Invitation for Bids at The National Programme For Food Security (NPFS)

Federal Government of Nigeria

Federal Ministry of Agriculture and Rural Development National Programme For Food Security (NPFS) (Islamic Development Bank Support to NPFS)

IDB Financing Number NGR (Uni-0031)

 

Invitation for Bids

Construction of Rural Feeder Roads Yobe State

 

Bid Issuance Date:                  20th August, 2013

Contract Identification No:   NPFS/IDBNNCB/RUR/YBE/01/2013

IDB Financing No:                 NGR-UNI-0031

IDB Loan/Credit Name:        National Programme for Food Security (NPFS)

1.       The Federal Government of Nigeria has obtained a loan from the Islamic Development Bank (IDB) for co-financing the cost of National Programme For Food Security. National Programme for Food Security intends to apply part of the proceeds of this loan to payments under the contract for the construction of Rural Feeder Roads for which invitation for bids is issued.

2.       The National Programme For Food Security (NPFS) intends to employ qualified contractors for construction of 103 km of Rural feeder Roads in Gombe state in three lots distributed in the following Local Governments under NPFS coverage:

Lot 1 – Yobe North: Bade, Nguru and Geidam LGAs (33km)

Lot 2 – Yobe Central: Jakusko, Potiskum and Fika LGAs (40 Km)

Lot 3 – Yobe South: Damaturu, Gujba and Gulani LGAs (29km).

Details of the work to be done are specified in the bidding document.

3.       Bidding is open to private firms and voluntarily formed joint ventures duly registered to operate in Nigeria.

4.       Bidders may submit bids for single or multiple lot/s but in any case, bidders must quote for all items indicated in a lot and must possess the capacity and capability to execute the jobs contained in the lot/s.

5.       Bidding documents may be purchased at National Programme For Food Security (NPFS), 127, Adetokunbo Ademola Crescent, Wuse II, Abuja, for a non-refundable fee of Fifty thousand Naira (N50,000.00) only. Interested bidders may obtain further information at the same address by 9.00AM – 4.00PM from Monday to Friday, except on public holidays.

6.       The bidding documents should be collected by hand from the above address by written application clearly stating “Request for bidding Documents for Construction of Rural Feeder Roads in Yobe State Lot with lot number clearly indicated.”. The National Programme For Food Security shall issue the documents directly to the purchaser but under no circumstances will it be held responsible for any disaffection arising thereof.

7.       The minimum requirements for Contractor qualification arc as follows:

i.        Having achieved an annual turnover in construction work of at least N120m in any of the last five (5) years.

ii.       Verifiable proof of experience as prime contractor in the construction of at least two works of a nature and complexity equivalent to the works over the last 5 years (to comply with this requirement works quoted should be at least 70% completed) Acceptable verifiable proof shall be copies of the letter of contract award and/or certificate, of contract completion.

iii.     Verifiable proof of ownership/unhindered access to essential equipment required for the job.

iv.      A Project/Contract Manager with 10 years experience in works of equivalent nature and volume including not less than five (5) years as Manager.

v.       Verifiable proof of Liquid assets and/or confirmed credit facilities of not less than N30 million

vi.      VAT registration certificate and three (3) years Tax Clearance

vii.     Copy of company’s registration with CAC

viii.   Evidence of registration with Pensions Commission in line with the provisions of the Procurement Act 2007.

8.       Bids shall be valid for a period of 120 days after Bid opening and must be accompanied by security of at least 3% of the Bid Price.

9.       Completed bids are to be directed/delivered to The National programme Coordinator, National Programme For Food Security (NPFS), 127, Adetokunbo Ademola Crescent, Wuse II, Abuja, on or before 12.00 noon by 27th September, 2013 at which time they will be opened in the presence of the bidders or representatives who choose to attend.

10.     The submission shall be made in ONE original and TWO copies and be marked accordingly.

11.     All bid enquiries are to be directed to the office of:

National Programme Coordinator

National Programme for Food Security

127, Adetokunbo Ademola Crescent,

Wuse II, Abuja.

 

Invitation for Bids at The National Programme for Food Security (NPFS)

Federal Government of Nigeria

Federal Ministry of Agriculture and Rural Development National Programme For Food Security (NPFS) (Islamic Development Bank Support to NPFS)

IDB Financing Number NGR (UNI-0031)

 

Invitation for Bids

Construction of Rural Feeder Roads Anambra State

Bid Issuance Date:                  20th August, 2013

Contract Identification No:   NPFS/IDBNNCB/RUR/ANM/01/2013

IDB Financing No:                 NGR-UNI-0031

IDB Loan/Credit Name:        National Programme for Food Security (NPFS)

1.       The Federal Government of Nigeria has obtained a loan from the Islamic Development Bank (IDB) for co-financing the cost of National Programme For Food Security. National Programme for Food Security intends to apply part of the proceeds of this loan to payments under the contract for the construction of Rural Feeder Roads for which invitation forbids is issued.

2.       The National Programme for Food Security (NPFS) intends to employ qualified contractors for construction of 73 km of Rural Feeder Roads in Anambra state in three lots distributed in the following Local Governments under NPFS coverage:

Lot 1 – Anambra North: Orumba South, Nnewi North and Ekwusigo LGAs (24km) Lot 2 – Anambra Central: Anaocha, Awka North and Dunukofia LGAs (25 Km) Lot 3 – Anambra South: Anyamelum, Oyi and Anambra East LGAs (24km).

Details of the work to be done are specified in the bidding document.

3.       Bidding is open to private firms and voluntarily formed joint ventures duly registered to operate in Nigeria.

4.       Bidders may submit bids for single or multiple lot/s but in any case, bidders must quote for all items indicated in a lot and must possess the capacity and capability to execute the jobs contained in the lot/s.

5       Bidding documents may be purchased at National Programme For Food Security (NPFS), 127, Adetokunbo Ademola Crescent, Wuse II, Abuja, for a non-refundable fee of Fifty thousand Naira (N50,000,00) only. Interested bidders may obtain further information at the same address by 9.00AM – 4.00PM from Monday to Friday, except on public holidays.

6.      The bidding documents should be collected by hand from the above address by written application clearly stating “Request for bidding Documents for Construction of Rural Feeder Roads in Anambra State Lot with lot number clearly indicated”. The National Programme For Food Security shall issue the documents directly to the purchaser but under no circumstances will it be held responsible for any disaffection arising thereof.

7.       The minimum requirements for Contractor qualification arc as follows:

i.        Having achieved an annual turnover in construction work of at least N 100m in any of the last five (5) years.

ii.       Verifiable proof of experience as prime contractor in the construction of at least two works of a nature and complexity equivalent to the works over the last 5 years (to comply with this requirement works quoted should be at least 70% completed). Acceptable verifiable proof shall be copies of the letter of contract award and/or certificate of contract completion.

iii.      Verifiable proof of ownership/unhindered access to essential equipment required for the job.

iv.      A Project/Contract Manager with 10 years experience in works of equivalent nature and volume including not less than five (5) years as Manager.

v.       Verifiable proof of Liquid assets and/or confirmed credit facilities of not less than N25 million

vi.      VAT registration certificate and three (3) years Tax Clearance

vii.     Copy of company’s registration with CAC

viii.   Evidence of registration with Pensions Commission in line with the provisions of the Procurement Act 2007.

8.       Bids shall be valid for a period of 120 days after Bid opening and must be accompanied by security of at least 3% of the Bid Price.

9.       Completed bids are to be directed/delivered to The National programme Coordinator, National Programme For Food Security (NPFS), 127, Adetokunbo Ademola Crescent, Wuse II, Abuja, on or before 12.00 noon by 27th September, 2013 at which time they will be opened in the presence of the bidders or representatives who choose to attend.

10.     The submission shall be made in ONE original and TWO copies and be marked accordingly.

11.     All bid enquiries are to be directed to the office of:

National Programme Coordinator

National Programme for Food Security

127, Adetokunbo Ademola Crescent,

Wuse II, Abuja,

Invitation for Bids at The National Programme For Food Security (NPFS)

Federa1 Government of Nigeria

Federal Ministry of Agriculture and Rural Development National Programme For Food Security (NPFS) (Islamic Development Bank Support to NPFS)   IDB Financing Number NGR (Uni-0031)

 

Invitation for Bids

Construction of Rural Feeder Roads Gombe State

Bid Issuance Date:                  20th August, 2013

Contract Identification No:   NPFS/IDBNNCB/RUR/GMB/01/2013

IDB Financing No:                 NGR-UNI-0031

IDB Loan/Credit Name:        National Programme for Food Security (NPFS)

 

1.       The Federal Government of Nigeria has obtained a loan from the Islamic Development Bank (IDB) for co-financing the cost of National Programme For Food Security. National Programme for Food Security intends to apply part of the proceeds; of this loan to payments under the contract for the construction of Rural Feeder Roads for which invitation for bids is issued.

 

2.       The National Programme For Food Security (NPFS) intends to employ qualified contractors for construction of 103 km of Rural feeder Roads in Gombe state in three lots distributed in the following Local Governments under NPFS coverage:

Lot 1 – Gombe North: Funakaye and Kwami LGAs (33km)

Lot 2 – Gombe Central: Akko, Yamaltu Deba LGAs (27Km)

Lot 3 – Gombe South: Shongom, Balanga and Kaltungo LGAs (43km).

Details of the work to be done are specified in the bidding document

3.       Bidding is open to private firms and voluntarily formed joint ventures duly registered to operate in Nigeria.

4.       Bidders may submit bids for single or multiple lot/s but in any case, bidders must quote for all items indicated in a lot and must possess the capacity and capability to execute the jobs contained in the lot/s.

5.       Bidding documents may be purchased at National Programme For Food Security (NPFS), 127, Adetokunbo Ademola Crescent, Wuse II, Abuja, for a non-refundable fee of fifty thousand Naira (N50,000.00) only. Interested bidders may obtain further information at the same address by 9.00AM – 4.00PM from Monday to Friday, except on public holidays.

6.       The bidding documents should be collected by hand from the above address by written application clearly stating “Request for bidding Documents for Construction of Rural Feeder Roads in Gombe State Lot with lot number clearly indicated”. The National Programme For Food Security shall issue the documents directly to the purchaser but under no circumstances will it be held responsible for any disaffection arising thereof.

7.       The minimum requirements for Contractor qualification are as follows:

i.        Having achieved an annual turnover in construction work of at least N120m in any of the last five (5) years.

ii.       Verifiable proof of experience as prime contractor in the construction of at least two works of a nature and complexity equivalent to the works over the last 5 years (to comply with this requirement works quoted should be at least 70% completed). Acceptable verifiable proof shall be copies of the letter of contract award and/or certificate of contract completion.

iii.      Verifiable proof of ownership/unhindered access to essential equipment required for the job.

iv.      A Project/Contract Manager with 10 years experience in works of equivalent nature and volume including not less than five (5) years as Manager.

v.       Verifiable proof of Liquid assets and/or confirmed credit facilities of not less     than N30 million

vi.     VAT registration certificate and three (3) years Tax Clearance

vii.    Copy of company’s registration with CAC

viii.   Evidence of registration with Pensions Commission in line with the          provisions of the Procurement Act 2007.

8.       Bids shall be valid for a period of 120 days after Bid opening and must be accompanied by security of at least 3% of the Bid Price.

9.       Completed bids are to be directed/delivered to The National programme Coordinator, National Programme For Food Security (NPFS), 127, Adetokunbo Ademola Crescent, Wuse II, Abuja, on or before 12.00 noon by 27th September, 2013 at which time they will be opened in the presence of the bidders or representatives who choose to attend,

10.              The submission shall be made in ONE original and TWO copies and be marked accordingly.

11.    All bid enquiries are to be directed to the office of:

National Programme Coordinator

National Programme for Food Security

127, Adetokunbo Ademola Crescent,

Wuse II, Abuja.

 

 

Tender Opportunity at Chevron Nigeria Limited

Chevron Nigeria Limited

R. C. 6135

Operator of the NNPC/Chevron Joint Venture

 

Tender Opportunity as an Insurer for Provision of Construction all Risk Insurance Coverage on MEREN GGCP (MGCCP) and Sonam NWP (SNWP) Projects

 

Introduction:

Chevron Nigeria Limited (CNL), Operator of NNPC/Chevron Joint Venture, is seeking qualified Insurers for the provision of Construction All Risk (CAR) insurance coverage for Meren GGCP and Sonam NWP projects. CNL invites submission from reputable Nigerian registered Insurance Companies having ‘world class’ experience in the provision of Construction All Risks insurance cover for major Oil and Gas projects.

Scope of Work:

The scope of work includes but is not limited to CAR coverage for the MGGCP and SNWP projects. This Construction All Risk (CAR) insurance would cover physical loss /damage to the projects including marine, air and in-land transit risk during construction and general third party liability risks.

The Insurer shall retain a percentage of the risk in Nigeria and reinsure the remainder of the risk with leading international underwriters. The insurer shall justify by verifiable proof of evidence with NAICOM approval certification that all in-country capacity for the risk have been utilized before it can re-insure the excess capacity with leading international underwriters. The Insurer will liaise with the appointed Reinsurance Broker for the purpose of reinsurance with foreign Underwriters with minimum of A rating by an international rating agency. The Insurer will also handle claims services, policy documentation, renewals, endorsement etc.

Mandatory Requirements:

A.      To be eligible for this tender exercise, interested bidders are required to be pre-qualified in the 3.14.32 (Non-Life insurance services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).

 

B.      Please note that interested bidders shall be required to:

I.       Meet all JQS mandatory requirements to be listed as “Prequalified” for a

category in the JQS database.

II.      Meet all Nigerian Content requirements stated in this advert in their         responses to the Invitation to Technical Tender.

C.      To determine if you are pre-qualified and view the product/service category you are listed for: Open 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.

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

E.      To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

Nigeria Content:

Chevron Nigeria Limited is committed to the development of the Nigerian Oil and Gas business in observance with the Nigerian Oil and Gas Industry Content

Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010.

Pursuant to enactment of the NOGICP Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian Oil and Gas Industry shall be consistent with the level set in the schedule of the Act and any other target as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).

Contractors shall comply with the provisions of the NQGICD Act and all applicable regulations. Bidders that do not meet the Nigerian Content criterion will not be allowed to participate in next Tender Stage

The following are the Nigerian Content requirements bidders are expected to comply with in their technical bid submission.

A.      Demonstrate that the entity is a Nigerian Registered Company, or a Nigerian Registered Company in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria

B.      Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7

C.      Provide evidence of the percentage of 1) key management positions that are held by Nigerians and 2) total work force that are Nigerians, Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.

D.      Provide a Nigerian Content Plan with a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that will be involved in executing the work. Also provide details of Nigerian Content contact or manager.

E.      State proposed total scope of work to be performed by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage.

F.      Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organisation providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to Indigenous businesses and Nigerians over the next five (5) years.

G.      Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).

H.      Location of in-country facilities, (Equipment, storage, workshops, repair & maintenance facilities and, testing facilities).

I.       Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.

J.       Provide details on any other Nigerian Content initiative your company is involved in.

K.      Provide evidence of MOA with OGTAN registered trainer to conduct classroom module of training and on the job attachment

L.      Provide human capacity building development plan including budget which must be minimum 1% of project man-hours or cost. Training will be targeted at developing capacity other than bidder’s personnel. Trainees will be nominated from a database maintained by NCDMB and the services of OGTAN registered trainers utilized to cover classroom modules.

Close Date

Only Bidders who are registered with NJOS Product/Category 3.14.32 (Non-Life insurance services) by 4:00pm, on 2nd August 2013, being the advert close date, shall be invited to submit technical bid

Please note the following:

1.       Suppliers eligible for this tender opportunity are expected to be      prequalified in NJQS under this product/service category.

2.       The invitation to Tender (ITT) and any further progression of this tender shall be via NipeX.

3.       All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.

4.       The insurer shall justify by verifiable proof of evidence with NAICOM approval certification that all in-country capacity for the risk have been utilized before it can re-insure the excess capacity with leading international underwriters.

5.       This advertisement shall neither be construed as any form of commitment of the part of Chevron Nigeria Limited to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from Chevron Nigeria Limited and or any of its partners by virtue of such companies having been prequalified in NJQS.

6.       The tendering process shall be the NNPC contracting process requiring pre­qualified companies to submit technical tenders first, Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.

7.       Chevron Nigeria Limited will communicate only with authorized officers of the Pre-qualifying companies and NOT through individuals or Agents.

Please visit NipeX portal at www.nipexng.com far this advert and other information.

Management

Star Deepwater Petroleum Limited, 2 Chevron Drive, Lekki Peninsula, P.M.B. 12825, Lagos.

 

Invitation for Technical and Financial Bids for the Procurement and Distribution of Various Commodities at Federal Ministry of Health

Federal Ministry of Health

Federal Secretariat, Phase 111, Abuja

 

Invitation for Technical and Financial Bids for the Procurement and Distribution of Various Commodities

 

1.     Introduction

 

The Federal Government through the Federal Ministry of Health wishes to undertake the Procurement and Distribution of various Drugs, Commodities, Consumables and Equipment for Pre-positioning in the States in preparation for the 2013 Flood season.

 

In compliance with the Public Procurement Act 2007, the Ministry invites interested, competent and reputable Manufacturers/ Contractors with relevant experience and good track record to submit documents necessary for consideration for the execution of these projects.

 

2.    Scope of Works

 

Lot No. Project Title Location
Lot 1 Procurement and Distribution of Intravenous Fluids

 

Federal Medical Stores, Oshodi; FMC Asaba; UPTH, Port Harcourt; AKTH, Kano; NOH, Dala; UJTH, Jos; UATH, Gwagwalada; National Hospital, Abuja (Details included in the Bid Document)

 

Lot 2 Procurement and Distribution of Anti Infectives Drugs

 

Federal Medical Stores, Oshodi; FMC Asaba; UPTH, Port Harcourt; AKTH, Kano; NOH, Dala; UJTH, Jos; UATH, Gwagwalada; National Hospital, Abuja (Details included in the Bid Document)

 

Lot 3 Procurement and Distribution of Anti-Malarial

  1. Artemeter-Lumefantrin 20/120mg (x24tabs)
  2. Artemcter Injection 40mg/ml (x10/pck)
  3. Artemeter-Lumefantrin Syrup (100ml)
  4. Insecticide (300ml) imiprothrin-0.05%. prallethrin-0.05%, cyfluthrin-0.05%

 

Federal Medical Stores, Oshodi; FMC Asaba; UPTH, Port Harcourt; AKTH. Kano; NOH, Dala; UJTH, Jos; UATH, Gwagwalada; National Hospital, Abuja (Details included in the Bid Document)

 

Lot 4 Procurement and Distribution of Long Lasting Insecticide Treated Nets (LLINs) WHOPES Recommended

 

Federal Medical Stores, Oshodi

 

Lot 5 Procurement and Distribution of Long Lasting Insecticide Treated Nets (LLINs) WHOPES Recommended

 

FMC Asaba;

 

Lot 6 Procurement and Distribution of Long Lasting Insecticide Treated Nets (LLINs) WHOPES Recommended

 

UPTH, Port Harcourt

 

Lot 7 Procurement and Distribution of Long Lasting Insecticide Treated Nets (LLINs) WHOPES Recommended

 

AKTH, Kano; NOH, Dala

 

Lot 8 Procurement and Distribution of Long Lasting Insecticide Treated Nets (LLINs) WHOPES Recommended

 

UATH, Gwagwalada; National Hospital, Abuja

 

Lot 9 Procurement and Distribution of Long Lasting Insecticide Treated Nets (LLINs) WHOPES Recommended

 

UJTH, Jos

 

Lot 10 Procurement and Distribution of Analgesics, Antidepressant Drugs and Antihypertensive Drugs

 

Federal Medical Stores. Oshodi; FMC Asaba; UPTH, Port Harcourt; AKTH. Kano; NOH, Dala; UJTH, Jos; UATH, Gwagwalada; National Hospital, Abuja (Details included in the Bid Document)

 

Lot 11 Procurement and Distribution of Medical Consumables:

  1. Cotton Wool 500g. Plaster (medium); Scalp Vein Needle 21G; Scalp vein needle 23G; Scalp vein needle 19G; Methylated spirit 1 L: Crepe bandage 4 inch; Crepe Bandage 6 inch; Gauze (large rolls),
  2. Emergency First Aid Kits (ICRC Standard)

 

Federal Medical Stores, Oshodi; FMC Asaba; UPTH, Port Harcourt; AKTH, Kano; NOH, Dala; UJTH, Jos; UATH, Gwagwalada; National Hospital, Abuja (Details included in the Bid Document)

 

Lot 12 Procurement and Distribution of Personal Protective Equipment (PPE)

 

Federal Medical Stores, Oshodi

 

Lot 13 Procurement and Distribution of Personal Protective Equipment (PPE)

 

FMC Asaba;

 

Lot 14 Procurement and Distribution of Personal Protective Equipment (PPE)

 

UPTH. Port Harcourt

 

Lot 15 Procurement and Distribution of Personal Protective Equipment (PPE)

 

AKTH, Kano; NOH, Dala;

 

Lot 16 Procurement and Distribution of Personal Protective Equipment (PPE)

 

UJTH, Jos;

 

Lot 17 Procurement and Distribution of Personal Protective Equipment (PPE)

 

UATH, Gwagwalada; National Hospital, Abuja

 

Lot 18
  1. Procurement and Distribution of Aqua Tabs, Household Water Filter Purification
  2. Procurement and Distribution of Drums of Chlorine Powder

 

Federal Medical Stores. Oshodi; FMC Asaba; UPTH, Port Harcourt

 

Lot 19
  1. Procurement and Distribution of Aqua Tabs, Household Water Filter Purification
  2. Procurement and Distribution of Drums of Chlorine Powder 50kg

 

AKTH, Kano; NOH, Dala;

 

Lot 20
  1. Procurement and Distribution of Aqua Tabs Household Water Filter Purification
  2. Procurement and Distribution of Drums of Chlorine Powder 50 kg

 

UJTH. Jos; UATH, Gwagwalada; National Hospital, Abuja

 

Lot 21 Procurement and Distribution of 20L Jerry can Filters (Ultra Filtration -0.01 Microns)

 

Federal Medical Stores, Oshodi; FMC Asaba; UPTH, Port Harcourt

(Details included in the Bid Document)

 

Lot 22 Procurement and Distribution of 20L Jerry can Filters (Ultra Filtration -0.01 Microns)

 

UJTH, Jos; UATH, Gwagwalada; National Hospital, Abuja

(Details included in the Bid Document)

Lot 23 Procurement and Distribution of 20L Jerry can Filters (Ultra Filtration -0.01 Microns)

 

AKTH, Kano; NOH, Dala;

(Details included in the Bid Document)

 

Lot 24 Procurement and Distribution of Polyvalent Antivenom against Echis Ocellatus, Bitis Arientans and Naja Nigricolis – Each vial contains 500mg of Immunoglobulin purified from Antisera of Horse, 10ml of Polyvalent Antivenom, Ovine 1G Injection, 500mg of Immunoglobulin

 

NPHCDA Cold Store; Abubakar Tafawa Balewa University Teaching Hospital, Bauchi Cold Store (Details included in the Bid Document)

 

Lot 25 Procurement and Distribution of Monovalent Antivenom against Echis Ocellatus – Each vial contains 250mg of Immunoglobulin purified from Antisera of Sheep. 5 Ampoules (10ml) of Monovalent Antivenom; Ovine 1G Injection;

 

NPHCDA Cold Store; Abubakar Tafawa Balewa University Teaching Hospital, Bauchi Cold Store (Details included in the Bid Document)

 

Lot 26 Procurement and Distribution of

  1. Motorized Sprayers
  2. Knapsack Sprayers (Manual)
  3. Fumigation Chemicals
  4. Rat Baits/Aluminum Sulphate
  5. Anti-Snake Chemicals ( 5 methyoxy-2.00 x 0,124(25EC))

 

Federal Medical Center Oshodi, Federal Medical Store Asaba, Univeristy Teaching Hospital Port Harcourt.

 

Lot 27 Procurement and Distribution of

  1. Motorized Sprayers
  2. Knapsack Sprayers (Manual)
  3. Fumigation Chemicals
  4. Rat Baits/Aluminum Sulphate
  5. Anti-Snake Chemicals( 5 methyoxy-2.00 x 0,124(25EQ)

 

UJTH, Jos; AKTH, Kano; NOH, Dala; UATH, Gwagwalada; National Hospital, Abuja

 

Lot 28 Procurement and Distribution of Rivabirin Injection (100mg/2ml)

 

Federal Medical Stores, Oshodi; FMC Asaba; UPTH, Port Harcourt; AKTH, Kano; NOH. Dala; UJTH. Jos; UATH, Gwagwalada; National Hospital, Abuja (Details included in the Bid Document)

 

Lot 29 Procurement and Distribution of Anti Rabies Vaccine (WHO Recommended)

 

NPHCDA Cold Store; Abubakar Tafawa Balewa University Teaching Hospital, Bauchi Cold Store (Details included in the Bid Document)

 

Lot 30 Procurement and Distribution of Rapid Test Kits (RTDs) Malaria

 

Federal Medical Stores, Oshodi; FMC Asaba; UPTH, Port Harcourt; AKTH, Kano; NOH, Dala; UJTH, Jos; UATH, Gwagwalada; National Hospital, Abuja (Details included in the Bid Document)

 

 

3a.     Mandatory Requirements without which a Bidder shall be Disqualified

 

Prospective bidders are required to submit the following documents:

  1. Evidence of Certificate of Incorporation (CAC) Registration.
  2. Evidence of Registration with PENCOM in accordance with the Pension Reform Act, 2004 including evidence of remittances of Employees’ Pension Contributions/ Deductions.
  3. Tax Clearance Certificate for the past three (3) years (i.e. 2010, 2011 and 2012) verifiable from Federal Inland Revenue Services (FIRS).
  4. Evidence of VAT Registration with TIN No and past remittances for the last 3 years.
  5. Evidence of payment of training contributions to Industrial Training Fund (ITF) in compliance with the provisions of ITF Amendment Act 2011.

 

3b.    Other Requirements

vi.      Company Audited Accounts prepared by a reputable Chartered Accounting firm for the last three years (2010, 2011 & 2012) showing annual turnover.

vii.     Evidence of Registration with NAFDAC for Drugs, Reagents and other Consumables

viii.    Evidence of Registration of Premises with the Pharmacist Council of Nigeria and current Annual License to practice of the Superintendent Pharmacists (for Drugs)

ix.      Evidence of Current Good Manufacturing Practices (CGMP) -for Drugs only.

x.       Company profile and technical qualifications of key personnel with evidence of experiences in similar jobs.

xi.      Verifiable list of similar jobs successfully executed in the last three years including letters of award of contracts, project costs, job completion certificates and payments (please provide contact addresses of the Clients who may be contacted for reference).

xii.     Evidence of Financial Capability to execute the Projects (Bank Guarantees from reputable banks will form part of the evaluation criteria).

xiii.    Manufacturer’s Authorization from reputable Manufacturers of Equipment will be required for the Supply of Equipment.

xiv.    Manufacturer’s Authorization from recognized Manufacturers of product and samples will be required for Lots 22 & 23.

xv.     A Sworn Affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the service is a former or present director, staffer a shareholder of the company.

 

4.       Please note

In line with the objectives of the National Drug Policy, Local Manufacturers of Drugs, Reagents and other Chemicals with evidence of local production facility in Nigeria will be considered before Manufacturers Representatives and other Contractors. This is to encourage local manufacturing and also stimulate increased local production of essential drugs. Manufacturers Authorization will therefore not be accepted where there is evidence of local producers.

 

5.       Collection of Tender Documents

 

Tender documents are obtainable from the Office of the Ag. Director Procurement, Room 3.8, 3rd Floor on the presentation of a copy and original receipt of non- refundable Tender fee of N20,000.00 (Twenty Thousand Naira) Bank Draft issued in favour of Federal Ministry of Health, Federal Secretariat Complex, Phase III, Abuja for each lot.

 

6.       Submission of Tender Documents

 

i.        Completed Technical and Financial proposals (three sets of hard copy and 1 soft copy) shall be submitted in two different sealed tamper proof envelopes and labeled “Technical Proposal” and “Financial Proposal” and both placed in a third envelope. All the 3nos. envelopes should bear the “Project Name” and Lot No. at the Top Right Hand Corner of the Envelope and addressed to

 

Permanent Secretary

Attention Ag. Director Procurement,

Federal Ministry of Health,

Federal Secretariat Complex, Phase III, Abuja.

 

ii.       The documents should be deposited in the Tender Box at the address above. Company names should be clearly written at the reverse side of the envelopes. Closing time for all submissions shall be on or before Monday, 23rd September, 2013 at 12.00noon prompt. Late submissions shall not be entertained.

 

7.       Opening

 

Technical Bid Documents shall be opened in public at 12.00noon same day (Monday, 23rd September, 2013) at the Ministry’s Conference Room (6th Floor) Federal Ministry of Health, Federal Secretariat Complex, Phase III, Abuja. All Bidders and/or their Representatives, Relevant Professional Bodies and NGOs are invited to witness the public opening exercise accordingly. For more information, please contact the Ag. Director Procurement, Room G3.8, 3rd Floor, Federal Ministry of Health, Federal Secretariat Complex, Phase III, Abuja.

 

Signed

Amb Sani Bala

Permanent Secretary

Federal Ministry of Health