Construction of Various Projects at Federal Ministry of Water Resources

Federal Republic of Nigeria

Federal Ministry of Water Resources

Upper Benue River Basin Development Authority

(UBRBDA), Yola

Mbamba-Fufore Road, P.M.B. 2086. Yola, Adamawa State,

Email: upperbenue@yahoo.com

Invitation for Technical and Financial Bids For Additional Projects Under 2010 Capital Appropriation

The Upper Benue River Basin Development Authority (U.B.R.B.D.A) is drawings funds from the Federal Government of  Nigeria 2010 budget and intends to deploy them towards the procurement of works, Goods and Services and therefore invites submissions for Technical and Financial Bids from qualified and reputable Contractors with proven competence in the field of Engineering for the following additional Constituency Projects.

S/N Lot Project Title Project Description
1 58 Construction of Solar motorized and hand pump boreholes at Mubi North/Mubi South/Maiha Federal Constituency of Adamwa State Drilling and installation of hand pumps, installation of solar powered boreholes including 22.5 m’ over head tank on 6m steel tower.
2 59 Construction of 4No. Hand Pump Boreholes at various locations in Nama Babba, Kurmi L.GA of Taraba State Drilling and installation of hand powered boreholes including 22.5 m’ over head tank on 6m steel tower.
3 60 Construction of 4No. Hand Pump Boreholes at various locations in Benten, Kurmi L.GA Taraba State Drilling and developing and completing of Hand pump boreholes.
4 61 Construction of 4No. Hand Pump Boreholes at various locations in Nyido, Kurmi L.GA of Taraba State Drilling and developing and completing of Hand pump boreholes.
5 62 Construction of 4No. Hand Pump Boreholes at various locations in Asha, Kurmi L.GA of Taraba State Drilling and developing and completing of Hand pump boreholes.
6 63 Construction of 4No. Hand Pump Boreholes at various locations in Yerimaru, Sardauna L.GA, Taraba State Drilling and developing and completing of Hand pump boreholes.
7 64 Construction of 4No. Hand Pump Boreholes at various locations in Gurgu, Sardauna L.GA, Taraba State Drilling and developing and completing of Hand pump boreholes.
8 65 Construction of 4No. Hand Pump Boreholes at various locations in Kofar Wakili Abba, Nguroje, Sardauna L.GA, Taraba State Drilling and developing and completing of Hand pump boreholes.
9 66 Construction of 4No. Hand Pump Boreholes at various locations in Palkari area, Mayo-Belwa L.GA Adamawa State Drilling and developing and completing of Hand pump boreholes.
10 67 Construction of 4No. Hand Pump Boreholes at various locatio

Request for Proposals for the Tagging of Trucks in All Depot Facilities in Nigeria at Petroleum Equalization Fund (Management) Board

Petroleum Equalization Fund (Management) Board

Request for Proposals for the Tagging

of Trucks in All Depot Facilities in Nigeria

Business Objective

As part of an ongoing business solution initiative to improve the efficiency of claims management through effective monitoring of petroleum product transportation, PEF(M) B seeks the services of an Asset & Trust Company (ATC) to manage the registration and tagging processes of white products transportation trucks for efficient, timely, and transparent authentication/verification.

The ATC is also required to provide strategic input towards implementation of a logistics management solution for tracking of truck movement.

Responsibility of the Asset & Trust Company

The core responsibilities of the asset & trust Company include but are not limited to:

  1. Managing truck registration & tagging processes by
  • Developing truck registration and tagging processes
  • Registering and capturing data of petroleum tankers Involved in transporting petroleum products within Nigeria
  • Providing adhesives for fixing RFID tags to petroleum tanks. The adhesive must be able to withstand extreme tropical environmental conditions and firmly affix tag to truck within 30 minutes.
  • Mounting RFID tag on registered truck and generating unique tag identification number.
  1. Generating periodic (monthly and quarterly) progress reports on the truck registration tagging process, and customer (marketers, transporters and drivers) feedback.
  2. Managing inventory of RFID tags for reconciliation purposes.
  3. Managing and maintaining relationship with Marketers
  4. Performing random inspection of tagged trucks to confirm compliance
  5. Recommending, implementing and managing a truck tracking solution

The asset company will be engaged for a period of six months after which the contract may be renewed based on business requirements.

The asset company will be engaged for a period of six months after which the contract may be renewed based on business requirements.

Requirements

To be considered for participation in the process, interested companies must demonstrate through the proposal that they have the technical competence, are capable and have resources available to provide the required service. The technical proposal shall include:

  1. Company profile and organizational structure, including names, resumes and phone numbers of key personnel.
  2. Verifiable list of previous relevant experience with evidence of awards and practical completion. Experience in asset inventory management, customer relationship management will be an added advantage.
  3. Information on office locations with multiple locations in different parts of the country will be an added advantage
  4. Evidence of incorporation of the company by Corporate Affairs Commission (CAC)
  5. Company tax clearance certificate for the last three years.
  6. VAT registration and evidence of past remittances,
  7. Experience/technical qualification of key personnel with copies of certificates
  8. Audited annual report of the company for the last three years
  9. Evidence of financial capability (bank statement for the past six months, credit worthiness and readiness to supply financial information on the company may be required.
  10. Evidence of compliance with the Pension Reform Act, 2004.
  11. The vendor shall indemnify the Board against any damage or loss of the RFID tags which will be provided.

Proposals are expected to be detailed according to the PEF(M) B zonal structure with each zone consisting of the following depots:

SOUTH- EAST ZONE: ENUGU

S/no Location
1. NNPC Depot, Enugu
2. NNPC Depot, Calabar
3. NNPC Depot, Makurdi
4. Dozzy oil and Gas/Grand Oil Honeywell, Calabar

NORTH- WEST ZONE: KADUNA

S/no Location
1. NNPC Depot, Gusau
2. NNPC Depot, Minna
3. NNPC Depot, Suleija
4. NNPC Depot, Kaduna
5. NNPC Depot, Kano

SOUTH- SOUTH  ZONE: PORT Harcourt

S/no Location
1. NNPC Depot, Post Harcourt
2. NNPC Depot, Warri
3. NNPC Depot, Benin
4. NNPC Depot, Aba
5. Bayelsa Depot, Yenagoa
6. Oando, Conoil, Reclamation Road.
7. Oando Farms, Onne
8. Oando Terminal & Masters Energy, Onne.
9. Sigmund, Abonema Wharf

NORTH- EAST ZONE: GOMBE

S/no Location
1. NNPC Depot, Gombe
2. NNPC Depot, Yola
3. NNPC Depot, Jos
4. NNPC Depot, Maiduguri

SOUTH- WEST ZONE: IBADAN

S/no Location
1. NNPC Depot, Ore
2. NNPC Depot, Ibadan
3. NNPC Depot, Ilorin
4. NNPC Depot, Mosimi
5. NNPC Depot, Ejigbo

DAPMMA AND MAJOR MARKETERS FACILITIES: LAGOS

S/no Location
1. Mrs, lAGOS
2. Total Oando Joint Venture Lagos
3. A-Z Euro Afric/Global Fleet Depot, Lagos
4. Ascon/Sahara, Lagos
5. Total Ibafon, Lagos
6. Capital Oil Lagos
7. Mobil Apapa Lagos
8. Folawiyo Lagos
9. Integrated /Acorn
10 Rehamaniyya
11. Oando Apapa, Lagos
12. AP PLC Lagos
13. Nipco Plc, Lagos
14. Total/Honeywell, Lagos
15. Chevron, Lagos
16. Conoil Apapa, Lagos
17. Zenon 1&2 Depot
18. Total, Apapa
19. Honeywell Lagos
20. Dejones Depot
21. Techno Oil Depot
22. Obat Depot

SUBMISSION

All proposals (both financial and technical) are to be submitted in two separate envelopes and clearly marked ‘Tagging of trucks – technical proposal’ and ‘Tagging of trucks financial proposal’. The financial proposal is to cover all areas of responsibility/ scope of work on the truck tagging solution). The financial proposal of compares that do not meet the minimum qualifying mark in the technical proposal will be returned unopened. Firms are advised to possibly visit the locations to enable them have a clear picture of the environment and articulate relevant information before submissions are made. Clarifications on number of trucks/ marketers can be sought from any of our depot offices prior to the deadline for submission. For any other enquiries please contact Head of Procurement.

Contact email: Theresa.george-obe@pefmb.gov.ng .

Contact phone number: 09-7803732

All proposals should reach PEF(M)B on or before 12th November 2010 and addressed to:

The Executive Secretary

Petroleum Equalization Fund Management Board

Plot 621 Ambassadorial Conclave

Central Business District, Abuja

Signed

Management

Construction of Projects at Nigerian College of Aviation Technology, Zaria

Nigerian College of Aviation Technology, Zaria

Tender For Perimeter Fencing Of College Premises

A.        Introduction

The Nigerian College of Aviation Technology, Zaria has appropriated funds in its year 2010 FGN budget for Perimeter Fencing of the College premises and intends to apply it for the works. The College now invites reputable civil engineering contractors to tender for the construction works.

B.       Scope of Work

  1. i.            Demolition works
  2. ii.            Construction of concrete/block wall perimeter fencing around the College premises
  3. iii.            Erection of expanded wire mesh operational fence around the aerodrome.
  4. iv.            Construction of gate house and security posts
  5. v.            Solar lighting of perimeter and operational fence

C.        Pre-Qualification Requirements

Interested companies with relevant experience in the above listed works with   proven capacity for timely execution of works and financial capability are required to forward the under-listed documents for consideration:

  • Evidence of Registration with Corporate Affairs Commission (CAC).
  • Evidence of Tax Clearance for the past three (3) years (2007, 2008 and 2009).
  • Evidence of VAT registration and remittances.
  • Audited account of the company for the past three (3) years (2007, 2008 & 2009)

Profile of the company including the curriculum vitae (CV) of key personnel with years of experience

List and evidence of ownership of equipment

Evidence of compliance with the Pensions Reform Act and remittance of employee contributions

List and evidence of at least two (2) jobs of similar nature directly executed /handled by the company within the last five (5) years

Evidence of financial capability/evidence of access to availability of credit obtained from reputable commercial bank.

A sworn affidavit indicating whether any staff of the Nigerian College of Aviation Technology, Zaria is a former or present director or shareholder or has any pecuniary interests in the company

D       Submission of Tender Documents

Tender documents are obtainable on the payment in Bank Draft of a non-refundable fee of Twenty Thousand Naira (N20,000.00) payable to Nigerian College of Aviation Technology, Zaria between the hours of 9:00am to 4:00pm,

Mondays to Fridays.

Tender documents should be collected, sealed separately with the pre-qualification documents in four copies each in different envelopes marked “Pre-qualification documents for fencing at NCAT” and “Tender documents for fencing at NCAT. Do not open unless Pre-Qualified”.

Both envelopes should be enclosed and sealed separately with the appropriate title clearly marked on the top left hand corner of the envelope, addressed to and deposited at:-

Nigerian College of Aviation Technology

Zaria Aerodrome,

P.M.B. 1031,

Zaria,

Kaduna State,

Nigeria.

ATTN: Secretary, Parastatals Tender’s Board.

E.      Closing of Tender/Pre-Qualification

All pre-qualification documents should be submitted on or before Friday 12th November, 2010.

The financial bids should be submitted on or before 12:00 noon, on Thursday, 25th November 2010. Bidders should note that the financial bids of only the pre-qualified contractors will be opened in the presence of bidders who chose to attend at the College cafeteria on Thursday 26th November 2010 at 12:00noon. Late submissions will be rejected.

F.      General Information

  • This Tender shall not be construed as a commitment on the part of NCAT nor shall it entitle prospective companies to make claims whatsoever and/or seek any indemnity from NCAT.
  • Only companies whose pre-qualification documents are considered satisfactory will have their financial bids opened.
  • Technical competence will be considered a major factor and as such the College is not bound to select the lowest tender.

Signed

Management

Procurement and Installation of Cyber Equipment at Kebbi State Second Health Systems Development Project (KBHSDP)

Invitation for Bid (Ifb)

Procurement and Installation of Cyber Equipment for Cyber Café IN MOH & PIU

Federal Government of Nigeria

Kebbi State Second Health Systems Development Project (KBHSDP II)

Credit No:                          CR4522- UNI

IFB NO:                              KBHSDP 11/AF/GDS/NCB/2010/003

  1. 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. 2. The Federal Government of Nigeria has received a credit from the international Development Association (IDA) towards the cost of Second Health Systems Development Project (KBHSDP 11), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement and Installation of Cyber Equipments for Cyber café in MOH and PIU.
  3. 3. The Kebbi State Second Health Systems Development Project (KBHSDP 11) now invites sealed bids from eligible qualified bidders for Procurement and Installation of Cyber Equipment for Cybercafé in MOH and PIU as follows

<td width="174" v

Execution of Goods at Kebbi State Second Health Systems Development Project (KBHSDP)

Invitations for Bids (Ifb)

Procurement of Drugs

Federal Government of Nigeria

Kebbi State Second Health Systems Development Project (KBHSDP 11)

CREDIT NO:             CR4522- UNI

IFB NO:                 KBHSDP/AF/GDS/NCB/2010/004

  1. This invitation for Bids follows the General Procurement Notice for this project that appeared in Daily Trust Newspaper of April 2, 2009 as published by the Federal Ministry of health
  2. The Federal Government of Nigeria has a credit from the International Development Association (IDA) toward the cost of Second Health Systems Development Project (KBHSDP 11) and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Drugs
  3. The Kebbi State Second health Systems Development Project (KBHSDP 11) now invites sealed bids from eligible and qualified bidders for Procurement of drugs as follows

LOT 1: Injections, tablets and Aerosols

Lot/N S/N Description Qty Delivery Schedule Bid Validity Period Bid Security Value Site of Delivery
Lot 1 1 Computer Systems 12 60 Days from the date of contract award 90 days Not less than 3 % of Bid Price KBHSDP No. 12 Emir Haruna Road B/Kebbi
2 UPS 12
Lot 2 1 C-Band  V-sat Internet Access 1 60 Days from the date of contract award 90 days Not less than 3 % of Bid Price KBHSDP No. 12 Emir Haruna Road B/Kebbi
2 20- User C- Band Enterprise Internet Access Bandwith 1 yr
3 Deep cycle Sukam Batteries 4
4 Single UTP Wall Plates 30
4
S/N DESCRIPTION OF ITEM PACK QTY DELIVERY SCHEDULE BID

VALI

DITY

BID SECURITY VALUE SITE OF DELIVERY
1 Paracetamol Inj 100 300 60 Days from the date of contract award 90 Not less than 3% of Bid Price KBHSDP No. 21 Emir Haruna Road, Birnin Kebbi
2 Paracetamol 500mg tab 1000 500
3 Artemether 20mg, Lumef 120mg tab Dose 5,000
4 Artemether 80mg/Lumef 480mg tab Dose 3,000
5 Artemether 200mg/Mef 250mg Tab Dose 2,000
6 Artemether 40mg Inj (Larither) 10 750
7 Albendazole 100mg tab 100 140
8 Sulphamethoxazole/Trimethoprim 400/80mg tab dose 4500
9 Nifedipine 20mg tab 30 500
10 Amlodipine 10mg Tab 100 400
11 Amlodipine 5mg Tab 100 300
12 Hyoscine-N-ButyIbromide 10mg tab 1000 75
13 Hyoscine-N-Butyl Br. 20mg/ml Inj 100 60
14 Magnesium Trisilicate cpd 500mg tab 1000 100
15 Misoprostal (Prostaglandin analogue) 200mcg tab 100 200
16 Magnesium Sulphate Injection 100 50
17 Oxytocin 10 Units/mi Inj 100 150
18 Ascarbic Acid 100mg tab(Vit C) 1000 100
19 Multivitamin tab 100 500

Lot 2: Syrups, Capsules, Eye Installation, Infusions Dermatologists

S/N DESCRIPTION OF ITEM PACK QTY DELIVERY SCHEDULE BID VALI

DITY

BID SECURITY VALUE SITE OF DELIVERY
1 Paracetamol 125 mg/5ml 5yrs 60ml 15000 60 Days from the date of contract award 90 Days Not less than 3 % of Bid Price KBHSDP, No. 12 Emir Haruna Road, Birni/ Kebbi
2 Amoxicillin 457/5ml-Clavulanic 400mg/5ml 100ml 3000
3 Ampicillin/Cloxacillin Susp 100ml 3000
4 Ampicillin/Cloxacillin 500mg cap 100ml 1000
5 Artemether 15mg/Lumef 90/5ml Susp 100ml 5000
6 Erythromycin Stear 125mg/5ml Susp 100ml 1500
7 Metranidazole Syr 100ml 3000
8 Nystatin Oral Susp 100,000 i.u/ml 50ml 750
9 Ferrous Sulp 60mg/5mg Folic Acid Cap 30 1500
10 Methylated Spirit Solution 100ml 300
11 Magnessium Trisilicate cpd Mixture 100ml 1000
12 Chloramphenical Drop 0.5% tube 1000
13 Chloramphenical Eye 1% Oint tube 500
14 Gentmicin Eye/Ear Drop tube 500
15 Cough Expectorant 100ml 2,000
16 Dextrose saline 4.3 % I.V 500ml 3000
17 Dextrose saline 5% I.V 500ml 3000
18 Normal Saline 0.9 % 500ml 1000
19 Oral Rehydration Salt (ORS) Sachet 3000
20 Ascorbic Acid 100mg/5ml 5 yr (Vit C) 100ml 1,500
21 Multivitamin Syrup 100ml 3000
22 Vitamin B complex Syr 100ml 3000

LOT 3: Surgical

S/N DESCRIPTION OF ITEM PACK QTY DELIVERY SCHEDULE BID VALI

DITY

BID SECURITY VALUE SITE OF DELIVERY
1 Cotton Wool Roll 500 60 Days from the date of contract award 90 Days Not less than 3% of Bid Price KBHSDP No. 21 Emir Haruna Road Birnin/Kebbi
2 Disposable Syringes & Needle 2ml 100 500
3 Disposal Syringes & Needle 5ml 100 500
4 Absorbent Gauze Roll 500
5 Dispensing Envelop Roll 300
6 I.V Giving Ste 100 75
7 Scalp Vein Needle size 21 100 100
8 Scalp Vein Needle size 23 100 100
9 Surgical Glove 71/2 100 300

  • Bidders may quote for one or more complete lots, as bids will be evaluated and awarded on a lot basis or combination of lots, whichever result to be most economical to the Employer. Unconditional discounts offered for the award of combined lots will be considered in bid evaluation. Bids for part of a lot will be considered non response.
  1. Bidding will be conducted through the National Competitive Bidding (NCB) procedures in the World Bank’s Guidelines: Procurement Under IBRD Loan and IDA Credits, and its open to all bidders form eligible sources Countries as defined in the Guidelines
  2. Interested Eligible bidders may obtain information from the Kebbi State Second Health Systems Development Project (KBSDP11), and inspect the Bidding Documents at the address given below from 09.00am to 4.00pm, Mondays through Thursdays and 09.00am to 1.00pm on Fridays.
  3. Qualification requirements include: Evidence of Registration with Corporate Affairs Manufacturers Authorization, Power of Attorney, Warranty Period, Evidence of experience in similar projects executed. Audited Financial Statement and Tax clearance. A margin of preference for certain good manufactured domestically “Shall not” be applied. Additional details are provided in the Bidding Documents.
  4. 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 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 on or sent by courier
  5. Bids must be delivered to the address below at or before 10.ooam. Local time on Tuesday 3oth November 2010.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 10:00am on Tuesday 3oth, November 2010:
  6. The address referred to above is:

The Project Manager,

Kebbi Second Health Systems Development Project

21, Emir Haruna Road, Birni/Kebbi.

GSM: 08034213375, 08030931408

Email: kbhsdptwo@yahoo.com