Invitation for Bids (IFB) (Addendum) at Kebbi State HIV/AIDS Programme Development Project (KBHPDP 2)

Invitation for Bids (IFB)

(Addendum)

 

Federal Government of Nigeria

 

Kebbi State HIV/AIDS Programme Development Project (KBHPDP 2)

 

Procurement of HIV Test Kits, Consumables, Drugs, Vitamins and

Supplement

 

CREDIT NO: Cr4596-UNI

 

IFB NO: KBHPDP 2/GDS/NCB/2013/001

 

This is to serve as an addendum to the earlier call for Bids on the procurement of medical goods that was issued by KBHPDP 2, published on the 20th of March 2013 and to amend as follows.

 

 

Lot No.

 

Description

 

Qty

 

Delivery Schedule

 

Bid Validity Period

 

Bid Security y Value

 

Site of Delivery

 

1. HIV/ AIDS TEST KTTS 27,000 test

 

60 days from the date of contract award 90 days Not less than 2% of Bid Price KBHPDP 2, SACA office complex No. 21 Emir Haruna Road, B/Kebbi.
SCREENING TEST: (High Sensitivity

 

2 CONFIRMATORY TEST (High Specificity)

 

2,700 test

 

3

 

TIEBREAKER   (high accuracy)

 

300 test

 

4

 

Consumables for HCT and others

 

As in the Bidding Documents

 

-do-

 

-do-

 

-do-

 

-do-

 

5

 

Prophylaxis Drugs and OIs treatment.

 

As in the Bidding Documents

 

-do-

 

-do-

 

-do-

 

-do-

 

6

 

vitamins and Supplement for HIV/AIDS

 

As in the Bidding Documents

 

 

 

 

 

The Bid closing/opening dates have also been extended to Thursday the 25th of April, 2013. All other information remains the same. We regret any inconvenience this might have caused. For further clarification, contact

The Project Manager,

Kebbi HPDP 2,

Kebbi SACA Office Complex,

21 Emir Haruna Road, B/Kebbi. Kebbi State.

GSM: 08036074588, 08030931408

Email: kbhivproject@yahoo.com

Advert For Tender Opportunity: Provision Of Filtration Services at PAN Ocean Oil Corporation, Nigeria

PAN Ocean Oil Corporation

Operator of the NNPC/PAN Ocean Joint Venture

 

Advert For Tender Opportunity: Provision Of Filtration Services

 

1.     Introduction

Pan Ocean Oil Corporation Nigeria, Operator of NNPC/Pan Ocean Joint Venture in OML-98, located onshore in Edo and Delta states, requires the services of competent and qualified contractor with suitable equipment and relevant experience for the provision of Filtration Services.

 

2.     Scope of Work

 

  • Contractor shall supply complete Filtration Equipment (Dual Port Cartridge Filter Unit) capable of filtering brine to 10 NTU or less at a minimum rate of 15 bpm processing rate.
  • Contractor shall provide the following ancillary equipment to support Filtration operations. Centrifugal Pumps, Turbidometer, Slurry Mix tanks with associated discharge and suction hoses. Support equipment should have the capacity to handle High Temperature and Pressure flow conditions of 250 – 300 deg F and 5000 psi to 10,000 psi respectively
  • Contractor shall have capacity of providing adequate consumables (Filtration Cartridges, Diatomaceous Earth (DE), etc) at all times.
  • Contractor shall have minimum of two dedicated Equipment ready for mobilization for filtration services at all time.
  • Contractor shall have workshop/warehouse for servicing/repairing of Filtration Equipment and storage of adequate consumables for filtration services on minimum of two wells at all times.
  • Contractor shall also have adequate personnel with adequate experience/capacity to operate Filtration Equipment and services and should be able to fix minor problems of equipment at all times.

 

3.     Well Test Flow Conditions

The wells in the OML 98 are mainly straight and deviated trajectories with deviation angles ranging from 0-48 degrees. Composition of Brine during Completion Operations is mainly Potassium Chloride (Kcl) & Calcium Chloride (Cacl2) and sometimes with some Calcium Bromate (CaBr2) with Brine Weights ranging from 8.5 ppg to 15 ppg. The nature of Hydrocarbon from the OML includes Oil, condensate and gas with gravity API from 10-55 degrees. The FTHP wells ranges from 100 -6000 psi. The crude is generally sweet (i.e. No H2S or CO2 challenge) but however prone to hydrate formation during flow tests.

 

 

4.       Mandatory Requirements

A.      To be eligible for this tender exercise, interested bidders are required to be prequalified in any of the following: Drilling Machinery, Mud Equipment and Accessories 1.01.01; Drilling/Completion Engineering Services 3.01.08 and Drilling Fluids/Mud Services 3.04.15 categories in the NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this NJQS category by the advert close date will receive Invitation to Technical Tender (ITT) for this service

 

B.      To determine if you are prequalified and view the product/service category you are listed for: visit www.nipexng.com and access NJQS with your log-in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group

 

C.      If you are not listed in this product/service category and you are registered with DPR to do business, contact NipeX office at 30 Oyinkan Abayomi Street, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update

 

D.      To initiate the JQS pre-qualification process, access www.nipexng.com to download an application form, make necessary payments, and contact the NipeX office for further action

 

E.      To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system

 

Nigerian Content Development Strategy

 

In consonance with Nigerian Oil & Gas Industry Content Development Act, Pan Ocean Corporation Nigeria is committed to providing opportunities for indigenous Nigerian capacity development and utilization. In pursuant of the aforementioned, the prospective bidders must therefore, comply with the following criteria:

  • Demonstrate that the entity is a wholly owned Nigerian company, or in genuine partnership with foreign companies, and that the company is not a commissioned agent.
  • Provide a verifiable local involvement plan through employment and sub-contracting plan for Nigerians.
  • Provide details on location of Project Management Team and Procurement Centre in Nigeria.
  • Provide information on training of Nigerian employee and company plan for technology transfer.
  • Submit an organizational structure to substantiate the information and address of location.
  • Provide information of in-country facilities.
  • Explain further innovative proposals that would enhance and sustain Nigerian Content on this project.
  • Provide what other information, innovation or plans you have that will increase Nigerian content development in the contract.
  • The successful contractor will be adjudged on its commitment to comply with the NIGERIAN LOCAL CONTENT requirements within optimal and practical use of Nigerian resources on the project.
  • Demonstrate evidence of having obtained Nigerian Content Equipment Certification (NCEC) from NCDMB for all the equipments to be deployed in the execution of the contract.

 

 

  1. 5.     Close Date

Only Tenderers who are registered with Drilling Machinery, Mud Equipment and Accessories 1.01.01; Drilling/Completion Engineering Services 3.01.08 and Drilling Fluids/Mud Services 3.04.15   as at April 26, 2013 being the advert close date shall be invited to submit Technical Bids.

 

 

  1. 6.     Additional Information

A. Interested contractors must be prequalified for this product/service category in NJQS

B. Full tendering procedure will be provided only to contractors that have been successfully prequalified in NJQS

C. This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of Pan Ocean to award a contract to any supplier and/or associated companies, subcontractors or agents

D. This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from Pan Ocean and/or its partners by virtue of such companies having been prequalified in NJQS

E. All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers

F.  Suppliers that are prequalified for this product/service category in NJQS must ensure that the name and contact details (physical address, email address and telephone number) of their company and authorized/responsible personnel is up-to-date in their company profile in the NJQS database

G. Pan Ocean shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents.

 

 

  • Please visit the NipeX Portal at www.nipexng.com for this Advert and other information.

 

 

Management

Invitation for Pre-Qualification and Financial Bid at Abubakar Tafawa Balewa University Teaching Hospital (ATBUTH), Bauchi

Abubakar Tafawa Balewa University Teaching Hospital (ATBUTH), Bauchi

 

The Abubakar Tafawa Balewa University Teaching Hospital, Bauchi is inviting interested companies and contractors for the pre-qualification and Financial bid in respect of the under listed capital projects:

 

Invitation for Pre-Qualification and Financial Bid

 

Works

Lot No.      Project Title

 

Lot-1                     Expansion of Casualty (Trauma Center)

Phase   III

 

Lot- ii          Completion of Eye Complex (Phase III)

 

Lot- iii         Construction of Road Network (Phase III)

 

Lot- iv         Completion of Paediatrics Clinic

 

Lot-v           Expansion of Amenity Complex

 

Lot- vi         Expansion Of Medicine Clinic (MOPD)

 

Lot-vii         Expansion of Admin Block (Phase III)

 

 

Supply

Lot No.      Project Title

 

Lot-viii        Supply and Installation of 1000 KVA Generator

 

 

Pre-Qualification Requirements:

1.      Evidence of registration with the corporate affairs commission (CAC)

2.      Tax clearance certificate for the last three (3) years

3.      Evidence of Value Added Tax registration and remittance for three (3) years

4.      Evidence of registration and payment of pension and social security contributions

5.       Audited account for the past three years

6.       Company profile with CV of Directors

7.       Details of equipment and plants

8.       Bank reference letter

9.       Evidence of execution of similar contracts including letter or certificate of successful completion to be attached

10.     Evidence of registration with Industrial Training Fund (ITF)

 

 

Collection of Tender Documents

Tender documents are available for collection from Monday 8th April, 2013 at the procurement planning office ATBUTH, Bauchi, upon payment of N 35,000.00 Tender fees.

 

 

Note Please:

This application for tender shall not be construed to be a commitment on the part of ATBUTH, Bauchi, nor shall it entitle any person to make any claims and or seek indemnity from the committee by virtue of such person having responded to this advert.

 

 

ATBUTH shall not enter into any correspondence with unsuccessful applicants.

 

 

Submission of Tender Documents

Pre-qualification and financial bid documents should be submitted in sealed wax separate envelopes marked 2013 PRE-QUALIFICATION and 2013 FINANCIAL BID with lot number at upper right hand side of the tender document which must be dropped into the tender box situated at the Administrative block on or before 22nd April, 2013, addressed to:

 

The Secretary, Tender Committee,

ABUBAKAR TAFAWA BALEWA UNIVERSITY TEACHING HOSPITAL, Bauchi, Bauchi state

 

 

Closing date for submission is Monday 22nd April, 2013 by 12:00 noon

 

Opening of Tender Documents is by 2:00 pm same date.

Venue: Board Room of ATBUTH, Bauchi

Prospective bidders or their representatives are to be present at the opening.

 

Signed:

Management

Invitation for Pre-Qualification and Tender for the Rehabilitation and Reconstruction of Bali-Serti-Gembu Road (Mambilla Plateau) at Ministry of Works, Housing and Transport

Taraba State

Ministry of Works, Housing and Transport

Barde Way, P.M.B 1016, Jalingo

 

Invitation for Pre-Qualification and Tender for the Rehabilitation and Reconstruction of Bali-Serti-Gembu Road (Mambilla Plateau)

 

The Government of Taraba State is desirous of Rehabilitating and Reconstructing Bali-Serti-Gembu Road Project Route 478 in Bali, Gashaka and Sardauna Local Government Areas. This is part of the fulfillment of her commitment to ensuring good road network in the State so as to enhance economic activities and ameliorate the suffering of the communities as a result of the deplorable condition of this only road to the Mambilla Plateau.

 

Scope of Works

The scope of works for the Rehabilitation and Reconstruction of Bali-Serti-Gembu (Mambilla Plateau)

Road shall include but not restricted to the following:

  1. Site clearance and earthwork
  2. Road works including asphalt overlay
  3. Culverts and drainages
  4. 6 Nos bridges for construction
  5. any other ancillary works related to the project shall be directed

 

Invitation for Bids

In view of the above, the government of Taraba State hereby invites competent, reputable and experienced bidders to bid for the rehabilitation and reconstruction of Bali-Serti-Gembu Road after payment of N4, 750,000.00 for bidding documents to Ministry of Works, Housing and Transport, Barde Way, Jalingo and N250, 000.00 non-refundable deposits. Interested and reputable contractors with experience in road construction should submit their quotation with the following information.

 

  1. Certificate of incorporation of company firm in Nigeria
  2. Company profile including key professional staff and their resume
  3. Current Tax clearance certificate for 3 years
  4. Evidence of having successfully carried out road construction work in the past (3) years (including title of projects, client, etc)
  5. Evidence of valid registration with MOWT&H as a contractor,
  6. Current audited account for 3 years with an average annual turnover of not less than N25 Billion.

Bid Documents

The bid documents will be made available from Monday 8th April 2013 to prospective bidders on presentation of evidence of payment of N4,750,000.00 forbid documents and non-refundable fee of N250.000.00 as processing fee to the office of:

 

The Secretary,

Ministerial Tender Board Secretariat,

Office of Director, Planning Research and Statistics

Ministry of Works, Housing and Transport,

Barde Way, Jalingo, Taraba State.

 

All competed bids must reach the office of Director, Planning Research and Statistics, Ministry of Works, Housing and Transport, Barde Way, Jalingo, Taraba State on or before 10.00am of 22nd April, 2013 at which time they will be opened in the presence of bidders or representatives at the hall of Civil Engineering Laboratory, Ministry of Works, Housing and Transport Headquarters, Jalingo, who may wish to attend.

 

Submission

  1. The Tender and other supporting documents in respect of this bid should be three copies in A4 format and spiral bound are to be submitted not later than 10.00am of 22nd April, 2013and bid opening will be done immediately.
  2. All bids must be accompanied with bid security of 2% of the bid price.
  3. All bids must be submitted in sealed envelopes marked “BID FOR REHABILITATION AND RECONSTRUCTION OF BALI-SERTI-GEMBU ROAD” with their company name clearly indicated on the top left side of the envelopes and addressed:

 

The secretary,

Ministerial Tender Board Secretariat,

Office of Director, Planning Research and Statistics,

Barde Way, Jalingo, Taraba State.

 

Note:

Taraba State Government reserves the right to verity all claims by the contractor. The Government is not under any obligation to explain to any contractor for not qualifying and also not bound to choose the lowest bidder.

Signed:

Permanent Secretary,

Ministry of Works, Housing and Transport, Barde Way, Jalingo, Taraba State

 

Invitation for Bids (IFB) at The Niger State Second HIV/AIDS Program Development Project (NG HPDP II)

Invitation for Bids (IFB)

 

Procurement of Test Kits and Condoms

 

Federal Government of Nigeria

 

Niger State Second HIV/AIDS Program Development Project (NG HPDP II)

 

Credit No: CR4596-NG        

 

IFB No: NGSACA/GD/NCB/01/13

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. CR4598 -NG of 21st November, 2012.

 

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

 

3.       The Niger State Second HIV/AIDS Program Development Project (NG HPDP II), now invites sealed bids from eligible and qualified bidders for Procurement of Test Kits and Condoms.

 

 

Category Description Qty Delivery Period Bid Security Delivery/location

 

60 Days At least 2.5% Central Medical Stores (CMS), Minna, Niger State.
HIV Diagnostics Test kits

 

Lot 1 Screening Test (1st LINE) 80,000 60 Days At least 2.5% Central Medical Stores (CMS), Minna, Niger State.
Lot 2 Confirmatory Test (2nd LINE) 10,000 60 Days At least 2.5% Central Medical Stores (CMS), Minna, Niger State.
Lot 3 Tie Breaker (3rd LINE) 5,000 60 Days At least 2.5% Central Medical Stores (CMS), Minna, Niger State.
Condom
Lot 4 Mate Condom 100,000 60 Days At least 2.5% Central Medical Stores (CMS), Minna, Niger State.

 

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 OR The Procurement Officer, Niger State Second HIV/AIDS Program Development Project (NG HPDP II), email address: adamubabang@gmail.com , GSM: 08097146382, 08035888068, 08065331232 and inspect the Bidding Documents at the address given below from 0900 to 4.00pm, Mondays through Thursdays and 0900hrs to 1.00pm on Fridays.

 

6.       Qualifications requirements Include: Evidence of Registration with Cooperate Affairs, Manufacturer 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 N30, 000 only in a freely convertible currency and in form of cash or Bank Draft payable to the Niger State Agency for the Control of AIDS (SACA). The Bidding Documents will be delivered directly in the Bid Box.

 

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

2013 in the Bid Box. 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 May, 2013.

 

All bids must be accompanied by a “Bid Security” of not less than 2.5% of Bid Price.

 

9.       The address referred to above is:

 

The Project Manager,

Attn: Procurement Officer,

Niger State Second HIV/AIDS Program Development Project,

Niger State Agency for Control of HIV/AIDS Office,

Opposite Mypa Junction, Bosso, Minna, Niger State,

GSM: 08097146382, 08035888068, 08065331232

Email: adamubabang@gmail.com

 

 

Signed:

The Project Manager