Invitation for Bids (IFB) at Bauchi State Agency for the Control of HIV/AIDS, Programme Development Project (HPDPII)

Invitation for Bids (IFB)

 

Bauchi State Agency for the Control of HIV/AIDS, Programme Development Project (HPDPII)

 

CREDIT No. 45960-UNI

 

Procurement of Test Kits

 

IFB NO: BA/IPDPII/NCB/G/003/12

 

  1. The Federal Republic of Nigeria has received a credit from the International    Development Association towards the cost of HIV/AIDS Programme Development Project (HPDPII), and it intends to apply part of the proceeds of this credit to payments under the contract for procurement of Test Kits.

 

 

  1. The Bauchi State HIV/AIDS Programme Development Project (HPDPII) now invites sealed bids from eligible bidders for the supply of the following test kits.

 

Test Kits.

 

Lot

 

Item No. Description

 

Quantities Doses 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 HIV/2 antibodies Storage temperature: 2- 30°C Shelf-life: Not less than 12 months

 

 

 

40,000

 

Store, BACATMA No. 4 Yandoka Road, Bauchi State. Nigeria A bid security of at least 3% of bid price is required

 

90 days

 

Within 60 days

 

Lot 1 2 (Confirmatory test (High Specificity) 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

 

 

2,000.

 

Store, BACATMA No. 4 Yandoka Road, Bauchi State. Nigeria A old security of at least 3% of bid price is required 90 days

 

Within 60 days

 

Lot 1 3 Tie Breaker (high accuracy) 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

1, 000 BACATMA No. 4 Yandoka Road, Bauchi State. Nigeria A bid security of at least 3% of bid price is required

 

90 days

 

Within 60 days

 

  Total = 43,000

 

 

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.

 

3.       Bidding will be conducted through the national competitive bidding procedures specified in the World Bank’s Guidelines: Procurement under

4.       IBRD Loans and IDA Credits, and are open to all bidders from Nigeria as defined in the Guidelines.

 

5.       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 N10, 000.00 (Ten thousand naira only).The method of payment will be certified Cheque, bank draft or in cash in favour of Bauchi State HIV/AIDS Programme Development Project (HPDPII). The document shall be collected by bidder’s representative.

 

6.       Interested eligible bidders may obtain further information from Bauchi State

HIV/AIDS Programme Development Project (HPDPII) and inspect the bidding documents at the address given below from 9.00am to 4.00pm, Monday to Thursday and 9.00am to 1.00pm on Friday, except on public holidays.

 

7.       Bids must be delivered to the address below at or before 11:00am 8th November, 2012 Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of bidder’s representatives, who choose to attend at the address below at 11:00 am 8th November, 2012.

 

All bids must be accompanied by a Bid Security of at least 2% of bid price or an equivalent amount in a freely convertible currency.

 

 

8.       The address referred to above is:

 

Conference Room,

Bauchi State HIV/AIDS, Programme Development Project (HPDPII)

BACATMA Office Complex,

No 4 Yandoka Road, Bauchi.

Nigeria

 

Tel: +2348037769325

Email:yuasoro@yahoo.com

 

Signed:

The Project Manager

Invitation for Bids (IFB) at Bauchi State Agency for the Control of HIV/AIDS, Tuberculosis, Leprosy and Malaria (BACATMA)

Invitation for Bids (IFB)

 

Bauchi State Agency for the Control of HIV/AIDS, Tuberculosis, Leprosy and Malaria (BACATMA)

 

HIV/AIDS Programme Development Project (HPDPII)

 

CREDIT No. 45960-UNI

 

Procurement of Vehicles

 

IFB. No. HPDPII/NCB/G/01/2012

 

  1. 1.     The Federal Government of Nigeria has received a credit from the International Development Association toward the cost of HIV/AIDS Programme Development Project (HPDPII), and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of Vehicles (1 Bus and 1 Saloon)

No: HPDPII/NCB/G/01/2012

 

  1. 2.     The Bauchi State HIV/AIDS Programme Development Project II (HPDPII) now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

 

Lot No.

 

Item No.

 

Description of item Quantity

 

Delivery period

 

1

 

1

 

BUS

 

1

 

60 days

 

2 2 Wheel Drive Salon Car

 

1

 

60 days

 

 

 

3.       Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Sources as defined in the Guidelines.

 

4.       Interested eligible bidders may obtain further information from Bauchi State HIV/AIDS Programme Development Project II (HPDPII), at the address below and purchase the Bidding Document from 10:00am to 4:00pm Mondays to Thursdays and 10:00am to l:00pm on Fridays, except on public holidays.

 

5.       Qualifications requirements include:

  • Evidence of previous supply (sale) of similar Equipment proposed for the last 5 years.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.

 

A margin of preference for eligible national contractors shall not apply,

Additional details are provided in the Bidding Documents.

 

6.       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 N10,000.00 (Ten Thousand Naira) only. The method of payment will be Cash or Bank Draft in Favor of Bauchi State HIV/AIDS Programme Development Project II (HPDPII). The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

 

7.       Bids must be delivered to the address below at or before 11:00am local time on 8th November, 2012. 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 11:00 am on 8th November, 2012. All bids must be accompanied by a Bid Security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency.

 

8.       The address referred to above is:

 

Attn: Yakubu Usman Abubakar

(Project Manager)

Bauchi State HIV/AIDS Programme Development

Project II (HPDPII)

BACATMA,

N0.4 Yandoka Road,

Bauchi,

Bauchi State.

 

E-mail: hpdpbacatmatojrocketmail.com  

 

Signed:

Project Manager.

 

Registration of Consultants at The Federal University Of Technology, Akure

The Federal University Of Technology, Akure

P.M.B. 704 Akure, Ondo State, Nigeria

 

Registration of Consultants

 

INTRODUCTION

The Federal University of Technology, Akure (FUTA) wishes to register qualified Consultants in the following areas

 

  • Architecture
  • Quantity Surveying
  • Civil/Structural Engineering
  • Electrical/Mechanical Engineering for different projects of the University.

 

A. Eligibility Criteria:

Intending Consulting Firms must submit the under listed verifiable documents:

  • Evidence of Incorporation and Registration with CAC
  • Profile of Firm including ownership structure and management
  • Names and CVs of Team Leaders and Professional Staff including copies of certificates of individual experience
  • Evidence of technical competence covering the range of services
  • Audited Account for the past three (3) years
  • Copy of VAT registration and evidence of VAT remittances
  • Evidence of registration of Principal Partner with relevant professional regulatory body e.g. ARCON, COREN, as appropriate
  • Evidence of projects executed over the last five (5) years with copies of letters of commission/engagements
  • A sworn affidavit disclosing whether or not any officer of the University is a former or present Director, Shareholder or has any pecuniary interest in the company.

 

Consultants will be registered based on the quality of their submissions and qualification in accordance with the procedures set in Public Procurement Act 2007 of the Federal Government of Nigeria.

 

B. Submission

Eligibility documents arranged in the order listed above are to be submitted in Five (5) copies, A4 size, paged and neatly bound and sealed in an envelope marked “Registration of Consultants” on the top right-hand corner with the name of the company written on the reverse side of the envelope and addressed to:

 

The Registrar

Federal University of Technology, Akure,

P.M.B.704, Akure,

Ondo, State.

 

All submissions should reach the above mentioned not later than 6th November, 2012.

 

Signed

Dr (Mrs) M.O. Ajayi

Invitation for Pre-Qualification 2012 Capital Projects at Federal College of Agriculture, Akure

Federal College of Agriculture, Akure

 

Invitation for Pre-Qualification 2012 Capital Projects

 

Applications for Pre-qualification are hereby invited from reputable Federal College of Agriculture, Akure, registered contractors for the following 2012 Capital Projects:

 

Lot 1:         Construction of 15KMs Perimeter Fence.

 

Lot 2:         Provision of Laboratory Equipment and Establishment of Glass Blowing Laboratory and Consumables for student practical (Biology, Chemistry, Physics, Soil and Animal Laboratories).

 

Lot 3:         Computerization of College Programmes.

 

Lot 4:         Establishment of College Entrepreneurship Centre.

 

Lot5:          Establishment of Veterinary Clinic.

 

Lot 6:         Establishment of Greenhouse.

 

Pre-Qualification Criteria for Technical Competence

i.        Evidence of incorporation or Business Name registration

ii.       Company Audited Accounts for three years

iii.      Evidence of Tax Clearance Certificate for three years

iv.      Evidence of Financial Capability and Banking support

v.       Experience/Technical qualification and experience of Key Personnel as Applicable

vi.      Similar Projects Executed and Evidence of knowledge of the Industry

vii.     Equipment and Technology Capacity as applicable

viii.    Annual Turnover as applicable

ix.      VAT Registration and evidence of past VAT remittance

x.       Evidence of registration of employees with Pension Fund

Administrator(s) and

xi.      Evidence of remittance of employer and employees contributions to employees

xii.     Retirement Saving Account (RSA)

xiii.    Evidence of payment of Training Contribution of employees to the

Industrial Training Fund (ITF).

 

Submission of Pre-Qualification Documents

Pre-qualification documents should be in sealed envelopes and marked “Pre-Qualification Documents for…… LOT…. “On the top left hand corner” Applications should be addressed and submitted to the office of:

 

The Registrar,

Federal College of Agriculture,

Akure,

Ondo, State.

 

All Pre-qualification documents should be submitted to the above-stated address not later than 23rd October, 2012.

 

Applications submitted after 12.00noon on the closing date will not be considered.

 

Please Note:

(a)     This is not an invitation to tender; full tendering will be applied to only Contractors that have been pre-qualified and found capable of executing the projects,

(b)     This notice shall not be constructed to be a commitment on the part of the College to award any form of contracts to any respondents nor shall it entitle any organization submitting documents to claim any identity from the College.

 

Signed

Dr. Pius Ade Adebisi

For: College Registrar

 

 

Invitation for Technical and Financial Bid under the 20112 Capital Budget at Federal Civil Service Commission (FCSC)

Federal Civil Service Commission

4, Abidjan Street, Wuse District, Zone 3, Abuja

 

Invitation for Technical and Financial Bid under the 20112 Capital Budget

 

Introduction:

The Federal Civil Service Commission (FCSC) hereby invites interested and reputable contractors with relevant experience and good track records to tender for the following projects under the 2012 capital Budget.

 

The scope of Works and Services are as follows:

 

Lot No. Project Title
1 Renovation of 48 (Nos) Office Rooms excluded in the 2011 Renovation Exercise

 

 

2     Supply of Office Furniture.

 

3   Supply of 1 (No) 4 Wheel Drive, 2.7 Litre Petrol Engine, Double Cabin, Air Conditioner, Radio/Cassette Player, Side Steps, Auxiliary Gear, 5 – Speed Manual.

 

4 Procurement of Electronic Document Management System and Finalization of Server Placements and Redirection Network.

 

5 On -Line Tracking of Transaction Files and Records of Civil Servants.

 

 

 

2.       Tender/Bid Requirements:

Interested contractors are expected to submit the following documents:

  1. Evidence of Registration with Corporate Affairs Commission (CAC)
  2. Current Tax clearance Certificate for the last 3 years (2009, 2010, 2011)
  3. Evidence of VAT Registration and Remittances
  4. Company profile including Curriculum Vitae and details of key Personnel
  5. Verifiable list of similar jobs successfully executed within the last 3yearsincluding letters of award and compliance certificates
  6. Audited Account of the company for the last 3 years (2009, 2010, and 2011) duly Stamped by a registered Auditor
  7. Evidence of compliance with Pension Reform Act 2004 and remittances to PFAs;
  8. Evidence of payment of Training Contributions to Industrial Training Fund (ITF)
  9. Evidence of Compliance with Employees Compensation Act, 2011 and remittances to NSITF
  10. Evidence of Equipment and Technical capacity for construction/ICT works

 

3.       Collection of Tender/Bid Documents

Interested companies are to collect tender documents from the office of the Assistant director (Procurement), Federal Civil Service Commission, 3rd Floor, Room 335, on the payment of non-refundable fee of Twenty-five Thousand Naira (N25, 000.00) only per lot, in Bank Draft, payable to the federal Civil Service Commission, and please note that Bid documents can only be issued on the presentation of a receipt issued by the Commission’s Central Pay Office.

 

4.       Submission of Tender/Bid Documents

Technical and Financial Bids are to be submitted in two separate envelopes clearly marked “Technical” or “financial” Bid with the specific Lot No and Description of Project addressed to: The Permanent Secretary, Federal Civil Service Commission, 4 Abidjan Street, Wuse, Zone 3, Abuja.

 

The envelopes are to be dropped in the Tenders Box in the Office of the Assistant Director Procurement, 3rd Floor, Room 335, on or before 21st November, 2012 at 12.00 noon. All enquiries on the purchase of tender documents and inspection of the Office complex should be directed to same office.

 

5.       Opening of Tender /Bid Document

The Technical bids shall be opened publicly in the FCSC Committee Room, 3rd floor, immediately after the closing of bids, by 12.30 pm on the 21st November 2012. Representative of all responding companies Civil Societies, NGOs and Members of the general public are invited to witness the bid opening exercise.

 

Please note that:

a.       Tender documents submitted late shall be rejected.

b.       The FCSC reserves the right to verify the authenticity of any information/claims made on the tender documents submitted.

c.       The FCSC is not bound to accept the lowest bid or any tender.

d.       Invitation for financial bids opening will be extended to only bidders who are technically prequalified.

 

Signed:

Amb. Abdulkadir Abdulkadir Musa, mni

Permanent Secretary

Federal Civil Service Commission,

Abuja.