PROCUREMENT OF INDOOR RE SIDL AL SPRAY INSECTICIDE, PUMPS, PROTECTIVE CLOTHING, AND SPRAY BOARD at Bauchi State Malaria Control Booster Project

 

Invitation for Bids (IFB)

Nigeria

Bauchi State Malaria Control Booster Project

Credit Number: 4250-UNI

 

PROCUREMENT OF INDOOR RE SIDL AL SPRAY INSECTICIDE, PUMPS, PROTECTIVE CLOTHING, AND SPRAY BOARD

IFB NO: BSMCBP ICB/IRS/001/11

1.This invitation for bids follows the general procurement notice for this project that appeared in Development Business, issue no. GNP/001 /06 of 13th September 2006.

 

2. The Federal Government of Nigeria has received credit from the International Development Association toward the cost of Malaria Control Booster Project (MCBP), and it intends to apply part of the proceeds of this credit payment under the Contract for PROCUREMENT OF INDOOR RESIDUAL SPRAY CHEMICAL, EQUIPMENT, PROTECTIVE CLOTHING AND SPRAY BOARD (IFB NO:BSMCBP/ICB/IRS/001/11)

 

3. The Bauchi State Malaria Control Project (BSMCP) now invites sealed bids from eligible and qualified bidders for

 

Lot Description Qty

(Satchels)/ Units

Bid Security Bid          Validity Delivery Period Delivery Location
1 IRS Chemicals (Insecticides) Alphacypermethrin (or its equivalent) 48190 sachets(12 5 grams) At least,    2.5% of Bid Price 90 days Within 60days Malaria Project Central Medical Store Bauchi
2 item

1

SPRAY PUMPS 180 -do- -do- -do- -do-
2 item

2

REPAIR KITS 45 -do- -do- -do- -do-
2 item

3

SPRAY BOARD 4 -do- -do- -do- -do-
3 PROTECTIVE CLOTHING 223 -do- -do- -do- -do-

 

Note: there are a total of three lots. Bidders quoting the incomplete lot will have their bids declared non responsive. Quotations for Insecticide and Pumps should include cost of training.

 

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

4. Bidding will be conducted through the International Competitive Bidding (ICB) 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 Project Manager, Bauchi State Malaria Control Booster Project (BSMCBP), E-mail; aubabuga@yahoo.com , and inspect the Bidding Documents at the address given below from 800am to 4.00pm, Monday to Friday, except on public holidays.

 

6. Qualifications requirements include:

  • Evidence of experience in the last five (5) years.
  • Audited  Financial  Statements for the  last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital, margin of preference for certain goods manufactured domestically shall, be applied. Additional details are provided in the Bidding Documents.

 

7.  A complete set of Bidding Documents 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 N10.000:00 (Ten thousand Naira only) or $100:00 (One hundred US Dollars only). The method of payment will be certified cheque or bank draft in favor of Buchi State Malaria Control Booster Project. The Bidding Documents will be collected by bidder’s representative.

 

8. Bids must be delivered to the address below on or before 26th 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 11:00 am on 26th April, 2011.

All bids must be accompanied by a Bid Security of at least 2.5% of bid price for or an equivalent amount in a freely convertible currency.

 

9. The address referred to above is (are):

Project Manager,

Bauchi State Malaria Control Booster Project

Bauchi State Agency for the control of HIV/AIDS, BACATMA,

No.4 Yandoka Road,

Nigeria

Tel: 2348058622243

E-mail: aubabuga@yahoo.com

Procurement of Computers and Accessories at Bauchi State Malaria Control Booster Project

Invitation for Bids (IFB)

Nigeria

Bauchi State Malaria Control Booster Project

Credit No. 4250 UNI

Procurement of Computers and Accessories

IFB Number:  BA/MCBP/NCB/G/03/011

 

 

1. The Government of Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Malaria Control Booster Project, and it intends to apply pan of the proceeds of this credit-to payments under the Contract for Procurement of Computers and Accessories IFB. NO. BA/MCBP/NCB/G/03/011.

2.  The Bauchi State  Malaria Control Booster  Project now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

 

 

Lot No Item No. Description of Item. Quantity Delivery Period
1 1 LAPTOP COMPUTER 5 60 days
2 DESKTOP COMPUTER 20 60 days
3 PRINTER 22 60 days
4 UNINTERRUPTED POWER SUPPLY (UPS) 20 60 days
5 AUTOMATIC VOLTAGE REULATORS 20 60 days
6 FLASH DISK 40 60 days
7 DIGITAL PHOTOCOPIER 1 60 days
2 1 BOX LIGHT PROJECTOR 3 60 days
2 DIGITAL CAMERA (VIDEO) 2 60 days
3 PROJCTOR SCREEN 3 60 days
4 DIGITAL CAMERA (STILL) 2 60 days

 

 

Note: “There are a total of two lots”,  Bidders quoting for incomplete lot will have their bids declared non-responsive, Quotations should include cost of installation, testing and commissioning.

3.  Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World

Supply of Items at Gombe State Fadama Coordination Office (GSFCO)

Third national Fadama Development Project

Gombe State Fadama Coordination Office

GSADP Headquarters, Bauchi Road Gombe.

Invitation for Bids (IFB)

 

Country:                                  Nigeria

Project:                                    NFDP III

Contract:                                 Procurement of one no. 15 Seater Bus

Project ID:                               P096572

Credit No:                               4494-UNI

IFB No:                                   GSFCO/NCB/01/2011

Last Date of Bid Submission:  April 12, 2011

 

1.    This invitation for Bids follows the General Procurement Notice for this Project that appeared in d.g market of the world Bank of June 19, 2009 and the THISDAY Newspapers of July 3rd 2009.

 

2.    The Federal Government of Nigeria has received a credit from the international Development Association (herein referred to as IDA) towards the cost of national Fadama Development Project III, and it intends to apply part of the proceeds of this credit to payment under the contract for Procurement of one no. 15 Seater Bus.

 

3.    The Gombe State Fadama Coordination Office now invites sealed bids from eligible bidders for the supply of the under listed items

 

Lot Description Qty(Unit) Location Delivery Period Bid Security
1 15 Seater bus 1 GSFCO

GSADP Headquarters Gombe State

60 days At least three percent (3%) of Bid Price

 

4.    Bidding will be conducted through the National Competitive Bidding procedures specified in the World Ban’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 and inspect the bidding documents at the address given below between the hours of 9.00 am-4.00pm (Mondays-Fridays):

 

Gombe State Fadama Coordination Office (GSFCO)

Gombe State Agricultural Development Projects (GSADP)

Ministry of Agriculture,

P.M. B 046, Gombe,

Nigeria.

 

6.       A complete set of bidding documents in English Language amy be purchased by interested bidders on the submission of a written application to the address given above and upon payment of a non-refundable fees of Ten Thousand Nair (N10,000.00) paid in Cash or Bank Draft. The Bidding document should be collected by hand from the Project office of GSFCO or can be forwarded to the Bidders by Courier services on request.

 

7.    Bids must be delivered to the Gombe State Fadama Coordination Office, Gombe on or before 12.00 noon on Tuesday, April 12, 2011. All bids must be accompanied by a Bid Security as mentioned in the table above or an equivalent amount in a freely convertible currency. Late bids will be reject.

 

8.    Bids will be opened in the presence of the bidders’ representative who choose to attend:

 

Time:          12.00 Noon (Local time)

Data:           Tuesday, April 12, 2011

Venue:        Gombe State Fadama Coordination Office

GSADP Conference hall, GSFCO Premises, Gombe.

Gombe State,

Nigeria.

 

 

Invitation for Pre-Qualification at Rural Water Supply and Sanitation (Agency)

Jigawa State Government of Nigeria

Rural Water Supply and Sanitation (Agency)

Shuwarin, Dutse- Kiyawa road, Dutse Jigawa State

 

Invitation for Pre-Qualification

 

The Rural Water Supply and Sanitation Agency (RU WASA) is inviting reputable companies/ contractors to apply for pre-qualification as potential contractors for the award of contract for the drilling and installation of hand pump boreholes in the state under the rural component of EU-UNICEF Water Supply and Sanitation sector reform programme (WSSSRP).

 

Requirement For Pre-Qualification

To qualify for pro-qualification, contractors are required to submit copy of company profile containing the under listed documents.

1.       Certificate of incorporation with corporate affairs commission.

2.       Evidence of financial capability.

3.       Evidence of availability of relevant equipment and technical capacity.

4.       Evidence of performance in other similar relevant projects

5.       Evidence of three years tax clearance

Submission

The completed documents should be submitted in sealed envelope to reach the office of the Managing Director on or before 28th March 2011.

 

Only pre-qualified contractors will be invited to tender for the project

 

Signed:

The Managing Director

Rural Water Supply and Sanitation (RUWASA)

Jigawa State.

Expression of Interest (EOI) for Provision of Consultancy Services for Physical Projects at Central Bank of Nigeria

 

Central Bank of Nigeria

 

Expression of Interest (EOI) for Provision of  Consultancy Services for Physical Projects

 

The Central Bank of Nigeria proposes to undertake, under its 2011 Capital Projects, the under listed projects:

  • Completion of Bank’s Property at Tigris, (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)

 

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

 

Consultancy Services will be required in the under listed areas in order to successfully execute the projects,

 

i.        Project Management Services

ii.       Architectural Services (except for Staff Clinics at Abuja & Enugu)

iii.      Structural Engineering Services

iv.      Quantity Surveying Services

v.       Electrical Engineering Services.

vi.      Mechanical Engineering Services.

 

Consequently, reputable firms interested in rendering services to the Bank in the categories as listed below, are requested to send in their Expression of Interest (EOI) for that purpose.

 

Project Management Services:          Pre and Post Contract Services

Architectural Services:                      Pre and Post Contract Services

Structural Engineering Services:       Pre and Post Contract Services

Quantity Surveying Services:            Pre and Post Contract Services

Electrical Engineering Services:        Pre and Post Contract Services

Mechanical Engineering Services:     Pre and Post Contract Services

 

Requirements:

The firm is to submit along with the EOI, the following requirements which shall be used as criteria for preliminary selection.

MANDATORY (without which the firm will be disqualified)

  • Evidence of registration with Corporate Affairs Commission.
  • Certified true copy of Memorandum and Article of Association.
  • Evidence of payment of tax tor the fast three (3) years as at when due. (such evidence should reflect the value of the projects undertaken by the firm in the last three (3) years)
  • Evidence of employees’ Retirement Savings Account (RSA) with Pension Fund Administrator
  • Evidence of remitting employer and employees pension contribution to appropriate pension fund custodian
  • Evidence of Transferring all Pension Funds and Assets prior to the commencement of the pension reform Act to license pension operators Others

 

a.    Evidence of participation in similar projects (of value not less than N2.5 Billion for items 001-004 and N1 Billion for items 005-008)

b.     Corporate profile of the firm including CV of key personnel Supported by   Professional licenses, registered address, functional contact email address.   GSM phone number(s), facsimile number(s).

c.     Audited accounts in the last three (3) years dully stamped by licensed Auditors.

d.    Verifiable reference of related services rendered in the last three (3) years (attach letters of engagement)

e.     References of satisfactory performance on similar projects from three (3) previous clients

g.    For Electrical Engineering Services. Evidence of Competent on

  • Power and Distribution
  • Information Communication Technology infrastructure
  • Security and Safety installations.

 

h.    Mechanical Engineering Services, evidence of Competences on

  • Hot and Cold water Supply and storage systems,
  • Waste and Storm water Drainage systems
  • Heating, Ventilation and Air-Conditioning (H VAC)
  • Fin- Fighting and Suppression systems
  • Transportation (Lifts)

 

 

Submission

Applications for EO1 accompanied by the relevant documents should be forwarded in sealed envelope marked at the top left corner and boldly written “EOI for.. Services for Projects under CBN 2011 Capital Projects”

 

And addressed to

 

The Secretary,

Major Contracts Tenders Committee

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

Central Business District,

Abuja, FCT Nigeria,

Closing Date

All submissions must be received at the above Office on or before 28th March 2011.

 

Important Notice:

  • Only short listed firms will be contacted

 

Signed

MANAGEMENT