Request for Proposal for Supply of Drugs, Pharmaceutical Products and Other Medical Consumables at Kebbi State Government (KBSG) through the State Ministry of Health

Kebbi State of Nigeria

Ministry of Health Gwadangaji Secretariat Birnin Kebbi, Kebbi State

Request for Proposal for Supply of Drugs, Pharmaceutical Products and Other Medical Consumables

The purpose of this Request for proposal (RFP) is to solicit innovative and competitive proposals that will serve to establish a contract relationship between a Pharmaceutical Manufacturer/Distributor and the Pharmacy for the 200 beds Specialist Hospital, along Kalgo Road, Birnin Kebbi, to facilitate procurement, inventory control, affiliated pharmacies, outpatient pharmacies, investigational pharmacies, inpatient pharmacies, and any other pharmacies and medication areas to be managed by the 200 beds Specialist Hospital Pharmacy as may be added.

The respondents to this RFP will observe that the requested services substantially include those typical of the pharmaceutical wholesaler –hospital pharmacy customer relationship.

That being said, Kebbi State Government (KBSG) through the State Ministry of Health is seeking a strategic business partner. This collaboration effort will serve the unique pharmaceutical service requirements of the 200 beds Specialist Hospital, Kalgo Road, Birnin Kebbi patient population and staff. This partnership is expected to be viewed as a model in the Healthcare industry in achieving the highest standards for patient care, Safety, perpetual fulfillment of the obligations implicit in the current good manufacturing practices (CGMP).

Background

200 beds Specialist Hospital, Kalgo Road, Birnin Kebbi is a Newly built tertiary health care delivery facility constructed by the KBSG. The 200 beds Specialist Hospital, Kalgo Road, Birnin Kebbi was created to provide tertiary health care delivery services that includes programs in quality patient care, clinical and fundamental research training, and prevention as a means to meet this goal. In this vein, the Pharmacy at the Hospital will provide both clinical support and drug distribution functions to patients of the health care facility.

Objectives:

The specific objectives of this RFP are to:

  • Define a unique collaborative partnership with a leading Pharmaceutical Manufacturer/Distributor that serves the strategic and tactical business requirements of the 200 beds Specialist Hospital

 

  • Provide full support and integration with the Medication process Technology -Supply Chain initiative.

 

  • Assure a Safe and Secure pharmaceutical supply chain that provides the ultimate in medication safety that prevents diversion while optimizing the effectiveness of the 200 beds Specialist Hospital, Kalgo Road, Birnin Kebbi patient care operations.

 

  • Enable the sourcing of pharmaceutical products labeled with appropriate machine readable codes that represent, at least, the “Triad of Safety” (i.e., the NAFDAC drugs approval code): Expiration Date and Manufacturer’s Lot/Control Number) and which are compatible with the scanning technologies and systems under consideration by the new Hospital.

 

  • Provide ordered medications in the exact quantities required by the respective pharmacy services areas in the Lowest Units of Measure (LUM).

 

  • Optimize the control and management of the pharmaceutical inventory through leading edge processes and technologies.

 

  • Facilitate the establishment and maintenance of perpetual inventory valuation in a manner that is compliant with the requirements of KBSG’s Generally Accepted Accounting Practices (GAAP).

 

  • Provide business intelligence gathering, analytical and reporting functionalities to serve as the basis of short and long term planning, decision-making and implementation.

 

  • Support the attainment of optimal inventory levels and medication product availability and appropriate packaging at and among the many pharmacy services areas at 200 beds Specialist Hospital, Kalgo Road, Birnin Kebbi.

 

  • Provide processes, systems and technologies to eliminate the paper processes requisite to acquisition of the necessary merchandise, including ordering, receiving, billing and issuing pharmaceuticals from the many pharmacy locations at the new Hospital; and

 

  • Standardize and minimize the turnaround time from order placement to receipt of pharmaceutical products.

Descriptions 

General Description

Please respond to the RFP using the following guidelines, Deviation from the guidelines may result in being disqualified.

Please respond to the RFP using the 200 beds Specialist Hospital, Kalgo Road, Birnin Kebbi list of drugs, pharmaceutical supplies and other medical consumables obtainable from:

The Permanent Secretary

Ministry of Health

Gwadangaji Secretariat

Birnin Kebbi

Kebbi State.

Adherence to this list of drugs, pharmaceutical supplies and other medical consumables is required in order to be considered, including the current policy on Drugs Distribution Guidelines issues by the Federal Government. Using this list of drugs, pharmaceutical supplies and other medical consumables allows the KBSG to evaluable responses in a more equal and timely fashion. The Pharmaceutical Manufacturer/Distributors are requested to provide a point person available to answer any questions that KBSG may have while reviewing the responses. Please ensure that this person it’s knowledgeable about all aspects of Pharmaceutical Manufacturer/ Distributor’s organization and the RFP response.

Respondents may elect to present alternative options to one or more sections of this RFR Please provide such alternatives as an addendum to the primary response to the RFP When such alternatives are proposed, please summarize the expected differences in approach, results and impact of the financial aspects of the proposal.

All documents must be submitted to the permanent Secretary of the Ministry of Health on or before 11th June 2013 at 2.00pm.

If respondents have any questions, please contact:

The Permanent Secretary

Ministry of Health

Gwadangaji Secretariat

Birnin Kebbi

Kebbi State

The Permanent Secretary is the only individual authorized to answer any question regarding this RFP, Any other correspondence with any official of KBSG, Staff members of the State Ministry of Health or health care delivery institution or facility belonging to KBSG, except when so delegated, will be deemed reason for disqualification from the process.

Acceptance or Refection of Proposals

The RFP is not an offer to contract, Acceptance of a proposal neither commits KBSG to award a contract to any Supplier nor limits KBSG’s rights to (1) accept or reject any or all proposals in part or whole: (2) request clarification on any specific response, omission, or claim made in a response to the RFP: (3) to further evaluate one or more proposals via additional interviews/presentations, sites visits, reference checks, and other additional criteria: and (4) to further negotiate the terms submitted in a proposal, including price, prior to final award of an agreement in order to provide an optimum solution.

Supplier Response Guidelines

In replying to this RFP, Supplier shall make best effort to comply with the guidelines as follows:

  • All statements made regarding the Pharmaceutical with the guidelines as follows: and capabilities shall be considered as contractual commitments in the event that the Pharmaceutical Manufacturer/Distributor’s proposal is selected.

 

  • Supplier acknowledges that responses received after the proposal closing time and date indicated in the RFP will not be considered. No exceptions will be made for late or misdirected submittals. Suppliers are encouraged to ask any questions that they may have with regard to the correct submittal of their proposal.

 

  • Supplier acknowledges and accepts that any costs incurred from the Supplier’s participation in this RFP shall be at the sole risk and responsibility of the Supplier.

Contract Terms and Conditions

The expected length of the agreement is (2) year with the option to renew for two (2) additional periods of (1) year each at 200 beds Specialist Hospital, Kalgo Road, Birnin Kebbi’s discretion. The anticipated effective date of the Contract is October 2, 2013 or earlier.

Pre-Proposal Conference/Meeting

The information provided herein is intended to assist Pharmaceutical Manufacturer/Distributors in the preparation of proposals necessary to properly respond to this RFP. The RFP is designed to provide interested Pharmaceutical Manufacturer/Distributors with sufficient basic information to submit proposals meeting minimum requirements, but is not intended to limit a proposal’s content or to exclude any relevant or essential data from there. It is recognized that the Distributor may need additional information to complete its response, which will be accommodated as 200 beds Specialist Hospital, Kalgo Road, Birnin Kebbi considers such requests both reasonable and applicable. Distributors are at liberty and are encouraged to expand upon the specifications to give additional evidence of their ability to provide the services requested in this RFP.

There will be a Pre-Proposal Conference /Meeting on 14th May 2013 at 9.00 am-1100am.

The location of the meeting is conference room of the Ministry of Health, Gwadangaji Secretariat, Birnin Kebbi, Kebbi State. Bidders will be allowed to ask questions about the RFP to gain clarification on any points that they do not understand.

Only two (2) people may attend from each company

A tour of the 200 beds Specialist Hospital, Kalgo Road, , Birnin Kebbi, and distribution areas will be held immediately following. Please respond to Permanent Secretary, Ministry of Health, Gwadangaji Secretariat, Birnin Kebbi, with the names of the employees representing your company that will be attending.

KBSG or the State Ministry of Health will not provide tours on any other date other than the 14th May 2013. Please make certain that you attend, as the physical layout of the 200 beds Specialist Hospital is important to the response of this RFP.

Linkage between RFP Response and Final Agreements

At the option of 200 beds Specialist Hospital, Kalgo Road, , Birnin Kebbi, all the provisions of this RFP shall be incorporated into any subsequent agreement between the parties. 200 beds Specialist Hospital, Kalgo Road, , Birnin Kebbi reserves the right to negotiate on all issues that it deems relevant. However, to the extent the parties do not agree in writing to change any provisions of this RFP, all the terms and conditions set forth herein shall be binding upon the Pharmaceutical Manufacturer /Distribution at all times regardless of whether 200 beds Specialist Hospital, Kalgo Road, , Birnin Kebbi has executed this RFP unless and until 200 beds Specialist Hospital, Kalgo Road, , Birnin Kebbi has rejected or revoked this RFP as described above.

 

All decisions by KBSG or the State Ministry of Health or the 200 beds Specialist Hospital, Kalgo Road, Birnin Kebbi will be based upon a combination of factors and issues it deems relevant.

Dr. M. S. Kaoje

Permanent Secretary

Ministry of Health

Gwadangaji Secretariat

Birnin Kebbi

Kebbi State.

 

 

Expression of Interest (EOI) for Consulting Services for Faculty of Education Building at University of Lagos, Nigeria

University of Lagos, Nigeria

Expression of Interest (EOI) for Consulting Services for Faculty of Education Building

1.0     Introduction

The University is desirous of constructing a 15 – Floor Building expected to be a high class structure befitting a World-Class University for the Faculty of Education. The foundation is expected to be on pile and the entire building is expected to be a reinforced concrete framed structure and designed as such. The facade should blend with the landscape of the University and the completed building should not impact negatively on the existing environment.

UNILAG therefore invites consultants of international repute to express interest to carry out the following services:

A.      Project Management

B.      Architecture

C.      Structural Engineering

D.      Mechanical Engineering

E.      Electrical Engineering

F.      Quantity Surveying

G.      Extra Low Voltage Equipment Design

The Expression of Interest (EOI) is the first step of a process that may result in a request for proposal from short-listed companies.

2.0     Submission Requirements:

a.       Compulsory and Mandatory Criteria:

i.        Evidence of registration with the Corporate Affairs Commission (CAC)

ii.       Company Audited Account for the last three years

iii.      Evidence of Tax Clearance Certificate for the last three (3) years and Tax Identification Number (TIN)

iv.      Evidence of Compliance with the provisions of the Pension Reform Act 2004 and Industrial Training Fund (ITF) Amendment Act, 2011 as applicable

v.       A sworn affidavit indicating that all documents submitted are genuine and verifiable.

vi.      Evidence of Value Added Tax (VAT) registration

vii.     Registration of the practice with respective registration boards i.e. ARCON, COREN and QSRBN.

viii.    Evidence of relevant verifiable experience on major construction work(s) in Nigeria over the last five (5) years that best illustrates qualification with letter(s) of commission.

ix.      A sworn affidavit that none of the Directors has been convicted in any country for criminal offence, including fraud or financial impropriety.

x.       A sworn affidavit indicating that no current staff of the University of Lagos is a former or present Director, Shareholder or has any pecuniary interest in the company submitting bid.

Failure to provide any of the above listed documents will automatically disqualifies the Consultant.

b.      Other Criteria:

i.        A list of relevant project experience within the last 5years relating to construction works in Nigeria, stating the scope, location, construction value, length of time from design to completion, key personnel and client contact information (telephone and e-mail)

ii.       Please attach letter of commission, for each project in 2(b)(i)

iii.      Include the Curriculum vitae of each proposed professional staff

iv.      Bank reference from a reputable bank

v.       Evidence of payment of non-refundable fee of twenty thousand naira       (N20,000.00) in bank draft payable to the University of Lagos

3.0     Submission of Documents:

The original and three (3) copies of the documents should be arranged in the order itemized above, neatly bound and sealed in an envelope separately for each project. The envelope should be marked “Confidential Notice of Intention to Consult (specify the consultancy) on the Construction of the Faculty of Education Building” and delivered either by hand or courier service to reach the address stated below on or before 17th June 2013.

The Registrar

5th Floor, Senate House,

University of Lagos Akoka-Yaba

Lagos.

The closing date is 12.00 noon, June 17, 2013.

4.0     Other Details

i.        That by the submission of E.O.I documents, University of Lagos is neither committed nor obliged to commission any prospecting consultant.

ii.       That participating in E.O.I Exercise shall not be considered as a commitment on the part of the University, nor shall it entitle any prospecting consultant to any claim whatsoever and/or seek indemnity from the University of Lagos.

iii.      Only shortlisted Consultants that have been found suitable will be invited to submit proposals for the project.

Oluwarotimi O.A. Shodimu, Esq., FNIM

Registrar & Secretary to Council

 

 

Expression of Interest (EOI) for Consulting Services for Faculty of Law at University of Lagos, Nigeria

University of Lagos, Nigeria

Expression of Interest (EOI) for Consulting Services for Faculty of Law

Building

1.0     Introduction

The University is desirous of constructing a State of the Art, 12-Floor Building for the Faculty of Law. The foundation is expected to be on pile and the entire building is expected to be a reinforced concrete framed structure and designed as such. The facade should blend with the landscape of the University and the completed building should not impact negatively on the existing environment.

Consultants of international repute are hereby invited to express interest to carry out the following services:

A.      Project Management

B.      Architecture

C.      Structural Engineering

D.      Mechanical Engineering

E.      Electrical Engineering

F.      Quantity Surveying

G.      Extra Low Voltage Equipment Design

The Expression of Interest (EOI) is the first step of a process that may result in a request for proposal from shortlisted companies.

2.0     Submission Requirements:

a.       Compulsory and Mandatory Criteria:

i.        Evidence of registration with the Corporate Affairs Commission (CAC)

ii.       Company Audited Account for the last three years

iii.      Evidence of Tax Clearance Certificate for the last three (3) years and Tax

Identification Number (TIN)

iv.      Evidence of Compliance with the provisions of the Pension Reform Act, 2004 and Industrial Training Fund (ITF) Amendment Act, 2011 as applicable.

v.       A sworn affidavit indicating that all documents submitted are genuine and verifiable.

vi.      Evidence of Value Added Tax (VAT) registration

vii.     Registration of the practice with respective registration boards i.e. ARCON, COREN and QSRBN.

viii.    Evidence of relevant verifiable experience on major construction work(s) in Nigeria over the last five (5) years that best illustrates qualification with letter(s) of commission.

ix.      A sworn affidavit that none of the Directors has been convicted in any country for criminal offence, including fraud or financial impropriety.

x.       A sworn affidavit indicating that no current staff of the University of Lagos is a former or present Director, Shareholder or has any pecuniary interest in the company submitting bid.

Failure to provide any of the above listed documents will automatically disqualifies the Consultant.

b.      Other Criteria:

i.        A list of relevant project experience within the last 5years relating to construction works in Nigeria, stating the scope, location, construction value, length of time from design to completion, key personnel and client contact information (telephone and e-mail).

ii.       Please attach letter of commission, for each project in 2(b)(i)

iii.      Include the Curriculum vitae of each proposed professional staff

iv.      Bank reference from a reputable bank

v.       Evidence of payment of non-refundable fee of twenty thousand naira (N20,000.00) in bank draft payable to the University of Lagos

3.0     Submission of Documents:

The original and three (3) copies of the documents should be arranged in the order itemized above Neatly bound and sealed in an envelope separately for each project. The envelope should be marked “Confidential Notice of Intention to Consult (specify the consultancy) on the Proposed Faculty of Law Building” and delivered either by hand or courier service to reach the address stated below on or before 17th June 2013.

The Registrar

5th FIoor, Senate House,

University of Lagos

Akoka-Yaba

Lagos.

The closing date Is 12noon, June 17th 2013.

4.0     Other Details

i.        That by the submission of E.O.I documents, University of Lagos is neither committed nor obliged to commission any prospecting consultant.

ii.       That participating in E.O.I Exercise shall not be considered as a commitment on the part of the University, nor shall it entitle any prospecting consultant to any claim whatsoever and/or seek indemnity from the University of Lagos.

iii.      Only shortlisted Consultants that have been found suitable will be invited to submit proposals for the project.

Oluwarotimi O.A. Shodimu, Esq., FNIM

Registrar & Secretary to Council

 

 

 

 

Invitation for Technical and Financial Tender for the Execution of 2013 Capital Projects at Ministry of Defence

Ministry of Defence

Ship House, Garki Abuja

Invitation for Technical and Financial Tender for the Execution of 2013 Capital Projects

The Ministry of Defence intends to apply the funds allocated to her in the 2013 appropriation for the execution of some capital projects/programmes under her statutory mandate

2.       Accordingly, the Ministry invites qualified, interested and eligible vendors, suppliers, contractors, Original Equipment Manufacturers (OEMs) or their Representatives and consultants to tender for participation in the procurement of goods, works and services appropriated in 2013 as specified in the summary table 1 below and in the Standard Bidding Documents to be collected:

Table 1: Brief Summary of Goods. Works and Services for Tender

Lot/No Brief Description of Works/Services

 

Location General/Specific Description of Works/Services

 

Lot1

 

Victims Assistance Programme for the Landmines in Nigeria

 

Hqtrs Abuja and Others

 

 

General/Specific Description of Services as contained in the (TOR/RfP)

 

Lot 2 Consultancy for skill acquisition Training programme for landmines victims

 

Hqtrs Abuja and Others

 

General/Specific Description Of Services as contained in the(TOR/RfP)

 

Lot 3

 

 

 

Establishment of Brigade Headquarters at Ekiti

 

Ekiti As contained in Standard Bidding Documents or Schedule of Requirements

 

Lot 4

 

Furnishing of Participant Quarters PQ II, Abuja

 

Abuja General/Specific Description of items as contained in Schedule of Requirements

 

Lot 5A

 

 

 

Lot 5B

 

 

 

Lot 5C

Construction of Mosque at Phase 1 of NDA Permanent site, Kaduna

 

Construction of Catholic Church at Phase 1 of NDA Permanent Site Kaduna

 

Construction of Protestant Church at Phase 1 of NDA Permanent Site,

 

Kaduna BOQ/BEME as contained in Standard Bidding Documents

 

Lot 6

 

Construction of perimeter fence and security post at NAF Base, Kaduna

 

Kaduna

 

BOQ/BEME as contained in Standard Bidding Documents

 

Lot 7 Procurement of computer consumables

 

Abuja

 

General/Specific Description of items as contained in Schedule of Requirements

 

Lot8 Procurement of computer maintenance spare parts

 

Abuja

 

General/Specific Description of items as contained in Schedule of Requirements

 

Lot 9

 

Procurement of 3 No. project vehicles (Hilux double cabin)

 

Abuja

 

General/Specific Description of items as contained in Schedule of Requirements

 

Lot 10 Procurement of fully equipped ambulance (Mercedes Benz)

 

Abuja

 

General/Specific Description of items as contained in Schedule of Requirements

 

Lot 11 Procurement of Digital X-ray machine

 

Abuja

 

General/Specific Description of items as contained in Schedule of Requirements

 

Lot 12

 

Alternative of Electrification of ship house, Abuja

 

Abuja

 

General/Specific Description of items as contained in Schedule of Requirements

 

Qualification Criteria and Tender Requirements

3.       Qualified, interested and eligible vendors, suppliers and contractors must submit tender/bid documents supported with the following:

i.        Evidence of registration with Corporate Affairs Commission (CAC) and Forms CO7.

ii.       Provide detailed Company Profile.

iii.      Detailed evidence of compliance with Pensions Act 2004.

iv.      Company Audited Accounts for the last 3 years.

v.       Copy of current Tax Clearance Certificate; verifiable from Federal Inland Revenue Service (FIRS).

vi.      Evidence of VAT Registration & past VAT remittances.

vii.     Letter of Financial Capability & Banking support.

viii.    Evidence of payment of a non- refundable Tender Fee of N10, 000.00 only in favour of Ministry of Defence.

ix.      Evidence of 3 similar jobs, previously executed or currently being executed (including letters of award, completion certificates, payments).

x.       Submission of technical details & brochures of items being tendered for and evidence of Manufacturers Authorization or dealership or distributorship appointment.

xi.      All other document(s) to support the qualification and tender documents as may be contained in the Standard Bidding Documents.

xii.     Evidence of valid registration of key staff/company with appropriate Professional Bodies like COREN, CORBON; etc. for all Building Construction and Engineering Services Projects,

xiii.    Bidders must not bid for more than one lot.

xiv.    All bids above N50million must be supported with a Bid Security of 2% of the total Bid Price.

xv.     All the requirements shall be enclosed in the Technical Bid envelopes.

Collection of Tender Documents

4.       Qualified, interested and eligible vendors, suppliers and contractors are to collect tender/bid documents for only one lot from Room G-46, Ground Floor, Ship B, MOD HQ. Ship House, Garki Abuja upon the presentation of an evidence (original receipt) for the payment of a non-refundable tender fee of N10,000.00 per lot in Bank Draft issued in favour of Ministry of Defence.

Submission of Tender Documents

5.       The completed “Technical” and “Financial” tender documents must be submitted in three (3) copies each; including one (1) original and two (2) copies, in separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” and both sealed in a third envelop marked with the Appropriate Project Title, Lot Number and Company Name at the top right hand corner, addressed and delivered to the address below; not later than 12.00 noon of Monday 17th June, 2013:

The Secretary,

Ministerial Tenders Board,

Procurement Department,

Ministry of Defence Hqtrs

Garki- Abuja

Opening of Bid Documents:

6.       The “Technical Bid” documents will be publicly opened in the 4th Floor Conference Room of the Ministry of Defence Hqtrs, Garki- Abuja, at 12.30 pm, immediately after the close of bids submission on Monday 17th June, 2013.

7.       Contractors or their representatives, interested members of the public and relevant Non-Governmental Organizations (NGOs) are invited to witness the opening of the “Technical Bid” bid documents as scheduled. However, only prequalified companies and relevant Non-Governmental Organizations (NGOs) will be subsequently invited to witness the opening of the “Financial Bid” documents.

8.       Additional Information/Disclaimer

(i)      Notwithstanding the submission of your tender data, the Ministry of Defence is neither committed nor obligated to include your company in any bid list or award any form of contract to a company or agent.

(ii)     This advertisement shall not be construed as a commitment on the part of the Ministry; nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Ministry by virtue of such company having responded to the advertisement.

(iii)    The Ministry reserves the right to make available the tender/bid documents lo qualified bidders only.

(iv)    Contractors that had cases of contracts abandonment, non-completion and poor projects execution with the Ministry or sister MDAs, need not lender for any of these projects.

(v)     All small value procurements of goods, works or services will, be advertised in the Ministry’s Notice Beards.

(vi)    In order to save precious time for other serious official engagements, the Ministry will not process requests for payment of 15% Mobilization Fee for projects valued below N50,000,000.00 (Fifty million Naira);

(vii)   Late submission of bids will be rejected.

(viii) Please note that the final conclusion of the procurement process for all or any of the projects listed above is subject to adequate cash backing of the funds allocated in the 2013 Appropriation and the evolving priority projects/ programmes under the statutory mandate of the Ministry.

Signed:

ALIYU ISMA’ILA

Permanent Secretary

Invitation for Expression of Interest (EOI) for the Development of Infrastructure for the New Kebbi State Polytechnic at Dakingari at Kebbi State Government (KBSG) (Ministry of Science and Technical Education Haliru Abdu Secretariat)

Kebbi State of Nigeria

Ministry of Science and Technical Education Haliru Abdu Secretariat

Birnin Kebbi, Kebbi State

Invitation for Expression of Interest (EOI) for the Development of Infrastructure for the New Kebbi State Polytechnic at Dakingari

Kebbi State Government (KBSG) hereby invites Expression of Interest (EOI) from Civil Engineering firms, architects, builders and other interested parties to construct and develop facilities as well as supply educational materials, fixtures, fittings and other ancillary materials for the new Kebbi State Polytechnic at Dakingari.

The EOI should be submitted together with the BOQs to be obtained as indicated hereunder including the particulars and other information on the civil engineering, architectural or building firm or other interested party. The successful bidder shall be finalised based on a selective bidding process as contained in the Kebbi State Procurement of Construction Goods and Services (Guidelines) Law No. 5 of 2008.

Brief Scope of Work:

The works to be carried out at the new Kebbi State Polytechnic at Dakingari are placed in LOTS and are as follows:

Lot I            Departmental Buildings, Administrative Building etc

Lot II          Rectors Residence and Staff Houses etc

Lot III         Hostels etc

Lot IV         Entrepreneurship Center, Workshops etc

Lot V          Roads, Parking and other external works

Procurement of Bid Documents:

(1)     Comprehensive BOQs document containing scope of works, terms, and conditions can be purchased by interested bidders from:

Ministry of Works & Transport

Haliru Abdu Secretariat

Birnin Kebbi

Kebbi State

(2)     BOQs document will be purchased on payment of a non-refundable fee of N250,000:00 only (Two hundred and fifty thousand Naira only).

Only those firms who submit EOI document and evidence of payment of the non-refundable fee will be permitted to take part in the deliberations during pre-bid meeting to be held as per scheduled bid process indicated hereunder.

Proposals received without or with inadequate BOQs document or fees shall be rejected.

Sate of BOQs document

 

7th May 2013 to29th May 201 3 up to 5:00 pm

 

Last Date for submission of EOI 30th May 2013 at2:00pm

The EOI shall be addressed to and submitted at the office of:

Commissioner for Science & Technical Education

Haliru Abdu Secretariat

Birnin Kebbi

Kebbi State

Bidders are hereby notified that there should be no inquiries and phone calls or submission of unsolicited proposals not in compliance with this Invitation.

The KBSG reserve the right to accept or reject any or all EOI without assigning any reasons and is not obliged to enter into correspondence with any firm in this regard.

The KBSG reserves the right to change and/or cancel this invitation for EOI or review or revise the EOI criteria at any time without prior notice or without assigning any reasons whatsoever and without prejudice to its right to re-issue at any time in the future this invitation and in such case no bidder/intending bidder shall have any claim arising from such actions.

Interested firms are required to submit the EOI along with the BOQs separately as per the LOT indicated herein in separate sealed envelopes for each LOT on or before the 30th May 2013.

Alhaji Garba Kangiwa

Permanent Secretary

Ministry of Science & Technical Education