Procurement of Generator at Kebbi State Second Health Systems Development Project

Invitation for Bids (IFB)

Procurement of Generator

Federal Government of Nigeria

Kebbi State Second Health Systems Development

Project (KBHSDP)

Credit No:  CR4522-UNI

IFB No:      KBHSDP/AF/GDS/NCB/2011/01

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Daily Trust Newspapers of April 2, 2009 as published by Federal Ministry of Health.

 

2.       The Federal Government of Nigeria has received credit from the International Development Association toward the cost of Kebbi State Second Health System Development Project (KBHSDP), and it intends to apply part of the proceed of this credit to payments under the Contract for Procurement Generators.

 

3.       The Kebbi State Second Health System Development Project (KBHSDP) now invites sealed bids from eligible and qualified bidders for Procurement of Generators.

 

 

Lot

No.

Description Qty

 

Delivery Schedule Bid Validity Period Bid Security Value Site of Delivery
1 17 KVA Generators’ 3 60 Days from the date of contract award 90 days Not less than 3% of Bid Price PHC Gulmare, Kasati and Kwasara

 

 

4.       Bidding will he concluded 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 The Kabbi State Second Health Systems Development Project (KBHSDPII), and inspect the Bidding Documents at the address given below from 9:00am to 4:00pm , on Mondays through Thursdays and 9:00am to 1:00pm on Fridays.

 

6.       Qualifications requirements include: Evidence of Registration with Cooperate Affairs. Manufacturer Authorization, Power of Attorney; Warranty Period. Evidence of experience in similar project executed. Audited Financial Statement and Tax Clearance. A margin of preference for certain goods manufactured domestically “shall not” be applied. Additional details are provided in the Bidding Documents.

 

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 below and upon payment of a non refundable fee of N10,000 only. The method of payment will be in cash/bank draft. The Bidding Documents will be delivered directly or sent by courier.

 

8.       Sealed Bids must be delivered to the address below on or before 10:00 a.m. local time on Wednesday 27th April 2011. Electronic bidding will 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 10:00 a.m. on Wednesday 27th April 2011.

All bids must be accompanied by a “Bid Security” of not less than 3% of Bid Price.

 

9.       The address referred to above is:

The Project Manager,

Kebbl Second Health Systems Dev, Project

21, Emir Haruna Rd., B/Kebbi. Kebbi State.

GSM: 08034213375, 08030931408

Email: kbbsdptwo@yahoo.com

Request for Expressions of Interest at the Nigeria Extractive Industries Transparency Initiative (NEITI)

The Presidency

The Nigeria Extractive Industries Transparency Initiative

(NEITI)

Federal Republic of Nigeria

Nigeria Phase II: EITI Implementation

Consultancy Services for Sector Revenue Monitoring

Methodology and Framework

Trust Fund Number: 95381

Request for Expressions of Interest

Issuance Date. March 29, 2011

The Federal Government of Nigeria (FGN) has obtained a grant from the EITI Multi Donor Trust Fund (MDTF) to be administered by the World Bank towards the cost of a consultancy service. The purpose of the consultancy is to develop a methodology and framework for the El monitoring of revenues and disbursements as well as application of revenues from payment. The objective is to strengthen NEITI’s revenue monitoring role in accordance with the NEITI Act, 2007. The serves required include but are not limited to:

  • Conducting a readiness assessment:
  • Disaggregation of the annual revenue reporting process into a monthly process and developing of a monthly reporting template for monitoring revenues.
  • Developing a comprehensive sector revenue monitoring methodology and framework for NEITI including guidelines for reporting and analysts;
  • Capacity building of NEITI staff, and relevant stakeholders in the use of the methodology and frameworks and on issues related to revenue monitoring.

 

This assignment may last for a period of 3 months from the time of contracting.

 

Submission of Expressions of Interest (EOIs)

HEITI now invites eligible consultancy firms with expertise in the EITI/ Extractive industry, particularly in relation to the Revenue Monitoring to Indicate their interest in providing the above-mentioned services. Firms can apply as a consortium and each firm/ consortia must include highly qualified consultants with experience in the following:

  • Financial Revenue and Disbursement monitoring/management
  • Process Management

 

Interested consultants must provide information indicating that they are qualified to perform the services:

  • Profile of firms/consortium (local/foreign) including ownership structure of firm making up the consortium:
  • Description of similar assignments executed/under execution in the sector by the firm/consortium, This should cover the role played by the consortium member(s) in (A) Designing and implementing a Revenue Monitoring/Management Framework, particularly in relation to Extractive industry revenues; B) Developing procedures and process for complex revenue operations (C) Designing and providing capacity building programs for public sector institutions around revenue monitoring
  • Evidence of experience in similar assignments, with verifiable copies of letters of award of contracts and completion of contracts; verifiable copies of executed contracts and any other past, contract documents to support, the consultant’s claim of experience
  • Experience in countries in similar conditions;
  • Availability of appropriate skills among staff;
  • Evidence of alliance/partnership between consortium members;
  • Information on Legal Status of the Firm or Consortium with verifiable Certificate of Incorporation.
  • Registration with appropriate professional bodies will be of additional advantage.

 

Consultants may associate to enhance their qualifications,

Evaluation of competence and qualification of firm will be undertaken on the basis of aforementioned requirements to be met by the consultant’s team,

A consultant will be selected in accordance with the procedures set out in the World Bank’s guidelines: Selection and Employment of Consultants by World Bank Borrowers, published in May 2004 (current edition)

Interested consultants may obtain further information at the address below during office hours. One original and five copies and a CD rom of the Expressions of Interest (EOI) must be delivered to the address below on or before 12th April 2011 by 5.00 pm in a sealed  envelope clearly marked “Expressions of Interest for the” development of a sector revenue monitoring methodology and framework.

 

The Executive Secretary

NEITI- Secretariat

No.1 Zambezi Crescent,

Off Aguiyi Ironsi Street, Maitama, Abuja

Phone: +234-9-2906545

E-mail: procurement@neiti.org.ng

Web site: http://www.neiti.org.ng

Only short listed consultants will be contacted

Procurement of Office Equipment/Information Technology Platforms /Alternative Power Backup at Federal Ministry of Education Science and Technology Education

Federal Government of Nigeria

Federal Ministry of Education Science and Technology Education

Post-Basic Project Step-B Project University of Lagos,

Centre of Excellence Akoka, Yaba, Lagos State,

 

Issuance Date: March 28, 2011

 

(IDA CREDIT NO. 4304 UNI)

Invitation for Bids (IFB)

Procurement of Office Equipment/Information Technology Platforms /Alternative Power Backup

 

IFB NO: UNILAG/COE/NCB/GDS/01/11

1.      This invitation for Bids follows the General Procurement Notice for this Project

that appeared in Development Business, issue No. 591 of 2nd July, 2007 and in four National Dailies of the same date.

 

2.      The Federal Government of Nigeria has received a credit from the international

Development Association (IDA) towards the cost of science and Technology Education Post -Basic Project (STEP B PROJECT), and it intends to apply part of the proceeds of this credit to payments under the contract for the procurement of office equipment or information technology platform or alternative power backup IFB No. UNILAG/COE/NCB/GDS/01/11.

 

3.       The science and Technology Education Post-Basic Project), now invites sealed bids from eligible and qualified bidders for the procurement of the following.

 

Lot No. Description Quantity Delivery

Period

Bids

Security

Location

1. Office equipment and materials Various as stated in the technical specification 60 Days At least 2.5% of bid price Unilag Unijos & NFI, Jos
2. Information technology platform Various as stated in the technical specification 60 Days At least 2.5% of bid price Unilag Unijos & NFI, Jos
3. Alternative Power backup Three (3) as stated in the Technical specification 60 Days At least 2.5% of bid price UniLag

 

The Project Manager,

Step-B Project Officer

Old Senate Building

University of Lagos

Akoka, Yaba, Lagos State.

 

Bidders may bid for any one or more lots and discounts offered for the award of combined lot will be considered lots will be considered its bid evaluation.

 

1 .      Bidding will be conducted through the National competitive Bidding (NCB) a procedure 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.

 

2.       Interested eligible bidders may obtain further from the Science and Technology Education Post-Baste (STEP B) Project Office and inspect the bidding documents at the address given below between the hours of 10:00am to 4:00pm Mondays to Fridays, except on public holidays.

 

3.       Qualification requirements include:  (1) Evidence of previous supply (sales) of office equipment/information technology platform/alternation power backup as the ease may be for the last 5 years, (ii) Audited Financial Statements for the last 3 years, (iii) Evidence of registration with appropriate/relevant government Agency. A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding document.

 

4.       A complete set of Bidding Documents in English may be purchased by interested Bidders on the submission of a written application to the addressed below and upon payment of a non-refundable fee of N 10,000.00 (Ten thousand Naira) only. The method of payment will be by cash. Certified Cheque or Bank Draft in favour of Unilag Science and Technology Education Post-Basic ( STEP B) Project. The Bidding documents will be collected by the representative of the Bidder or by courier services on request.

 

5        Bid  must be delivered to the address below at or before 12 noon local time on Monday April 25th , 2011. All bids must be accompanied by a Bid security of at least 2.5% of bid price in local currency or an equivalent amount in a freely convertible currency.

 

6.       The addressed referred to above is:

 

Signed:

Prof. O.A. Sofola

Project Manager (UNILAG STEP-B)

 

Invitation for Bids at Federal Roads Development Project (FRDP)

International Competitive Bidding

Invitation for Bids

Nigeria

Federal Roads Development Project (FRDP)

Credit Number-IDA 44150

 

 

This invitation for Bids follows the General Procurement Notice (GPN) for the Federal Roads Development Project (FRDP) that appeared in Development Business dated 11 March 2005.

 

The federal Government of Nigeria has received credit from the International Development Association (IDA) in the sum of USD 330 million towards the Federal Roads Development Project (FRDP). It is intended that part of the proceeds of this credit will be applied to eligible payments under the periodic maintenance for this package of 4 roads:

 

i.        Lot 1:          Ado Ilumoba-Agbado-Ikare Road (Section B) in Ekiti State

ii.       Lot 2:          Lafiaji-Mokwa Road in Niger State

iii.      Lot 3:          East West-Odi Road in Bayelsa State

iv.      Lot 4: Lafia-Doma Road in Nasarawa State

 

The Road Sector Development Team (RSDT) of the Federal Ministry of Works, (hereinafter called “the Employer”), now invites sealed bids from eligible bidders for the above named roads.

 

The Maintenance Works shall include, but are not limited to: shoulder clearance, scarification of failed sections, earthworks in completely failed areas, desilting of existing culverts and drains construction of culverts and drains, general bridge maintenance, protective works, laterite sub-base, crushed stone base course, asphaltic concrete surfacing as overlay, side drains, road markings and road furniture. Traffic management and social and environmental measures are also essential and important aspects.

 

Table I: Further details of the contracts:

 

Lot

No.

Contract No Contract

Name

Length (KM) Contract

Period

AMT of Bid Security Cost of Bid Document
1 FRDP/2011/ICB/ PMW/11

 

Lot 1: Ado Ilumoba- Agbado-Ikare Road (Section B) in Ekiti State 30.6 12months N20M N25,000.00
2 FRDP/2011/ICB/ PMW/12

 

Lot 2: Lafiaji- Mokwa Road in Niger State 23 12months N18M N25,000.00
3 FRDP/2011/ICB/ PMW/13

 

Lot 1: East West Odi Road in Bayelsa State 45 9months N19M N25,000.00
4 FRDP/2011/ICB/ PMW/14

 

Lot 1: Lafia -Doma Road in Nasarawa State 25 12months N24M N25,000.00

 

Bidders shall be free to bid for one or any combination of lots. The Employer will evaluate and compare Bids on the basis of each lot, or a combination of any number of lots, in order to arrive at the most economical combination for the Employer by taking into account discounts offered by Bidding in case of award of more than one lot to the same bidder, if a Bidder submits successful (lowest evaluated substantially responsive) bids for more than one lot, the evaluation will also include an assessment of the Bidder’s capacity to meet the aggregated requirements. This shall be on the basis of direct addition of the requirements for each lot.

 

Bidding will be conducted through the international competitive bidding procedures as specified in the world Bank’s Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credit & Grants by World Borrowers, January, 2011, and is open to all eligible bidders as defined in the guidelines.

 

Interested eligible bidders may obtain further information and inspect the bidding documents at the Office of the Unit Manager, Road Sector Development Team (RSDT) at the address below on working days from 10:00 to 5:00pm.

Qualification requirements for eligible bidders shall include:

 

(i)                Participation as contractor, management contractor, or subcontractor, in at least Two (2) similar contracts within last five (5) years, each with a value

Lot 1:          Naira Six Hundred and Fifty Million (N650 Million) OR USD 4,24 Million equivalent

Lot 2:          Naira Six Hundred Million (N600 Million) OR USD 3.90 Million equivalents

Lot 3:          Naira Six Hundred and Fifty Million (N650 Million) OR USD 4.24 Million equivalents

 

That have been successfully or are substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity. Methods/technology or other characteristics as described section VI. Employer’s Requirements.

 

(ii)     Other financial criteria are as shown Tables 2.

 

Table 2: Other Financial Criteria

 

 

S/No. Name of Contract Minimum Average Annual Turnover for the last 3years shall be

 

Minimum Amount of Liquid Assets and/or Credit facilities (cash flow) net of other contractual commitments of the successful bidder shall be
1 Lot 1 Naira One Billion, Seven Hundred Million (N 1.7 Billion) OR USD 11.0Million Naira Two Hundred and Sixty Five Million (N265 Million) OR USD 1.72Million

 

2 Lot 2 Naira One Billion, Five

 

Hundred Million

 

(N1.50 Billion) OR USD9.7 Million

Naira Two Hundred and

 

Thirty Million (N230 Million) OR USDl.5 Million

 

3 Lot 3 Naira One Billion, Six Hundred Million (N1.60 Billion) OR USDl0.4 Million Naira Two Hundred and

 

Thirty Five Million (N235 Million) OR USD1.53 Million

4 Lot 4 Naira One Billion, Five Hundred Million

 

(N1.50 Billion) OR USD9.7 Million

Naira Two Hundred and

 

Thirty Million (N230 Million) OR USD1.5 Million

 

A margin of preference for eligible national contractors shall be applied.

A complete set of bidding documents in English may be purchased by interested bidders at the address below and upon payment of a non-refundable fee of Naira 25,000 or US$ 170 for each lot on working days from 10:00 hrs to 5:00pm. The method of payment shall be by bank draft in favour of “Federal Roads Development Project”. Bidding Documents requested by mail will be promptly dispatched by courier on payment of additional charges of Naira 10,000.00 for domestic shipping and USS 128 for overseas delivery through bank draft drawn in the manner stated above, but RSDT will not be liable for late delivery or loss of the documents so dispatched.

 

Bids must be delivered to the address below by 14:00 hrs (local time) on Monday 9th May, 2011. All bids must be accompanied by a bid security in the amount shown in Table 1 respectively for each lot.

Bids will be opened in the presence of bidders’ representatives who choose to attend at 2:00pm. On Monday 9th May, 2011 at the address below.

Qualified domestic bidders may be eligible to receive a margin of preference of 7.5 percent in bid evaluation.

Road Sector Development Team (RSDT)

Federal Ministry of Works

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja, Nigeria

Attn: Unit Manager, Engr, L.A.Audi

Tel: +234- 7034044403

E-mail: unitmgr.rsdt@yahoo.co.uk

 

Invitation for the Pre-qualification of Contractors for the Execution of Capital Development Projects at Central of Bank Nigeria

Central Bank Nigeria

Invitation for the Pre-qualification of Contractors for the Execution of Capital Development Projects

Under 2011 Budget

The Central Bank of Nigeria is proposing to undertake a pre-qualification exercise for the under-listed capital projects under the 2011 budget.

 

Consequently, the Bank wishes to invite reputable contractors to indicate interest to undertake the under-listed projects:-

  • Completion of Bank’s Property at Tigris Crescent, Abuja, (Ref CBN/CDP/2011/001)
  • Refurbishment of existing CBN Branch at Owerri, (Ref CBN/CDP/2011/002)
  • Refurbishment of existing CBN Branch at Makurdi, (Ref CBN/CDP/2011/003)
  • Construction of Centers of Excellence in three (3) Universities, (Ref CBN/CDP/2011/004)
  • Capacity building in 6 Tertiary Institutions, (Ref CBN/CDP/2011/005)
  • Capacity building in 6 Secondary Schools/ (Ref CBN/CDP/2011/006)
  • Construction of Staff Clinic in Abuja, (Ref CBN/CDP/2011/007)
  • Construction of Staff Clinic in Enugu,(Ref CBN/CDP/2011/008)
  • Construction of Staff Clinic in Ibadan,(Ref CBN/CDP/2011/009)

 

The projects involve new construction works, replacement, rehabilitation and upgrading of the elements of existing facilities and appertaining equipment.

Prequalification Requirement

Interested and competent contractors wishing to carry out any of the above jobs must submit the following documents for verification: –

 

Mandatory (without which company 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 evidence should reflect the value of the (3) years

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

(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.

 

Others

(vii)   Comprehensive company profile with CV of key personnel.

(viii)  Verifiable evidence of similar being executed or being executed within the last five years (of value not less than N2.5 Billion for items 001 -004 and N1 Billion for items 005 -009) attaching copies of letters of award and successful completion certificates.

(ix)    Reference letter from 3No previous clients of similar projects satisfactorily execute

(x)     Reference letter from bank stating how much credit line the Bank is willing to give to carry out such project(s).

(xi)    Current Company’s audited statement of accounts dully stamped by a registered Auditor.

(xii)   List of equipment to be deployed for the project and evidence of ownership

(xiii)  Operational strategy

(xiv)  Health, Safety and Environment (HSE) Policy.

(xv)   Quality Assurance Policy.

(xvi)  Company’s registered address, functional contact email address, GSM phone number(s) and facsimile number(s).

Submission

Application for Prequalification accompanied by the above listed documents should be forwarded in wax sealed envelope boldly marked at the top left corner:-

 

“Prequalification for….. Under the CBN 2011 Capital Project”

And addressed to:

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C, CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria,

Fax No: 09-619-38239

E-mail- gahmed@cenbank.org

Closing Date:

All submissions must be received at the above Office on or before 11th April 2011.

 

Important Notice:

a)       This is not an invitation to tender. Full tendering procedure will for applied to contractors prequalified and found capable of executing the project.

b)      Only Successful Contractors will be contacted for the tender process.

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

 

Signed:

Management