Request for Expression of Interest for the services of Principal Investigator (PI) for Indoor Residual Spray (IRS)-Addendum at Jigawa State Government of Nigeria

Jigawa State Government of Nigeria

World Bank Assisted

 

Malaria Control Booster Project (MCBP)

Jigawa State Implementation Unit

 

Credit No. 4250 UNI

 

Request for Expression of Interest for the services of Principal Investigator (PI) for Indoor Residual Spray (IRS)

 

Addendum

We regret for the information given in the advertorial placed on Thursday, the 14th of February 2013 in Daily Trust and Vanguard News Papers by not stating the closing date for the submission of Expression of Interest.

 

Accordingly, interested Consultants must ensure that Expression of Interest are submitted in six (6) hard copies to the address given in the earlier advert not later than 4pm on the 7th of March 2013. All inconveniences caused are highly regretted.

 

Signed

Project Manager

Jigawa State Malaria Control Booster

Project

Invitation for Bids at Nasarawa State Aids Control Agency, Lafia (NASACA)

Invitation for Bids

 

Nasarawa State Aids Control Agency, Lafia (NASACA)

 

Issuance Date: 21 February, 2013

 

Credit No: 45960, IFB No: NS/NAS/NCB/GDS/001/2013

 

Procurement of Kits and Condoms

 

  1. The Federal Republic of Nigeria has received a credit from the international Development Association toward the cost of Second HIV/AIDS Program Development Project (HPDP 2), and it intends to apply part of the proceeds of this credit to payments under the contract for Procurement of TEST KITS AND CONDOMS (male & female) for the Nasarawa State AIDS Control Agency (NASACA)

 

  1. The Project implementation Unit of the Nasarawa State AIDS Control Agency (NASACA) now invites sealed bids from eligible and qualified bidders for:

 

Lot

 

Item No

 

Description Quantities Place of Delivery Bid Security Bid Validity Delivery Schedule from date of contract signing
Lot 1 Screening Test:

(High Sensitivity)

Sensitivity: Not less than 99.9%

Specificity: Not less than 99.0%

Specimen: Whole blood able to detect HIV1/2 antibodies

Storage temperature: 2-30°C

Shelf-Life: Mot less than 12 Month

 

 

900pkt Store, Nasarawa State AIDS Control Agency former Lafia Hotel Premises, Shendam Road, Lafia, Nasarawa State. Nigeria

 

A bid

security of at least 3% of bid price is required

 

90days Within 60 days
Lot 2 Confirmation Test:

(High Sensitivity)

Sensitivity: Not less than 99.5%

Specificity: Not less than 99.8%

Specimen: Whole blood able to detect HIV1/2 antibodies

Storage temperature: 2-30°C

Shelf-Life: Not less than 12 months

 

133pkt Store, Nasarawa State AIDS Control Agency former Lafia Hotel Premises, Shendam Road, Lafia, Nasarawa State. Nigeria

 

Bid Security 90 days Within 60 days
  A bid

security of at least 3% of bid price is required

 

Lot 3 The Breaker:

(High Sensitivity)

Sensitivity: Not less than 99.8%

Specificity: Not less than 99.8%

Specimen: Whole blood able to detect HIV1/2 antibodies

Storage temperature: 2-30°C

Shelf-Life: Not less than 12 months

 

90pkts Store, Nasarawa State AIDS Control Agency former Lafia Hotel Premises, Shendam Road, Lafia, Nasarawa State. Nigeria

 

A bid

security of at least 3% of bid price is required

 

90 days Within 60 days
Lot 1 Male Condom 10 cartons Store, Nasarawa State AIDS Control Agency former Lafia Hotel Premises, Shendam Road, Lafia, Nasarawa State. Nigeria

 

A bid

security of at least 3% of bid price is required

 

90 days Within 60 days
Lot 2 Female Condom 20 Carton Store, Nasarawa State AIDS Control Agency former Lafia Hotel Premises, Shendam Road, Lafia, Nasarawa State. Nigeria

 

A bid

security of at least 3% of bid price is required

 

90 days Within 60 days
Lot 3 Lubricant 400pkt Store, Nasarawa State AIDS Control Agency former Lafia Hotel Premises, Shendam Road, Lafia, Nasarawa State. Nigeria

 

A bid

security of at least 3% of bid price is required

 

90 days Within 60 days

 

Note:

  1. All should include running buffers.
  2. The test Kits should have a minimum of 2 years shelf life from the point of Delivery

 

Note: All items are under one lot. Bidders quoting for incomplete lot will have their bids declared nonresponsive.

 

  1. 3.     Bidding will be conducted through the National Competitive Bidding (NCB) procedures specification in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits (January 2011 Edition), and is open to all bidders from Nigeria as defined in the guidelines.

 

The Purchaser’s evaluation of the bid will consider the right specification and the price factors. Bidders are required to submit bids for the entire quantity within lot and item (s). Incomplete or partial Bids will not be considered. The evaluation of bids and contract award will be carried on “lot by lot” basis. Cross- discounts will not be accepted.

  1. Interested eligible bidders may obtain further information from Project Implementation Unit of the Nasarawa State AIDS Control Agency. (NASACA) Lafia.

Attn: Bidders inspect the Bidding Documents at the address given below from 8:00am to 4:00pm, Nigeria time

  1. 5.     Qualifications Requirements include:

A)  Financial Capability for the Bidder

The Bidder shall furnish documentary evidence that it meets the following financial requirement(s): the average Annual Turnover within the last three (3) years not less than: N2 million for Lot 1;

In any case, the turnover must be the sum of required turnover for all Lots for which the Bidder is submitting the bid.

 

B) Evidence of registration with corporate Affairs Commission. Evidence of experience in similar project executed and evidence of tax payment for the last 3 years

 

c) Experience and Technical Capacity for the Bidder

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s): during the past five (5) years the Bidder must have completed at least two (2) successful contracts as a contractor involving the delivery of similar equipment or item.

 

Note:

(i)                The past five (5) yean shall be determined to have begun five (5) years prior to the publication date of the Invitation for Bids and will not be altered in the case of a postponement of the deadline for bid submission.

(ii)             Successful shall mean that relevant contract terms have been met to the satisfaction of the Client.

 

Note that: additional details are provided in the Bidding Documents.

 

  1. 6.     Tender documents are obtainable at Nasarawa State Aids Control Agency, (NASACA) former Lafia Hotel Premises, Shendam Road, Lafia, within working hours i.e. 8:00am-4:00pm on working days, before closing date, upon payment of non-refundable tender fee of Nl0, 000.00 (Ten Thousand Naira only) for the lot payable to Nasarawa State AIDS Control Agency (NASACA), Lafia Account Number 2016116957 First Bank of Nigeria, Plc.
  2. Bids must be delivered to the address below not later than 10:00am Nigerian time, on 3rd April, 2013. Electronic bidding will not be permitted.

Late bids will be rejected.

Bids will be opened in the presence of the bidders’ who choose to attend in person or authorized representatives at the address below at 11:00 a.m. Nigerian time, on 3rd April, 2013. All bids must be accompanied by a Bid-Securing Declaration, according to the form included in the Bidding Documents.

 

  1. 8.     Address for Information and Submission:

Executive Director

Attention. Procurement Officer

Address: Nasarawa State AIDS Control Agency, former Lafia Hotel premises, Shendam road Lafia Nasarawa State   Nigeria.

 

Tel: +234 706 5901531, 0803 3559 058

 

Email: nashpdpl@yahoo.com

General Procurement Notice/Invitation for Expression of Interest at Geregu Power PLC

 

 

 

Geregu Power PLC

 

P.M.B. 1024 Ajaokuta, Kogi State

 

General Procurement Notice/Invitation for Expression of Interest

 

In compliance with the Public Procurement Act 2007 (as amended) the Management of Geregu Power Plc wishes to notify the General public on its need to procure Goods and services m 2013 fiscal year. The procurement of these Goods and services are to be funded by Geregu Power Plc through internally Generated Revenue (IGR).

 

The Company wishes to invite interested, competent, reputable and qualified contractors and manufacturers to express their interest for the provision of the following Goods/Services.

 

2.       Scope of Work

 

Lot GPP Description
A Supply of laboratory Equipment and chemicals
B Supply of  Spares/ Consumables / Lubricants
C Supply of  Bi Annual Materials
D Supply of Equipment / instruments.
E Over-hauling of Various Auxiliary Equipment
F Provision of Security Infrastructure and Gadgets

 

G Installation of International Financial Reporting Standard (IFRS) and Training of Staff
H Human Resources Development

 

 

 

  1. 1.     Pre-qualification Requirements:

In order to be considered for qualification, interested Manufacturers, Suppliers and or Contractors are hereby requested to submit expression of interest in relevant area(s) of their interest.

 

The submission should include the following:

  • Evidence of valid Tax Certificate (Copy of Valid Tax Certificate for the past three Consecutive years)
  • Evidence of VAT Certificate (Copy of VAT Certificate).
  • Company Profile which must include Organizational Structure, CV of Key Personnel, Current workman, compensation insurance certificate and detail of experience / technical capability of key staff.
  • Evidence of Manufacturer /franchise / Manufacturer’s representative (Copy of Authority)
  • Evidence of Financial Capability / Bank Support
  • Copy of Company Audited Account / Annual report for three (3) consecutive years.
  • Annual Turn Over / financial Statement

 

 

Lot GPP ‘E-H’

 

  1. A copy of certificate of incorporation/Business Registration with Corporate Affairs Commission (CAC) in Nigeria and Article/Memorandum of association of company.
  2. Current Company Tax Clearance Certificate for the last 3 years in case of a Nigeria Company Originals to be produced for sighting
  3. Value Added Tax Registration Certificate (VAT) and Tax identification Number.
  4. Company Profile including, among others, organizational structure and key professional staff, relevant manufacturing capacity, copy of company equipment brochure if any should be submitted alongside bids.
  5. Evidence of having successfully done similar work/supply/service and respective location in the past.
  6. Evidence of Financial Capacity (Please submit company’s Audited Financial Statement in the last one year)
  7. Detailed list of equipment owned/to be hired by the company for work.
  8. Sworn affidavit affirming that information being provided by bidders is correct.
  9. Evidence of staff pensions schemes.
  10. Any other relevant information that will place the bidder on a comparative advantage over others.

 

  1. 2.     Important Information
  • Only the Companies adjudged technically responsive will be considered for competitive tender.
  • The adjudged technically responsive Companies shall be invited to purchase the Bid Documents) at the stipulated amount.
  • The companies shall be required to pay a non-refundable bid processing fee of N 5,000.00, a Bank Draft payable to Geregu Power Plc, Ajaokuta, Kogi State.
  • This notice is not an invitation to Bid, please.
  • Geregu Power Plc will not enter into any correspondence with any unsuccessful bidders.
  • For more information interested Contractors are advised to visit the site / contact The Managing Director /Chief Executive Officer or the Principal Manager (Procurement) Geregu Power Plc, Ajaokuta, Kog State.

 

  1. 3.     Submission of Documents:

 

Expression of interest should be for each LOT and documents for different LOTS must be in separate envelopes. The Expression of interest documents should be duly signed by the company’s authored representative. The binded documents should be in three (3) copies; i.e. One (1) original and Two (2) Copies for each Lot. The submission should be in sealed envelopes marked

“Expression of Interest for the… (Please indicate LOT No / Project Description /Name/Closing Date and Original or Copy” at the top left hand corner of the envelopes.

 

Clearly indicate the Name, Mailing address, address and Mobile Number of your Company on the Reverse of the envelope. The three (3) documents / envelopes MUST be enclosed in an outer envelope clearly marked as specified above.

 

 

The Documents should be addressed and submitted on or before 4:00pm on Friday 22nd March, 2013 to:

 

The Managing Director /Chief Executive Officer,

Geregu Power PLC

P.M.B. 1024

No. 1 Itobe Road-Ajaokuta,

Kogi State

 

Requests for Expression of Interests at Nasarawa State Aids Control Agency (NASACA)

Nasarawa State Aids Control Agency (NASACA)

HIV & AIDS Programme Development Project (HPDP II)

(World Bank Assisted)

nashpdpl@yahoo.com

 

Requests for Expression of Interests

 

IDA Credit /Grant No.

 

IDA Credit No.:P102119

 

This is an advertisement for interested Civil Society Organization (CSOs) including Non Governmental Organizations, Faith Based Organizations, Private Sector Organizations and Umbrella Organizations to provide HIV/AIDS Related Services.

 

Issuance Date 21st February, 2013

 

The Nasarawa State AIDS Control (NASACA) has received financing from World Bank towards the cost of the Second HIV/AIDS Programme Development Project (HPDP2) and intends to apply part of the proceeds for Consultant Services.

 

  1. 1.     Assignment Description And Services Requested (Scope Of Work)

This is a call for Expression of Interest from qualified and reputable Organizations ( Civil Society Organizations ( CSOs) including Non Governmental Organizations, Faith Based Organizations, Private Sector Organizations and Umbrella Organizations) to provide support to Nasarawa State AIDS Control Agency in implementing the HIV/AIDS Fund (HAF). The main attention is on prevention of new HIV infections, and Care and Support and is for an initial two years period. Organizations are expected to identify and work with any or all specified target populations within the specified geographic coverage areas based on competence to deliver evidence based HIV intervention packages in line with National and International standard and best practice.

 

 

Prevention of New Infections

  1. A.   Most at risk population (MARPs).

The target groups are:

  1. Female Sex Workers (FSW)

 

Geographical Areas:

Lafia, Karu, Nasarawa, Keffi, Obi and Kokona Local Government Areas

 

  1. ii.                 Injecting Drug Users (IDU)

 

Geographical Areas:

Lafia, Karu, and Keffi Local Government Areas

 

iii. Men having Sex with Men (MSM)

Geographical Areas:

Lafia, Karu, and Keffi Local Government Areas

 

The intervention package for the above group:

  • Health Communication, Peer Education including community outreach
  • HCT
  • PMTCT
  • Condom and Lubricant Programming
  • STI Control & Treatment
  • Harm reduction intervention for IDUs
  • Structural intervention to address policy-Socio cultural issues

 

  1. B.   Prevention of mother to child transmission (PMTCT) of HIV.

The target populations are: Pregnant women, Traditional Birth Attendance (TBA), Health Care Providers, Traditional and Religious Leaders in the following LGAs (Lafia, Doma, Awe, Obi, Nasarawa Eggon, Akwanga, Wamba, Kokona, Keffi, Nasarawa, Toto, Karu and Keana) in Nasarawa State

 

The intervention package for the above group:

Educating, sensitizing, creating awareness and mobilizing communities on PMTCT services and also linking them up with the PMTCT Sites across selected LGAs Interpersonal Communication and Peer outreach will be used

 

  1. C.   Other Vulnerable Groups: The target population are:

Uniform Service Personnel (U8P) & Prisoners

 

Geographical Areas:

Lafia, Doma, Awe, Obi, Nasarawa Eggon, Akwanga, Wamba, Kokona, Keffi, Nasarawa, Toto, Karu and Keana

vi.      Transport Workers (TW) in the following locations:

Lafia, Doma, Awo, Obi, Nasarawa Eggon, Akwanga, Waniba, Kokona, Keffi, Nasarawa, Toto, Karu and Keana, LGAs

 

The Intervention package for the above group, v and vi:

Peer Education Plus. Peer outreach and education for HIV Prevention. Condom promotion and distribution, HIV Counseling and Testing (HCT); HIV treatment referral; STI Treatment Services (referral or direct provision) and Interpersonal Communication (IPC).

 

viii.    Prevention interventions for people with HIV/AIDS in the following LGAs of the State. (Lafia, Doma, Awe, Obi, Nasarawa Eggon, Akwanga, Wamba, Kokona, Keffi, Nasarawa, Toto, Karu and Keana.)

 

The intervention package for group viii:

  • Health Communication,
  • Peer Education.
  • HCT
  • PMTCT
  • Condom and Lubricant Programming
  • Treatment of STI/HIV.
  • Gender issues
  • Reduction of stigma & discrimination.
  • Income generating activities dialogue and Advocacy

 

Care and Support:

Attention will also be focused on Care and Support to help reduce stigma and improve the livelihood of the Orphan and Vulnerable Children (OVCs) in all the 13 LGAs

 

The intervention package for above group:

Provision of Psycho social support through (school fees and materials) Vocational Skills acquisition and empowerment of care givers

 

1.        Duration

The assignment is for two years.

 

2.         Eligibility Criteria

To be eligible an NGO, Umbrella CSOs, FBOs, Professional Association/Unions, Community Based Organization (CBOs) should be currently working in Nasarawa State. Such Organization(s) should have been in existence for at least (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:

  1. Detailed organization profile containing areas of expertise, experience in implementing similar projects, logistic and infrastructure capacity to deliver the intended results with minimum of at least three (3) years experience. This information should include background with profile and area of expertise, description of similar assignments with verifiable letters from supporting organization/donor, spelt out professional capacity of staff as well as appropriate resources to carry out the assignment
  2. The activities shall also be implemented in at least two (2) LGAs spread across at least two senatorial districts
  3. Legal requirement: Provide evidence of Organization registration certificate(s) & other relevant documents.
  4. The organization must be among those mapped by NASACA in the last mapping exercise.

 

3.       General Terms and Conditions

Organization will be selected in accordance with the procedures set out in the Guidelines: Selection and Employment of Consultants by World Bank Borrowers (January 2011 edition). Expression of Interest must be in English Language only and submitted in two (2) copies (one original and one photocopy) in a sealed envelope in the tender box provided at NASACA office at the Address below on or before 14th March, 2013. Only organization shortlisted tor the next stage would be contacted and required to send a detailed proposal based on ho request for proposal (RF P) that would be issued to them.

 

Interested Organization may obtain further information in the same address from 9:00am to 4:00pm local time Mondays to Fridays (except Public Holidays) EOI must he delivered to the same address on or before 22nd April, 2013

 

4.       Sealing and Marking of Bids

The respondents shall place the original and one photocopy of their Expression of Interest in a sealed outer envelope containing two sealed envelopes one marked “Original and one marked copy” addressed to the Project Manager, Attention Community Mobilization Officer HPDP, former Lafia Hotel, Along Shendam Road, Lafia.

 

Respondent address must be stated very clear on the reverse side of the outer envelope please.

 

6.       Contact information

 

The Executive Director,

Nasarawa State AIDS Control Agency (NASACA)

Attn: Project Manager

Former Lafia Hotel Premises,

Shendam Road, Lafia,

Nasarawa State.

nashpdpl@yahoo.com

Phone: 08033559058, 08033935891, 07065901531

Invitation for Pre-Qualification of Contractors and Tender at Alvan Ikoku Federal College of Education, Owerri

Alvan Ikoku Federal College of Education, Owerri

 

Invitation for Pre-Qualification of Contractors and Tender

 

 

The Alvan Ikoku Federal College of Education, Owerri is desirous of embarking on the under-listed

 

TET Fund projects Consequently, interested competent and reputable contractors are invited or pre-qualification / Tender

 

  1. A.   Projects
  2. Construction of a 2-storcy New Education Complex, AlFCE/OWERRI/TETFUND/II-12/02
  3. Construction of a-storey PHE Block.. AIFCE/OWERRI/TETFUND/11-12/01
  4. Procurement of 480 Nos. classroom furniture AfFCE/OWERRI/TETFUND/11-12/03

 

  1. Pre-Qualifications Requirements

Interested contractors are required to submit the following with their applications.

 

  1. Evidence of Registration with Corporate Affairs Commission (C AC)
  2. Tax Clearance Certificate for the last 3 years
  3. Evidence of PENCOM compliance (Registration and remittance not confirmation of Registration
  4. Evidence of Industrial Train big Fund Compliance.

 

Other

  1. Company audited accounts for the last three
  2. Sworn affidavit indicating whether any staff of AIFCE is a former or Present Director,, Shareholders or has arty pecuniary interest in the company,
  3. Company profile indicating technical qualifications and experience of key personnel officers.
  4. Financial capability/evidence of finance backing/reference from a reputable bank
  5. List of relevant equipment/plant with evidence of ownership
  6. List of similar project executed, stating contract sums and evidence of award/completion.
  7. VAT registration and evidence of past VAT remittances.

 

  1. C.          Collection/Submission of Documents

Application for pre-qualification/tender……………. Which must be in separate sealed envelope and marked Application for pre-qualification for …..and Tender for…… should be forwarded to reach the address below not later than 12.00 noon, on 19/3/13

Tender documents should be collected from the office of the Director of works with evidence of payment of non refundable tender fee of: (1) N50.000 (2) N35, 000. (3)N6, 000.

 

 

Address

The Secretary, Procurement Planning Committee

Alvan Ikoku Federal College of Education

PMB 1033 Owerri.

Closing: Tender closes on 19th March, 2013.

  1. Applications for pre-qualification will be opened immediately after closing on the date and time as above

 

  1. Venue is the College Council Chambers

 

Signed;

Registrar