Invitation for Bids (IFB) at The Niger State Agency for Control of HIV/AIDS (NGSACA)

Invitation for Bids (IFB)

 

Procurement of Motor Vehicles and Motorcycles

 

Federal Government of Nigeria

 

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

 

Credit No: CR4596-NG        

 

IFB No: NGSACA/GD/NCB/02/13

 

1.       This invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. CR4596-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 H), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Motor Vehicles and Motorcycles.

 

3.       The Niger State Agency for Control of HIV/AIDS (NGSACA), now invites sealed bids from eligible and qualified bidders for Procurement of the following Motor Vehicles and Motorcycles.

 

 

 

Lot No. Description Qty Delivery Schedule Bid Validity Period Bid Security Value Site of Delivery
1 18-Seater Bus 1 60 Days from the date of contract award 90 days

 

Not less than 2.5% of Bid Price

 

NGSACA, Opp Mypa Junction Bossa Minna.
2 Saloon Car 1 60 Days from the date of contract award 90 days

 

Not less than 2. 5% of Bid Price NGSACA, Opp. Mypa Junction          Bosso. Minna.
3 Motorcycles 25 60 Days from the date of contract award 90 days

 

Not less than 2. 5% of Bid Price NGSACA, Opp. Mypa Junction          Bosso. Minna.

 

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, 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 0900hrs to 4.00pm Mondays through Thursdays and 0900hrs to 1.00 pm 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 Stale Agency for the Control of AIDS (SACA). The Bidding Documents will be delivered in the Bid Box.

 

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

Niger State Agency for Control of HIV/AIDS,

Opposite Mypa Junction, Bosso, Minna. Niger State

GSM: 08097146382, 08035888068, 08065331232

Email: adamubabang@gmail.com

 

Signed:

The Project Manager

 

Invitation to Tender for the Year 2013 at Apapa Iganmu Local Council Development Area

Apapa Iganmu Local Council Development Area

 

Invitation to Tender for the Year 2013

 

Tenders are hereby invited from reputable and financially solvent contractors registered with Apapa Iganmu Local Council Development Area and/or Lagos State Ministry of works for the under listed contract jobs.

 

 

Projects

1.       Road Construction

1.1     Adeboye Street Badia

1.2     Olojowon Street Badia

1.3     Church Street Badia

1.4     Matiminu Street Badia

 

 

2.    Drainage Construction

2.1     Olojowon Street Badia

2.2     Church Street Badia

2.3     Ayentiro Street Sari

 

3.    Provision of Transformer

3.1     Warde-Badia 500kva

 

4.    Provision of Street Light

4.1     Adeleye Street Sari

 

 

5.   Schools Renovation

5.1     Asanti Barrack Primary School Marine Beach

5.2     Alli-Iwo Primary School (Library) Badia. Re Design and Reconstruction for Library Purpose

 

6.    Provision of Network/Communication

6.1     (Secretariat) Gaskiya college Road Badia

 

7.    Furnishing of Secretariat

7.1     Furnishing of New Secretariat Badia

 

 

8.        Rehabilitation of Police Post

8.1     Police Post at Badia

 

9.    Provision of Solar Energy Street Light

9.1     Adeleye Street Sari

9.2     Adeboye Street Badia

9.3     Adeyemi Street Badia

9.4     Bonny Road Marine Beach

9.5     Olojuwon Street

 

 

10.     Maintenance/Rehabilitation Of Roads And Drainage

10.1   Maintenance of Alli- Dogo Street Badia

10.2   Maintenance of Iganmu Road, Sari

10.3   Maintenance of Olodon Road Badia

10.4   Maintenance of Road and Drainage At Akosile Street Badia

 

 

11.     Purchase of Lands

11.1   Purchase of Land At Areti Owoseni Street For Primary Health Centre Badia

 

12.     Development Of Markets/Shopping Complex

12.1   Seven up Market, Ijora

12.2   Sango Shopping Mall, Badia

12.3   Idi-Ose Market, Sari

 

 

Requirements

Prospective Tenders are expected to provide the under listed information and photocopies of the following documents:

  1. Evidence of incorporation of business name with the Corporate Affairs Commission (CAC).
  2. Three (3) years Tax clearance certificate (including the current year).
  3. Evidence   of   registration   with   Apapa-   Iganmu   Local   Council Development Area.
  4. Proof of previous jobs done for Local Government(s) or any other reputable organization.
  5. Performance bond issued by a bank.
  6. Evidence of financial capability.
  7. Radio and television license receipt (current year).
  8. Prospective tenders should pay a non-refundable tender fee twenty five thousand naira (N25, 000.00) only as application fee to the treasury of Apapa-lganmu Local Council Development Area.

 

Tenderers are expected to contact the office of the Council Engineer for drawing and technical details of projects.

 

The Tender should be wax-sealed and marked in capital at the left corner, “TENDER” and should be addressed to:

 

The Secretary, Tender Board

Apapa-lganmu Local Council Development Area,

2, Adekunle-Deen Street,

Sari Iganmu

Lagos.

 

Please note that any Tender submitted without full compliance with the criteria stipulated in this NOTICE will not be considered and that the Council reserves the right to accept or reject late tender and cannot be obliged to consider favourably any particular tender.

 

The completed Tender should be submitted between 8.00am and 4.00pm Monday-Friday not later than 19th April, 2013. The Local Council Development Area is not bound to accept or give reason for rejection of any tender. Any tender received other than in the manner prescribed above will not be entertained or considered.

 

Dated at Apapa-lganmu this 19th Day of MARCH, 2013

 

F. O. AWOBAJO (MR.)

Council Manager For:

Executive Chairman

 

Pre-Qualification of Consultants for the Rehabilitation of Office and Construction of Theatre and Guest Lodge at Sir Ahmadu Bello Memorial Foundation

Sir Ahmadu Bello Memorial Foundation

 

Pre-Qualification of Consultants for the Rehabilitation of Office and Construction of Theatre and Guest Lodge

 

The Sir Ahmadu Bello Memorial Foundation wishes to embark on the rehabilitation of its office building and the construction of a theatre and guest lodge.

 

Expressions of Interest are hereby invited from suitably qualified consultants for the following works:

 

1.       Rehabilitation of front office

2.       Construction of attached one storey office block

3.       Theatre

4.       Guest lodge

 

Pre-Qualification Requirements

1.       Evidence of incorporation

2.       Registration of firm with relevant professional body (ARCON, COREN etc)

3.       Current Tax Clearance Certificate (for 3 years) including TIN

4.       Financial capability/bankers reference

5.       Company profile with evidence of similar works carried out

6.       List of Personnel, vehicle and equipments

7.       VAT registration

8.       Audited Accounts (for 3 years).

 

Submission of Pre-Qualification Documents

Applications for Expression of Interest, accompanied by the above listed pre-qualification documents are to be submitted to the address below on or before 18th April 2013.

 

Applicants should note that only pre-qualified firms would be invited to submit financial bid. The Foundation reserves the right to reject any or all pre-qualification documents.

 

Nothing in the advert shall be construed to be a commitment on the part of the Foundation.

 

Signed

Managing Director/CEO

Sir Ahmadu Bello Memorial Foundation

13A Belel Close

Off Ohinoyi Road

Unguwan Rimi GRA

Kaduna

 

 

Request for Expression of Interest at Kaduna State Agency for the Control of HIV/AIDS (KADSACA)

Request for Expression of Interest

 

Kaduna State Agency for the Control of AIDS (KADSACA) Second HIV/AIDS Programme Development Project (HPDP II) (World Bank-Assisted)

 

IDA Credit No. 45960

 

Advertisement for NGOS, FBOS and Private Sector Organizations to Provide Services in Kaduna State

 

Issuance Date: 4th April, 2013

 

Background

Kaduna State Agency for the Control of HIV/AIDS (KADSACA) has received financing from the International Development Association (IDA) and intends to apply part of the proceeds consultancy services.

 

This is a call for Expression of Interest from qualified and competent organizations to respond to service area(s) of HIV Prevention of New Infections and care and support services.

 

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.

 

Also note that current target and geographic locations are based on available evidences and estimates, however findings from epi-appraisal will provide more accurate data in due course therefore CSO should be willing to accommodate such changes.

 

The specific categories of services are as follows:

 

Target Population Geographic Coverage Intervention Packages
FSW 1. Chikun

2. KD South

3. B/Gwari

4. Igabi

 

Behavioural

Peer Education Plus community outreaches for FSW

 

  1. Most At Risk populations  (MARPs)
5. KD North

6. S/Gari

7. Jama’a

8. Sanga

 

Biomedical

-condom promotion-HCT,

-STI control and management;

Structural

-interventions to address policy, socio -cultural norms

-individual empowerment

IDU 1 .   Kaduna South 2.    Kaduna North 3.    Kagarko (Tafa) Behavioural

Peer education plus

-community outreaches for IDUs

Biomedical

Condom promotion-HCT,

-STI control and management; harm reduction interventions for drug users

Structural

-interventions to address policy,   socio-cultural norms

-individual empowerment

 

MSM 1.    Kaduna North

2.    Kaduna South

3.    Igabi

Behavioural

Peer Education Plus

-community outreaches for MSM

Biomedical

-condom promotion, condom and lubricant programming, HCT,

-STI control and management; Structural

-interventions to address policy, socio-cultural norms

-individual empowerment

 

OVC Chikun LGA. Kaduna South-Kaduna North-Jema’a, Birnin Gwari, Igabi. 1.   Nutrition services

2.   Education services

3.   Health services

4.   Psychosocial,

5.   Shelter

6.   Economic support

 

2 Care and support PLWHA Giwa LGA

Ikara

Kachia

Kagarko LGA

Sabon Gari, Z/Kalaf LGA

1.   Home Base Care

2.   Adherence Counseling

3.   Skills Acquisition

4.   Nutritional Support

3.  General Population 1. Pregnan women

2. Health Care Providers

3. Traditional Birth Attendants

4. Traditional and Religious

1. Jema’a

2. Sanga,

3. Jaba,

4. Lere,

5. K/North,

6. B/Gwari, Zaria

Behavioural: Education, community Dialogue

Biomedical

Condom promotion & distribution, PMTCT, demand creation for PMTCT services, HCT, FP etc

Structural

-interventions to address Stigma and discrimination, gender issues (e.g. promotion of male involvement in HIV-related prevention activities) Linkages and referrals

 

 

6.       Eligibility (Selection) Criteria

 

KADSACA invites eligible organization to express their interest in providing any of these services, interested organization must provide information indicating they are qualified to perform the services.

 

Eligible Non-Governmental Organization (NGO), Umbrella Community Based Organizations (CSOs), Faith Based Organizations (FBOs) professional Association/Unions, Community Based Organizations (CBOs) should be currently working in Kaduna State. Such organization(s) should have been in existence for at least three (3) years and registered with the Corporate Affairs Commission for at least one (1) year. For those, who are registered at the State level they should have been in existence for three (3) years and must have been registered for at least two (2) years.

 

Interested organizations must provide information indicating that they are qualified to perform the services effectively. These include:

i.        Detailed organization profile containing area of expertise, experience in implementing similar projects, logistics and infrastructure capacity to deliver the intended results with minimum of at least three (3) years experience.

ii.       Availability of adequate staff with appropriate skills, office accommodation located within the state, operational governance structure and process.

iii.      Understand 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.

iv.      Activities are to be carried out in at least two (2) LGAs and two communities in case of CBOs in Kaduna State.

 

C.      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. Expressions of interest must be in English language only and submitted in triplicates (three hard copies), one CD Rom and delivered to Kaduna state AIDs Control Agency not later than 25th April 2013.

 

The sealed envelope must be clearly marked KADSACA-HPDP II Expression of Interest at both sides of the envelope. Interested organizations who wish to submit expression of interest may send to the address below on or before the deadline from Mondays to Thursday between 9.00am -4.00pm and 0.00am to 1.00pm on Fridays (except on public holidays).

 

Expression of Interest through Fax or E-mails will not be entertained.

 

Expression of Interest should be submitted on or before 18th April, 2013.

 

D.   Sealing and Marking of Bids

 

The CSO/PSO should submit the original (with one CD Rom) and two copies of their Expression of Interest in a sealed outer envelope containing three sealed envelopes, one marked “original” and two marked “copies”, addressed to The Executive Secretary, Attn: The Project Manager, HIV Program Development Project II, Kaduna State AIDS Control Agency, No: 20 Katuru Road Unguwan Sarki Kaduna, Nigeria. The name and address of the Respondent should be clearly indicated on the reverse side of the outer envelope.

 

CONTACT INFORMATION

The Project Manager,

Kaduna State HIV/AIDS Programme Development Project II,

No. 20 Katuru Road, Opposite NAF Club, Kaduna

Email: kadsaca2010@yahoo.com , hivdevproject@gmail.com

Phone 08036077826, 08035897204, 08035507178

Successful organizations will be communicated

 

 

 

 

 

Invitation for Expression of Interest to Tender for Design Review of the Port-Harcourt Water Supply and Sanitation Project at Ministry of Water Resources and Rural Development

Port-Harcourt, Rivers State Nigeria

Rivers of Possibilities

 

Ministry of Water Resources and Rural Development

 

Invitation for Expression of Interest to Tender for Design Review of the Port-Harcourt Water Supply and Sanitation Project

 

Adjustment of Submission Date:

 

Reference the ministry’s advert on the above subject in the TIDE, the nation and This Day newspapers of Tuesday, April 2, 2013; I hereby make the adjustment of the Date of submission of application from 9th of April, 2013 to 29th of April, 2013. Every item in the content of the advert remains the same.

 

The relevant section now reads thus:

 

Date and Place of Submission

Each Interested company is to submit three copies of its application in sealed envelope and clearly marked “Design Review for the Port-Harcourt Water Project”, and should be addressed and delivered to the address below, on or before 12 noon on the 29th April, 2013.

 

The Permanent Secretary,

Ministry of Water Resources and Rural Development,

9th Floor, Point Block,

State Secretariat Complex,

PMB 5204,

Port-Harcourt, Nigeria.

 

Letter of Invitation to Tender:

From the outcome of evaluation of the EOI received, the six (6) topmost firms short listed will be invited to tender for the assignment.

 

Signed:

Samuel, I. E. O.

Permanent Secretary

Ministry of Water Resources and Rural Development

Port-Harcourt, Nigeria.

E-mail: ijeoma.samuel@yahoo.co.uk