Background Image

IOM-

REQUEST FOR QUOTATION FOR MATERIALS FOR REHABILITATION OF PUBLIC INFRASTRUCTURE IN DAMBOA LGA (BORNO), MALKOHI (YOLA SOUTH LGA)

IOM
MATERIALS FOR REHABILITATION OF PUBLIC INFRASTRUCTURE IN DAMBOA LGA (BORNO), MALKOHI (YOLA SOUTH LGA) REQUEST FOR QUOTATION
REFERENCE: RFQ NG30-20-0154
BENEFICIARY COUNTRY(IES): NIGERIA
REGISTRATION LEVEL: BASIC
PUBLISHED ON: 01-OCT-2020
DEADLINE ON: 09-OCT-2020 16:00 (GMT 1.00) WESTERN EUROPE TIME, LONDON, LISBON, CASABLANCA

Description
Dear Sir/Madam
Please submit your quotation for the below. Quotation must be submitted via the email below for this request
Quotations shall be received only at iommaiduguritenders@iom.int email address. Please mention RFQ number and Title on the subject

You need to login to view the rest of the content. Please . Not a Member? Join Us

CENTRAL BANK OF NIGERIA (CBN)-

REQUEST FOR PROPOSAL FOR THE PRODUCTION OF PLASTIC CURRENCY BOXES FOR THE CENTRAL BANK OF NIGERIA

REQUEST FOR PROPOSAL
FOR THE PRODUCTION OF PLASTIC CURRENCY BOXES FOR THE CENTRAL BANK OF NIGERIA
RFP NO: CBN/COD/REP/2020/013

1. INTRODUCTION:
As part of the processes to modernize the cash management activities and usher in a more effective currency management regime, the CENTRAL BANK OF NIGERIA (CBN) proposes to commence the process of procuring Plastic currency boxes for the storage of Currency instead of Aluminum Boxes currently in use. Section 18(c) of the CBN Act 2007 authorised the Bank to “arrange for the safe custody of un-issued stocks of currency notes and for the preparation, safe custody and destruction of plates and paper for the printing of currency notes and disc for the minting of coins

The CBN had approved the introduction of Plastic Cash boxes to replace aluminum boxes which are currently used to pack finished Banknotes and processed currency notes. The recommendation for a discontinuation of the use of aluminum boxes was due to the dampness and corrosion of the banknotes contained therein over time. The Plastic boxes represent the future of banknotes packaging as they are stronger, lighter, more durable, and environmentally friendly, can easily be recycled and more importantly support the planned modernization and automation of currency management operation and Mint Banknote Tracking Systems.

2. SCOPE OF WORK
The CBN is seeking proposals from suitably qualified Indigenous companies with proven record of manufacture and supply of plastics in Nigeria, to produce sample of plastic currency boxes. This is to enable the Bank assess their capability to produce plastic currency boxes.

3. SPECIFIC REQUIREMENTS:
The plastic boxes are expected to meet the following specifications:
a) Crush Proof: The boxes should endure hammering without damage and distortion to ensure banknotes’ safety. The boxes should also be protected against impact, dent resistant and able to withstand rough handling.
b) Waterproof: The boxes should continuously allow the free passage of gases and vapours, to prevent a build-up to the point that a seal is compromised, Water, dust and dirt should be repelled by the hydrophobic membrane, thereby protecting the currency notes. Materials used to produce the box should be good enough to protect the case under 3ft of water for 30 minutes. C
c) Trauma-proof: The boxes should have good fatigue resistance, 15 times fatigue resistance than stainless steel and long service life.
d) Fire-resistant: The boxes should endure fire without burning or distortion and withstand high temperatures (about 1200″F/30 minutes heat).
e) The boxes should be made from a durable material that is highly chemical resistant and light weight – % weight of same thickness steel more convenient for handling and transit.
f) The boxes should be made of hard durable and non-corrosive materials. The material should not be made of hazardous substances and not contain banned or restricted material (e.g. cadmium, mercury, hexavalent chromium, polybrominated biphenyls) and polybrominated biphenyl ethers.
g) The boxes should have space for colour labelling to identify the eight different Nigerian banknote denominations.
h) Design: The boxes should have an open cell core with solid wall design – strong, light weight. The boxes should be stackable, reinforced at the edges and be installed with handles on three sides with lockable latches, as well as, have provision for tamper-proof seals for the security of the content.
i) The boxes should be made in two distinct sizes; a standard size (to hold 10,000 pieces of banknotes) and a jumbo size (to hold 50,000 pieces of banknotes) and the plastic must be environmentally friendly, and any waste boxes should be recyclable.
The firm(s) with sample that meets the requirement shall, thereafter, be engaged for mass productions.

4. MANDATORY REQUIREMENTS:
Interested and competent vendors must submit the following documents for verification:
a) Evidence of Certificate of Incorporation and Registration with the Corporate Affairs Commission (CAC) including Form CAC2 and CAC7;
b) Certified true copy of Memorandum and Article of Association.
c) Evidence of Company Tax Clearance Certificate for the last three (3) years (2017, 2018 and 2019) as at when due (such evidence should reflect the value of the projects undertaken by the company in the last three (3) years.
d) Current Pension Clearance Certificate from PENCOM.
e) Evidence of Compliance Certificate with the provisions of Section 6(1)(3) of the amended Industrial Training Fund (ITF) Act No.19 of 2011.
f) Sworn affidavit disclosing whether or not any officer of the Central Bank of Nigeria or Bureau is a former or present director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars.
g) An Interim Registration Report (IRR) as Evidence of Registration on the BPP National Database of Contractors, Consultants and Service Providers.
h) Employees’ Compensation Scheme (ECS) Compliance Certificate issued by the Nigeria Social Insurance Trust Fund (NSITF).

OTHERS
I. Comprehensive company profile including registered office, functional contact email address, GSM phone number(s) and facsimile number(s) with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications
II. Company’s Audited statement of Accounts for the last three (3) years (2017, 2018, 2019) duly stamped by licensed Auditors.
III. Reference Letter from a Bank stating the financial ability of the vendor to carry out such projects).
IV. Verifiable evidence of similar jobs successfully executed in the past.

5. SUBMISSION:
The submissions shall be in sealed envelopes as:
i. The Mandatory Requirements should be submitted in a sealed envelope boldly marked at the top left corner:
“MANDATORY REQUIREMENTS for the Production of Sample Plastic Currency Boxes”

ii. The Sample Plastic Currency Box should be sealed and appropriately labeled in bold prints as follows:
“SAMPLE OF PLASTIC CURRENCY BOX” and “THE NAME AND CONTACT DETAILS OF THE COMPANY”

And addressed to:
The Secretary,
Major Contracts Tenders Committee
2 Floor, Wing C
Procurement & Support Services Department
CBN, Head Office Complex
Abuja
09-07080650457

6. CLOSING DATE:
All submission must be received at the above Office not later than 12:00 noon on 12th November, 2020.

7. OPENING DATE:
The Submissions will be opened immediately, following the deadline on the 12″ November, 2020.

You need to login to view the rest of the content. Please . Not a Member? Join Us

INTERNATIONAL ORGANIZATION FOR MIGRATION (IOM)-

REQUEST FOR QUOTATION FOR MATERIALS FOR REHABILITATION OF PUBLIC INFRASTRUCTURE IN DAMBOA LGA (BORNO), MALKOHI (YOLA SOUTH LGA)

IOM
MATERIALS FOR REHABILITATION OF PUBLIC INFRASTRUCTURE IN DAMBOA LGA (BORNO), MALKOHI (YOLA SOUTH LGA)
REFERENCE: RFQ NG30-20-0154
BENEFICIARY COUNTRY(IES): NIGERIA
REGISTRATION LEVEL: BASIC
PUBLISHED ON: 01-OCT-2020
DEADLINE ON:09-OCT-2020 16:00 (GMT 1.00) WESTERN EUROPE TIME, LONDON, LISBON, CASABLANCA

Description
Dear Sir/Madam

Please submit your quotation for the below. Quotation must be submitted via the email below for this request

You need to login to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN NATIONAL PETROLEUM CORPORATION GAS AND POWER INVESTMENT COMPANY LIMITED (NGPIC)-

INVITATION FOR PRE-QUALIFICATION/EXPRESSION OF INTEREST FOR THE HYDROLOGIC STUDIES AND BATHYMETRIC SURVEY FOR THE PROPOSED 900MW KADUNA INDEPENDENT POWER PLANT PROJECT (KDIPP) PROJECT

NIGERIAN NATIONAL PETROLEUM CORPORATION GAS AND POWER INVESTMENT COMPANY LIMITED (NGPIC)
NNPC TOWERS, HERBERT MACAULAY WAY, P.M.B. 190, GARKI- ABUJA, NIGERIA
INVITATION FOR PRE-QUALIFICATION/EXPRESSION OF INTEREST FOR THE HYDROLOGIC STUDIES AND BATHYMETRIC SURVEY FOR THE PROPOSED 900MW KADUNA INDEPENDENT POWER PLANT PROJECT (KDIPP) PROJECT

1. INTRODUCTION
The Nigerian National Petroleum Corporation Gas and Power Investment Company Limited (NGPIC) intend to carry out the Hydrologic Studies and Bathymetric Survey for the Proposed 900MW Kaduna Independent Power Plant Project at Kakura, Rigasa District, Kaduna State.

In compliance with the Public Procurement Act 2007 and the Bureau of Public Procurement guidelines, NGPIC invites interested competent and reputable Contractors /Companies to submit pre-qualification documentation for the Hydrologic Studies and Bathymetric Survey ‘Works” as described in section 2 below.

2. BRIEF DESCRIPTION OF THE PROJECT (SCOPE OF WORK)
The scope of “Work” for the Hydrologic Studies and Bathymetric Survey includes but not limited to following:
(2.1) Consider extreme climate conditions and conduct:
(2.1.1) Hydrological analysis at the catchment scale for the proposed IPP site and its environs
(2.1.2 Catchment rainfall and runoff computations and determine flood risks at the proposed Kaduna IPP site
(2.2) Produce technical data for drainage designs at the proposed site and wastewater disposal models for possible percolation or discharge into nearby river or streams
(2.3) Determine average net evaporation values for each month of the year for River Kaduna
(2.4) Determine sequences of monthly inflow into the River Kaduna
(2.5) Obtain baseline water quality data downstream of the proposed raw water intake spots to assist with the assessment of environmental impacts
(2.6) Find out the rate of water & sediments outflow from the Water Body and establish a relation between them
( 2.7) Collect Water samples of different time for the study of physical components of the water
(2.8) Compile different studies done till date by different organizations on these Water Body and compare and validate with the current findings
(2.9) Produce hydrological maps and charts for the proposed IPP site and
(2.10) Carry out Bathymetric Survey of the water body close to River Kaduna where Raw Water pipeline is proposed to be laid/submerged using standard eco-sounder to measure water depth below water level in the Water Body.
(2.11) Measure the width, critical and average depths of the River Kaduna as well as map its underwater features, bed type/form, objects, debris, sediment thickness, object detection etc.
(2.12) Find out the area, volume and other detail structure of the Water Body
(2.13) Identify different reference points and locate them on the map of the Water Body
(2.14) Find out relation between the elevation and the storage of the Water Body
(2.15) Analyse all suitable options and determine optimum point for Raw Water intake
(2.16) Carry out Topographic Survey around the Water Body to prepare topographic maps with contour lines with interval of 5m. The topographic map shall cover at least up to 25 m vertical above the Water Body’s water level around the Water Body and up to 10 m height along the river channel for up to 200 m downstream form the Water Body outlet
(2.17) Drilling of five (5) No. of Hydrogeological boreholes within the proposed Kaduna IPP site and conduct water yield test on each of the boreholes and determine the Groundwater development stress (GDS) of the aquifer
(2.18) Carryout Route Survey for the Proposed Raw Water Intake Pipeline
(2.19) Fix temporary benchmarks at proper site of the Water Body for reference
(2.20) Identify all water bodies between proposed Kaduna IPP Site to the River Kaduna where proposed Raw Water pipeline is to be laid/submerged and carry out water depth surveys at the location(s)
(2.21) Prepare digital GIS map of Water Body with fine resolution.
(2.22) For verification of the deepest depth, the surveying point density shall be doubled for the area having deepest part of the Water Body (such area should be at least 25% of the total area)
(2.23) Data verification before demobilization
(2.24) Data processing. Map/Charts presentation and Report Writing
(2.25) Carry out other related works

You need to login to view the rest of the content. Please . Not a Member? Join Us

EBONYI STATE GOVERNMENT-

INVITATION TO TENDER FOR SUPPLY, INSTALLATION, AND 5-YEAR MAINTENANCE PERIOD OF ALL EQUIPMENT AND TRAINING OF PERSONNEL TO EBONYI INTERNATIONAL AIRPORT NIGHT AND DAY FLIGHTS

INVITATION TO TENDER FOR SUPPLY, INSTALLATION, AND 5-YEAR MAINTENANCE PERIOD OF ALL EQUIPMENT AND TRAINING OF PERSONNEL TO EBONYI INTERNATIONAL AIRPORT NIGHT AND DAY FLIGHTS
EMPLOYER: EBONYI STATE GOVERNMENT
PROJECT: CONSTRUCTION OF EBONYI INTERNATIONAL AIRPORT PROJECT
CONTRACT TITLE: SUPPLY, INSTALLATION, AND 5-YEAR MAINTENANCE PERIOD OF ALL EQUIPMENT AND STAFF TRAINING TO EBONYI INTERNATIONAL AIRPORT-NIGHT AND DAY FLIGHTS.
COUNTRY: NIGERIA

1. Ebonyi State Government is building an International Airport (Local and International for passengers and cargo) and the project construction has reached a reasonable stage hence the need to open bid for equipment procurement, installation, and staff training.
2. The Ebonyi State Government through the Ministry of Infrastructural Development for Concession invites sealed bids from eligible contractors for the procurement of a contract for the supply, installation, and 5-year maintenance period of all equipment and staff training to Ebonyi International Airport – Night and day flights.
3. National and International bidders are therefore requested to submit both technical and commercial bids. Bidders are expected to visit the Airport site and carry out all inspections and surveys before bidding.
4. All bids will be submitted online using the E-Procurement system before 1:00 pm, Monday 2 November, 2020. Late bids will not be accepted by the system.
5. All bids must conform to International standards acceptable to Aviation Industry Approving Authorities and Ebonyi State Government.
6. Names of manufacturers of all equipment, address, phone number, years of experience of such manufacturing companies, and locations within and outside Nigeria where these equipment were installed in the last ten years must be indicated.
7. One of the required equipment is ILS CAT II specifically for this bidding while all other equipment must conform in class and performance to equipment installed either at Abuja, Lagos, or Enugu International Airports and every equipment quoted must refer to any of the three (3) Airports not necessary in terms of brand but functionality, quality, and durability. All quoted and accepted equipment must be approved by the various Aviation Approving Authorities and other FGN and State Approving Agencies.
8. 5-years free maintenance Period with complete free spare parts must be included.
9. Integration of some of the equipment to run on solar for at least six hours must be incorporated along with providing separate generators to power all equipment of the Airport. The power rating of all equipment must be indicated power inverter and power protecting device installed to all equipment.
10. Insurance of all equipment before and after installation with Ebonyi State Government noted as ‘first loss payee’ shall be included.
11. Period to bring all equipment to site, installation period, testing period to be indicated.
12. Free training of staff of the Client (14 Numbers for eight months in overseas with manufacturers) and the rest of the staff in Nigeria to be included.
13. The client shall visit the manufacturers of all equipment twice before delivery together with the contractor and Aviation Approving Authorities shall form part of the visits. It is estimated that 12persons per visit will be the maximum (International travels). Local travels to be accommodated too.
14. All quotations to be in Naira while the official Dollar rate of CBN shall prevail at all times. Tenderer to indicate payment methods and sequence. How much to collect in Dollars and how much in Naira.
15. Supervision by Aviation Approving Authorities should be included.
16. Contractor(s) shall include bid security of N20m in two bank drafts of N10m each in favour of Ebony. State Government which shall not be refundable should the contract be awarded and the Contractor and fails to undertake the project.
17. The Client (Ebonyi State Government) is not bound to accept any bid or lowest bid. All bids shall be evaluated and due diligence done before accepting or rejecting any bid. A bidder may be invited to negotiate if his bid is attractive.
18. Suggested part of bill of bids (Please quote alternative or add/remove if this does not conform to your intended submission).
19. All interested bidders/Tenderers are requested to in addition to the above stated conditions, visit the Ebonyi State E-procurement platform via www.ebonyieprocure.eb.gov.ng to register their companies and upload the following documents.
(i) Company’s Certificate of Incorporation with (CAC)
(ii) Company’s Registration certificate with the Ebonyi State Ministry of Works and Transport Contractor’s Registration Board In Category “D” current at the time of the tender.
(iii) Evidence of current tax clearance certificate.
20. Payment of non-refundable tender fee of Two Hundred and Fifty Thousand Naira (N250,000.00) only, made into Ebonyi State IGR account through the E-procurement system. Payment link is available at the Tender Advertisement Details page for this particular tender.
To make payment: Visit www.ebonyieprocure.eb.gov.ng
Click Tender Advertisement. You will see all published tenders on a table.
On the table, Click on the particular Tender/project you wish to make payment for and it will open the Tender Advertisement Details page for that
Tender/project
On the Tender Advertisement Details page for the selected Tender, you will see Payment link at the bottom. Click on the link and make online card payment.
21. Bid Documents in English will be obtained from the Ebonyi State e- Procurement system (www.ebonyieprocure.eb.gov.ng) after completion of registration and Tender fee payment on the portal.
22. Bids will be opened automatically by the E-Procurement system on the same day shortly after the close of tender on Monday 2nd November, 2020.
23. Any prospective bidder from their dashboard messaging tool, may ask the procuring entity to provide explanations as to the content of the tender document from now till one week of the deadline period for the submission of tenders as of the date of tender notice publication.
24. Interested bidder/Tenderers are allowed to bid for the items in part or whole as may be considered convenient.
25. Bidding will be conducted in accordance with the Law governing Public Procurement.
26. For further details, information or clarification, please visit e-procurement platform on www.ebonyieprocure.eb.gov.ng or reach any of the under signed.

You need to login to view the rest of the content. Please . Not a Member? Join Us