Invitation for Pre-Qualification/Tender for the Supply of Cooking Gas/Firewood to Nigerian Prisons Service, From 1st January to 31st December, 2013 at Nigerian Prisons Service

Tender Notice

Federal Ministry of Interior

Nigerian Prisons Service

 

Invitation for Pre-Qualification/Tender for the Supply of Cooking Gas/Firewood to Nigerian Prisons Service, From 1st January to 31st December, 2013

 

Introduction Nigerian Prisons Service invites Interested reputable Gas suppliers/Firewood dealers to tender for the supply of Cooking Gas/Firewood to the under-listed Prisons and Satellite Prisons and Satellite Prisons for the period 1st January to 31st December 2013. The Main Prisons and Satellite Prisons are as follows:

 

S/No. State

 

Prisons (Convicts)

 

Satellite Prisons

 

1. FCT- Abuja Kuje, Suleja and Dukpa F.C

 

   –
2. Abia Aba, Arochuckwu & Umuahia

 

   –
3. Adamawa Ganye, Jada, Jimeta, Mubi, Numan & Yola

 

Dumne, Gombi, Hong, Kojoli, Maiha, Mayobelwa, Michika, Shelleng, Guyuk & Karlahi
4. Akwa-Ibom Abak, Eket, Ikot-Abasi, Ikot- Ekpene & Uyo

 

    –
5. Anambra Awka & Onitsha

 

     –
6. Bauchi

 

Azare, Bauchi, Jama’are, Misau & Ningi

 

Alkaleri, Burra, Darazo Gamawa, Katagum, Shira, Tafawa Balewa & Toro

 

7. Benue Gboko, Makurdi & Otukpo     –

 

8. Borno

 

Bama, Biu, Gwoza, Maiduguri Farm, Maiduguri (Maximum) & Maiduguri (New)

 

     –
9. Cross River Adim Farm, Calabar, Ikom, Obubra, Obudu & Ogoja

 

    –
10. Delta Agbor, Kwale, Sapele, Ogwashiu-uku & Warri

 

    –
11. Ebonyi Abakaliki & Afikpo     –

 

12. Edo

 

Auchi, Benin (New)-Oko, Benin (old), Ogba-farm, Ozalla farm & Ubiaja

 

    –
13. Ekiti Ado-Ekiti     –

 

14. Enugu Enugu, Ibite-Olo, Nsukka & Orji River

 

    –
15. Gombe

 

Gombe & Tula

 

Billiri & Bajoga

 

16. Imo Okigwe, Owerri & Orreh farm

 

    –
17. Jigawa Birnin-Kudu Farm Centre, Gumel, Hadejia (New) and Kazaure

 

Birnin-Kudu, Dutse, Garki, Gwaram, Jahum & Ringim
18. Kaduna Birnin-Gwari, Borstal Institute, Kaduna Central, Kafanchan, KPC, Kujama Farm Centre & Zaria Birnin-Kudu, Dutse, Garki, Gwantu, Saminaka, Ikara, Makarfi, Soba, Kachia, Kwoi, Manchok

 

19. Kano Goron-Dutse, Kano Central & Wudil Dawakin-Tofa, Gwarzo, Rano, Sumaila, Tudunwada, Kiru & Bichi

 

20. Katsina Daura (New), Daura (Old), Funtua, Katsina & Ngawa F.C.

 

Dutsin-Ma, Kankia, Jibia, Malumfashi, Musawa & Mani

 

21. Kebbi

 

Argungu, B/Kebbi (New), B/Kebbi (Old), Yelwa Yauri & Zuru

 

Kamba, Kangiwa, Bagudo. Jega & Wara
22. Kogi

 

Ankpa, Dekina, Idah, Kabba, Koton-Karfe & Okene

 

     –
23. Kwara

 

Ilorin Old, Ilorin New, Borstal Training, Lafiagi & Omuaran

 

     –
24. Lagos

 

Badagry, Ikoyi, Kirikiri Female, KiriKiri- Max & Kirikiri Medium

 

     –
25. Nasarawa Keffi, Lafia, Nasarawa & Wamba

 

      –
26. Niger

 

Agaie, Bida, Kagara, Kontagora (New), Lapai, Minna (Old), Minna (New) & New Bussa

 

      –
27. Ogun

 

Abeokuta New, Abeokuta Old, Ijebu-Ode, Ilaro, Shagamu, Borstal Remand Centre Abeokuta & Ago-Iwoye F.C.

 

 

       –
28. Ondo Akure, Okitipupa, Ondo Male, Ondo Female & Owo

 

       –
29. Osun

 

Ile-Ife & Ilesha

 

       –
30. Oyo

 

Oyo, Ibadan (Agodi) & F.C. Ogbomosho

 

       –
31. Plateau

 

Jos, Lakushi, Langtang, Pankshin, Shendam, Wase & Lamingo Prison Camp.

 

       –
32. Rivers

 

Ahoada, Degema, Elele farm & P/Harcourt

 

      –
33. Sokoto

 

Bislam Farm Centre & Sokoto

 

Gwadabawa, Tambuwal & Wurno

 

34. Taraba Gembu, Jalingo, Serti & Wukari (New)

 

Baissa, Takum, Bali, Gassol, Karim-Lamido, Lau & Zing

 

35. Yobe Gashua, Nguru & Potiskum (New)

 

     –
36. Zamfara Gusau (New) Kaura-Namoda, Maru, Talata-Mafara&Gumi

 

 

2.       Objective: To provide for decent cooking of foodstuff for the inmates in the Nigerian Prisons nationwide.

3.       The Scope: The scope involves making adequate cooking gas/firewood available in the Prisons at all times.

 

4.       Eligibility to Tender:   

Interested reputable contractors/suppliers are requested to forward their applications with the following as Tender documents for consideration.

(i)      Certificate of Incorporation or Registration with Corporate Affairs Commission (CAC).

(ii)     Tax Clearance Certificate for the immediate past 3 years (2009-2011).

(iii)    VAT Registration Certificate.

(iv)    Evidence of Mobility.

(v)     Evidence of payment of training contributions to Industrial Training Fund        (ITF).

(vi)    Evidence of remittance of employees’ compensation to Nigerian Social insurance Trust Fund (NSITF).

(vii)   Evidence of compliance with National Pension Commission (PENCOM) requirements on contribution.

(viii) Bank Reference.

(ix)    Original Treasury Receipt of non refundable tender processing fee of N10,000.00,

(x)     Quadruplicate copy of duly signed and stamped Bank Teller obtained from Access Bank for payment of processing fees.

(xi)    Verifiable Evidence of previous foodstuff supplied.

(xii)   Interested companies are required to provide evidence of registration and remittance of contributory pension funds in line with Section 16, Subsection 8(d) of the Public Procurement Act.

 

5.       Prospective contractors/bidders are to pay non-refundable tender processing fee of N5,000.00 into Nigerian Prisons Service Account No. 0000972323 with any Access Bank branch and obtain a Bank Teller.

 

6.       Treasury Receipts for the non-refundable tender deposit of N5,000.00 can be obtained on presentation of Bank Teller of Payment from Access Bank at Prison Cash Office,

Prisons Headquarters Office Complex,

Bill Clinton Drive, Airport Road, Abuja.

 

7.       Submission Deadline: Completed Tender documents must be submitted in seated envelope marked “Confidential Tender for Supply of Cooking Gas/Firewood to Prisons” to reach The Head of Procurement. Prisons Headquarters Office Complex, Bill Clinton Drive, Airport Road, Abuja on or before 13th September, 2012 by 12 noon.

 

8.       Any Tender which fails to meet up with the requirements will not be considered. It should be noted that the Nigerian Prisons Service is not obliged to accept any particular tender

 

9.       Incorrectly addressed or labeled submissions, and those received after the specified date shall be rejected.

 

10.     This advertisement of “invitation to Tender” shall not be construed as a commitment on the part of NPS, nor shall it entitle any supplier to make any claim(s) whatsoever, and/or seek any indemnity from NPS by virtue of such supplier having responded to this advertisement.

 

11.     All expenses incurred in preparing the Tender response and all expenses otherwise associated with its tender response shall be borne solely by the prospective supplier.

 

Note: Photocopies of the non-refundable tender processing receipt and acknowledgment receipt obtained on submission of tender must be kept and Presented before collection of award letters by successful bidders.

 

Signed

Head of Procurement

For: Controller General of Prisons

Invitation of Pre-Qualification of Tender at Kibiya Local Government, Kano State

Kibiya Local Government, Kano State

 

Invitation of Pre-Qualification of Tender

 

In its effort to improve the living standard of its people, Kibiya Local Government wishes to undertake the execution of some development projects, therefore all interested contractors are invited for pre-qualification to tender.

 

Scope of Work

1.       Construction of road from Tarai to Kahu (2.5KM) Surface dressing.

2.       General renovation of Local Government Secretariat and supply of Furniture.

3.       Construction of Staff Quarters in Kibiya.

4.       Construction of Standard Classroom Block at Fammar and Nariya.

5.       Construction of two (2) Cell Box Culvert at Barkono stream along Binjar road.

 

 

Pre-Qualification Criteria

  1. Evidence of incorporation with Corporate Affairs Commission.
  2. Registration   with   State   Works   Registration   Board   in   relevant categories.
  3. Company’s audited account for three (3) years.
  4. Evidence of financial capability and Bank support.
  5. Experience and Technical qualification to key personnel.
  6. Records of previous projects executed and evidence of knowledge of the industry.
  7. Equipment, plants and technology capacity.
  8. VAT Registration and evidence of past VAT remittance.
  9. Local resources utilization.
  10.  Community and social responsibility support.
  11.  Any additional information that may enhance the company for the award of contract.

 

Submission of Pre-Qualification Documents

Pre-qualification documents should be forwarded to the Office of Director Personnel Management (DPM) Kibiya Local Government in a SEALED Envelop Marked Pre-qualification documents not later than 31st August, 2012.

 

 Signed Kabiru Lawal

Director Personnel Management (DPM)

For (I.M.O.)

Invitation for Pre-Qualification and Tender at Gwagwalada Area Council

Gwagwalada Area Council

Invitation for Pre-Qualification and Tender

 

Introduction:

The Gwagwalada Area Council intends to engage the services of credible and reputable companies/Contractors for selected works under the year 2012. The Area Council therefore, wishes to invites response from contractors for pre-qualification/Tender for works categorized under the following lots:

 

Lot 1:          Construction of reinforced Concrete Box Culvert along Ibwal road.

Lot 2:          Construction of reinforced Concrete trapezoidal drains at Gwagwalada.

Lot 3:         Fencing of Dobi Market

 

 

Eligible Criteria

  1. Evidence of registration with Corporate Affairs Commission including Certificate of Incorporation and Article of Association .
  2. Last Three years Clearance Certificates
  3. Evidence of registration with Gwagwalada Area Council.
  4. VAT registration with evidence of remittances.
  5. Comprehensive company profile.
  6. List of similar jobs executed previously.
  7. Verifiable evidence of financial support by reputable bank.
  8. Audit account details for the three (3) years.

 

Collection of Tender Documents

Tender document are to be collected from the works department presentation of evidence of payment of non-refundable fee for any of the Lots respectively.

 

Submission of Pre-Qualification/Tender Documents

Interested bidders are to submit pre-qualification and tender documents in two different sealed envelopes appropriate marked “Pre-qualification” and “Tender” with the company name indicated at the back of each envelope marked the lot number at the top right hand corner and addressed to:

The Secretary Tender Board, Gwagwalada Areas Council, FCT-Abuja.

Completed document should be submitted not later than 12.00noon local time 7th September, 2012. The Tender shall be opened on 10th September, 2012 in the Conference Hall of Gwagwalada Areas Council. Interested bidders or their representatives are herby to attend the opening functions.

 

Conclusion:

The tender Board reserves the right to verify the authenticity of claims made in the documents submitted. The Tender Board will not be responsible for any cost or expenses incurred by any interested party in connection with any response to the invitation.

 

The Tender Board is not bound to shortlist any bidders and reserves the right to annual selection process at any time without incurring any liabilities.

The Tender Board reserves the right to reject any tender in part or in full.

The Tender Board is not bound to accept the lowest tender.

 

Signed

Alh. Isah N. Dangara

For: Chairman, Tender Board

Invitation to Tender for the Supply for the Supply of Foodstuff to Nigerian Prisons Service, From 1st January to 31st December, 2012 at Nigerian Prisons Service

Tender Notice

Federal Ministry of Interior

Nigerian Prisons Service

 

Invitation to Tender for the Supply for the Supply of Foodstuff to Nigerian Prisons Service, From 1st January to 31st December, 2012

 

  1. Introduction: Nigerian Prisons Service invites interested reputable Food suppliers/dealers to tender for the supply of Foodstuff to the under-listed Prisons and Satellite Prisons for the period 1st January to 31st December, 2013.

The Main Prisons and Satellite Prisons are as follows:

 

S/No. State Prison (Convicts) Satellite Prison
1 FCT – ABUJA Kuje Suleja and Dukpa F.C           –
2 Abia Aba, Arochuchwu & Umuahia           –
3 Adamawa Ganye, Jada, Jimeta, Mubi, Numan & Yola Dumne, Gombi, Hong, Kojoli, Maiha, Mayobelwa, Michika, Shelleng, Guyuk & Karlahi
4 Akwa-lbom Abak, Eket, Ikot-Abasi Ikot-Ekpene & Uyo             –
5 Anambra Awka & Onitsha             –
6. Bauchi Azare, Bauchi, Jama’are, Misau & Ningi Alkaleri, Burra, Darazo Gamawa, Katagum, Shira, Tafawa Balewa & Toro
7 Benue Gboko, Makurdi & Otukpo             –
8 Borno Bama, Biu, Gwoza, Maiduguri Farm, Maiduguri (Maximum) & Maiduguri (New)
9 Cross River Adim Farm, Calabar, Ikom, Obubra, Obudu & Ogoja              –
10 Delta Agbor, Kwale, Sapele, Ogwashiu-uku &Warri              –
11 Ebonyi Abakaliki & Afikpo               –
12 Edo Auchi, Benin (New)-Oko, Benin (old), Ogba-farm, Ozalla farm & Ubiaja               –
13 Ekiti Ado-Ekit               –
14 Enugu Enugu, Ibite-Olo, Nsukka & Orji River               –
15 Gombe Gombe & Tula Billiri & Bajoga
16 Imo Okigwe, Owerri & Orreh farm               –
17 Jigawa Birnin-Kudu Farm Centre, Gumel, Hadejia (New) and Kazaure Birnin-Kudu, Dutse, Garki, Gwaram, Jahum & Ringim
18 Kaduna Birnin-Gwari, Borstal Institute, Kaduna Central, Kafanchan, KPC, Kujama Farm Centre & Zaria Gwantu, Saminaka, Ikara, Makarfi, Soba, Kachia, Kwoi, Manchok
19 Kano Goron-Dutse, Kano Central & Wudil Dawakin-Tofa, Gwarzo, Rano, Sumaila, Tudunwada, Kiru & Bichi
20 Katsina Daura (New), Daura (Old), Funtua, Katsina & Ngawa F.C. Dutsin-Ma, Kankia, Jibia, Malumfashi, Musawa & Mani
21 Kebbi Argungu, B/Kebbi (New), B/Kebbi (old), Yelwa Yauri & Zuru Kamba, Kangiwa, Bagudo, Jega & Wara
22 Kogi Ankpa, Dekina, Idah, Kabba, Koton-karfe & Okene               –
23 Kwara Ilorin Old, Mandala, Borstal Training, Lafiagi & Omuaran               –
24 Lagos Badagry, Ikoyi, Kirikiri Female, Kirikiri – Max & Kirikiri Medium               –
25. Nassarawa Keffi, Lafia, Nasarawa & Wamba               –
26. Niger Agaie, Bida, Kagara, Kontagora (New), Lapai, Minna (Old), Minna (New) & New Bussa               –
27 Ogun Abeokuta New, Abeokuta Old, Ijebu-Ode, Ilaro, Shagamu, Borstal Remand Centre Abeokuta & Ago-Iwoye F. C.                 –
28 Ondo Akure, Okitipupa, Ondo Male, Ondo Female & Owo                 –
29 Osun lle-lfe & llesha                 –
30 Oyo Oyo, Ibadan (Agodi) & F. C. Ogbomosho                 –
31 Plateau Jos, Lakushi, Langtang, Pankshin, Shendam, Wase & Lamingo Prison Camp.                 –
32 Rivers Ahoada, Degema, Elele farm & P/Harcourt                 –
33 Sokoto Bislam Farm Centre & Sokoto Gwadabawa, Tambuwal & Wurno
34 Taraba Gembu, Jalingo, Serti & Wukari (New) Baissa, Takum, Bali, Gassol, Karim-Lamido, Lau & Zing
35 Yobe Gashua, Nguru & Potiskum (New)                 –
36 Zamfara Gusau (New) Kaura-Namoda, Maru, Taiata-Mafara & Gumi

 

2.  Objective: To provide for adequate and nutritious feeding of the inmates in the Nigerian Prisons

 

3.  The Scope: The scope involves the supply of dry foodstuff that would be in stock for at least 7 days regularly. It also involves the supply of perishable items like meat fish, tomatoes, vegetables, okro e.t.c, on daily basis, The foodstuff and perishable items to be supplied are detailed in Tender documents obtainable from the Procurement Department, PHQ-Abuja, State Prison Headquarters Nationwide and ail Prisons Zonal offices.

4.  Eligibility To Tender:

Interested reputable contractors/suppliers are requested to forward their applications with the following as Tender documents for consideration,

(i)                Certificate of Incorporation or Registration with Corporate Affairs Commission (CAC).

(ii)             Tax Clearance Certificate for the immediate past 3 years (2009 – 2011).

(iii)           VAT Registration Certificate

(iv)           Evidence of Mobility

(v)             Evidence of payment of training contributions to industrial Training Fund (ITF).

(vi)           Evidence of remittance of employees’ compensation to Nigerian Social Insurance Trust Fund (NSITF).

(vii)        Evidence of compliance with National Pension Commission (PENCOM) requirements on contribution.

(viii)      Bank Reference.

(ix)           Original Treasury Receipt of non refundable tender processing fee of N10, 000.00.

(x)             Quadruplicate copy of duly signed and stamped Bank Teller obtained from Access Bank for payment of processing fees.

(xi)           Verifiable Evidence of previous foodstuff supplied

(xii)        Interested companies are required to provide evidence of registration and remittance of contributory pension funds in line with Section 16, Subsection 8(d) of the Public Procurement Act.

 

5.  Prospective contractors/bidders are to pay non-refundable tender processing fee of N 10,000.00 into Nigerian Prisons Service Account No. 0000972323 with any Access Bank branch and obtain a Bank Teller.

 

6.  Treasury Receipts for the non refundable tender deposit of N10,000.00 can be obtained on presentation of Bank Teller of Payment from Access Bank at

Prison Cash Office,

Prisons Headquarters Office Complex,

Bill Clinton Drive, Airport Road, Abuja

 

7.  Submission Deadline.

Completed Tender documents must be submitted in sealed envelope marked “Confidential Tender for Supply of Foodstuff to Prisons” to reach The Head of Procurement, Prisons Headquarters Office Complex, Bill Clinton Drive, Airport Road, Abuja not later than 12 noon of 13th September, 2012.

 

8.       Any Tender which fails to meet up with the requirements will not be considered. It should be noted that the Nigerian Prisons Service is not obliged to accept any particular tender.

 

9.       Incorrectly addressed or labeled submissions, and those received after the specified date shall be rejected.

 

10.     This advertisement of “invitation to Tender” shall not be construed as a commitment on the part of NPS, nor shall it entitle any supplier to make any claim(s) whatsoever and/or seek any indemnity from NPS by virtue of such supplier having responded to this advertisement.

 

11.     All expenses incurred in preparing the Tender response and all expenses otherwise associated with its tender response shall be borne solely by the prospective supplier.

 

Note: – Photocopies of the non-refundable tender processing receipt and acknowledgment receipt obtained on submission of tender must be kept and PRESENTED before collection of award letters by successful bidders.

 

Signed

Head of Procurement

For: Controller General of Prisons

Invitation for Bids at Cross River State Agency for the Control of Aids (CRSACA)

Government of Cross River State of Nigeria

HIV/AIDS Programme Development Project

(World Bank Assisted)

Cross River State Agency for the Control of Aids (CRSACA)

NO 4, Barracks Road by Eyo Eta Line Calabar, Cross River State

 

Invitation for Bids

National Competitive Bidding

(IDA CREDIT/GRANT No. CR-4596-NG)

 

Procurement of Vehicles

 

CRS/HPDP II/NS/G/2012/05

 

1.       The Government of Cross River State of Nigeria has received financing from the World Bank toward the cost of the HIV Programme Development Project 2 (HPDP II), and it intends to apply part of the proceeds toward payments under the contract for the Procurement of Vehicles-Contract No. CRS/HPDP II/NS/G/2012/05

2.       The Cross River State Agency for the Control of AIDS now invites sealed bids from eligible bidders for the supply of the following vehicles:

 

Lot/No. Item/No. Description Qty Delivery Period Delivery Location
1 1 4×4 Double Cabin Pickup Van 1 Unit 4 Weeks #4, Barracks Road by Eyo Eta Lane, Calabar
2 2 16  Seater Mini Bus

 

1 Unit 4 Weeks #4, Barracks Road by Eyo Eta Lane, Calabar

 

 

 

  1. Bidding will be conducted through the national competitive bidding procedures as specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, January, 2011, and is open to all eligible bidders   as defined in the guidelines.
  2. Interested eligible bidders may obtain further information from and inspect the bidding document from the Cross River State Agency for the Control of AIDS at 4, Barracks Road by Eyo Eta Lane, Calabar, Nigeria during office hours i.e. 9:00am to 4:00pm. A complete set of bidding document in ENGLISH may be purchased by interested bidders on the submission of a written application on a business letter head to The Project Manager,   Attn:   The  Procurement   Officer,   HIV/AIDS   Programme Development Project 2, Cross River State Agency for the Control of AIDS, 4, Barrack Road by Eyo Eta Lane, Calabar, Nigeria and upon payment of a fee of twenty thousand Naira (N20.000.00) or one hundred and fifty States Dollars, US$150.00 from Wednesday 22nd August, 2012 .  The method of payment will be into the Project Account with EcoBank Plc, Muratala Mohammed Highway Branch, Calabar and presentation of the Bank Teller and printout to the Accounts Department of the Project. The Account Name and Number are: Cross River State HIV/AIDS Counterpart Fund (005-733-5374). The bidding document will be collected by hand from the Procurement Department on presentation of evidence of payment.

 

Qualifications requirements include:

(a)     Financial Capability

The Bidder shall furnish documentary evidence that meets the following financial requirements;

(i)      External Audit Report of the Bidder for the last three (3) years,

(ii)     Financial Capacity or a line of credit to execute a Contract of the same magnitude (as contained in the Schedule of Requirements) for supply of goods;

(b)     Experience and Technical Capacity: Previous experience in supply of vehicles – at least five contracts in similar line within last five years

(c)      The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the usage requirement stipulated and technical specification in the Bidding Document.

(d)     Legal Requirement: Provide evidence of Business Registration.

 

3.       All bids should be addressed to The Project Manager and delivered to The Procurement Department, HIV/AIDS Programme

Development Project 2, Cross River State Agency for the Control of AIDS, 4, Barracks Road by Eyo Etta Lane, Calabar, Nigeria on or before 12:00pm on Wednesday 19th  September, 201 2.

 

Sealing and marking of Bids.

The bidders shall place the original and one copy of their bids in a sealed outer envelope containing two sealed envelopes, one marked “original” and one marked “copy”, addressed to The Project Manager, Attn: The Procurement Officer, HIV Programme Development Project 2, Cross River State Agency for the Control of AIDS, 4, Barracks Road by Eyo Etta Lane, Calabar, Nigeria bearing the title and number of the bid. The name and address of the Bidder should clearly be indicated on the reverse side of the outer envelope.

 

Bids will be opened immediately thereafter, in the presence of bidders’ representatives, who choose to attend, at the Conference Room, Cross River State Essential Drugs Programme Complex, #30, Barracks Road, Calabar. Late bids will be rejected.

 

NOTATION

  • Notwithstanding the submission of the Bids and relevant documents, the Cross River State Agency for the Control of AIDS is neither committed nor obliged to accept the bid or award any form of contract to your company and/or associated companies and agents. The Cross River State Agency for the Control of AIDS will deal with only authorized officers of qualified companies and/or authorized Manufacturers representatives with Power of Attorney.
  • The Cross River State Agency for the Control of AIDS will not enter into correspondence with any company or individual on why a company was awarded or not This invitation for Bids shall neither be construed as commitment on the part of the Cross River State Agency for the Control of AIDS nor entitle respondents to make any claim whatsoever and/or seek any compensation from the Cross River State Agency for the Control of AIDS by virtue of having responded to this invitation.

 

The Project Manager

HIV Programme Development Project 2

Cross River State Agency for the Control of AIDS

4, Barracks Road by Eyo Etta Lane

Calabar, Nigeria