Supply , Install and Commissioning of Vertical Line Driven Pumps at ENSWC

Federal Republic of Nigeria Enugu State Water Corporation

Specific Procurement Notice

Invitation for Bids.

International Competitive Bidding (ICB)

1st National Urban Water Sector Reform Project (CR. 39240-UNI)

Supply, Install & Commissioning of Vertical Line Driven Pumps for Ajalli owa Water Works.

(EN- NUWSRP/ GOODS/ICB/01/10)

IDA CREDIT NO. 39240-UNI

  1. This invitation for bids follows the general procurement notice for this project that appeared in Development Business, issue No. 633 dated 30th June. 2004
  1. The Federal Government of Nigeria (FGN) has received a credit facility of USS120 million from the International Development Association (IDA) towards the cost of the First National Urban Water Sector Reform Project and it intends to apply part of the proceeds of this credit to payments under the contract for the Supply, Install & Commissioning of Vertical Line Driven Pumps at Ajalli Owa Intake and High Lift Stations.
  2. The Enugu State Water Corporation (ENSWC) now invites sealed bids from eligible bidders for the undermentioned works
Contract No. Contract Description
Supply , Install and Commissioning of  Vertical Line Driven Pumps at Ajalli Owa Intake an High Lift Pumps Stations.
  1. Bidding will be conducted through the international competitive bidding procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, (May 2004 edition), and is open to bidders from all countries as defined in the guidelines
  1. Qualifications requirements include the following minimum conditions
  2. Possession of experience as a Prime Contractor for at least the last five (5) years prior to  the application submission deadline, and with activity in at least nine (9) months in each year:
  3. Annual turnover in construction works of at least USD 3.000,000 (Three Million USD) or its Naira equivalent in at least two years in the last five years in works that have been successfully and substantially completed and that are similar to the proposed works under this Contract;
  4. Have a Project Manager with at least 5 years experience in works of equivalent nature and volume, including not less than 3 years as Manager  among its core staff ;
  5. Own a substantial proportion of the construction equipment required to successfully execute the Contract;
  6. Provide Annual audited account for the last 5 years;
  7. For the last five(5)years to demonstrate:
  8. i.            The current soundness of the applicant’s financial position and its prospective long term profitability, and
  9. ii.            Have Liquidity and/or evidence of access to or availability of confirmed positive credit facilities of not less than US$ 37,000,000.00 or its Naira equivalent.
  1. 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 8.30 am – 4.30 pm.
  2. 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 NGN 30,000.00 (Thirty. Thousand Naira Only). The method of payment will be by Bank Draft made in favour of 1st National Urban Water Sector Reform Project. The Bidding Documents will be collected by hand or sent by courier services on request.
  3. Bids must be delivered to the address below on or before 21st July 2010 at 12.00 Noon. Electronic bidding “shall not” be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives who choose to attend in person at the address below at 12.30 on the same day.
  4. All bids must be accompanied by a bid security of NGN 3,750,000.00
  5. The Address referred to above is

Mr. O’ Brien Ofordu

The Managing Director

Enugu State Water Corporation

3. Constitution Road

Enugu, Nigeria

Printing of Training Manuals for Capacity Building for Primary school teachers at NTI, Kaduna

National Teachers’ Institute (NTI),

Kaduna

Invitation for the Prequalification  of the Printing of Training Manuals

for Capacity Building for Primary school teachers (MDGs Project)

The National Teachers’ Institute (NTI), Kaduna, is in the process of implementing the 2010 Capacity Building Workshops for 140,000 pri­mary school teachers in about 280 designated training centres nation­wide. The workshops are scheduled to hold during the Long Vacation (August – September 2010).

The essence of the training is to refresh the participants in the effective techniques of teaching the four primary school core subjects i.e. (English Studies, Mathematics, Social Studies and Basic Science and Technology) within the thematic areas. Participants will also be sup­plied with a CD each containing video recordings on classroom instructional strategies.

The workshops will be funded from the Debt Relief Grant and imple­mented under the Millennium Development Goals (MDGs) projects. The workshops will be facilitated by selected resource persons using specially designed self-instructional manuals (one on each subject). The National Teachers’ Institute is by this advertisement inviting rep­utable printers/ multimedia firms to tender for the prequalification of the printing of training manuals and video CDs.

The printers will be required to meet the standards determined by the institute in terms of quality of materials and finished products, capac­ity for timely delivery, and adequate facilities to deliver.

The specifications for the manuals and video CDs are available for col­lection at the NTI Headquarters, Kaduna,

Prequalification Requirements

Interested companies should submit their prequalification proposal along with the documents stated hereinafter in sealed envelopes to the address below. Failure to submit any of the under listed documents may lead to disqualification.

  1. i.            Full details of the company’s profile
  2. ii.            Certificate of Registration with the Corporate Affairs Commission
  3. iii.            Three years lax Clearance Certificate
  4. iv.            Evidence of VAT Registration and Remittance
  5. v.            Evidence of similar job(s) executed in the past (with verifiable addresses)
  6. vi.            Organisational structure, available manpower and list of technical staff with their resumes
  7. List of equipment
  8. Evidence of financial capability/ Bank Reference and Bank Statement with Annual Turn Over of at least N50 Million Duly Stamped by the Bank
  9. ix.            Company audited accounts over the past three years
  10. x.            Evidence of Registration with Pensions Commission in compliance with provisions of Section 16(6) (d) of the Public
  11. xi.            Procurement Act, 2007 (PPA 2007)
  12. Payment of non-refundable bidding fee of N30, 000.00 (Thirty Thousand Naira only).

Selection Criteria

Printers will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process mechanism

Presentation

Interested firms are to submit prequalification / Technical Proposals in sealed envelope. The proposal together with the documents earlier list­ed are to be submitted in sealed envelope addressed to the Director-General and Chief Executive, National Teachers’ Institute, Km 5 Kaduna-Zaria Road, P.M.B 2191, Kaduna, duly marked “PRINT­ING”.

The bid should be dropped in the Tender Box in the office of the Registrar Bidder’s name, address and telephone numbers should be indicated on the reverse side of the envelope. Bidders are to ensure that they also sign the Submission Register in the Registrar’s office.

Closing

All bids must be delivered to the address below on or before 9th June, 2010 by 12:00 noon

To the Director- General and Chief Executive, National Teachers’ Institute, Km 5 Kaduna-Zaria Road, P.M.B 2191, Kaduna, duly marked: -COORDINATING OR BIOMETRIC CONSULTAN­CY”. The bid should be dropped in the Tenders’ Box in the office of the Registrar

Signed

Acting Registrar

Execution of Projects at National Teachers’ Institute Kaduna,

National Teachers’ Institute (NTI)

Kaduna

Appointment of coordinating/Biometric Consultant for Capacity

Building Workshops (MDGs)

The National Teachers’ Institute (NTI), Kaduna, is in the process of implement­ing the 2010 Capacity Building Workshops for 140,000 primary school teachers in about 280 designated training centres nationwide. The workshops are sched­uled to hold during the Long Vacation (August – September 2010),

The essence of the training is to refresh the participants on the effective tech­niques of teaching the four primary school core subjects i.e. (English Studies, Mathematics, Social Studies and Basic Science and Technology). Participants will also be supplied with a CD each containing video recordings on classroom instructional strategies.

The workshops will be funded from the Debt Relief Grant and implemented under the Millennium Development Goals (MDGs) Projects. The National Teachers’ institute is by this advertisement inviting reputable consulting firms to apply for prequalification appointment to coordinate some activities during the six-day training workshops in the six geo-political zones. The Coordinating Consulting firms will be expected to:

  1. i.            Coordinate the provision and distribution of light refreshment to

Participants and Resource Persons in each designated centre in the states within the each geo-political zone and

  1. ii.            Coordinate the provision and distribution of customised stationery items to Participants and Resource Persons in each designated training centre in the states within each geo-political zone.

The Biometric Consultant will be expected to:

  1. I.            Assist the Institute in creating Data base of participants
  2. II.            Assist the Institute in screening out repeaters
  3. III.            Generate statistics for decision making according to different criteria
  4. Generate Report according to the Format decided by the Institute

Prequalification Requirements

Interested firms should submit their bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below. Failure to sub­mit any of the under listed documents may lead to the disqualification of the bid

  1. i.            Full detail of the Company’s profile
  2. ii.            Certificate of Registration with the Corporate Affairs Commission
  3. iii.            Tax Clearance Certificate for at least Three years
  4. iv.            Evidence of similar job(s) executed in the past (with verifiable addresses)
  5. v.            Organisational structure, available manpower and list of technical staff with their resumes
  6. vi.            List of equipment/Distribution facilities
  7. Evidence of financial capability/ Bank Reference and Animal Turn Over of at least N50 Million Duly Stamped by the Bank
  8. Company audited accounts over the past three years
  9. ix.            Evidence of Registration with Pensions Commission in compliance with provisions of Section 16(6) (d) of the Public Procurement Act 2007 (PPA 2007)
  10. x.            Payment of non-refundable bidding fee of N30, 000.00 (Thirty Thousand Naira only).

Enquiries for additional information should be directed to the address below.

Please, note that samples of stationery items are available at NTI Headquarters,

Kaduna,

Selection Criteria

Consulting firms will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process mechanism.

Bid Presentation

Interested firms are to submit separate prequalification Proposal in sealed enve­lope. The proposal together with the documents earlier listed are to be submitted in sealed envelope addressed to the Director- General and Chief Executive, National Teachers’ Institute, Km 5 Kaduna-Zaria Road, P.M.B 2191, Kaduna, duly marked: -COORDINATING OR BIOMETRIC CONSULTAN­CY”. The bid should be dropped in the Tenders’ Box in the office of the Registrar

Bidder’s name, address and telephone numbers should be indicated  on the reverse side of the envelope. Bidders are to ensure that they also sign the Submission Register in the Registrar’s office.

Closing Date

All bids must be delivered to the address below on or before 9th June, 2010 by 12.00 noon on

To the Director- General and Chief Executive, National Teachers’ Institute, Km 5 Kaduna-Zaria Road, P.M.B 2191, Kaduna, duly marked: -COORDINATING OR BIOMETRIC CONSULTAN­CY”. The bid should be dropped in the Tenders’ Box in the office of the Registrar

Signed

Acting Registrar

Periodic Maintenance Works at RSDT

Federal Republic of Nigeria

Federal Ministry Of Works (FMW)

Road Sector Development Team (RSDT)

Federal Roads Development Project (FRDP)

Credit Number IDA 44150

IFB NO.: FRDP/2010/IFB/W/02

National Competitive Bidding

Invitation for Bids

For

Periodic Maintenance Works: 2nd Batch, Phase 1

This invitation for bids follows the General Procurement Notice for this

Project that appeared in the Development Business, Issue No.637 of 11

March 2005. The Federal Government of Nigeria has received a credit of about $330M from the International Development Association (IDA) toward the cost of the Federal Roads Development Project (FRDP) and intends to apply part of the proceeds to eligible payments under the Periodic Maintenance contracts listed below for which this

Advertisement is issued.

The Federal Ministry of Works (FMW) represented by Road Sector Development Team (RSDT) (hereinafter called “the Employer”), now invites sealed bids from eligible bidders for the periodic maintenance of the roads. The periodic maintenance works is being done in collaboration with Federal Roads Maintenance Agency (FERMA).

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.

The periodic maintenance contracts will be done in batches and phases and the second batch of roads in Phase 1 comprises:

  1. i.            Hong- Mubi in Adamawa State
  2. ii.            Kurfi – Charanchi In Katsina State And
  3. iii.            Okpala – Kirita in Imo State

Advertisements for the roads in other batches / phases will be released in due course as designs are completed.

The details of Batch 2 / Phase 1 roads are as follows:

S/No Contract No. Contract Name Length (KM) Contract Period AMT of Bid Security Cost of Bid Document
1 PRDP/2010/NCB/W/04 Hong – Mubi In Adawmawa State 48 12 Months N15M N25, 000.00
2 FRDP/2010/NCB/W/05 Kurfi – Charanchi in Katsina State 28 12 Months N15M N25, 000.00
3 FRDP/2010/NCB/w/06 Okpala – Kirita in Imo State 18.2 12 Months N15M N25, 000.00

Bidding will be conducted through the National Competitive Bidding procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loan and IDA Credits, May 2004 (Revised October 2006), and is open to all bidders from eligible source countries as defined in the Bidding Documents.

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 given below on working days from 10:00 hrs to 17:00 hrs (local time).

Qualification requirements include:

Eligibility (Nationality, Conflict of Interest, Bank Ineligibility); Historical Contract Non-Performance (History of Non-Performing Contracts, Pending Litigation); Financial Situation (Historical Financial Performance, Average Annual Turnover, Financial Resources); Experience (General, Specific); Personnel (Availability for Key Positions) and Equipment (Access to key equipment)

A complete set of bidding documents in CD in English Language may be purchased by interested bidders at the address below and upon payment of a non-refundable fee as stated in the above Table on working days from 10:00 hrs to 17:00 hrs (local time). The method of payment will be through bank draft or certified bank cheque 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 through bank draft drawn in a manner stated above, but under no circumstances will the RSDT be held responsible for late delivery or loss of the documents so mailed.

The Bidder may bid for one or more contracts. The Employer will evaluate and compare Bids on the basis of a contract, or a combination of more than one contract, in order to arrive at the least cost combination for the Employer by taking into account discounts offered by Bidders in case of award of more than one contract. If a Bidder submits successful bids for more than one contract, the evaluation will also include an assessment of the Bidder’s capacity to meet the aggregated requirements.

Bids must be delivered to the address below by 2.00pm (local time) on or before 21/06/2010. All bids must be accompanied by a bid security from a reputable Nigerian Bank as stated in the above Table. Late bids will be rejected. Bids will be opened at 2.00pm (local time) on 21/06/2010 in the presence of the bidders’ representatives who choose to attend at the address below.

The Federal Ministry of Works (FMW)

Road Sector Development Team (RSDT)

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

Maitama, Abuja, Nigeria.

Attn: Unit Manager, Engr. LA. Audi

Tel: +234-7034044403

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

Supply of Goods at Niger State Health Systems Development Project

Invitation for Bids

Date: 25th May 2010

Contact identification Number: IFB/NG/HSDPIV/NCB/001/09

Bank/Fund Loan Number: 2100150006938

Bank/Fund Loan Name: ADF

  1. The Federal Government of Nigeria has received a loan from the African Development Bank in various currencies to finance the cost of HSDP (Health IV). It is intended that part of the proceeds of this loan will be applied to eligible payments under the contract for Procurement of Staff Quarters House Furniture for 6no. MCH Clinics.
  1. The Niger State Health Systems Development Project (Health IV), now invites sealed bids from eligible bidders for the supply of Furniture for 6 nos MCH Staff Quarters, 25 nos Refrigerator and Cookers for MCH Staff Quarters and Furniture for 6 nos MCH Clinics,

Lots Description Location Amt. of Bid Security Completion

period

Lot 1 Furniture for 6 nos MCH staff quarters Central Med Store Min, of Health Minna N250,000 60 days after

signing contract

Lot 2 25 nos Refrigerators and cookers for MCH staff quarters N 100,000 60 days after signing contract
Lot 3 Furniture for 6 nos MCH clinics N250.000 60 days after signing contract

Bidders may bid for one Lot, several Lots or all the Lots

Bidders must present separate bid security for each lot. Bids with combined bid securities will be considered non responsive.

  1. Interested eligible bidders may obtain further information from and inspect the Bidding Documents at the office of:

The Project Manager,

Niger State Health Systems Development Project (Health IV),

Old Secretariat Block C, Behind Pilgrims Welfare Board, Minna

Office Hours: 8.00am – 4.00pm.

Tel. No, 066-222275

Fax: 066-222275

  1. A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application to the above and upon payment of a non-refundable fee of N10,000.00. The method of payment will be Cash or Bank draft. The document will be sent by Courier or hand.
  1. Bids must be delivered to the above office on or before 12.00 Noon on 22nd June, 2010 and must be accompanied by a security of Tow Hundred and Fifty thousand (N250,000.00) Naira for lots 1 and 3 each, and One Hundred Thousand Naira (N100,000,00) for 2. The Bid security shall be in the format prescribed in this document. Bidders bidding for more than one lot must provide separate bid security for each lot bidded. Combined bid security will render the bids non-responsive.
  1. Bids will be opened in the presence of bidders’ representatives who choose to attend, at the address below at 12.30pm of Tuesday 22nd June 2010.

Name of Office:   NIGER STATE MINISTRY OF HEALTH CONFERENCE ROOM,

Name of Officer: (PROJECT   MANAGER)   MOHAMMED NDAWASH

NEW SECRETARIAT MINNA-   SULEJA  ROAD MINNA NIGER STATE P.M.B 57, MINNA

Telephone: Number:        066-222275, 08037864309, 08035951375

Fax: 066-222275

Email address: hsdpiings@yahoo.com