Request for Expressions of Interest at Plateau State Agency for the Control of AIDS (PLACA)

Request for Expressions of Interest

 

Plateau State Aids Control Agency (PLACA), Jos

HIV/AIDS Programmed Development Project 2 (HPDP 2) (World Bank- Assisted) IDA Credit No.45960-Uni

 

Advertisement for CSOs to Provide HIV/AIDS Services

Issuance Date: 19th April 2013

 

Plateau State Agency for the Control of AIDS (PLACA) coordinates the responses for HIV/AIDS epidemic in the state. It has received financing from the International Development Association to coordinate the HIV/AIDS Program Development Project (HPDP 2) and intends to apply part of the proceeds for consultant services.

 

This is a call for Expression of Interest from qualified and competent organizations to respond to two specific service categories (i) HIV Prevention of New Infections and (ii) Care and Support.

 

Under the two service categories mentioned above, organizations are expected to work with any or all specified target populations within the specified geographic coverage areas to deliver evidence based HIV intervention packages in line with international standard and best practices.

 

A.      HIV Prevention of New Infection

1.       Most at Risk Populations (MARPs)

a.       Target population – Female Sex Workers

b.      Geographical Area- Jos North LGA, Jos South LGA, Mangu LGA and Shendam LGA.

c.       Intervention Package- CSOs are required to identify and work with the following populations within priority LGAs delivering specific services as follows:

 

i.        Behavioural Interventions

a.       Health communication (including community dialogue)

b.       Peer Education including community outreach

ii.       Medical Interventions

a.       HCT

b.       Condom and lubricant programming

c.       STI control and Treatment

d.       Harm reduction intervention for IDUs

iii.      Structural Interventions

a.       Stigma and discrimination

b.       Gender issues

c.       Structural interventions to address policy, socio-cultural issues and individual empowerment.

 

2.       Other vulnerable Population

i.        Target population – Pregnant Women

ii.       Geographical Area – Jos North LGA, Shendam LGA, Riyom LGA and Mangu LGA.

iii.      Intervention Package-

 

a.       Behavioural

i.        Health communication (including community dialogue)

ii.       Peer Education and outreach

 

b.      Biomedical

i.        HCT

ii.       PMTCT and demand creation for PMTCT services

iii.     Condom and lubricant programming and distribution

iv.     Treatment referrals for STI and HIV

 

c.       Structural

i.        Stigma and discrimination

iv.     Gender issues

 

i.        Target population – Okada Riders and Tricycle Operators

ii.                Geographical Area – Jos North   Pankshin and Shendam LGAs.

iii.     Intervention Package

 

a.       Behavioural

i.        Health communication (including community dialogue on HIV risk reduction)

ii.       Peer Education

 

b.      Biomedical

i.        HCT

ii.       Condom and lubricant programming

iii.     Treatment referrals for STI and HIV

 

c.       Structural

i.        Stigma and discrimination

ii.      Gender issues

 

B.      Care and Support

1.       Target population – People Living with HIV/AIDS

2.       Geographical Area-Jos North, Pankshin and Shendam LGAs.

3.       Intervention Package-

 

a.       Behavioural Interventions

i.        Health communication (including mass media)

ii.       Treatment adherence counseling

iii.      Peer Education including community outreach

 

b.      Medical Interventions

i.        HCT

ii.       Treatment of opportunistic infections.

iii.      Condom and lubricant programming

iv.      STI control and Treatment

v.       Home based Care

 

c.       Structural Interventions

i.        Stigma and discrimination

ii.      Gender issues

 

Structural interventions to address policy, socio-cultural issues and individual empowerment

 

Health communication (including community dialogue on HIV risk reduction)

 

PLACA invites eligible organizations to express their interest in providing any of the above mentioned services.  Interested Organization  must provide information indicating they are qualified to perform the services which include evidence of registration with CAC of not less than one year old, brochures / organizational profile containing area of expertise, evidence of similar assignments with delivered results, demonstrate logistics, and infrastructural capacity to deliver, experience in similar projects, availability of adequate staff with appropriate skills, office accommodation located within the state, operational governance structure and process, understanding the culture and traditional values including local languages of the project areas, evidence of working in and with the community and evidence of financial management. Organizations are encouraged to associate to enhance their qualifications.

 

General Terms and Conditions

  • Organizations will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (January 2011 edition). All Expression of Interests must be submitted in triplicates (three (PLACA) not later than 3rd May 2013

 

  • The sealed envelope must be clearly marked ‘PLACA- Expression of Interest for HAF Grant.

 

  • Only CSOs/PSOs shortlisted for the next stage would be contacted for further details.

 

Interested applicants may obtain further information at the address below from 8.00am to 4pm Monday- Friday (Except public holidays)

 

Expression of Interest through email or fax will not be entertained.

 

The expression of interest should be addressed and delivered not later than 4pm on the Thursday, 2nd May, 2013 at the PLACA office as addressed below:

 

The Executive Director,

Plateau AIDS Control Agency (PLACA),

No 5, Naraguta Avenue,

Jos,

Plateau State.

Tel- 08034501941, 08035889256

Web site: www.placa.gov.ng

Email- placajosng@yahoo.com

Request for Expressions of Interest at Zamfara State Agency for the Control of AIDS (ZMSACA) SAMARU GUSAU

Request for Expressions of Interest

 

Zamfara State Agency for the Control of AIDS (ZMSACA) SAMARU GUSAU

 

HIV/AIDS Programme Development Project 2 (HPDP 2)

(World Bank- Assisted)

 

IDA Credit No.45960

 

Advertisement for CSOs and PSOs to Provide HIV/AIDS Services

 

Issuance Date: 17 April, 2013

 

Zamfara State Agency for the Control of AIDS (SACA) coordinates the response to HIV/AIDS epidemic in the state. It has received financing from International Development Association (IDA) through the World Bank (WB) to coordinate the HIV/AIDS Program Development Project (HPDP 2) and intends to apply part of the proceeds for consultant services.

 

Assignment Description & Services Requested (Scope of Work)

 

This is a call for Expression of Interest from qualified and competent organizations to respond to two specific service categories, i) HIV Prevention of New Infections and ii) Care and Support.

 

Under the two service categories mentioned above, organizations are expected to work with any or all specified target populations within the specified geographic coverage areas to deliver, evidence based HIV intervention packages in line with international standard and best practices.

 

1.       Most at Risk Populations (MARPs)

i.        Target population – FSW

  • Geographical Area -Geographical Area – Gusau,  Mary, Maradun, T/Mafara, Shinkafi.Gummi, Anka, KauraNamoda
  • Intervention packages

 

Behavioural Interventions

  • Specific population Awareness Interventions (MARPs, Vulnerable Populations)
  • Peer Education Outreaches for HIV, IEC/BCC
  • Community Outreaches

 

Biomedical Intervention

  • HIV treatment, Referral Linkages and follow-up
  • HIV Counseling and Testing
  • STI Management services

 

Structural Intervention

  • Structural interventions; including community mobilization, adherence to treatment support, vulnerability centered population activities.

 

  • Ø (II)     Other Vulnerable Groups:

Target population – clients of FSW, Target population (LDDs, Dcs, ORDs, UPMs, and high risk youth)

  • Ø Geographical Area -Geographical Area – Gusau, Maru, Maradun, T/Mafara, Shinkafi, Gummi, Anka, Kaura Namoda

 

Intervention packages Behavioural Interventions

  • Specific population Awareness interventions (MARPs, Vulnerable Populations)
  • Peer Education Outreaches for HIV, IEC/BCC
  • Community Outreaches

 

Biomedical Intervention

  • HIV treatment, Referral Linkages and follow-up
  • H IV Counseling and Testing
  • STI Management services

 

Structural Intervention

  • Structural interventions including community mobilization, adherence to treatment support, vulnerability centered population activities.

 

2.       Prevention of Mother to Child Transmission of HIV

I        Target population -Pregnant women, TBAs, house hold heads, traditional and religious leaders and Health care providers

 

Geographical Area-      identified communities with documented evidence of low up­take of PMTCT services within 14 LGAs.

 

 

Intervention packages – Demands creation for HCT/PMTCT services

  • Ø Behavioral Interventions
  • Ø Demand creation for HCT/PMTCT service
  • Community Outreaches/Community dialogue PMTCT services
  • Advocacy to allow/encourage women to attend ANC clinic which is an entry point for PMTCT Services, referral for PMTCT services.

 

Biomedical Intervention

  • Provision of HCT at every opportunity to women of reproductive age and couple HCT
  • Referral linkages for HIV treatment

 

Structural Intervention

  • Intervention to address stigma reduction and discrimination, gender issues, linkage

 

  1. Care and Support – CSOs/PSOs wishing to provide these services must provide documented evidence on the location and number of PLWHAs/OVCs in the selected LGAs.

 

Care and Support for PLWHA

  1. – Target populations – People Living with HIV/AIDS (PLWHA)
  2. – Geographical area – Gusau, Talata Mafara, Kaura Namoda, Shinkafi and Gummi LGAs

 

Intervention packages – (I)       advocacy referral and support for PLWHA services,

(ii) Referral for HIV & Ols treatment, care and support services,

(iii) Community Home based care services

 

Behavioral Intervention

(i)                Peer education outreach for PLWHA on positive living,

(ii)             Advocacy referral linkages and support for PLWHA services

 

Biomedical Intervention

(i)                Community Home Based Care

(ii)             Referral for HIV & Ols treatment, care and support services, Services

 

 

Structural Intervention

(I)               Vulnerability centered population activities,

(II)            Intervention to address stigma reduction arid discrimination, gender issues, linkage

 

Care and Support for OVCs

Target groups – (Children directly or indirectly infected/affected by AIDS and persons with special needs (physically or mentally challenged)

 

Geographical area – Gusau,Talata Mafara, Kaura Namoda Shinkafi and Gummi

LGAs

 

Intervention packages – Intervention and services of Behavioral, Biomedical and Structural Intervention on Education support, Health/Nutrition support, psychosocial support according to national OVC guidelines, vulnerability centered population activities.

 

Duration of the Project; the assignment is for the period of 2 two years.

 

 

Selection Criteria

Zamfara SACA invites eligible organizations to express their interest in providing any of the above mentioned services. Interested CSOs/PSOs must provide information indicating they are qualified to perform the services which include evidence of registration with CAC not less than one year old.

 

And state registration for at least 3 years + brochures/organizational profile containing area of expertise, description of similar assignments with delivered results, demonstrated logistics and infrastructural capacity to deliver, experience in similar projects, availability of adequate staff with appropriate skills, office accommodation located within the state, operational governance structure and process, understanding the culture and traditional values including local languages of the project areas , baseline data of the propose services /evidence of working in and with the community and evidence of financial management.

 

Organizations will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (January 201 1 edition).

 

  • All Expression of Interest must be submitted in triplicates (three hard copies), one CD -Rom and delivered to Zamfara State Agency for the Control of AIDS (ZMSACA) not later than 10th May, 2013.
  • The sealed envelope must be clearly marked ‘ZMSACA- EXPRESSION OF INTEREST FOR HAF GRANT’
  • Only CSOs/PSOs shortlisted for the next stage would be contacted for further details.

 

Interested applicants may obtain further information at the address below from 10.00am to 4pm Monday- Friday (Except public holidays).

 

Expression of Interest through email or fax will not be entertained.

 

The expression of interest should be addressed and delivered not later than 4pm on the 10/5/2013 at the ZMSACA office as addressed below:

 

The Project Manager,

Zamfara State Agency for the Control of AIDS,

Medical Store Complex, Zaria Road Samaru Gusau.

Tel- 08080198869, 08065928789

 

Tender Notice at Takai Local Government

Takai Local Government

Kano State

 

Tender Notice

 

Invitation for pre-qualification of Tender of Projects for the Construction, Renovation and Purchase of Materials in Takai Local Government Area.

This invitation for express of interest is for the purpose of pre-qualification of bidders that would like to express interest for the projects under listed.

 

S/N Description of Work

 

Location

 

1. Establishment of small scale industries

 

Kachako, Falali and Karfi wards

 

2. Electrification/ Electricity extension

 

Various towns in the LGA

 

3. Relocation of high tension electricity lines  And provision of transformers

 

Various towns in the LGA

 

4. Construction of New Market stalls/ Renovation – Of market

 

Various towns in the LGA

 

5. Construction of classroom blocks

 

Takai and other towns in LGA

 

6. Construction of fencing wall of Health facilities

 

Various towns in the LGA

 

7. Upgrading of Health facilities

 

Durbunde and Falali towns

 

8. Reconstruction of Health posts

 

Kwanar Huguma

 

9. Procurement of Hospital equipments

 

   –
10. Construction of Computer Centre

 

Takai town

 

11. Drilling of Hand Pump

 

Various places in the LGA

 

12. Reticulation of water pipes

 

Huguma gari, Zuga, Kachako, & Fajewa

 

13. Construction of Drainage

 

Various towns in the LGA

 

14. Construction of Juma’at Mosque

 

Different towns in the LGA

 

15. Construction of Daily Prayer Mosque

 

Various towns in the LGA

 

16. Purchase of official vehicles

 

  –
17. Re-construction of Senior Staff quarters

 

Takai Town

 

18. Extension of District head’s house

 

Takai Town

 

19. Construction Village head houses

 

Various towns in the LGA

 

20. Purchase of Classroom furnitures

 

Various Primary Schools

 

21. Purchase of Students’ House at Kano

 

Kano

 

22. Re-construction of Takai Market

 

Takai

 

 

Pre-Qualification Criteria

1.       Evidence of incorporation

2.       Company Audited accounts for the last 3 years

3.       Evidence of Tax clearance for the VAT remittance

4.       VAT registration and evidence of VAT remittance

5.       Evidence of financial capability

6.       Verifiable list of similar projects executed

7.       Registration with Kano State tender Board

8.       Any additional information that may enhance the chance of the contractor or company.

 

Submission of Pre-Qualification Documents:

Eligible contractor or companies should forward their documents to the DPM Takai Local Government in sealed envelope marked construction, Renovation, Drilled and purchases materials to reach him on or before 2nd May 2013.

 

Important Notice:

This advertisement should not be considered as a contract award or any commitment on the part of Takai Local Government, nor shall it entitle any contractor or company to make any claims whatsoever from Takai Local Government by virtue of having responded to this advertisement.

 

Signed By:

Director Personnel Management

Invitation to Bid at Family Health International (FHI 360)

The Science of Improving Lives

 

Invitation to Bid

 

Family Health International (FHI 360) with funding from the United States Agency for International Development (USAID) is supporting the government of Nigeria (GON) to enhance sustained cross-sectional integration of HIV/AIDS and TB services by building Nigerian capacity to deliver sustainable high quality. comprehensive, prevention, treatment, care and related services in various states within Nigeria. FHI 360 hereby invites reputable companies with proven experience and expertise in the supply of Electronics, IT and Safety Equipment to participate in the pre-qualification process as described below.

 

B. Scope of Supply

 

Description of Item

 

Specification Quantity
Section A: Electronics

 

Refrigerator

 

Standard Size: 310-330 litres, 220 Volts +12% AC 50Hz, Refrigerant Gas: CFC Free Compressor, Power Saver Compressor

 

180 Units
2KVA Stabilizer

 

Power. 2KVA/1600W

INPUT V: 170 TO 270V

OUTPUT V: 230+/-1%V

Reset: Auto.

Time delay: 10 to 15 seconds.

Voltmeter: At output Volt. side.

Overload & Shortcircuit protection: Yes

LED Indication: Beyond input acceptance voltage range.

 

630 Units

 

1 KVA Stabilizer

 

Power: 1KVA/800W

INPUT V: 170 TO 270V

OUTPUT V: 230+/-1%V

Reset: Auto.

Time delay: 10 to 15 seconds.

Voltmeter: At output Volt. side.

Overload & Shortcircuit protection: Yes

LED Indication: Beyond input acceptance voltage range.

 

60 Units

 

UPS

 

Input Specifications

Nominal Input Voltage : 230V

Input Frequency: 50/60 Hz +/- 3 Hz (auto sensing)

Input Connections: IEC-320-C14 inlet

Battery Type: Maintenance-free sealed Lead-Acid battery with suspended electrolyte

 

Output Specifications

Output Power Capacity: 500 Watts / 750 VA

Nominal Output Voltage: 230V

Configurable for 220: 230 or 240 nominal output voltage

Output Voltage Distortion: Less than 5% at full load

Output Frequency (sync to mains): 47 – 53 Hz for 50 Hz nominal, 57 – 63 Hz for 60 Hz nominal

Topology: Line Interactive

Waveform Type: Sine wave

Output Connections: (6) IEC 320 C13 (2) IEC Jumpers

 

133 Units

 

Section B: Safety Equipment

 

Fire Extinguisher 5kg, Standard Carbon Dioxide

 

155 Units

 

Section C: IT Equipment

 

Desktop Computer

 

Processor: Intel® CoreTM i5 (3470, 3570) (Quad Core, 3.20GHz, Turbo 6MB)

Operating System: Windows 7 Pro, 64-bit, no media, English

Memory: 4Gb DDR3 SDRAM at 1600Mhz

Chipset: Intel® Q77 Express Chipset

Video Card: AMD RADEON™ HD 7570 1GB DDR3 DP/DVI w/o Adapters,LP

Hard Drive: 500GB SATA hard drive

Optical Drive: 8X DVD+/-RW

Connectivity: Integrated Intel® 82579LM Ethernet LAN 10/100/1000 Ports

Power Supply Unit (PSU): Standard 275W PSU UK plug

Monitor: Entry Standard and Widescreen Flat Panel Analog: 21 inch flat screen display

Keyboards: USB US Keyboard

Mouse: USB Optical Mouse, Laser MouseAudio

Speakers: Internal Dell Business audio speaker

 

133 Units

 

LaserJet Printer

 

Print technology: Laser

Print speed: 35ppm black letter

First page out: 8 sec

Print resolution: black 1200 x 1200dpi

Standard Printer Language: PCL 5e. PCL6, Postscript Level 3 emulation, direct PDF

Processor: 800MHz

Memory: 256MB

Duty cycle: 50,000 pages

Pape Handling:

Paper tray(s):    2

Input:    50-sheet multipurpose tray 1, 250-sheet input tray 2, automatic duplexer for two-sided printing

Output: 150-sheet output bin

Duplex printing (printing on both sides of paper): Automatic

Media sizes: Letter, legal, executive, 8.5 x 13 in

Media types: Paper (plain, Green mode, light, heavy, bond, color, letterhead, preprinted, prepunched, recycled, rough); envelopes; labels; transparencies, cardstock

Connectivity: USB, Ethernet

Toner: One

 

128 Units

 

Flatbed Scanner Optical Scanning Resolution: Up to 2400 dpi

Hardware Scanning Resolution: Up to 2400 x 2400 dpi

Enhanced scanning resolution: Up to 999,999 dpi

Bit Depth: 48-bit

Scan Speed in Preview Mode: 7 sees

Scan Speed (ADF): 8 ppm

Maximum Scanning Size: 21.6 x 29.7 cm

Auto Document Feeder Capacity: Standard, 50 sheets

Button Functions Scan Copy E-mail Share-to-web, Save to PDF, Power Save, Cancel, Copy Colour/Black and White

Scan Fife Format

PC: Bitmap (BMP), TIFF, GIF, PDF, HTML, JPEG. FlashPix(FPX), TIFF compressed. DCX, PCX, RTF

Mac: PICT, TIFF, JPEG, TIFF compressed, GIF, PDF, TEXT, HTML, FlashPix(FPX)

Power consumption: 36W maximum

Connectivity: USB port

 

65 Units
Laptop 3rd Gen Intel Core i5-3320M Processor (2.6GHz, 3M Cache)

Memory: 4.0GB DDR3-1333MHz SDRAM, 2DIMMS

Keyboard: Internal English Dual Pointing Keyboard

Graphics: Intel HD Graphics 4000

Hard Drive: 320GB Hard Drive, 7200RPM

Screen:  17.0” HD (1366×768) Anti-Glare LED-Backlit

Operating System: Windows 8 Professional, No Media 64-Bit

Dell Back-Up and Recovery Manager for WIN 7, MUI

AC Adapter: 90W 3-Pin AC Adapter

European Power

DVD-ROM Drive: 8X DVD+/-RW

8X DVD+/-RW Bezel

Webcam: Integrated Webcam with Single Digital Microphone

Webcam Central Software

Battery: 6Cell (60WH) Primary Lithium Ion Battery

Misc.: Intel vPro Technology Advanced Management Features

Intel Centrino Ultimate -N 6300 802.11 n 3×3 Half Mini Card

Resource DVD with Drivers

Core i5 vPro Sticker

Warranty: 3 Year Basic Hardware Service

 

60 Units
Laptop Security Lock

 

 

Combination Laptop Lock Master Coded                                                                                                                               6 ft, 3.5mm carbon strengthened steel cable, Locks into the standard Security Slot in notebooks

Gives end-users the ability to set personal combinations that they can remember

Allows authorized administrators the ability to unlock or reset locks at any time

 

60 Units
Combo Server

 

Master Coded Combination Combo Genie                                                                                                                    Manages Combination Laptop Lock Master Coded listed above.

Employs two-factor authentication to allow administrators discover the combination for all laptop security locks within their scope

 

3 Units

 

Low End Server Intel Xeon E3-1220 3.10 GHz

Windows Server 2012 Essentials

8GB Memory (2x4GB)

2 Hard Drives – 500GB 7.2k RPM Serial ATA 3Gbps 3.5-in Cabled Hard Drive

1 year basic warranty

 

3 Units

 

 

C.      Qualification Criteria

 

1.       The minimum eligibility criteria to participate in the prequalification process shall be as under and should be submitted along the price quotation in a sealed envelope

2.       Evidence of registration with Corporate Affairs Commission and other bodies with copies of form CO7

3.       Evidence of payment of tax for the last three years

4.       Detailed company profile with registered address functional contact email, tele­phone numbers and point of contact for the organization

5.       Verifiable evidence of similar jobs successfully executed in the past for an amount equal to or above 14million Naira (including copy of job order and signed delivery note)

6.       Recommendation letter from the Bank stating ability to execute such supply.

7.       Current company’s audited statement of accounts

8.       Affiliation with any international organization or original equipment manufacturer.

9.       Provide Recommendation letter of supply from Past Organization for successful completion of supply order.

 

D.      Instructions to Prospective Bidders:

 

The Vendor must have experience in the field of supplying items in each section (Part B: Scope of Supply) and below are instructions to be strictly complied with:

1.       All Quotations must be in Naira (NGN) and signed by an Authorized representa­tive of the bidding company.

 

Quotations must include the following conditions:

A.      Delivery Schedule

B.      Payment terms

C.      Validity of Quote

D.      Warranty of Equipment

 

2.       Late Bids

 

Any Bid submitted to FHI360 after the deadline for submission will be rejected and re­turned unopened to the Bidder.

FHI360 will award the contract to the successful bidder whose tender has been determined to be substantially responsive and finalized based on the suitability of the organi­zation with reference to the prescribed criteria and competitiveness of the price quoted provided further that the bidder is determined to be qualified to perform the contract satisfactorily. However, if the terms and conditions are not found as per the prescribed norms, the claim of the lowest quote will be ignored.

 

3. Award Criteria

 

FHI360 Claims all right to vary no. of items at time of award or split the Award as may be deemed necessary in terms of Quantity to be delivered.

 

FHI360 reserves the right at the time of contract award to increase or decrease the num­ber of items originally specified in the scheduled of requirements without any change in unit price or other terms and conditions.

 

4.       FHI360 Right to accept any Tender and to Reject any or all Tenders

FHI360 reserves the right to accept or reject any tender, and to annual tender process and reject all tenders at any time prior to contract award, without thereby incurring any liability to the affected BIDDER or BIDDERS or any obligation to inform the affected BID­DER or BIDDERS of the grounds for the FHI360’s action

 

5.       Taxes and Duties

 

The supplier shall be entirely responsible for all taxes and duties etc. incurred in relation to supply of any awarded contract.

 

6. A. FHI360 will not provide any advance payment for the supply of the above goods. If vendor requires an advance payment, then the vendor must provide a bank guarantee/ performance bond amounting to the requested sum of advance payment prior to issuance of the Purchase Order.

 

B.      FHI360 is Value added tax (VAT) exempted, but charges Withholding Tax (WHT) in compliance with relevant Nigerian tax laws.

C.      Vendors are instructed to submit seated envelopes which will be based on all Qualifica­tion criteria as described on the advert. Envelope should be clearly marked in the lower left hand corner based on the Scope of Supply which is of interest to your organization e.g.: SECTION A: FHI360/PHARMACY/01/2013 ( Electronics)

 

All quotes must be received by 5:00 pm on or before 24th April, 2013. No faxed or email quotes will be accepted. All quotes must be addressed and submitted to:

Associate Director, Procurement, Contracts & Grants

FHI360, Plot 1073 JS Tarka Street Garki

Area 3

Abuja

 

FHI360 designee will answer any questions up to the deadline date of this advert; hence any requests for clarification should be referred to

Senior Procurement Officer, Procurement Unit

FHI 360, Plot 1073 JS Tarka Street Garki

Area 3, Abuja

procurement@sidhas.org  Tel: 09-4615555

 

Invitation to Bid at Enugu State Ministry of Health

Enugu State Ministry of Health

Tender For Framework Contract for the Supply Of

Health Commodities

 

Invitation to Bid

 

Tender No. CMS-1-2013

 

  1. 1.     ENUGU STATE MINISTRY OF HEALTH has responsibility to procure, store and distribute medicines, medical and laboratory supplies and other medical consumables in Enugu State.
  2. 2.     Enugu State Ministry of Health invites sealed bids from eligible bidders for the supply and delivery of health commodities (drugs and medical consumables).
  3. 3.     The quantities specified are estimated quantities only. Any supplies to be provided under the contract to be agreed shall be ordered by the issue of table of award under a framework contract for one year with the following features:

a.       One full year fixed price starting from contract signing date;

b.       Delivery shall be effected on partial instalment as shall be specified in the schedule of delivery;

c.       Quantities delivered shall be ± 25% (fixed range variation) of quantities in the schedule of requirements depending on the actual need of Enugu State Ministry of Health.

4.       Bidding will be conducted through the national open competitive bidding procedures.

5.       Interested eligible bidders or their representatives may obtain the bidding documents from the office of the Manager, Central Medical Stores (CMS), Enugu, Further information may be obtained at the address given below from 8:30 to 1:30pm (Monday to Friday, except on national public holidays),

6.       In order to bid. a complete set of the bidding documents has to be purchased by interested bidders as from 18/04/2013 between 08:30 and 1:30pm upon payment of a non-refundable fee of thirty five thousand naira (N35,000:00) only for non-pre-qualified suppliers and ten thousand (N10,000:00) only for pre-qualified suppliers paid in bank draft payable in the name of: DRF Ministry of Health, Enugu.

7.       Bids must be delivered to the address below on or before 02/05/2013 at 1:30pm. Electronic bidding will not be permitted. Late bids will be rejected.

8.       Bids will be opened by 1:30pm on 02/05/2013 at the Conference Room of the Enugu State Ministry of Health in the presence of the bidders or their representatives who choose to attend. All suppliers’ bids must be accompanied by a Bid Security of not less than three percent (3%) of the bid amount. The Bid Security must be in form of a Bank Certified Cheque or Bank Guarantee issued by a reputable bank agreeable to the Purchaser. The Purchaser shall not be liable for any bid not deposited in the tender box.

9.       For purchase of bid document, submission and any other information, please contact:

The Manager

Central Medical Stores

Parkfane GRA. Enugu

Tel: 08026245604 or 08054185888