Expressions of Interest at National Agency for the Control of AIDS (NACA)

The Global Fund

To Fight AIDS, Tuberculosis and Malaria

The National Agency for the Control of AIDS (NACA)

A.       Preamble

The National Agency for the Control of AIDS (NACA), being the Principal Recipient (PR) for HIV/AIDS programs in Nigeria under the Global Fund project, is saddled with responsibility to cover HIV/AIDS Treatment, Care and Support in particular and strengthen the health system in Nigeria generally. The programme seeks to scale up provision of Antiretroviral (ARV) treatment and related services such as counselling   and   testing,   Prevention   of   Mother-to-Child Transmission (PMTCT) and community care, among others.

 

In compliance with the Global Fund guidelines and International Best Practices, the National Agency for the Control of AIDS (NACA) intends to engage the services of Procurement Agent with highly specialized knowledge and extensive experience in procurement to manage the acquisition of goods (Health and non-health) and associated services required on this project with time horizon of two (2) years in the first instance. The indicative value of procurement to be handled by the Procurement Agent is approximately USS15million. This is exclusive of ARVs and Laboratory Reagents being procured through Voluntary Pooled Procurement (VPP) and Rapid Test Kits (RTKs) by USAID.

B.      Assignments Description

Specifically, the objectives of the engagement are, among others:

a)     To provide professional opinions on procurement and contract management processes;

b)    To ensure accurate and timely acquisition of cost competitive goods and services for the Agency by undertaking procurement of health and non-health commodities necessary for project with exception of ARVs, Laboratory Reagents and RTKs;

c)     To identify / source suppliers in an open, transparent and competitive manner as well as negotiating reasonable costs and contract details with  effectiveness and due diligence on behalf and in the best interest of NACA;

d)    To manage contracts and ensure timely delivery of goods/services contracted in compliance with agreement and guidelines of the Fund;

e)     To maintain expert level of knowledge of procurement industry and commodity/services of Health sector as well as understanding the industry standards and practices;

f)      To develop and maintain effective working relationships within assigned team (if any) and the Procurement department of the Agency in order to ensure that team-oriented approach is effective and productive;

g)     To arrange shipping and insurance at preferential rates, including customs clearance;

h)    To inform consignee and other interested parties of the day to day progress of the procurement and supply;

i)       To prepare periodic procurement /and delivery progress reports for NACA.

C.      Guiding Criteria for Selection:

The selection of the Service Providers will be in accordance with the procedures set out in Guidelines published by the Donor and the Bureau of Public Procurement as well as International Best Practices.

D.      Eligibility Criteria & Expected Contents of Expression of Interest

Prospective Applicants are requested to submit their Expressions of Interest that demonstrate capacity and capability to undertake this assignment detailing the following information as basis for short-listing for further evaluation in a subsequent process in which technical and financial proposals will be requested and reviewed accordingly. The prospective bidder may be a single entity or consortium but not individual consultants:

  1. Evidence of Incorporation in base Country;
  2. Detailed company profile containing experience with minimum of five (5) years on the Assignment;
  3. Evidence of Tax payment for the past 3 consecutive years (2010-2012), where applicable;
  4. Evidence of VAT registration & proof of past remittances, where applicable:
  5. Annual Turnover and Audited Statements of Accounts for the past three (3) consecutive years (2010 -2012) , where applicable;
  6. Evidence of compliance with the provision of the pension reform act 2004 as contained in Section 16 (6d) of the Public Procurement Act 2007, where applicable;
  7. For Joint Ventures (JVs) include Memorandum of Understanding (indicating the responsibilities and duties of the individual firms consulting the JV);
  8. Evidence of compliance with the provision of Section 6 (1) (3) of the amended Industrial Training Fund (ITF)Act No. 19 of 2011, where applicable;
  9. Evidence of recommendation from prospective Consultant Bankers indicating the financial capacity and capability to undertake the Assignment, if awarded.
  10. A brief write-up on the understanding of the proposed Assignment.

The EOIs shall be evaluated strictly based on the substantive information / credentials/documentary evidences submitted by organizations/firms in support of the information requested above.

Any previous successful collaboration in similar lines with development agencies or government will be an added advantage.

E. General Terms & Conditions

Expressions of Interest must be in English language only and submitted in the Tender Box provided in duplicates (one original & one copy) in a sealed envelope clearly marked “NACA – EXPRESSIONS OF INTEREST FOR PROCUREMENT AGENT” with acknowledgement to NACA office at the address below. The Agency reserves the right to reject any or all of the Expressions of Interest.

Interested Service Providers may obtain further information at the same address from 9:00am to 3:30pm local time Mondays to Fridays (except public holidays). EOI must be delivered to the same address on or before 12:00pm on Tuesday, 5th November, 2013. No EOI shall be received after the closing date and time. The EOI proposals shall be opened on the same day immediately after close of bid at the Conference Room of NACA.

Please note that at this stage no technical and financial proposals are required. Based on the information submitted in response to this request for EOIs, NACA will prepare a shortlist of qualified organizations that would be later issued Request for Proposal (RFP) document.

F.      Contact Information

Procurement Unit, (Ground Floor),

National Agency for the Control of AIDS (NACA),

Plot 823 Ralph Shodeinde Street,

Central Business District, Abuja, NIGERIA

Tel.; +234 (9)461-3724-29; Fax: +234 (9)461-3700

Email: info@naca.gov.ng

Invitation for Bids (IFB) at HIV/AIDS Programme Development Project II (HPDP II)

Katsina State Government of Nigeria

HIV/AIDS Programme Development Project II (HPDP II)

Credit No. CR 45960-NG

Renovation of 32 PMTCT Centres and 32 HCT Centres Across the State

IFB No. KTS/HIV/WK/01/2013

Invitation for Bids (IFB)

  1. This Invitation for Bids follows the General Procurement Notice for this project that appeared in Development Business, issue no of Wed. Nov. 21 2012.
  2. The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost HIV/AIDS Programme Development Project II, and it intends to apply part of the proceeds of this credit to payments under the Contact for Renovation Of 32PMTCTAND 32 HCTCENTRES ACROSS THE STATE.
  3. The Katsina State Agency for the Control of AIDS now invites sealed bids from eligible and qualified bidders for the Procurement of the following

 

Lot

 

Description

 

Bid Security

 

Qty

 

Completion Period

 

Location

 

1

 

Renovation of 32 PMTCT Centres

 

At least 3% of bid Price

 

BOO

 

60days

 

PHC Zango, GH Baure, GH Daura, MCHC Shargalte, CMC Mashi. MCH Fago, MCH Muduru. CHC Rimaye, CHC Kusada. CHC Mai’adua, MCHC Girka, CHC Bindawa, MCHC Yandaki. GH Rimi, MCHC K/Guga. GH Jibia, MCHC Daudawa, CHC Damari, CHC Dandume, MCHC Guga, MCHC Gwarjo, PHC Dangani, PHC Ketare, PHC M/Fashi, PHC Mahuta, PHC Tandama, GH Funtua, GH Kurfi, PHC wagini, CHC Karofi, CHC Safana, CHC Batagarawa
2

 

Renovation of 32            HCT Centres

 

At least 3% of bid Price

 

BOO

 

60days

 

MCH Sara, MCH Yarmolu, CHC Sandamu, GH Ingawa, MCH Yashe, CHC Mashi, MCHC Bumbum. MCHC Dan aunai, CHC Jani, GH Kankia, CHC Charanchi, HC Kumeji, MCH Makurda, MCH Kofar Marusa, KTSSS Clinic, MCHC Kwado, PHC Mairuwa, CHC Sabuwa, CHC Funlua, CHC Matazu, HC Marrarabar Musawa, HC Gozaki, MCH Kokami, GH Danmusa, MCHC Mabai, GH D/Ma, MPHC Barkia, MCHC Shinkafi, Katsina Central Prison clinic, MCHC Abattoir, MCH Dan nakola MCH Dan Alhaji

 

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 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 from: The Project Manager, HIV/AIDS Programme Development Project II, at the address below and inspect the Bidding Documents from 8.00am to 4:00pm Mondays to Fridays, except on public holidays.

6.       Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years and Registration of Cooperate Affairs Commission CAC.
  • Audited Financial Statements for the last three (3) years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • An average annual Turnover for construction works over the last five years of:

a)    Lot 1:         –   N30mn

b)    Lot 2:         –   N30mn

  • Experience as prime contractor in the carrying out of some projects of similar nature and complexity equivalent to the Works over the last five years (to comply with this requirement, the works cited should be at least 100 percent complete)
  • Availability (own. lease, hire, etc.) of the essential equipment listed in the Bidding Data Sheet;
  • A Project Manager with ten years’ experience in building construction works of an equivalent nature and volume
  1. 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 Cash or Bank Draft in favor of Katsina State Agency for the Control of AIDS, KATSACA. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.
  2. Bids must be delivered to the address below at or before 12 Noon on 15th November, 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 Noon on 15th November, 2013. All bids must be accompanied by a Bid Security of at least 3% of Bid Price in Naira or an equivalent amount in 3 freely convertible currencies.
  3. The address referred to above is:

The Project Manager,

Katsina State Agency for the Control of AIDS

Governor’s office Katsina

General Hospital Premises

Katsina State.

Telephone: 08033029995, 08036141986

E-mail: katsaca30@yahoo.com

Invitation for Pre-Qualification at The Millennium Development Goals (MDGs)

Katsina State Government

Millennium Development Goals (MDGS)   

 

Invitation for Pre-Qualification for Contractors to Tender for Millennium Development Goal (MDGS) 2013 Conditional Grants Scheme (CGS) Projects

 

The Millennium Development Goals (MDGs) Katsina State Implementation Committee wishes to invite interested and qualified contractors for the Prequalification to tender documents for verification in the preparation for the execution of the 2013 Conditional Grants Scheme (CGS) projects across the State.

 

The projects will cover the following:

i.     Youth empowerment machines and materials

ii.    Water supply

 

A. Prequalification Requirement

  1. Evidence of registration with Millennium Development Goals (MDGs) Katsina State
  2. VAT Registration
  3. Evidence of registration with Corporate Affairs Commission
  4. Evidence of registration with Katsina State Tenders Board
  5. Annual turn over
  6. Tax Clearance certificate
  7. Financial capability/Bankers reference
  8. Company profile with evidence of similar works carried out

 

B. Submission of Pre-Qualification Documents

The documents should be signed and submitted clearly marked, prequalification to tender for Millennium Development Goals (MDGs) 2013 Conditional Grants Scheme (CGS) Projects, on or before 10th October 2013. Successful companies will be invited to tender.

 

NOTE:-

a)       Late submission will be rejected.

b)      This advertisement should not be confused as a commitment on the part of Millennium Development Goals (MDGs) Katsina State Implementation Committee, nor shall it entitle companies to make any claim whatsoever and/or seek any indemnity from the Office of the Senior Special Assistant to the President on Millennium Development Goals (MDGs) or the Millennium Development Goals (MDGs) Katsina State Implementation Committee.

c)       The Millennium Development Goals (MDGs) Katsina State Implementation Committee reserves the right to verify any claim by the bidders so made.

d)      All MDGs projects are covered by performance bond to ensure the security of public funds.

e)       All submissions shall be addressed to:

The Chairman,

Millennium Development Goals (MDGs),

Katsina State Implementation Committee,

VIP 4, Olusegun Obasanjo Drive,

Opposite Katsina State Water Board Headquarters,

GRA, Katsina State

Invitation to Tender at Fiscal Responsibility Commission, Abuja

Fiscal

Responsibility

Commission

 

Invitation to Tender for Projects in the 2013 Capital Budget at the Fiscal Responsibility Commission, Abuja

 

The Fiscal Responsibility Commission, in line with the Public Procurement Act of 2007, wishes to invite reputable consultants/contractors with proven track records of good performance and cognate experience to tender for projects in its 2013 capital budget designated in the LOTS indicated below:

 

LOT l.        Study on the Social and Economic Impact of Privatization /Commercialization in Nigeria from inception to date

 

Terms of Reference/Objectives

  1. Determine the enterprises so far privatized by the Federal Government with position assessment of each of them at the time of privatization
  2. Ascertain the method of privatization used for each of them and the proceeds realized from the sales
  3. Identify the stakeholders of the various enterprises and determine the negative or positive impact on them by the privatization
  4. Make current assessment of the enterprises with a view to confirming whether or not a going concern and/or can be rehabilitated
  5. Confirm the efficacy or otherwise of the concept of privatization generally and recommend alternative that would meet the yearnings of Nigerians for functional enterprises that will provide the much needed amenities as well as employment in the process,

 

LOT 2:  Study on the Cost of Governance in Nigeria
Terms of Reference/Objectives

  1. Analyze the annual cost of governance in Nigeria from 1999 to 2012
  2. Identify the source of expenditure associated with governance
  3. Make current assessment of the presidential system of government
  4. Examine the cost of governance in other countries of the world practicing presidential, parliamentary and hybrid systems of government
  5. Determine the level of administrative expenditure of the systems in comparison with income/revenue of the practicing countries
  6. Compare the level of expenditure on administration in the systems of government with fiscal rules and international best practices
  7. Conclusions and suggestions.

 

LOT 3.       Procurement of Office Items and Equipment

 

Pre-qualification Requirements

Prospective contractors must satisfy the under-listed minimum requirements by submitting the following:

 

  1. Certificate of Incorporation with CAC;
  2. Current Tax Clearance Certificate;
  3. VAT Registration Certificate,
  4. Bank reference letter and financial capability addressed to the FRC.
  5. Evidence of experience in similar works executed in form of previous offer letters
  6. Letter from PENCQM evidencing compliance with the Pension Act 2004 covering Employee Registration and Remittances.
  7. Clearance letter from ITF evidencing compliance with section 6 of the ITF Amendment Act 2011.
  8. Any other relevant information/documentation to enhance the company’s application.

 

Collection of Tender Documents

Tender documents specifying the detailed description of the required jobs are obtainable from the’ Tenders Board Secretariat of the Commission upon the payment of a non-refundable tender processing fee per LOT, in bank draft payable to the Fiscal Responsibility Commission, Abuja. A receipt shall be issued by the Finance & Accounts Department, a copy of which shall be endosed in the bid document. The fees payable per lot are as follows:

 

Lot1  –        N50, 000.00

Lot 2 –        N50, 000.00

Lot 3 –        N30, 000.00

Submission of Tender Documents

  1. All bidders should submit both “Technical” and “Financial” bids in separate envelopes and dearly mark them appropriately. Both bids should be put in a sealed larger envelope with the lot name and number indicated. In addition, the name of the company should be reflected on the reverse side of the envelope.
  2. In the case of LOTS l and 2, the “Technical bid” should include among others;
  3. A brief to demonstrate an understanding of the task
  4. Methodology to be deployed
  5. Proposed presentation format
  6. Expected completion time with justification of the period to be taken.
  7. Those bidding for LOT 3 MUST be HP registered partners.
  8. All bidders must fill the bid submission register after submitting their bids.
  9. All bids must be addressed to:

The Ag. Secretary, Tenders Board

Fiscal Responsibility Commission

Plot 66, Samuel Ajayi Crowther Street

Asokoro, Abuja.

f.      Closing date and time for the submission of tenders is 12, 00 noon, Friday 20th September, 2013.

 

Opening of Tenders

The date for opening of tenders shall be Friday 20th September, 2013 at 2.30pm at the Conference Room of the Commission’s Head Office, plot 66, Ajayi Crowther Street, Asokoro Abuja.

 

Please Note

  1. The financial bids of only the companies pre-qualified shall be considered for further selection;
  2. Submission of tender by post or courier will not be accepted.
  3. Failure to satisfactorily fulfill the conditions stated above will result to invalidation of such tender.
  4. No tender documents shall be accepted after 12 noon on the closing date of submission.
  5. The FRC shall reserve the right to verify the authenticity of claim(s) made by the bidders.
  6. The FRC shall reserve the right to reject any submission in the public interest.
  7. This advert also serves as invitation to any interested NGO and members of the general public who may wish to witness the bid opening exercise.

 

Signed

Management

 

Invitation to Tender at Tafawa Balewa Square Management Board, Lagos

Tafawa Balewa Square Management Board, Lagos

 

Tafawa Balewa Square Management Board, Lagos as agent of Federal Ministry of Industry, Trade and Investments hereby invites interested companies to apply for participation in the tendering process on the following ongoing projects:

  1. Deflooding the Basement of Independence Building and Preliminary control measures;
  2. Uploading the data base of National Trade and International Business Centre, Lagos; and
  3. Anchoring sensitization/ enlightenment programme on the National Trade and International Business Centre, Lagos. Interested company must have evidence of
  • Registration with Corporate Affairs Commission
  • Three years tax clearance
  • VAT registration certificate
  • Compliance with PENCOM Act
  • Compliance with ITF Act
  • Evidence of financial ability to handle any of the jobs

Submission Procedure

Tendering document can be collected from the office of the DD (Property & Technical Services), a fortnight from the date of this advertisement.

 

Duly signed tendering documents sealed in two different envelopes marked Technical submission and Financial submission, one for each of the projects interested in should be addressed to the Director (Admin) Tafawa Belawa Square Management Board, TBS Complex, P. O. Box 9309, Lagos not later than 11 am, 21st October, 2013. Submitted bids shall be opened by 12 noon same date in the TBSMB Conference room.

 

Note That

Notwithstanding the submission of the tendering document, TBSMB is not committed or obliged to neither include any company on the contract list nor be liable to any claim whatsoever.

Only the preferred bidder will be invited to proceed with the execution stage.

 

Signed

Management

Page 4 of 910« First...«234567»102030...Last »