Invitation to Tender for the Execution of Year 2013 Capital at Headquarters Nigerian Army

Headquarters Nigerian Army

Ministry Of Defence

Area 7, Garki Abuja

Invitation to Tender for the Execution of Year 2013 Capital

Projects for the Nigerian Army

A.   Preamble

In partial fulfillment of requirements of Public Procurement Act 2007 in the procurements of goods and services by Federal Government Ministries, Departments and Agencies, the Nigerian Army wishes to undertake the execution of the under-listed projects under Year 2013 Capital Appropriation ending December 2013. To this end, competent contractors/vendors are invited to submit both technical and financial bids in line with defined scope and technical specifications for the projects:

B.      PROJECTS

1.       Procurement of Tyres. Batteries & Service Parts for B Vehicles. Supply of tyres for Toyota Hilux, Ford Ranger, Staff Cars (including BMW Series) and Trucks.

2.       Improvement of Water Supplies in NA Barracks. Resuscitation of Unserviceable Boreholes and Drilling of Water Boreholes and Connection to Storage Facilities with Water Point in the under-listed Nigerian Army Barracks:

a.1     Division Area – Reactivation of 16 No Unserviceable Boreholes in Ribadu Cantonment, Comilla Barracks & Kalapanzi Barracks   (Kaduna), Basawa Barracks (Zaria) and Dalet Cantonment Kaduna

b.2     Division Area – Sinking of 2 Boreholes & connection to storage  facilities with water points each at Weppa-Wanno Barracks, Agenebode and NASEME – Auchi

c.3     Division Area – (1) Reactivation of 19 No Unserviceable Boreholes in Shadawanka & Obienu Barracks (Bauchi), Gibson Jallo Cantonment Yola and Maimalari Cantonment Maiduguri. (2) Reactivation of 18 No Unserviceable Boreholes in Janguza & Bukavu Barracks Kano and Jaji Cantonment Kaduna

d.81   Division – (1) Construction of 1 x Water Treatment Plant each at Nigerian Army School of Signals (NASS) Apapa Lagos and Arakan  Barracks Lagos respectively   (2) Reactivation of 22 No Unserviceable Boreholes in NA Cantonment in Ikeja & Ojoo. Dodan Barracks Obalende, DAMS Owode and Topo Barracks Badagry

e,82   Division – (1) Sinking of 2 Boreholes & Connection to Storage Facilities with Water Point at Patrick Dan Archibong Barracks Calabar. (2) Sinking of 2 Boreholes & Connection to Storage Facilities with Water Point at Ibawa Barracks Abak.

C.  Qualification Requirements:

Tenders should meet the following requirements:

1.       Indicate clearly the locations and areas of interest on the Technical and Financial Bid submissions, to include:

2.       Technical Bids. The documents to be submitted in the technical bids are as follows:

  1. Photocopy of company profile (To include key staff, qualifications and experience).
  2. Certificate of Incorporation with Corporate Affairs Commission.
  3. Tax Clearance Certificate for the last 3 years (2010, 2011 and 2012).
  4. Company 3 years audited account report.
  5. VAT Certificate & evidence of past remittances.
  6. Evidence of registration and remittance with Pension Commission (PENCOM).
  7. Evidence of registration and remittance to the Industrial Training Fund (ITF).
  8. Verifiable evidence of execution of similar projects in the past to include the contract sums, copies of letters of award letters and completion certificate; and other works experience.
  9. Evidence of financial capacity from a reputable Bank,
  10. Evidence of registration with the Nigerian Army.

 

3. Financial Bids. The documents to be submitted in the Financial Bids are as follows:

  1. Covering letter with the company letter headed paper indicating the project bid for, Lot No. the contract sum and the location
  2. Duly completed and authenticated breakdown of the financial bids (contract sum).
  3. Bank Guarantee indicating financial capacity from a reputable Bank.

D.      Verification of Claims in Qualification Documents

The Nigerian Army reserves the right to verify the authenticity of claims made in the tender documents submitted and to take any action in the interest of the Nigerian Army as to whether to accept or reject the bids

E.      Collection and Return of Tender Documents

  1. Tender documents are to be collected from the Deputy Director Army Tenders Board, Army Headquarters on payment of a non-refundable tender fee of N20,000.00 for all Categories of projects.
  2. Collection of tender documents commences on Tuesday 13th August 2013 and the return of the completed tender documents closes by 10:00am on Tuesday 24th September 2013. All projects are to be completed by 31 December, 2013.
  3. Submission of bids should be in 2 separate envelopes, sealed and clearly marked as “Technical Bids for the ………..or “Financial Bids for the……” indicating the project bid for and the location
  4. The marked and sealed envelopes will be deposited in the Tenders Box located in the Deputy Director. Army Tenders Board’s office, Department of Army Logistics, Army Headquarters, Ministry of Defence, Area 7. Garki ABUJA

F.      Public Opening of Bids

The opening of the technical bids will be on Friday 27th September 2013 at Army Headquarters Restaurant, Area 7 Garki. Abuja. Unqualified bids will be disqualified where applicable. Qualified bids will be invited to take part in the opening of the financial bids on Monday 30th September 2013 at the same venue

Nothing in this advertisement shall imply commitment on the part of the Nigerian Army to enter into any agreement in respect of the above listed projects, reply any company not found suitable or entitle any bidder to make any claim(s) whatsoever in respect of any expense(s) incurred in preparation for qualification. Late submission will not be considered. The decision of the Nigerian Army Tenders’ Board is final.

 

 Signed

Chief of Logistics (Army)

Army Headquarters

 

Tenders Opportunity at The Shell Petroleum Development Company of Nigeria Limited

The Shell Petroleum Development Company of Nigeria Limited

Operator of the NNPC/Shell/EIf/Agip Joint Venture

 

Tenders Opportunity: Facilities Instrumentation, Control & Automation Intervention works in SPDC East Locations (Land & Swamp)

Reference Tender No NG01015472

 

Introduction

Shell Petroleum Development Company Limited hereby invites reparable and competent Nigerian Compa­nies and alliances with the requisite expertise, experience, skilled manpower and technology to apply to be considered for inclusion in the bidders list for subject tender. The contract that will result from this tender will cover Facilities Instrumentation, Control & Automation Intervention Works in SPDC East Locations (Land & Swamp).

 

Scope of Work

This contract is required for:

  • Design verification
  • Workshop calibration of instruments
  • Stroking/function testing of valves
  • Yard fabrication
  • Site mobilisation
  • Construction of shutdown manifolds and panels
  • Cable trench excavation and backfilling
  • Laying of cables and tubings
  • Modification of instrument control panels
  • System integration/commissioning
  • Calibration, servicing and installation of field instruments
  • Replace and configure Human-Machine Interface (HMI) and displays
  • Revamp/modification of control and safeguarding system & marshalling panels
  • Installation and termination of power and signal cables
  • Installation of pneumatic signal lines and tubings
  • Refurbishment of environmental upgrade facilities instrumentation and controls
  • Provision of as-built drawings and other project documentation.
  • Site cleanup/restoration and demobilization.

 

Mandatory Requirements

1.       To be eligible for this exercise, interested contractors are required to be prequalified in work category in NipeX joint Qualification (NJQS) database: 3 05.02 (Electrical/Instrumentation Services) All successful pre-qualified suppliers in this category will receive a Technical Invitation to Tender (ITT).

 

2.       To determine if you are prequalified and view the product/service you are listed for. open www.nipexng.com and access NJQS with your log in details, click on “Continue Joint Qualification Scheme Tool” button, click “check my supplier status” and then click ‘Supplier Product Group’.

 

3.       If you are not listed in the product/service category but you are registered in DPR to do business, contact Nipex office at 30, Oyinkan Aboyomi Street, Ikoyi, Lagos with your valid DPR certificate as evidence for verification and necessary update.

 

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

 

5.       To be eligible all tenderer; must comply with the Nigerian Content requirements in NipeX.

 

Nigerian Content Requirements

 

Vendors are to demonstrate strict compliance with the provisions of Nigerian Oil & Gas industry Content Development Act and also provide the following requirements:

  • Demonstrate that the entity is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity 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
  • International or multinational company working through a Nigerian subsidiary must demonstrate that a minimum 90% of equipment to be deployed for execution of work shall be owned by the Nigerian subsidiary by providing a list of equipment for this tender and indicating those that will be owned by the Nigerian subsidiary.
  • Furnish details of company ownership and stare holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point or manager.
  • Stare proposed total scope of work to be conducted 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.
  • 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 organization providing such training and evidence of past training record) for Nigerian personnel including description of any specie programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (15) year.
  • Provide evidence of domiciliation of project management and procurement centres in Nigeria with physical addresses (not P.O. Box)
  • Location of in-country facilities (Equipment, storage, workshops, repair & maintenance facilities and testing facilities)
  • Contractor must be willing and able to provide evidence of maximization of mode in Nigeria goods and services.
  • Provide details on any other Nigerian Content initiative your company is involved in

 

Closing Date

Only tenderers who are registered with NjQS in the 3.0.5 02 (Electrical/Instrumentation Services category as at 2rd September 2013 being the advert close date shall be invited to submit Technical Bids.

 

Additional Information

 

  • Suppliers eligible for this tender opportunity are expected to be prequalified in NjQS under the relevant product/service categories
  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of Shell Petroleum Development Company Limited to award any contract to any company and or associated companies, subcontractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever; and/or seek any indemnity from Shell Petroleum Development Company Limited and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders
  • NNPC/Shell Petroleum Development Company Limited reserves the right to reject any and or all pre-qualified suppliers at its sole discretion and at no cost whatsoever.
  • Shell Petroleum Development Company Limited will communicate only with authorized officers of the pre-qualifying companies and not through individual or Agents.
  • Expected Contract Award Date Q4 2014

 

Contract Duration: 2 years + 1 year extension option

 

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

 

 

Call for Expression of Interest at UNDP (on behalf of the Ekiti State Ministry of Agriculture and Natural Resources)

Call for Expression of Interest

Project: Construction of Irrigation Schemes in Ekiti State, Southwest Nigeria

 

The Federal Ministry of Agriculture and Rural Development and the Ekiti State Government in partnership with the United Nations Development Programme (UNDP) are in the process of developing and constructing irrigation schemes at two locations of Ero and Ele river basins in Ekiti State. The irrigation schemes will be supported by water from two dams constructed on Ero River at Ikun-Ekiti, and Ele River at Itapaji.

 

The UNDP, on behalf of the Ekiti State Ministry of Agriculture and Natural Resources hereby request for expression of interest from eligible and competent contractors, joint ventures or consortiums to submit pre-qualification information for construction of two Irrigation Schemes at Ikosu (Moba Local Govt.) and lyemero (Ikole Local Govt.).

 

All interested firm/organizations that wish to participate in the process can access the Expression of Interest document on the following websites to download the EOI document.

  1. https://www.ungm.org/Notices/ltem.aspx?ld=26306
  2. http://www.ng.undp.org/procurement.shtml
  3. http://procurement-notices.undp.org/ Ref no: 12266

 

Your EOI submission envelope should be marked and titled “EOI – CONSTRUCTION OF IRRIGATION SCHEMES IN EKITI STATE, SOUTHWEST NIGERIA” must be dropped in the UNDP bid box in hard copy not later than 10 a.m. 26th August, 2013 and addressed to:

The Service Centre Manager

UNDP- Nigeria,

19, T.Y Danjuma Street,

Asokoro, Abuja

Nigeria

 

For any clarification on any aspect of this EOI advert, please send an e-mail to vdmssupport.ng@undp.org  quoting “EOI – CONSTRUCTION OF IRRIGATION SCHEMES IN EKITI STATE, SOUTHWEST NIGERIA” as the subject of the e-mail.

 

Nothing in this EOI shall be taken to form a binding legal contract. The potential subsequent procurement process shall be governed by the rules and regulations of the United Nations Development Programme (UNDP).

 

We thank you for your interest

UNDP Nigeria

Invitation for Tender (IFT) at Road Sector Development Team (RSDT)

Road Sector Development Team (RSDT)

Federal Ministry of Works

 

Invitation for Tender (IFT) Nigeria

Federal Roads Development Project (FRDP)

Credit Number IDA 44150

 

Procurement of emergency Ambulance Points for Federal Roads Safety Corps (FRSC)

IFT No: FRDP/2013/NCB/W/01

 

1.       This Invitation for Bids follows the General Procurement Notice (GPN) for the Federal Roads Development Project (FRDP) that appeared in Development Business dated 11 March. 2005.

 

2.       The Federal Government of Nigeria has received a credit from the International Development Association (IDA) in the sum of USD 330 million towards the Federal Roads Development Project (FRDP). It is intended that part of the proceeds of this credit will be applied to eligible payments under the Contract for the Procurement of Emergency Ambulance Points for Federal Roads Safety Corps (FRSC) FRDP/20LVNCB/W/01.

 

3.       The Road Sector Development Team (RSDT) now invites sealed bids from eligible bidders for the Procurement of Emergency Ambulance Points listed below.

 

Description

 

Quantity Delivery Period Bid Security (NCN)
Lot 1 – Emergency Ambulance Points

 

18 180 Days N 1M

 

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB)

procedure 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 and inspect the bidding documents at the office of the Unit Manager, Road Sector Development Team (RSDT) at the address below on working days from 10.00am to 5.00 pm (Local Time).

 

6.       Eligibility and Qualifications requirements include:

a)       Eligibility:

i.        Article of Incorporation or Registration of firm

ii.       Latest Income Tax Clearance Certificate

iii.      Latest VAT Registration Certificate

 

b)    Financial Capability:

i.        The audited accounts for the last three years 2010, 2011 and 2012 shall be submitted to demonstrate the current soundness of the bidder’s financial position.

ii.       The required average annual turnover shall be greater than N50M over the last 3 years

iii.      The minimum amount of liquid assets and or credit facilities net of other contractual commitments of the Bidders shall be N25M.

 

c)       Experience and Technical Capacity:

i         Experience as prime contractor or subcontractor in the construction works for at least five (5) years.

ii        The required number of similar contracts completed shall be one (1) over a       period of three (3) years.

iii.      Major items of construction equipment proposed to carry out the contract. a)Grader l;(b) Roller 1 (c) Light weight forklift -1 (d) Bulldozer -1

 

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 N15,000.00 (Fifteen Thousand Naira) only. The method of payment will be in Bank Draft in favor of “Federal Roads Development Project”. Bidding Documents will be available from 13th August, 2013.

 

8.       Bids must be delivered to the address below on or before 12:00pm on 12th September, 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 12:30pm on 12th September, 2013. All bids must be accompanied by a Bid Security as indicated in the Table in column 3 above and must be addressed to Federal Roads Development Project”.

 

9.       The address referred to above is:

Road Sector Development Team (RSDT).

6 Niagara Close, off Erie Crescent, off Nile Street.

Maitama. Abuja, Nigeria.

Attn: Unit Manager, Engr. Ishaq Mohammed

Tel: +234-92910385

E-mail: unitmgr.rsdt@yahoo.co.uk

 

 

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 III, 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 readiness for any eventual flood disaster in 2013.

 

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-Material

  1. Artemeter-Lumefantrin 20/120mg (x24tabs)
  2. Artemeter Injection 40mg/ml (x10/pck)
  3. Artemeter-Lumefantrin Syrup (100ml)
  4. Insecticide (300ml) imiprothnn-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 I9G; Methylated spirit 1L; Crepe bandage 4 inch; Crepe Bandage 6 inch; Gauze (large rolls).
  2. Emergency First Aid Kits (1CRC 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 50 kg

 

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 50 kg

 

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

 

UATH, Jos; 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 Antivennom 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 Antivennom 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 Chemical (5 methyoxy – 2.00 x 0,124(25EC))

 

Federal Medical Stores, Oshodi Federal Medical Stores Asaba, University 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 Chemical (5 methyoxy – 2.00 x 0,124(25EC))

 

UJTH, Jos; AKTH, NOH, Dala 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) for 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:

i.        Evidence of Certificate of Incorporation (CAC) Registration.

ii.       Evidence of Registration with PENCOM in accordance with the Pension Reform Act, 2004 including evidence of remittances of Employees’ Pension Contributions/ Deductions.

iii.      Tax Clearance Certificate for the past three (3) years (i.e. 2010, 2011 and 2012) verifiable from Federal Inland Revenue Services (FIRS).

iv.      Evidence of VAT Registration with TIN No and past remittances for the last 3 years.

v.       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 24 & 25.

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, staff or a shareholder of the company.

 

4.       Please Note

In line with die 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