Invitation to tender at Katsina State Agency for the Control of Aids (KATSACA) HIV/AIDS Programme Development Project II

Katsina State Agency for the Control of Aids (KATSACA) HIV/AIDS Programme Development Project II

Invitation to tender

 

A. PREAMBLE

The katsina State HIV/AIDS Programme Development Project II (World Bank Assisted) has earmarked part of its Credit fund for the execution of Civil Works for Lot I and 2 HCT and lot 1 and 2 PMTCT and Supply of Goods. Lot I and 2 HCT and lot 1 and 2 PMTCT. Consequently, the Agency wishes to invite reputable and competent interested companies to tender accordingly:

 

  1. 1.     LOT 1 HCT

Police Clinic, PHC Dankama, PHC Abukur, MCH Ajiwa, GH Jibia, HC Radda. GH Kurfi, MCH Shema. GH Batsari, HC Runka. MCH Tunas, MCH B/Kuka. MCH Suduje, MCH Katsayal, PHC Garki, HC Yardaje, HC Gojo-gojo.

 

  1. 2.     LOT2HCT

MCH Maidabino, HC Kafindangi. PHC Dudunni, PHC Duwan. HC Shibdawa, GH Musawa, PHC Kurfi, HC Yargoje, PHC Yankara, PHC Gamji, CHC Magaji Windo, CHC Dabai, CHC Dutsen Kura.

 

 

  1. 3.     LOT \ PMTCI

CHC Kaita, PHC Tsagero, PHC Dandagoro, MCH Magama, PHC Tsauri, HC Kuki, MCH Zakka, MCH Yandoma! HC Majigiri, PHC Kayawa, CHC Daura, MCH R/Tsamiya, PHC Babban Mutum, MCH Rogogo, MCH Kougolom, PHC Kuraye.

 

 

  1. 4.     LOT 2 PMTCT

CHC Yantumaki, MCH Kafin soli, CH Yashe, GH Mani PHC Sayaya, MCH Jikamshi, MCH Doro, PHC Dayi, GH Kankara, CHC Faskari, CHC Machika, PHC Mahuta, CHC Funtua, CHC Bakori, CHC Danja, PHC Sabuwar Kasa

 

B. Pre-Qualification Requirement

To qualify for consideration, interested companies are required to submit the documents listed here under, failure to submit any of the under-listed documents may lead to disqualification of the bid:

 

1.       Evidence of incorporation with Corporate Affairs Commission f CAC) of Nigeria

2.       Evidence of Tax payment for the three (3) consecutive years,

3.       Evidence of VAT registration & proof of past remittances

4.       Detailed Company profile and Technical experience/qualification of key personnel, including registered address, name, functional location, Telephone No’s, E-mail address, etc. The Bidder shall furnish documentary evidence to demonstrate   that   it   meets   the   following   experience requirement (s): during the past three (3) years the Bidder must have completed at least three (3) successful contracts as a contractor involving the delivery of similar equipment or item (Attach letters of Award and certificate of completion).

5.       Annual Turnover and Audited Statements of accounts for the past three (3) consecutive years. 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 N5 million. In any case, the turnover must be the sum of required turnover for all Lots for which the Bidder is submitting the Bid.

6.       Evidence of Recommendation from Company’s Bankers indicating the financial capacity and capability to undertake the project, if awarded.

7.       Any other information that would be of advantage to the company

 

 

Note:

(i)                The past three (3) years shall be determined to have begun three (3) 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 to the satisfaction of the Client

 

The Bidder may bid for one or more lots. Evaluation of the bid will consider the rights specification and the price factors. Bidders are required to submit bids for the entire quantity within each 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. Addition details are provided in the Bidding Documents.

 

(C)    Tender Documents

Tender documents are obtained at the address given below between 9am 4pm Nigeria time on working days, before closing date, upon payment of a non Refundable Tender Fee of N 15, 000.00 (Fifteen Thousand Naira only) for each lot in form of Bank Draft payable to Katsina State Agency for the Control of AIDS (KATSACA).

 

Interested eligible bidders may obtain further information from Procurement Unit of the Agency:

 

(D)    Submission of Documents

Completed Financial and Technical Tenders are to be submitted in two (2) separate envelops marked Financial Bid or Technical Bid respectively. Each of the envelopes is to contain 1 original and 2 duplicate of the Tenders respectively.

Both Envelops should be enclosed in a large envelop boldly marked Tender for (Specify LOT) at the topmost right hand comer with the Name, Address and Phone number of the Bidder boldly written at the back of the envelop. Tender Box provided at the address stated below.

 

(E)     Closing of Submissions

Submission of application closes on Thursday, 11th October, 2012 by 2:00pm while bid opening will take place same day same time at the Health Management information Centre (HM1S) Conference Hall.

 

(F)     Address for information and submission:

 

Project Manager,

Katsina state Agency for the control of AIDS

Attention; Procurement Officer,

Address: KATSACA office, General Hospital Katsina Premises.

PMB 2051,

Katsina State.

 

Invitation for Bids (IFB) at Science and Technology Education Post-Basic (STEP-B) Project University of Agriculture, Makurdi, Benue State

Invitation for Bids (IFB)

 

Federal Government of Nigeria

 

Science and Technology Education Post-Basic (STEP-B) Project University of Agriculture, Makurdi, Benue State

 

Credit No. 4304-UNI

 

Procurement and Installation of ICT Equipment and Fibre Optic Network

 

IFB No. STEP-B/UAM/NCB/GDS/04/2012

 

Date of Issuance: 10th September, 2012

 

  1. This Invitation for Bids follows the General Procurement Notice for this project that appeared in Development Business, issue No. 591 of 2nd July, 2007.
  2. The Federal Government of Nigeria has received a credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post Basic (STEP-B) Project, and it intends to apply part of the proceeds of this credit to payments under the agreement(s) resulting from this IFB: STEP-B/UAM/NCB/GDS/04/2012
  3. The University of Agriculture, Makurdi, Benue State, Science and Technology Education Post Basic (STEP – B) Project serves as the implementing agency for the project and now invites sealed bids from eligible Bidders for Procurement and Installation of ICT Equipment, Bandwidth and Fibre Optic Network.

 

 

Lots

 

Description of Item/ service

 

Quantity

 

Locations

 

Bid Security

 

Delivery period

 

1 Procurement and Installation of Network devices and equipment

 

Lot

 

University of Agriculture, Makurdi

 

At least 2.5% of Bid Price

 

90 days

 

2 Procurement of Bandwidth and Other Software

 

Lot

 

University of Agriculture, Makurdi

 

At least 2.5% of Bid Price

 

90 days

 

3 Deployment of 9 kilometre Fibre Cable

 

Lot

 

University of Agriculture, Makurdi

 

At least 2.5% of Bid Price

 

90 days

 

 

 

  1. Bidding will be conducted using the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, edition of May 2006 and is open to all Bidders eligible as defined in these Guidelines, that meet the following minimum qualification criteria:

 

a.       Bidder must demonstrate a clear understanding of the Purchasers need

b.       Must have completed at least 2 successful contracts involving procurement of ICT equipment, upgrading of ICT infrastructure and deployment of Optical Fiber Network Installation and provision of technical Support of comparable scale to Purchaser’s needs

c.       To demonstrate experience in installing and managing Fiber Optic networks and ICT equipment

d.       To show Financial Viability, and to demonstrate annual turnover and liquidity of at least a minimum acceptable figure for 3 years. A reasonable annual cash flow of at least 2 times the estimated proposed contract

 

5.       Interested eligible Bidders may obtain further information from Project Manager and inspect the bidding documents at the address given below from 8:00am to 4:00pm excluding public holidays.

 

6.       A complete set of hard copy bidding documents in English Language may be purchased by interested Bidders on submission of a written application to the address below and upon payment of a nonrefundable fee of Ten Thousand Naira (N10, 000.00) only. The method of payment will be in Bank Draft in favor of Science and Technology Education Post Basic (STEP-B) Project, University of Agriculture, Makurdi, Benue State. The document will be collected by the representative of the bidder or by courier service on request.

 

7.       Bids must be delivered to the address below at or before 12:00 pm 11th October, 2012 Bids need to be secured by a Bid Security from a reputable Bank and the amount of Bid Security required is 2.5%. Electronic bid will not be permitted. Late bids will be rejected. Bids will be opened in the presence of Bidders’ representatives, who choose to attend at the address below at 2:00 pm 11th October, 2012.

 

8.       The attention of prospective Bidders is drawn to:

(i)      The fact that they will be required to certify in their bids that all software is either covered by a valid license or was produced by the Bidder and

(ii)     That violations are considered fraud, which can result in ineligibility to be awarded World Bank-financed contracts.

 

9.       The address referred to above is:

 

The Project Manager

STEP-B Project Office,

Flat UAM 08, Middle Core,

University of Agriculture,

Makurdi,

Benue, State.

 

Tel: +2348035847568

E-mail: adahmi@uam.edu.ng

Invitation for Bids (IFB) at University of Ibadan, Ibadan, Nigeria

University of Ibadan, Ibadan, Nigeria

Invitation for Bids (IFB)

 

Federal Government of Nigeria

Federal Ministry of Education Science and Technology Education Post

Basic (Step-B) Project

 

Credit No: IDA 4304 UNI

Procurement of Research Equipment and Labware

IFB No: UI/STEP-B/GDS/NCB/OI/I2

Issue Date 10th September, 2012

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591of 2nd July, 2007 and 2 National Dailies of the same date.

 

2.       The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post-Basic Project (STEP-B Project), and it intends to apply part of the proceeds of this credit to payments under the contract for Procurement of Research Equipment and Labware

 

3.       The Science and Technology Education Post-Basic Project, (STEP-B Project: University of Ibadan, Nigeria, now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

 

Lot

No.

Item Description

 

Quantity

 

Bid Security Delivery Period Location
Lot 1 Gel Electrophoresis, Centrifuges, ELISA and Spectrophotometer

 

34 At least 2.5% of bid price 60 days

 

University of Ibadan, Ibadan. Oyo State, Nigeria

 

Lot 2 Equipment PCR, Pipettes, Racks, Storage boxes and weighing dishes

 

62

 

At least 2.5% of bid price 60 days

 

University of Ibadan, Ibadan. Oyo State, Nigeria

 

Lot 3

 

Microscopy

 

9

 

At least 2.5% of bid price 60 days

 

University of Ibadan, Ibadan. Oyo State, Nigeria

 

Lot 4

 

General lab supplies

 

71

 

At least 2.5% of bid price 60 days

 

University of Ibadan, Ibadan. Oyo State, Nigeria

 

Lot 5 Tissue Culture, Beakers, Bottles, Cylinders, Labels /and Lab safety

 

70

 

At least 2.5% of bid price 60 days

 

University of Ibadan, Ibadan. Oyo State, Nigeria

 

Lot 6 Gel scanner and HPLC 2

 

At least 2.5% of bid price 60 days

 

University of Ibadan, Ibadan. Oyo State, Nigeria

 

Lot 7 Books and Reagents 74

 

At least 2.5% of bid price 60 days

 

University of Ibadan, Ibadan. Oyo State, Nigeria

 

Lot 8 Cytometer 1

 

At least 2.5% of bid price 60 days

 

University of Ibadan, Ibadan. Oyo State, Nigeria

 

Lot 9 DNA and Sequencing Kit (quote per kit or test or unit) 38

 

At least 2.5% of bid price 60 days

 

University of Ibadan, Ibadan. Oyo State, Nigeria

 

Lot 10 Consumables (quote per unit)

 

24

 

At least 2.5% of bid price 60 days

 

University of Ibadan, Ibadan. Oyo State, Nigeria

 

Lot 11 Refrigerators

 

7

 

At least 2.5% of bid price 60 days

 

University of Ibadan, Ibadan. Oyo State, Nigeria

 

 

Bidders may bid for any one or more lots and discounts offered for the award of combined lots will be considered in bid evaluation.

 

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

 

5.       Interested eligible bidders may obtain further information from the Project Manager, STEP-B Project, University of Ibadan, Ibadan Nigeria and inspect the bidding documents at the address given below, between the hours of 9.00 am to 4.00pm Mondays to Fridays, except on public holidays.

 

6.       Qualifications requirements include:

i.        Evidence of previous supply (sale) of similar equipment for the past five (5)     years.

ii.       Audited financial statements for the last three (3) years.

iii.      Manufacturers Authorization for equipment not manufactured/produced by bidder.

A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

 

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of N10, 000 (Ten Thousand Naira)

 

8.       The method of payment will be Cash or Bank Draft in favour of STEP-B Project, University of Ibadan, Ibadan, Nigeria. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request which shall be at the bidder’s cost.

 

9.       Bids must be delivered to the address below at or before 12:00 noon local time on Monday 8th October, 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 on Monday 8th October, 2012 at 12:00 noon local time. All bids must be accompanied by a Bid Security of at least 2.5% of bid price in local currency or an equivalent amount in a freely convertible currency.

 

10.     The address referred to above is:

The Project Manager,

Centres for Zoonotic and Infectious Diseases and Biotechnology and Genetic Engineering,

Science and Technology Education Post-Basic (STEP-B) Project,

University of Ibadan, Ibadan. Nigeria

Tel: +234(0) 7053980457

E-mail: stepb.ibadan@mail.ui.edu.ng

 

Olujimi I. Olukoya, MNIM, FPA

Registrar

Invitation to Pre-Qualification for 2012 Capital Projects at National Gallery of Art

National Gallery of Art

(A parastatal under the Federal Ministry of Tourism, Culture and National Orientation)

 

Invitation to Pre-Qualification for 2012 Capital Projects

 

The National Gallery of Art intends to undertake the execution of the under listed projects under the 2012 capital budget of me Gallery. To this end, qualified contractors are invited to tender for the projects.

 

Description of Works

The following are the projects for execution.

 

S/N Lot Number Project Description

 

1 CON – 01 Construction of Ancient Nupe Gallery of Art and Cultural. Niger State.

 

2 CON – 02 Oriental Heritage Galaxy Centre. Mbutu

 

3 CON – 03 Construction of Multipurpose Hall/ICTCehtre 4 Culture Gallery Okoh Anambra

 

4 CON – 04 Construction of Ancient Gallery of Art Ukpor, Nnewi South, Anambra

 

5 CON – 05 Construction of Kulili Gallery of Art Centre Kulili-LAU, Taraba.

 

6 CON – 06 Construction of Ufesoido Community Art Centre and Culture Gallery, Akpu.

 

 

Eligibility:

Interested Contractors are required to forward the following documents along with Financial Bids

a.       Certificate of Incorporation with Corporate Affairs Commission (Limited Liability only)

b.       Evidence of VAT Registration, remittance and TIN number

c.       Company Current Tax Clearance Certificate for the last three years 2009, 2010 and 2011;

d.       Details of Company Profile including Curriculum Vitae of at least four professional most qualified staff and other resources

e.       Evidence of Financial Strength and Banking Support.

f.       Evidence of similar job experience in the past five years.

g.       Name, email addresses and telephone numbers of contact person for the project.

h.       Bids for lot numbers 1,2,3 & 6 must be accompanied with 2% bid security.

i.        Evidence of payment of non-refundable fee of #20,000 only per lot.

j.        A letter authorizing National Gallery of Art to verify claims with relevant bodies or agencies.

k.       Firms Audited Account for year 2009, 2010 & 2011

l.        Sworn Affidavit that the firm and none of the principle or associate of the firm is an ex-convict or bankruptcy

m.      Provide ONLY coloured photocopy of the documents listed in a, b, & c above.

n.       Financial and Technical bids must be in four (4) copies each.

 

Collection of Tender Documents:

The Bid documents are to be collected and submitted at the Procurement Unit, Federal Secretariat. Plot 04, Phase II, Block E, room 801, 8 floor, upon payment of non-refundable tender fees of #20,000.00 per each lot to National Gallery of Art, Bank ECO/ Oceanic Acc. No. 0901301007912

 

Submission of Bid Documents

(i)      Technical document should be placed in one envelope, sealed and boldly marked “Technical Bid”

(ii)     Financial bid should be placed in another separate envelope

(iii)    The name of the company and title of the projects lot number should be clearly written on the reverse side of the envelopes

(iv)    Insert the Envelopes containing Technical and profile documents and the financial bid in another bigger A3 envelope, seal and addressed to:

 

Procurement Unit

National Gallery of Art

Federal Secretariat, Plot 04, Phase II,

Block E, Floor 8 & 9 Shehu Shagari Way,

P. M. B. 456, Abuja.

 

Late Submission / Disclaimer

Late submission will not be accepted. By this notice, National Gallery of Art is neither committed in any way to award, any form of contract to any company; nor shall any organization submitting documents be entitled to claim an indemnity from the Gallery.

 

Closing / Opening of Bids:

All submission of bid documents ends on 24th September 2012, at 12.00 noon and bids shall be opened at 2.00 p.m. same day in the Gallery’s Boardroom. All bidders and interested members of relevant Civil Societies are advised to be present.

 

Signed

Director General

National Gallery of Art

 

Federal Secretariat, Plot 04, Phase II, Block E, Floor 8 & 9, Shehu Shagari Way, P.M.B. 456 Abuja

Tel: 6712950, 092905225, E-Mail: info@nga.gov.ng  www.nga.gov.ng

 

Invitation for the Pre-Qualification to Tender for the Following 2012 Project at Nigerian Postal Service

Nigerian Postal Service

 

Invitation for the Pre-Qualification to Tender for the Following 2012 Project

 

Preamble:

The Nigerian Postal Service (NIPOST) invites interested and reputable contractors to apply for pre-qualification for-the-under listed project under approved NIPOST’s internally generated revenue.

 

(1)     The supply and Installation of Solar System/Energy at the Data base of ICT Department (White House), NIPOST Corporate Headquarters, Garki II – Abuja

 

(2)  Scope of Work

(A)    Install a steel structure canopy with photovoltaic (solar modules) panels -at the rooftop.

(B)     Solar Energy.

Install solar energy system comprising solar modules, charge controllers, outback VFX 3024E inverters, Deep cycle batterings 200AH, 12V Deka AGM, Inverter/Battery Frames, A.-C/D:C breakers, and all necessary accessories.

 

(3)     Pre-Qualification Requirements

Interested Contractors are invited to submit the following pre-qualification documents.

(a)     Evidence of registration with Corporate Affairs Commission.

(b)     Value Added Tax Registration-Certificate.

(c)      Evidence of financial capabilities.

(d)     Fun details of Company profile.

(e)      Evidence of verifiable experience of similar work.

(f)      Tax clearance certificates for the last three years

 

(4).    Verification of Claims

Contractors that show interest should note that NIPOST reserves the right to verify claims made in the pre-qualification on documents submitted by them.

 

(5)     Submission of Pre-Qualification Documents

Complete pre-qualification document envelopes must indicate on the right corner of the envelopes the Project interested in, and marked as “NIPOST” then Project Name – Pre-qualification 2012 Project, and delivered by hand to:

 

Head of Procurement,

Room 222,

NIPOST Corporate Headquarters,

Abubakar Musa Argungu House

Garki II- Abuja.

 

All requirements must be delivered on or before 17th September 2012. Late submission will be rejected.

 

Signed.

Management