Geological Survey, Design of Solar Boreholes at Benue State Health System Dev. Project

Benue State Health System Development Project-II

Ministry Of Health and Human Services

State Secretariat, High Level, Makurdi

Request for Expression of Interest for Pre-Qualificat10n for Consulting firms for Geological Survey, design of Solar Boreholes and Preparation of Bidding Document for Same

2

This invitation for Expression of Interest follows the General procurement Notice for the project that appeared in the Development Business Issue No. 637 and Daily Trust newspaper of Nigeria of July 3, 2009.

The Federal Republic of Nigeria has received a credit from the International Development Association (IDA) in various currencies to finance the cost of Health System Development Project-II it is intended that part of the proceeds of this credit will be applied to eligible payments under the consultancy services for geological survey, design of solar boreholes and preparation of tender documents.

The interested consultant must provide information indicating that they are qualified to perform the services (brochures, description of similar assignment and experience in similar conditions.

A consultant will be selected in accordance with the World Bank procedures for hiring consultant contained in the guidelines for selection and employment of consultants.

Interested consultants may obtain further information at the address below from 8.00 am to 4.00 pm on Monday to Friday except on public holidays.

All Expression of interests shall be delivered to the address below on or before 7th June, 2010 by 4:00pm  .

Late submission shall be rejected.

The Contact Address and person

The Project Manager

Benue State Health System Development Project – II

Ministry of Health and Human Services

State Secretariat High Level, Markudi.

Signed:

Gabriel I. Ameh

Project Manager

08062544461.

Projects Execution at Nigeria Customs Service

Nigeria Customs Service Tenders Board

Customs Headquarters, Wuse Zone 3, Abuja

Website: www.customs.gov.ng

E-Mail: ngcustomsboard1@yahoo.com

Invitation for Pre-Qualification of Contractors for the Execution of Nigeria Customs Service 2010 Capital Projects

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:

Description & Scope

  1. Supply of Operational vehicles;
  2. Rehabilitation of Boats and Launches;
  3. Supply of office, Training Equipment and Furniture:
  4. construction of other Buildings/Medical Clinic;
  5. Renovation/Rehabilitation of offices nationwide;
  6. Rehabilitation of Staff Quarter (Barracks) nationwide;
  7. Supply of Generators, Transformers and Street Lightings at Abuja  Kano and Port Harcourt;
  8. Phase IV construction works at command and staff college, Gwagwalada Abuja;
  9. Drilling and Rehabilitation of Boreholes including the construction of Overhead and Surface water Tanks.

3. Pre-Qualification Requirements

  • to be considered for pre-qualification, interested contractors must submit the following:-
  • Evidence of company registration with corporate Affairs Commission;
    • Evidence of registration as a contractor with the Nigeria Customs service;
    • Evidence of current Tax Clearance certificate for the last three (3) years (2007,2008 and 2009
    • Evidence of vat Registration, Remittance and Tax identification Number (TIN);
    • company Profile including Key staff and strength;
    • Details of equipment and plants including machines (Construction);
    • Name, address of Banker(s) and letter of Reference from Bank(s)
    • Verifiable details of contracts previously executed in the last five (5) years including letters of Award, Agreements and completion certificates.

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 TENDER” and to reach the address below not later than 4.00pm, Monday 5TH July, 2010.

Applications received shall be opened purely at 10am, 6th July, 2010 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.

Supply & Installation of ICT and Office Equipment at Federal Polytechnic, Kaura Namoda

Federal Polytechnic, Kaura Namoda

P.M.B. 1012, Kaura Namoda, Zamfara State

Science and Technology Education Post Basic

(Step-B) Project

(World Bank Assisted)

(IDA Credit No. 4304 UNI)

(Re-Advertisement)

Invitation for Bids (IFB)

(Step-B/FPKN/GDS/NCB/01 /2010)

Date of Issuance: Monday 24th May, 2010

For Supply & Installation of ICT Facilities & Office Equipment

IFB No. STEP-B/FGC/DRA/NCB/G/01/2010

  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.
  2. The Government of the Federal Republic of Nigeria has received a credit from the international Development Association toward the cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Supply and installation of ICT facilities & Office Equipment in the Federal Polytechnic, Kaura Namoda, Zamfara State,
  3. The Federal Polytechnic, Kaura Namoda, STEP-B Committee now invites sealed bids from eligible and qualified bidders for the Procurement of the following: Bidders can bid for one (1) or more lots.
Lot No. Item No. Item Description Quantity Bid Security Period Bid Validity (days) Delivery Period Location
1 Branded Computer Laptops 40 At least 2.55 of bid price 90 days 60 days Federal Polytechnic

Kaura Namoda

2 I Multi-Media Projectors 50 At least 2.55 of bid price 90 days 60 days Federal Polytechnic

Kaura Namoda

3 I Air conditioners 4 At least 2.55 of bid price 90 days 60 days Federal Polytechnic

Kaura Namoda

ii General Sets 18

Bidders can bid for one (1) or more lots.

4.  Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bankis 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 Science and Technology Education Post Basic Project (STEP-B) at the address below and inspect the Bidding Documents from 11:00am to 4:00pm Mondays to Thursdays; and 10.00am to 12 noon on Fridays.

6.       Qualifications requirements include:

  • Evidence of previous supply (sale) of similar Equipment proposed for the last 3 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.

A margin of preference for eligible national contractors 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 N 10,000.00 (Ten thousand naira) only. The method of payment will be cash or Bank Draft in favour of Federal Polytechnic, Kaura Namoda STEP-B Project Account. The Bidding Documents will be collected by the representative of the Bidder.

8.       Bids must be delivered to the address below on or before 2:00pm on 23rd June, 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 2:00pm on 23rd June 2010. All bids must be accompanied by a Bid Security of at least 2.5% of bid price.

9.       Bidders issued with a Bidding Document previously will be issued with a new one at no additional cost to them i.e. only bidders not previously issued with the Bidding

Document will pay the non-refundable fee referred above.    ,

10      The address referred to above is:

The STEP-B Project Manager ,

Federal Polytechnic (Main Campus)

Kaura Namoda, Zamfara State

Nigeria

E-mail stepbfedpolykauranamoda@yahoo.com

GSM: 08065718056; 08052006800; 08022180767

Signed:

STEP-B Project Manager

Construction, Procurement of items at Nigerian College of Aviation Technology, Zaria

NIGERIAN COLLEGE OF AVIATION TECHNOLOGY, ZARIA

INVITATION TO TENDER

  1. The Nigerian College of Aviation Technology, Zaria hereby invites reputable contractors to tender for the Year 2010 IGR & FGN Projects.
S/N PROJECT TITLE LOCATION BID SECURITY TENDER FEE
1. Purchase of Computer System and Accessories. NCAT, Zaria 3% of Bid Price N20,000.00
2. Purchase and Installation of One (1) Generating Set 1000 KVA for Sited. NCAT, Zaria 3% of Bid Price N20,000.00
3. Purchase and Installation of Hard/Soft Ware for Area Airways Simulator. NCAT, Zaria 3% of Bid Price N20,000.00
4. Aero-medical Centre Equipping. NCAT, Zaria 3% of Bid Price N20,000.00
5. Construction of Two (2) Stainless Steel Surface Tank for Jet  -Al Storage(20/000 litres each) NCAT, Zaria 3% of Bid Price N20,000.00
6. Supply of    Aviation Fuel and Lubricants

Lot. 1: Aviation Fuel (Jet-Al)

Lot, 2: Aviation Fuel (AVGAS 100LL)

Lot, 3: Aircraft Lubricants

NCAT, Zaria 3% of Bid Price N20,000.00
7. Purchase and Installation of Fibre Optic Training Facilities Laboratory NCAT, Zaria 3% of Bid Price N20,000.00
8. Purchase and installation of Reflective/Solar Powered Runway Lighting System. NCAT, Zaria 3% of Bid Price N20,000.00
  1. Tendering shall be conducted through the National Competitive bidding (NCB) procedures specified in the procurement Act 2007 and is opened to all tendertrs.
  2. Interested reputable companies are requested to obtain complete set of tender documents during office hours (8.00am to 16.00pm) as from 31st May, 2010 upon payment of non-refundable tender fee. Interested tenderers may also obtain further information from the address below.
  3. Duly completed bid documents should be submitted in an envelope, sealed and marked “TENDER FOR (indicate the project title)” at the left hand corner of the envelope and addressed to:

The Secretary,

Procurement Planning Committee,

Nigerian College of Aviation Technology,

PMB 1031, Zaria Aerodrome,

Kaduna State.

All submissions must reach the above address on or before 19th July, 2010 at 11.00am. Electronics bids shall not be accepted and bids received after the deadline shall be rejected. The College is not bound to award to the lowest bidder,

  1. Bids will be opened publicly on Monday, 19th July, 2010 at 11.00am, at the College Cafeteria, NCAT, Zaria in the presence of bidders or their representatives who choose to attend.

Interested bidders can also visit our website: www.ncat.gov.ng or e-mail procurement@ncat.gov.ng for more information.

Implementation of Projects at Cross River Basin Development Authority

FEDERAL GOVERNMENT OF NIGERIA

CROSS RIVER BASIN DEVELOPMENT AUTHORITY

MURTALA MOHAMED HIGHWAY, PMB 1249, CALABAR, CROSS RIVER STATE

INVITATION FOR TECHNICAL AND FINANCIAL TENDERS FOR THE EXECUTION OF CAPITAL PROJECTS IN THE 2010 APPROPRIATION

PREAMBLE

The Cross River Basin Development Authority (CRBDA) it a parastatal of the Federal Ministry of Water Resources, charged with Comprehensive Development of Surface and Ground Water Resources, Flood and Erosion Control etc in Akwa Ibom and Cross River States. In compliance with the Public Procurement Act, the Cross River Basin Development Authority hereby invites interested Contractors and Consultants to submit Technical and Financial Tenders for the implementation of her Capital Projects in the 2010 Appropriation as follow:

2.0     SCOPE OF WORKS

The proposed works include:

A.      IRRIGATION, DRAINAGE AND DAM PROJECTS (TENDER FEE: N100,000.00) Construction of:

  1. Eniong Creek Irrigation Project
  2. Obubra Irrigation Project
  3. IjeguYala Irrigation Project
  4. Irruan Dam, Boki LGA, CRS
  5. Construction work of various components on ongoing Irrigation Projects at Ogoja, Oniong Nung Ndem, Abak, Owakanda, Obudu, Calabar River (TENDER FEE: N50,000.00)

B. DRAINAGE, FLOOD AND EROSION CONTROL PROJECTS (TENDER FEE: N100.000.00)

Construction of Flood and Erosion Control Project at-

  1. Mkpara Otop Drainage and Erosion Control Project
  2. Atiamkpal Drainage and Erosion Control Project
  3. Iton Odoro Drainage and Erosion Control Project
  4. Ebisa Eneyo Akpabuyo Drainage and Erosion Control Project
  5. Ikot Ekwere Drainage and Flood Control Project
  6. Ikot Ossom Drainage and Flood Control Project
  7. Kekpolo, Ekori, Yakurr LGA, CRS
  8. Ediba Beach, Abi LGA, CRS
  9. Adegbar-Warda Road, Yala, Yala LGA, CRS
  10. Ikot Osukpong, Ika LGA, AKS

C. WATER SUPPLY PROJECTS (TENDER FEE: N200,000.00)

Construction of major water schemes at

  1. Edor Surface Water Scheme, Edor, Ikom LGA CRS
  2. Regional Water Scheme, Edor, Ikom LGA, CRS
  3. Etomi Water Supply Scheme, Etung LGA, CRS
  4. Oderagha water Supply Scheme, Obubra LGA, CRS
  5. Construction/Rehabilitation of Mini Water Supply Scheme in various locations in Cross River and Akwa Ibom States (TENDER FEE: N30,000.00)

D. CONSULTANCY SERVICES (NO TENDER FEE)

Study and Design of the following projects:

  1. Oruko Erosion/Drainage Control Project, AKS
  2. Ebisa Eneyo, Akpabuyo.CRS
  3. Construction Supervise of the following Erosion Control Projects

(a)     Ebisa Eneyo, Akpabuyo, Drainage and Erosion Control Project

(b)    Kekpolo in Ekori,Yakurr LGA, CRS

(c)     Ediba Beach, Abi LGA, CRS

(d)    Adegbar-Warda Road,Yala,Yala LGA, CRS

(e)     Ikot Osukpong, Ika LGA, AKS

4.       Construction Supervision of Water Supply Projects

(a)     Edor Water Supply Project

(b)     Regional Water Scheme at Abijang and Nsofang

(c)      Etomi Water Supply Scheme, Etung LGA, CRS

(d)     Oderegha Water Supply Scheme, Obubra LGA, CRS

NOTE: Consulting firms should show evidence of registration with appropriate Regulatory Professional bodies of COREN

3.0     TECHNICAL REQUIREMENTS

CONTENT OF TECHNICAL QUALIFICATION E DOCUMENT

Documents should be page numbered and itemized serially as below:

  1. Evidence of Incorporation of the Company with Corporate Affairs Commission (CAC) including Articles and Memorandum of Association of the Company and up to date Annual Return with the CAC (form C02 & 07 to be included).
  1. The Company must show evidence of fulfilling of its Tax obligations as follows:

(i)   years supplied with TIN

(ii)  Pension and Social Security Contributions

C.      Aswom Affidavit certifying as follows:

(i)      The Company is not in receivership, insolvency or bankruptcy

(ii)     The Company does not have any Director who has been convicted in any Court in Nigeria and any other country for criminal offence in relation to fraud or financial impropriety

(iii)    That no officer of the Authority, FMWR or BPP is a former or present Director or Shareholder of the Company

(iv)    That there has been no promise of a gift in any form to any of the Authority, FMWR or BPP staff

D.      Audited Account of the Bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants

E.      Letter authorizing the Authority and her Representatives to cross-check the Submitted Company’s Bank Account and other claims

F.      Evidence of work experience as the main contractor executing or having executed a minimum of three (3) projects of similar complexity compared to the proposed work, one of which must have been within the last five (5) years. Copies of award letters, last interim Certificate of Valuation for ongoing project, Completion Certificate and Final Maintenance Certificate where applicable are to be endorsed.

G.      Verifiable list of major construction equipment and facilities for project (i-v) including registration number, chasses number, location (where they can be inspected) and remarks on whether these are owned, leased or hired. The minimum number of equipment/facilities required, where applicable are as listed below

(i)                Bulldozer (2No)

(ii)             Grader (1No )

(iii)           Excavator (1 No.)

(iv)           Water Tanker (1No.)

(v)             Concrete mixers (2No.)

(vi)           Sheep-foot Compactor (1No.)

(vii)        Asphalt Paving Machine (1 No.)

(viii)      Payloader (1No.)

(ix)           Dumpers (2No.)

(x)             Tippers (3No.-10-20 tonnes)

(xi)           Drilling Rig

(xii)        Compressor

(xiii)      Testing Equipment

H.      A functional and well equipped materials testing laboratory

L.      List of key technical personnel stating their designations, roles, qualifications and years of experience with the guarantee that a minimum of three (3) relevant COREN Registered Engineers of various disciplines shall be deployed to the project Copies of educational and professional certificates are to be attached as in the Standard Tenders Document.

J.       History of company’s policy on community social responsibility Non Compliance will lead to disqualification.

Notes:

  • Items A- E are required for responsiveness as such their originate must be produced by the company for sighting during the opening session,
  • All claim must be substantiated with verifiable facts
  • Photocopies of professional certificates are to be endorsed by the owner and professional

4.0     TECHNICAL DOCUMENTS

Interested bidders are to coded Tender documents from the Authority on payment of non-refundable Tender Fee (BANK DRAFT ONLY) as indicated by the categories in paragraph 2.0 above. A copy of the receipt must be attached to each Financial Bid as evidence of payment upon submission.

5.0     SUBMISSION OF TECHNICAL DOCUMENTS

Completed Technical documents and Financial Bids must be placed in two separate envelopes each appropriately labelled, sealed and placed in two (2) separate envelopes and then placed in a larger envelope for submission marked with the project title at the top right hand corner and addressed to:

THE MANAGING DIRECTOR

CROSS RIVER BASIN DEVELOPMENT AUTHORITY

MURTALA MOHAMMED HIGHWAY

P.M.B. 1249, BASIN TOWN, CALABAR, CROSS RIVER STATE

6.0     OPENING OF TECHNICAL DOCUMENTS

Technical and Financial documents should reach the Managing Director on or before 10.00am, Thursday 10th June 2010 and Technical Documents will be opened same day at 12.00 noon at the Conference Hall of Cross River Basin Development Authority, Calabar,

Please Note that:

  • Only Pre-qualified firms will be invited to the Financial Bid Opening Ceremony. Financial Bids from firms not prequalified will be returned
  • Interested companies are responsible for the timely and safe submission of their documents
  • The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.
  • The Cross River Basing Development Authority is NOT BOUND to accept any Tender

7.0     OPENING OF FINANCIAL BID DOCUMENTS

Financial bid documents for Prequalified firms will be opened at 12.00 Noon on Thursday 17th June 2010 at the Conference Hall of Cross River Basin Development Authority, Calabar

8.0    ENQUIRIES

THE MANAGING DIRECTOR CROSS RIVER BASIN DEVELOPMENT AUTHORITY

MURTALA MOHAMMED HIGHWAY

P.M. B, 1249, BASIN TOWN, CALABAR CROSS RIVER STATE

Signed:

ENGR. N. D.MADU fnse

Ag. Managing Director