N124, 882, 152. 96 N83, 137, 806. 96 N89, 796, 000. 00 N74, 579, 970. 96 N85, 816, 986. 96 N69, 547, 196. 80 N63, 368, 658. 96 N99, 977, 459. 20 N82, 411, 500. 96 N22, 220, 488. 00 N11, 425, 454, 96

 

iii.      Bidders shall have been in the power distribution business for at least five (5) years with extensive experience in the construction of high tension overhead lines up to 33kV and distribution substations.

Liquid assets net requirement for each of the lot is as listed below:

 

Lots 1 2 3 4 5 6 7 8 9 10 11 12
Liquid Asset (N) N2, 194, 

101. 13

N3, 902, 567. 28 N2, 598, 056. 47 N2, 806, 125. 13 N2, 330, 624. 09 N2, 681, 780. 84 N2, 173, 349. 90 N1, 980, 270. 59 N3, 124, 295. 60 N2, 575, 359. 41 N694, 390. 25 N357, 045. 47

 

5.       A complete set of Bidding Document in English Language may be on the submission of a written application to the address below and refundable fee of Fifteen Thousand Naira (N15, 000.00) or its equivalent any freely convertible currency. The method of payment will be by cash or bank draft in favor of Cross River State Commercial Agriculture Development Project (CRSCADP). The document will be collected by bidder’s representative or sent by courier services on request

 

6.       Bids must be delivered to the above office on or before Monday 3rd October 2011 by 12 Noon and must be accompanied by a bid security in the amount state in the table in paragraph 3 above. Electronic bidding will not be permitted. Late bids will be rejected.

 

Bids will be opened in the presence of bidders’ representatives who choose to attend on or before Monday, 3rd October 2011 by 12.00 Noon, at the address below:

The Stare Project Coordinator,

Cross River State Commercial Agriculture Development Project Office (SCADO), CRS Agricultural Development Project (ADP) Office Premises, IBB Way, Opposite Margaret Ekpo International Airport,

E-Mail: crossrivereadp@yahoo.com

Tel: 08030901766, 08076943948

Request for Expression of Interest for the Provision of Facility Management Set rvices at Niger State Development Company Limited (NSDC)

 

Niger State Development Company Limited (NSDC)

Request for Expression of Interest for the Provision of Facility Management Services

Introduction:

 

Niger State Development Company Limited (NSDC) is desirous of engaging a reputable Facility Manager for the management of its property situated at Plot 817, Raphael Shodeinde Street Central Business District, Abuja. This property comprises of five floors, with an approximate floor space of 420sq. meters on a parcel of land measuring about 5995 sq. meters.

 

Scope of Work

  • Maintenance of internal and external surrounding, landscaping and gardening;
  • Maintenance of all ell electrical, plumbing, water distribution, sanitary wares etc
  • General daily cleaning of inside and outside the building as well as pest control;
  • Provision of security services;
  • Maintenance and repair of building and general infrastructure

 

Pre-qualification:

All interested managers are to submit the following pre-qualification documents:

  • Company- profile;
  • Copy of Certificate of Incorporation;
  • Copy of certificate of registration with NSDC;
  • Reference letter from bank stating proof of availability of funding for the project
  • Copies of Tax clearance for the last 3 years

 

Submission

Expression of interest should be produced in three (3) hard copies, sealed in an envelope and clearly marked “Expression of interest for facility Manager Abuja”

 

The EOI should be submitted between 9am and 5pm, Monday to Friday to:

The Managing Director

Niger State Development Company Limited,

A44, Muazu Mohammed Way,

Minna, Niger State

 

For inspection of the property and any other inquiry, please call Ibrahim on 08095478790

 

All submission should reach the office on or before Thursday 8th September 2011 by 5pm.

 

Only pre-qualified Companies will be contacted.

 

 

Design, Manufacturers, Supply, and Installation of Single and three phase prepaied meters at Kaduna Electricity Distribution Company (PHCN)

Kaduna Electricity Distribution Company

4th, 5th,  6th, 7th Floors Nagwamatse House

Ahmadu Bello Way, Kaduna

Public Notice

Invitation to Tender

Introduction:

The Federal Government of Nigeria in its efforts to eliminate bottlenecks associated with billing and to improve energy Management and ultimately enhance service delivery to customers nationwide has granted approval for the procurement of large quantity of Prepayment meters, under the MYTO fund initiative.

 

 

Accordingly, the Kaduna Electricity  Distribution Company (PHCN) hereby   invites  interested    and    reputable    Manufacturers,  Manufacturers  Representatives  and  contractors with  relevant experience in the field to tender for the Design, Manufacturers, supply, installation and management of the following categories of meters and accessories.

 

S/N LOT SCOPE OF WORK TENDER Fee
1 KDM-01 Design, Manufacturers, supply,  and installation of single and three phase prepaied meters including vending stations for Doka Business Unit in Kaduna. N100,000.00
2 KDM-02 Supply of NCB for Single and Three phase electromechanical Meters for Kafanchan and Yelwa-Yauri Business Units. N20,000.00
3 KDM-03 Upgrade and Certification of Existing Maximum Demand Metters to comply with MV90 project in Makera Business Unit in Kaduna. N50,000.00

Requirements

Interested companies are required to make a non-refundable payment in Bank draft of the amount indicated against each LOT to PHCN Kaduna Electricity Distribution Company and obtain the Tender documents. Thereafter, contractors who have fulfilled the above requirements are to submit (3) three copies of their Technical profile with specific chapters, paginated and separated by dividers in the same order as set out under A & B, below.

A, i.   Evidence of registration with Corporate Affairs Commission (CAC). Certified True Copy of Certificate of Incorporation and Memorandum and Articles of Association should be submitted

ii.       Evidence of compliance with the Pension Reform Act, 2004 with updated remittances,

iii.      Evidence of Audited Accounts and Tax clearance for the last three years (2008, 2009, 2010).

iv.      Evidence of VAT registration and past VAT remittances,

v.       Evidence of payment of non-refundable Bid fee of N20,000,

N50,000,or  N100,000, only for collection of bid documents, as specified in the introduction.

vi.      All firms interested in the execution of the projects MUST have their officers registered with COREN.

vii.     All   relevant   information   concerning physical   addresses, Telephones, GSM, fax, e-mail address of the company or its Representatives must be submitted

viii.   Bank Reference stating credit Limit the Bank is willing to grant

the company for such project

ix.      A sworn affidavit affirming that none of the Directors of the company was an ex-convict and that no staff of KDEDC has pecuniary Interest in the company. The affidavit should also affirm   the   true   financial   and   technical   position   of   the company. That is to say the Company is not in Receivership

x.       Any other relevant documents and information that will place the company on a comparative advantage.

 

(B)      Technical Details

i.        Proof   of   available   office,   resources,   warehouse, equipment, facilities etc,

ii.       Proof of technical  expertise  and Resume of key Officers to be involved in the execution of the project

iii.      Details of relevant and verifiable experience of projects executed  by the company  (please attach copies of transaction  documents  including  project Completion Certificates),

 

 

Note:  Kaduna Electricity Distribution Company Will Verify All  Claims   Made  By  The   Bidding   Companies Therefore; All Necessary Authorities and Guarantee for Verification Must Be Submitted

Collection of Bid Documents.

Bid documents, both Technical and Financial, can be obtained from the Secretary Management Tender’s Board, Kaduna Electricity Distribution Company, 4th Floor Nagwamatse House, Ahmadu Bello Way, Kaduna Nigeria on presentation of evidence of payment in Bank draft of a non-refundable Tender fee of N20,000, N50,000 or N100, 000 as the case may be.

 

Submission of Bid Documents

Completed bid/Tender documents must be submitted not later than 12,00noon on Tuesday, 4th October, 2011 in sealed envelopes clearly marked as “Project Name, Technical and Financial proposal” and addressed to:

Chief Executive Officer

PHCN Kaduna Electricity Distribution Company

4th Floor Nagwamatse House

4/5 Ahmadu Bello Way, Kaduna, Nigeria.

 

Please Note:

1.       Returning of bid/Tender documents should only be done within working days, and hours of (8am-5pm).

2.       In all correspondence, please quote the reference number on the bid document.

3.       This advertisement shall not be construed as a commitment on the part of KDEDC nor shall it entitle the Tenderer to make claims what so ever  or seek any indemnity from KDEDC by virtue of such Tender having responded to this advert,

4.       Late submission will not be entertained. The Bids shall be opened at l:00pm on Tuesday October 4th, 2011 at the conference hall of the company, on the 6th floor, Nagwamatse House, Ahmadu Bello way, Kaduna,

5.       For further enquires please visit info@PHCNkdEDCprocurement.com

Signed

Management

Kaduna Electricity Distribution Company