Request for Proposals (RFP) for the Equipping and Furnishing of the School of Nursing Block at Alimosho General Hospital, Igando, Lagos

Lagos State Government

Ministry of Health

Request for Proposals (RFP) for the Equipping and Furnishing of the School of Nursing Block

Alimosho General Hospital, Igando

 

 

1.0 Background

The construction of a contemporary School of Nursing is ongoing within the premises of the Alimosho General Hospital, Igando. The four floor structure, with a capacity for 300 students will comprise the Schools of General Nursing, Public Health and Midwifery.

 

 

2.0   Project Scope

The project scope will include the following:

  • Supply and installation, where applicable, of equipment/ models and mannequins
  • Supply and installation, where applicable, of furniture

 

 

3.0 Requirements from Interested Parties

Prospective consortia are required to submit comprehensive technical and financial information as follows:

 

 

3.1. Legal Status and Profile

  • Full name of company and contact person, postal address, telephone/fax numbers and e-mail addresses.
  • Ownership   structure   including   name(3)   of   shareholders   and   percentage shareholdings.
  • Company registration including Certificate of Incorporation, certified true copies of Memorandum and Articles of Association and CAC Form C07
  • Evidence of registration with the Lagos State Tenders Board

 

 

3.2. Relevant Experience

Provide evidence of previous experience in carrying out similar projects including the following details:

  • Name of Project
  • Brief description
  • Clients
  • Scope of Work
  • Contract value
  • Contractual period
  • Nature of contract (PPP, lump sum etc)
  • Name and address of a Referee in client’s company

3.3. Safety, Health and Environment (SHE) Statement

Provide SHE Policy and evidence of Management’s commitment to the policy

 

 

3.4. Quality Assurance and Quality Control (QA/QC)

Provide Quality Assurance and Quality Control Policy and plan along with ISO Certification (if available).

 

 

3.5     Financial Capability

Provide the following information;

  • Most recent 3Years Audited Financial Statements and latest Management Accounts.
  • Evidence of available financing and/or access to credit line for the project.

4.0. Equipment/Furniture Schedule

Copies of the proposed equipment/furniture schedule are available for collection by prospective consortia at the following address:

 

The Secretary

Office of the Permanent Secretary

Lagos State Ministry of Health

Room 403, Block 4

The Secretariat

Alausa, Ikeja

Lagos, Nigeria

5.0, Submission of Proposals

An original copy and five (5) other copies of the relevant proposal shall be delivered in a sealed envelope clearly marked “Proposal for the equipping and furnishing of the School of Nursing Block, Alimosho General Hospital, Igando” and delivered to the address below not later than 5.00 pm on 16th May, 2011.

 

 

Attention:

Office of the Honourable Commissioner,

Lagos State Ministry of Health

Room 505, Block 4

The Secretariat Alausa, Ikeja

Lagos, Nigeria

 

 

It should be noted that this invitation does not constitute a commitment on the part of Lagos State Government and/ or the Lagos State Ministry of Health to award the project to any consortia expressing interest. Furthermore the submission of documents shall not entitle any of the interested parties to any claims against LSG and/ or LSMH by virtue of such consortia having responded to the EOI invitation.

 

 

All costs incurred by respondents as a result of this EOI Invitation and any subsequent requests for information shall be tor respondent’s account only.

 

Rehabilitation of Isashi Waterworks at Lagos Water Corporation

Invitation for Bids (IFB)

The Federal Republic of Nigeria

Lagos State Government

Lagos Water Corporation

Second National Urban Water Sector Reform Project

(Cr.4086-UNI))

Specific Procurement Notice

 

Contract for Rehabilitation of Isashi Waterworks of Lagos Water Corporation

 

LSWC/2NUWSRP/NCB/WKS/056

 

1.       This invitation for bids follows the general procurement notice for this project that appeared in the Development Business, issue no. 673 dated 28th February, 2006

 

2.       The Lagos State Government has received a credit facility from the International Development Association (IDA) through the Federal Government of Nigeria toward the cost of the National Urban Water Sector Reform Project (2NUWSRP) and intends to apply part of the proceeds of the credit for eligible payments under the contract mentioned above,

3.       Lagos State Water Corporation (LSWC) now invites sealed bids from eligible bidders for Rehabilitation of Isashi Waterworks of Lagos Water Corporation. The construction period for the contract shall be 12 months.

 

4.       The works in these Tender Documents will be executed under the contract

LSWC/2NUWSRP/NCB/WKS/056: Rehabilitation of Isashi Waterworks of Lagos Water Corporation and will include:

 

i.                   Refurbishment of switchgears, transformers, generators and distribution systems;

ii.                 Supply & installation of Raw Water submersible pumps;

iii.              Refurbishment of Raw Water Intake floating pontoon;

iv.              Overhauling/Refurbishment of Pumping Station Equipment, Motor Control Centers, Electric Motors, Control Panels, and other auxiliary equipment such as compressor units, air scour blowers e.tc;

v.                 Refurbishment of filtration systems including installation and additions of new instruments and control systems;

vi.              Refurbishment of the PLC (Programmable Logic Controllers) infrastructure including the OIT (Operator Interface Terminal);

vii.            Replacement of chemical dosing pumps and dosing pipelines, including mixers and mixing tanks;

 

5.       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, Small Works (April 2008 edition, revised November 2010), and is open to all bidders from eligible source countries as defined in the guidelines.

 

 

Only eligible Bidders with the following key qualifications should participate in the bidding;

a) Bidders should possess experience in construction in the role of contractors or subcontractor or management contractor for at least the last five (5) years

b) Bidders should have participated as contractor or management contractor or subcontractor in at least two (2) contracts within the last five years, each with a value equal to the proposed, that have been successfully and substantially completed and that are similar, in nature, to the proposed Works.

c) Bidders should have experience in the Rehabilitation of Water Treatment Works and Raw Water Intake.

d) Bidders should have minimum average annual construction turnover of 1.42Billion Naira in the last five (5) years,

e) Bidders should have qualified key personnel and relevant technicians.

f) Bidders should demonstrate that they have the required key equipment

g) Bidders should have a positive net worth;

h) Bidders’ pending litigation, if any, should not represent more than 15% of their net worth.

i) Bidders must have adequate financial resources to meet the cash flow requirements of 300 Million Naira and the overall cash flow requirements for the contract.

 

 

Detailed qualifying requirements are stipulated in Section III: Evaluation and Qualification Criteria of the Bidding Document.

 

6.       Interested eligible bidders may obtain further information from the office of Lagos Water Corporation at the following address from 09:00am 3:00pm.

 

 

Group Managing Director

Attention: Project Coordinator

Lagos Water Corporation

Project Implementation Unit

5th Floor, Room 549

Headquarters

Water House

Tel: +234-01-7741973, +234-807-7763774.

E-mail: 1, raimi.ipaye@yahoo.co.uk

2, ripaye@lagoswater.org

 

 

7.       The Bidding Document in the English language, may be purchased by interested Bidders upon submission of a written application to the address above and upon payment of a non-refundable fee of 50,000.00 Naira (Fifty Thousand Naira). The method of payment will be by Bank Draft made out in favour of Lagos Water Corporation at the address below. All payments shall be receipted.

The document will be given to the person authorized by a power of attorney.

 

8.          Bids must be delivered to the address above at or before 12:00 noon, 25th May, 2011. All bids must be accompanied by a Bid Security in the amount of 18,000,000.00 Naira. Late Bids shall be rejected.

Bids will be opened in the presence of the Bidder’s representatives who choose to attend at the following address at 12:00 noon, on 25th May 2011. Conference Room, 5th Floor

Lagos Water Corporation

Water House, Headquarters, Ijara

Lagos, Nigeria

 

 

9.       Lagos Water Corporation will not be responsible for any costs or expenses incurred by Bidders in connection with the preparation or delivery of Bids.

Procurement of Water Treatment Chemicals at Enugu State Water Corporation

Federal Republic of Nigeria

Enugu State Water Corporation

Specific Procurement Notice

Invitation for Bids National Competitive Bidding (NCB)

1st National Urban Water Sector Reform Project (CR, 4784-NG UNI)

EN-NUWSRP/NCB/GOOD/01/II

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in the December Gateway Market Web Site on June,  2nd 2004 and was published in UN Development Business, issue no. 633 of June,  30th 2004

 

2.       The Federal Government of Nigeria (FGN) has received a credit facility of US$80 million from the International Development Association (IDA) towards the cost of the First National Urban Sector Reform Project and it intends to apply part of the proceeds of this credit to payments under the contact for the Procurement of Water Treatment Chemicals: (Lot 1 – 150 Tonnes of Aluminum Sulphate, Lot 2- 150 Tonnes of Hydrated Lime Contract No. EN-NUWSRP/NCB/GOODs/01 /1 1

 

3.       The Enugu State Water Corporation now invites sealed bids from eligible and qualified bidders for the following Goods to be procured:

 

ITEM NO. DESCRIPTION QTY UNIT
1 Supply of Aluminum Sulphate A12 (S04)3. 18H2O 150 MT
2. Supply of hydrated Lime (Ca(OH)2 150 MT

 

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loan and IDA Credits, and is open to all bidders from Eligible Source Countries  as defined in the Guide line, “May 4, 2004”.

 

5.       Interested eligible bidders may obtain further information from Enugu State Water Corporation; Project Coordinator, nuwsrp@yahoo.com and inspect the Bidding Documents at the address given below from 8:30am to 4:30pm.

 

6.       Qualifications requirements include:

a) Financial Capability

 

The Bidder shall furnish documentary evidence that it meet the following requirements)

(i):     External Audit Report of ‘the Bidder for the fart three (3)years

(ii)     Banker’s Declaration that the Bidder has the Financial Capacity or line of credit to execute a Contract of the same magnitude (as contained in the Schedule of Requirement) for supply of goods.

 

And/Or

 

(iii)   Manufacturer’s Declaration for a line of credit for the goods to be supplied by Bidder

 

(b) Experience and Technical Capacity

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirements).

 

(i)      Previous experience in supply of Water Treatment Chemicals of similar magnitude.

(ii)    Availability of haulage facilities to Final Destination,

 

 

(c)      The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet me following usage requirement:

 

(i)      Suitable for use as water treatment chemical

(ii)     Suitable for Human Consumption

(iii)    Suitable for producing potable water of quality that falls within WHO Guideline

 

A margin of preference for eligible national contractors “shall not” be applied

 

7.       A complete set of Bidding Document in English Language 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. The method of payment will be by Bank Draft made in favour of 1st National Urban Water Sector Reform Project -Enugu State. The Bidding Documents will be collected by hand or sent by Courier service on request

 

8.       Bids must be delivered to the address below on or before 27the May, 2011 at 12.00noon. Electronic bidding will not be permitted. Late bids will be rejected Bids will be opened in the presence of the bidder’s representatives who choose to attend in person at the address below on 27th May, 2011 at l2.30pm, All bids must be accompanied by a “Bid Security” of Lot 1- NG Naira 1,000,000.00; Lot 2 – NG Naira 1,000,000.00 or an equivalent amount in a freely convertible currency.

The address referred to above is:

The Managing Director,

Enugu State Water Corporation

#3ConstitutionRoad

GRA-Enugu

Nigeria

Rehabilitation of Industrial Building and Perimeter Fencing of Water Reserviors at Enugu State Water Corporation

Enugu State Water Corporation

Specific Procurement Notice

Invitation for Bids National Competitive Bidding (NCB)

1st National Urban Water Sector Reform Project (CR. 4784-NG UNI)

EN-NUWSRP/NCB/WORK/07/11

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that app eared in the December Gateway Market Web Site on June 2nd 2004 and was published in UN Development Business, issue no, 633 of June 30th 2004.

 

2.       The Federal Government of Nigeria (FGN) has received a credit facility of US$80 million from the International Development Association (IDA) towards the cost of the I First National Urban Sector Reform Project and it intends to apply part of the proceeds of this credit to payments under the contract for the Rehabilitation of Industrial Buildings and Perimeter Fencing of Water Reservoir Lime Contract No. EN-NUWSRP/NCB/WORKS/07/11.

 

3.       The Enugu State Water Corporation now invites sealed bids from eligible and qualified bidders for the following Goods to be procured:

 

ITEM NO DESCRIPTION
1 Rehabilitation of Industrial Building

 

2 Perimeter Fencing of Water Reserviors

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guideline, “May 4, 2004”.

 

5.       Interest, eligible bidders may obtain further information from Enugu State Water Corporation; Project Coordinator, nuwsrp@yahoa.com and inspect the Bidding Documents at the address given below from 8:30am to 4:30pm,

 

 

6.       Qualifications requirements include the following minimum conditions

a)     Possession of experience as a Prime Contractor for at least two (2) works of a nature and complexity equivalent to the works over the last five (5) years. To comply with this requirement, works sited should be at least 70 percent complete.

b)    The amount of Annual turnover in construction works in the last five(5) years in works that have been successfully and substantially completed and that are similar to the proposed works under this Contract is N50,000,000.00 (Fifty Million Naira) ony.

c)     Have a Project Manager with at least 7 years experience in works of equivalent nature and volume, including not less than 3 years as Manager among its core staff and shall have a minimum of B.Sc Degree in Civil Engineering Qualification.

d)    Own a substantial proportion of the equipment required to successfully execute the contract.

e)     Provide Annual audited account for the last 3 years.

f)      For the five (5) years to demonstrate.

 

The current soundness of the applicant’s financial position and its prospective long term profitability, and

 

 

Have Liquidity and/or evidence of access to or availability of confirmed positive credit facilities of not less than N1 00,000,000 (One Hundred Million Naira) only

 

7.       Interested eligible bidders may obtain further information from Enugu State Water Corporation and inspect the bidding documents at the address below from Mondays to Fridays (except public holidays) from 8.30am to 4.30pm

 

8.       A complete set of Bidding Document in English Language 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. The method of payment will be by Bank Draft made in favour of 1st National Urban Water Sector Reform Project -Enugu State. The Bidding Documents will be collected by hand or sent by Courier services on request.

 

9.       Bids must be delivered to the address below on or before Friday 27th May, 201J at 12.00 noon.  Electronic bidding will not be permitted. Late bids will be rejected Bids will be opened in me presence of the bidder’s representatives who choose to attend in person at the address below on 27th May, 2011 at 12.30pm. All bids must be accompanied by a “Bid Security” of Lot 1-NG Naira 1,000,000.00; Lot 2-NG Naira 1,000,000.00 or an equivalent amount in a freely convertible currency.

 

10.     All bids must be accompanied by a bid security of N1, 250,000.00 or an equivalent amount in a freely convertible currency.

 

11.     The address referred to above is:

The Managing Director,

Enugu State Water Corporation

#3 Constitution Road

GRA-Enugu

Nigeria

Invitation for Pre-Qualification of Contractors for the Execution of Nigeria Customs Service 2011 Capital Projects at Nigeria Customs Service Tenders Board

Nigeria Customs Service Tenders Board

Customs Headquarters, Zone 3, Wuse Abuja

Website: www.customs.gov.ng

E-mail: ngcustomsboard1@yahoo.com

Invitation for Pre-Qualification of Contractors for the Execution of Nigeria Customs Service

2011 Capital Projects

 

1. Introduction:

The Nigeria Customs Service invites interested and reputable Contractors,

Manufacturers and Suppliers with relevant experience to apply for pre-qualification for tender as a first step to the selection of suitable Contractors:

 

2.       Description and Scope:

(a)     Supply of Operational Vehicles

(b)     Supply of Sea Boats

(c)      Supply of Digital Printing Machines

(d)     Construction of Staff Quarters Nationwide

(e)      Construction of Other Buildings

(f)      Rehabilitation of Offices Nationwide

(g)     Rehabilitation of Barracks/Staff Quarters

(h)     Supply of Generators, Solar Panel Transformers and electrical Works nationwide

(i)      Drilling of Borehole and construction of Ground and Overhead water tanks Nationwide.

 

3. Pre-Qualification Requirements:

To be considered, interested Contractors must submit the following:

(a)     Evidence of Company Registration with Corporate Affairs Commission (CAC);

(b)     Evidence of Tax Clearance Certificate for the last three (3) years (2008, 2009 and 2010);

(c)      Evidence of having fulfilled all obligations in relation to Pensions and Social Security Contributions (PENCOM Clearance) in accordance with the provisions of the Pensions Act, 2004 and Section 16(6)(c) of the Public Procurement Act, 2007

(d)     Evidence of VAT Registration, Remittance and Tax Identification Number (TIN).

(e)      Company Profile including Key Staff and Strength.

(f)      Details of Equipment and  Plants including Machinery (Construction),

(g)     Name, address of Banker(s) and Letter of Reference from Bank(s),

(h)     Verifiable details of similar contracts previously executed in the last five (5) years including Letters of Award, Agreements and Completion Certificates.

 

4.       Submission of Pre-Qualification Documents:

Pre-qualification and Tender documents must be appropriately prepared in hard copy and sent in a sealed envelope marked “PRE-QUALIFICATION FOR TENDER” and to reach the address below on or before 4.00 pm, on 30th May 2011

 

5.       Opening of Pre-Qualification:

Applications received shall be opened publicly at 10.00a.m. on Tuesday 31st May 2011 at the address below.

 

Please note that full tendering procedure will be provided only to Contractors that have been successfully pre-qualified.

 

The Secretary,

Nigeria Customs Service Tenders Board,

Room 323 Customs Headquarters,

Wuse Zone 3, Abuja