Invitation for Bids (IFB) at Sokoto State HIV/AIDS Programme Development Project II (HPDP II)

Invitation for Bids (IFB)

Federal Government of Nigeria

Sokoto State HIV/AIDS Programme Development Project II (HPDP II)

Procurement of HIV Test Kits

Credit No: 4596 – IFB No: SO/HIV/GD/004/NCB/13

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. of 23rd November, 2012

2.       The Federal Government of Nigeria has received credit from the International Development Association toward the cost of HIV/AIDS Programme Development Project II (HPDP II), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of HIV Test Kits.

3.       The Sokoto State HIV/AIDS Programme Development Project II (HPDP II) now invites sealed bids from eligible and qualified bidders for Procurement of the following HIV Test Kits.

Lot

No.

Description Qty Delivery Schedule Bid Validity Period Bid Security  Value Site of Delivery
1 Screening Test

 

30,000 Tests 60 Days from the date of contract  award

 

90 days Not less than 3% of Bid Price State Medical Store
2 Confirmatory Test 7,000 Tests

 

60 Days from the date of contract

Award

 

90 days Not less than 3% of Bid Price State Medical Store
3 Tie Breaker

 

3,000 Tests

 

60 Days from the date of contract award

 

90 days

 

Not less than 3% of Bid Price

 

State Medical Store

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

4.       Bidding will be conducted through the National Competitive Bidding (NCB) 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, Sokoto State HIV/AIDS Programme Development Project II (HPDP II), email address: sokotosaca@gmail.com , GSM: 08065738892, 08036087950 and inspect the Bidding Documents at the address given below from 9.00am to 4.00pm, Mondays through Thursdays from 9.00am to 1.00pm on Fridays, except on public holidays.

6.       Qualifications requirements include: Evidence of Registration with Cooperate Affairs Commission, Manufacturer’s Authorization, Power of Attorney, Warranty Period, Evidence of experience in similar project executed, Audited Financial Statement and Tax Clearance. A margin of preference for certain goods manufactured domestically “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 N10,000 only. The method of payment will be in cash/bank draft. The Bidding Documents will be delivered directly or sent by courier.

8.       Bids must be delivered to the address below on or before 10.00 am 13th May, 2013 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 3rd June, 2013.

All bids must be accompanied by a “Bid Security” of not less than 3% of Bid Price.

9.       The address referred to above is:

The Project Manager,

Sokoto State HIV/AIDS Prog. Dev. Project II

No. 6 Isau Road Off Sama Road, Sokoto

GSM: 08065738892, 08036087950

Email: Sokotosaca@gmail.com

 

 

Tender Notice at Bureau for Local Government and Chieftaincy Affairs, Jalingo

Bureau for Local Government and Chieftaincy Affairs, Jalingo

Tender Notice

The Bureau for Local Government and Chieftaincy Affairs, Jalingo wishes to procure 18-seater Toyota Hiace (Hummer) Buses for the Legislative Councils of the 16 Local Government Councils of Taraba State. Consequently, expressions of interest are hereby invited from suitably qualified contractors for pre-qualification for supply of 18-seater buses to the 16 Local Government Councils of Taraba State

SCOPE OF WORK

  • Supply of Brand New 16nos of 18-seater Toyota Hiace (Hummer) Buses
  • Standard roof with AC

Pre-Qualification Requirements

  • All interested contractors must satisfy the following pre-qualification criteria:
  • Evidence of incorporation
  • Evidence of Tax Clearance Certificate for at least 3 years, including TIN
  • Financial capability/Bankers reference
  • Certified Audited Accounts for the last 3 years
  • VAT registration and evidence of VAT remittance
  • Company profile and evidence of similar works carried out
  • Any other information that may enhance your chance

Submission of Pre-Qualification Documents:

Applications for expression of interest, accompanied by the above listed pre-qualification documents are to be submitted to the Special Adviser, Bureau for Local Government and Chieftaincy Affairs, Jalingo, marked “Application for Pre-qualification for Bus Supply” not later than 27th May, 2013.

Applicants are also to note that only pre-qualified contractors would be invited to submit financial bid. The Bureau reserves the right to reject any or all pre-qualification documents.

Nothing in the advert shall construed as a commitment on the part of the Bureau for Local Government nor should it be an entitlement for any contractor or company to make any claim whatsoever from the Bureau by virtue of having responded to this advertisement, please.

Signed

Saratu C. Nuhu

Permanent Secretary

Bureau for Local Government and Chieftaincy Affairs,

Jalingo.

Notice of Invitation for Bid at Nigerian Export-Import Bank (NEXIM)

NEXIM

Nigerian Export-Import Bank

Notice of Invitation for Bid

1.0     Introduction

The Nigerian Export-Import Bank invites interested experienced and repu­table companies to tender for the Supply, Installation and Implementation of video conferencing and multimedia content sharing (Tele-Presence) as detailed in 2.0.

2.0     Scope of Work

 

LOTA

 

Video Conferencing Solution

 

1 Supply, installation and implementa­tion of video conferencing and multi­media content sharing (Tele-Presence) Solution that supports multi-site conferencing for at least 4 sites sim­ultaneously for users to be able to enjoy high quality video telephone calls, content sharing, presentations and messaging based on the latest technology.

Technical Requirements

  1. Composition & Qualifications of key personnel (General qualifications and Certifications) who can provide professional technical support services when needed
  2. The partnership Status with OEM must be a Certified Partner
  3. Project Plan (Content, Timeline and Commitment to move to site immediately)
  4. Evidence of 3 similar projects executed in the last 2-years i.e. Previous, verifiable evidence of experience on similar projects success fully executed in an organization similar in size and complexity to NEXIM BANK  (evidence of verifiable certificate of completion should be       provided.)

Apart from the above technical requirements, the following are mandatory:

  1. Provide training (technical and user) in the operation of the system
  2. Skill transfer in managing and operating the system
  3. Project management details for the project
  4. Warranty for agreed period of time and SLA/UC
  5. Understanding of the Terms of Reference (TOR)

3.0     General Requirements

Interested and competent consultants wishing to carry out the above job shall submit, amongst others, the following documents for verification:

  1. Evidence of registration with the Corporate Affairs Commission
  2. Certified true copy of Memorandum and Article of Association
  3. (Evidence of payment of tax for the last three(3) years as at when due
  4. Comprehensive company profile, including registered address, func­tional contact email address, GSM phone numbers).
  5. Reference letter from Bank stating financial ability to carry out such project(s)
  6. Company’s audited Annual Reports & Accounts for the last three(3) years
  7. The vendor must have internationally recognized certification in the solution they intend to provide

4.0     Collection of Bid Document

Interested and competent consultants wishing to carry out the above job should collect the Invitation for Bid(IFB) document from the Secretary, Procurement Committee (2nd floor), Nigerian Export-Import Bank, Head Office, Abuja on the payment of a non-refundable fee of N40,000.00 (Forty thousand Naira only). The payment should be in Bank Draft payable to NIGERIAN EXPORT-IMPORT BANK.

5.0     Submission

The submission should be in two separate envelopes

  • The general technical requirements should be submitted in one wax sealed envelope boldly marked “Prequalification and Tender for Lot A ” at the top left hand corner
  • The financial Bid should be submitted in another wax-sealed envelope boldly marked “Financial Bid for Lot A” at the top left hand corner

The submission (not by post) should be addressed to the Secretary, Procurement Planning Committee, Nigerian Export-Import Bank, 2nd Floor, NEXIM House, Plot 975, Cadastral Zone AO, Central Business District Abuja, ON OR BEFORE MONDAY, MAY 27TH, 2013 by 12.00 Noon. The pre-qualification tenders will be opened in the presence of the bidder’s representatives on the 27TH MAY, 2013 BY 12.30PM.

VENUE- NEXIM Bank Conference Room, 5th floor, NEXIM House, Abuja Time- 12:30pm

Important Notice

  • Only successful pro-qualified company(s) will have their financial Bids evaluated. Full tendering procedure will be applied to consultants prequalified and found capable of executing the project
  • Nothing In the advert shall be construed to be a com­mitment on the part of NEXIM Bank.
  • The successful consultants will be contacted.

Signed

MANAGEMENT

Invitation for Bids (IFB) at The Sokoto State HIV/AIDS Programme Development Project II (HPDP II)

Invitation for Bids (IFB)

Federal Government of Nigeria

Sokoto State HIV/AIDS Programme Development Project II (HPDP II)

Procurement of HIV Test Kits

Credit No: 4596 – IFB No: SO/HIV/GD/004/NCB/13

This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. of 23rd November. 2012

The Federal Government of Nigeria has received credit from the International Development Association toward the cost of HIV/AIDS Programme Development Project II (HPDP II), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of HIV Test Kits.

 

  1. The Sokoto State HIV/AIDS Programme Development Project II (HPDP II) now invites sealed bids from eligible and qualified bidders for Procurement of the following HIV Test Kits.

 

Lot No.

 

Description

 

Qty

 

Delivery’ Schedule

 

Bid Validity Period

 

Bid Security Value

 

Site of Delivery

 

1

 

Screening Test

 

30,000 Tests

 

60 Days from the date of contract award

 

90 days

 

Not less than 3% of Bid Price

 

State Medical Store

 

2 Confirmatory Test

 

7,000 Tests

 

60 Days from the date of contract award 90 days

 

Not less than 3% of Bid Price

 

State Medical Store

 

3 Tie Breaker

 

3,000 Tests

 

60 Days from the date of contract award 90 days

 

Not less than 3% of Bid Price

 

State Medical Store

 

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

Bidding will be conducted through the National Competitive Bidding (NCB) 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.

Interested eligible bidders may obtain further information from, The Project Manager, Sokoto State HIV/AIDS Programme Development Project II (HPDP II) email address: sokotosaca@gmail.com,  GSM: 08065738892, 08036087950 and inspect the Bidding Documents at the address given below from 9:00am to 4:00pm, Mondays through Thursdays from 9:00am to 1:00pm on Fridays, except on public holidays.

Qualifications requirements include: Evidence of Registration with Cooperate Affairs Commission, Manufacturer’s Authorization, Power of Attorney, Warranty Period, Evidence of experience in similar project executed, Audited Financial Statement and Tax Clearance. A margin of preference for certain goods manufactured domestically “shall not” be applied. Additional details are provided in the Bidding Documents.

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 N10, 000 only. The method of payment will be in cash/bank draft. The Bidding Documents will be delivered directly or sent by courier.

Bids must be delivered to the address below on or before 10.00 am 13th May, 2013 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 3rd June, 2013.

All bids must be accompanied by a “Bid Security” of not less than 3% of Bid Price.

9.       The address referred to above is:

The Project Manager,

Sokoto State HIV/AIDS Prog. Dev. Project II

No. 6 Isau Road off Sama Road, Sokoto

GSM: 08065738892, 08036087950

Email: Sokotosaca@gmail.com

Invitation to Tender at Ikpoba-Okha Local Government

Ikpoba-Okha Local Government

P.M.B. 1094. Idogbo

Benin City Edo State of Nigeria

Invitation to Tender

Tenders are hereby invited from reputable contractors/suppliers currently registered with the local government for the execution of the under listed projects on behalf of the local government.

  1. Rural Electrification
  2. Construction and Rehabilitation of primary schools
  3. Construction and Rehabilitation of Roads
  4. Building of Health Centres
  5. Skill Acquisition Centre
  6. Re-construction and Renovation of Secretariat Building
  7. Purchase of Utility vehicles
  8. Construction and supply of school chairs and desk/equipments
  9. Purchase of transformers
  10. Fencing of markets
  11. Fencing of Health Centre
  12. Borehole and toilet construction in various markets
  13. Construction of Jetty in Ologbo
  14. Erosion control

2. Intending tenders are required to pay to Ikpoba-Okha Local Government Treasury   a non refundable deposit of Twenty Thousand (N20.000.00) only per project and the tenders are to be accompanied with:

  1.          i.            Evidence of current business registration with Ikpoba-Okha Local Government as a contractor/supplier in the appropriate category,
  2.        ii.            Evidence of payment of non-refundable deposit of Twenty Thousand Naira (N20, 000.00) only to the    local government treasury.
  3.     iii.            Tax clearance certificate for the immediate past three years
  4.     iv.            Current bank guarantee of credit worthiness.
  5.        v.            Evidence of jobs previously executed with the local government or other government agencies
  6.     vi.            Evidence of registration with Corporate Affair Commission
  7.   vii.            Evidence of personal income Tax Clearance Certificate of the Director of the company

3.  Documents showing the drawing and specifications of the above listed projects are available for inspection between 8.00am to 4.00pm Monday- Friday in the office of Director of Works, lands and survey.

4.   Tenders should be addressed and submitted in a sealed envelop and marked “CONFIDENTIAL” at the top left hand corner of the envelop and addressed to:

The Executive Chairman

Ikpoba-Okha Local Government

P.M.B 1094,

Idogbo, Edo State.

To reach him not later than 17th June, 2013

5.       Ikpoba-Okha Local Government is not bound to accept the lowest or any tender nor is it bound to give reasons for rejection of any tender.

Signed:

Pst. Kennedy Iroghama Osifo

For. Executive Chairman

lkpoba-Okha Local Government.

Idogbo.