Pre-Qualification of Contractors and Call to Tender for Procurement at Abia State University

Abia State University

P.M.B, 2000

UTURU

Abia State University

Website: www.abiastateuniversity.edu.ng

Email: absu_vc@abiastateuniversity.edu.ng

Phone: 0803 681 1454, 0805 261 0681

 

Vice Chancellor:

Professor Chibuzo Ogbuagu, B.Sc Hons. (Nigeria): M.A., Phil. With Distinction, PhD (Yale)

 

Pre-Qualification of Contractors and Call to Tender for Procurement

 

Abia State University desires to undertake the procurement/supply of the following facilities with the Tertiary Education Trust Fund (TETFUND) allocations to it.

 

They include:

Lot No Project/Service Nature/Scope of Work

 

Bid/Tender Fee Payable (N)

 

Lot 1 Supply o/3 No 16 Seater, air conditioned Toyota Buses.

 

As specified in Manufacturer’s Catalogue/Proforma Invoices.

 

50,000
Lot 2 Procurement of

(a) Library Equipment

(b) Books

 

As specified in Manufacturer’s Catalogue/Proforma Invoices.

 

50,000

 

02.     Pre-qualification

 

Interested competent contractors, who wish to submit to the pre-qualification exercise and bid for any/all of the above listed jobs, are to send the under-listed qualification requirements to the undersigned, under one cover:

 

i.        Evidence of Registration with Corporate Affairs Commission.

ii.      Evidence of Registration as a Contractor with Abia State Government.

iii.      Evidence of Registration as a Contractor with Abia State University.

iv.      Tax Clearance certificate of the firm for the last three years (2010-2012).

v.      Evidence of VAT Registration and remittance.

vi.     Corporate Profile of the firm

vii.    Evidence of performance on similar projects with dates and Contract award letters

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

ix.     Name and Address of Banker (s), including a reference letter from any of the Bankers.

 

03.     Submission of Tenders/Bid Documents

 

Interested bidders are requested to obtain the bid documents from the Director of physical planning, office of the Vice-Chancellor, on payment of a non- refundable Bid/Tender fee (s) as specified on the table above.

 

The Pre-Qualification and job Tender documents should be enclosed in separate envelops; clearly marked as appropriate and submitted to:

 

Registrar/ Secretary

Council Tenders Board

Abia State University

 

On or/ before Wednesday, 31st July, 2013.

 

O. E. ONUOHA

Registrar/Secretary to Council Tenders Board.

 

Invitation for Bids at Zamfara State HIV/AIDS Programme Development Project (HPDP II) Zamfara State Agency for the Control (ZMSACA)

Federal Government of Nigeria

 

Invitation for Bids

Zamfara State HIV/AIDS Programme Development Project (HPDP II) Zamfara State Agency for the Control (ZMSACA)

 

Procurement of HIV Test Kits, P24 Antigen Assey Machine

(Microplate Reader) and CD4 Count Machine

Credit No: 4596- ZMSACA/NCB/01/2013

 

1.       This Invitation for Bid follows the General Procurement Notice for the Project that appears in the Development Business, dated 21st November, 2012.

 

2.       The Federal Republic of Nigeria has received a Credit from the International Development Association (World Bank) toward the cost of the HIV/AIDS Programme Development Project (HPDP-II) and It intends to apply part of the proceeds of this Credit to payments under the contract for the Procurement of Test Kits, P24 Antigen Assay Machine (Micro plate Reader) and CD4 count Machine /Analyzer

 

3.       The Zamfara State HIV/AIDS Programme development Project II (ZMSACA) Medical stores Complex, Samaru, Gusau now invites sealed bids from eligible bidders for the procurement and supply of Test Kits, P24 Antigen Assay Machine (Micro plate Reader) and CD4 count Machine /Analyzer

 

 

Lots Description

 

Quantity Bid Security

 

Delivery Period

 

Delivery Location
1 Test Kits (First Screening)

 

30,000 Units 3% 60 Days from the date of contract Award Medical Stores Complex, Samaru, Gusau.

 

2 Test Kits (Confirmatory)

 

7,000 3% 60 Days from the date of contract Award

 

Medical Stores Complex, Samaru, Gusau.
3 Test Kits (Tie Breaker)

 

3500 3% 60 Days from the date of contract Award

 

Medical Stores Complex, Samaru, Gusau.
2 P24 Antigen Assay machine (Micro Plate reader)

 

3Nos. 3% 60 Days from the date of contract Award

 

Medical stores Complex, Samaru, Gusau,

 

3 CD4 Count Machine /Analyzer

 

2Nos. 3% 60 Days from the date of contract Award

 

Medical stores Complex, Samaru, Gusau,

 

 

4.       Bidding will be conducted through the National competitive bidding (NCB) Procedures 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.       Qualification requirements include: Evidence of Registration with corporate affairs, Manufacturer Authorization, power of attorney, warranty period, evidence of experience in similar project executed, audited financial statement and tax Clearance. A margin of preference for certain goods manufactured domestically “shall not” be applied. Additional details are provided in the Bidding document.

 

6.       Interested eligible bidders may obtain further information in respect of the Bidding Documents from the Project manager, Zamfara State Agency for the Control of AIDS (ZMSACA), Medical stores Complex, Samaru, Gusau, Email address: adkaura2006@yahoo.com , GSM 0806-723-4779 & 0806-592-8789 from 900am  to 4:00pm through Thursdays and 900am to 1:00pm on Friday except on public Holiday.

 

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 “Ten Thousand Naira Only (N10, 000.00) or its equivalent in a freely convertible currency.” The method of payment will be in cash/ Bank draft. The bidding document will be delivered directly or sent by courier.

 

8.       Bids must be delivered to the below address on or before 12:00 noon on 23rd August, 2013 and must be accompanied by a security of “not less than 3%” of Bid Price. Electronic bidding will not be permitted and late bid will also be rejected.

 

9.       Bids will be opened in the presence of bidders’ representatives who choose to attend on 23rd August, 2013 at Conference Hall of King Fahad Ibn Abdul Azeez, Women and Children Hospital, Zaria Road, Samaru, Gusau, Zamfara State. Nigeria. At 12:00 noon.

 

10.     The address referred to above is:

The project Manager,

Zamfara State Agency for the Control of AIDS

Office of the Executive Governor,

Medical stores Complex,

Zaria Road, Samaru,

Gusau.

Email: zamfarasaca@yahoo.com , dr.umarmrr@yahoo.co.uk ,

adkaura2006@yahoo.com 

 

Invitation for Pre-Qualification/Tender at The Association of Local Governments of Nigeria Kogi State Chapter (ALGON)

Association of Local Governments of Nigeria Kogi State Chapter

Invitation for Pre-Qualification/Tender

The ALGON, Kogi State Chapter is seeking to request Tenders on the under listed from eligible, experienced and competent Contractors whose areas of competence fall within supply of vehicles.

 

A.      Scope of Work: Purchase/Supply

i.        Supply of 21 Toyota Prado TX7 – SATLS

 

B.      Pre-qualification/Tender Criteria

 

To pre-qualify / Tender consideration, interested Companies / Contractors are required to submit the following documents

i.        Evidence of Incorporation with Corporate Affairs Commission (C AC.)

ii.       Evidence of registration with the Kogi State Ministry of Works

iii.      VAT Certificate

iv.      Tax Clearance Certificate 2010-2012

v.       Company Profile

vi.      Bank Reference

vii.     Evidence of similar job executed in the past

viii.    Other relevant information.

 

C.      Submission of Documents:

 

Pre-qualification/Tender Documents should be submitted in sealed envelopes and should reach the Secretary ALGON on or before 8th August 2013. Interested Companies / Contractors should pay a non refundable tender fee of N100,000.00 only to ALGON Kogi State in Bank Draft.

 

All pre-qualification / tender documents will be publicly opened on the closing date by 12:30 pm at the Conference Hall Ministry of Local Government, Lokoja.

 

Signed:

ALGON Chairman, Kogi State

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

Invitation for Bids (IFB)

Federal Government of Nigeria

Adamawa State HIV/AIDS Programme Development Project II (HPDP II)

 

Procurement of Goods

Credit No: 45960 – IFB No: AD/SACA/NCB/01-08

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. CR 45960-NG of Wednesday 21 Nov. 2012.

 

2.                The Federal Government of Nigeria has received credit from the International Development Association toward the cost of HIV/AIDS Programme Development Project II (HPDP II), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Goods and Services.

 

3.       The ADAMAWA State HIV/AIDS Programme Development Project II (HPDP II) now invites sealed bids from eligible and qualified bidders for Procurement of the following:

 

Category Description

 

Qty Delivery Schedule

 

Bid Security

 

Site of Delivery
                 HIV Diagnostic Test Kits
Lot 1

Lot 2

Lot 3

 

Screening test (1st Line)

Confirmatory test (2nd Line)

Tie Breaker (3rd Line)

75,000

4,500

500

60 Days

60 Days

60 Days

At least 2.5%

At least 2.5%

At least 2.5%

State MED Stores
Consumables for Medical Waste
Lot 3.1

 

Sharp Object Receptacles Cotton Wool 500g Methytaled Spirit (100ml) Sodium Hypochlorite 5%

 

50

100

100

23

60 Days

60 Days

60 Days

60 Days

At least 2.5%

At least 2.5%

At least 2.5%

At least 2.5%

State MED Stores
Lot 4 Male Condorn 450,000 60 Days

 

At least 2.5% State MED Stores

 

Lot 5 Female Condorn   50,000 60 Days

 

At least 2.5% State MED Stores

 

Lot 6 Compliant Equipment
Laser printer black & white 2055 1 60 Days

 

At least 2.5% ADSACA Office

 

Printer Caloured (5000 series) 1 60 Days

 

At least 2.5% ADSACA Office

 

Antivirus (1yr license) 1 60 Days

 

At least 2.5% ADSACA Office

 

Internet Modern (USB) 2 60 Days

 

At least 2.5% ADSACA Office

 

2Terabyle Storage (2TB) 1 60 Days

 

At least 2.5% ADSACA Office

 

 

 

Category Description

 

Qty Delivery Schedule

 

Bid Security

 

Site of Delivery
  Desktop Computer (P4, Dual Core, 2g RAM) 3 60 Days

 

At least 2.5% ADSACA Office

 

  Internet Service (Broadband Internet Connection) 1 60 Days

 

At least 2.5% ADSACA Office

 

  LAN 802 11 inches 1 60 Days

 

At least 2.5% ADSACA Office

 

  Microsoft Office Professional (2010) 1 60 Days

 

At least 2.5% ADSACA Office

 

  Wireless Network Router 1 60 Days

 

At least 2.5% ADSACA Office

 

Lot 7 ICT Equipment ADSACA Office
  Desktop Computer (P4, Dual Core, 2g RAM) 10 60 Days

 

At least 2.5% ADSACA Office

 

  Internet Handsets 40 60 Days

 

At least 2.5% ADSACA Office

 

  Universal Power Supply (750W) (UPS) 10 60 Days

 

At least 2.5% ADSACA Office

 

Lot 8 FACS Count Machine 3 60 Days

 

At least 2.5% State Med. Stores

 

  FACS Clean 3 60 Days

 

At least 2.5% State Med. Stores

 

  FACS Rinse 3 60 Days

 

At least 2.5% State Med. Stores

 

  FACS Flow 3 60 Days

 

At least 2.5% State Med. Stores

 

  FACS Count control 3 60 Days

 

At least 2.5% State Med. Stores

 

  FACS Count reagents 3 60 Days

 

At least 2.5% State Med. Stores

 

 

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

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures 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, Adamawa State HIV/AIDS Development Project II (HPDP II) and inspect the Bidding Documents at the address given below from 9:00am to 1.00pm, Mondays through Thursdays and 9:00am to 1.00pm on Fridays, except on public holiday.

 

6.       Qualifications requirements include: Registration with Corporate Affairs   Commission (CAC) Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years; Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital and a Manufacturer’s Authorization for equipment not produced by the company. 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 N20,000 only per lot. The method of payment will be in cash or Bank draft. The Bidding Documents will be delivered by hand to the bidder’s representative or by courier services on the request of the bidder.

 

8.       Bids must be delivered to the address below on or before 9th Sept. 2013 at 10.00 am. 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 10.00 am on. All bids must be accompanied by a bid security as specified in the table above and in the bid document. All bids must be accompanied by a “Bid Security” of not less than (2.5%?) of Bid Price.

 

9.      The address referred to above is:

The Executive Secretary,

Adamawa State HIV/AIDS Dev. Project II

No. 3, Dr. Bitrus Sawa Street Off Atiku Abubakar Road Yola.

 

Re-Bid Process (Request for Proposal for “Re-Bid (RPF – Consultancy to Provide services on Agricultural Commodity Certification)” at United Nations Development Programme (UNDP)

Re-Bid Process (Request for Proposal for “Re-Bid (RPF – Consultancy to Provide services on Agricultural Commodity Certification)”

 The United Nations Development Programme (UNDP) Nigeria wishes to engage the services of interested organizations to offer consultancy services on agricultural commodity certification.

 The bid documents are available online on the following websites:

 http://procurement-notices.undp.org  

Ref no. 11993

or

 http://www.ng.undp.org/procurement.shtml

 Your proposal should be marked and addressed according to the instructions on the RFP document and must be dropped in the UNDP bid box in the following address in hardcopy not later than 12 noon local time Abuja on 12th August 2013. E – mail copies will not be accepted or considered. Bids received after the deadline shall be rejected.

 

The Service Centre Manager

UNDP- Nigeria,

19, T.Y Danjuma Street,

Asokoro, Abuja

Nigeria

 For any clarification on any aspect of this RFP advert, please send an e-mail to vdmssupport.ng@undp.org  quoting “Re – Bid (RPF – Consultancy to Provide Services on Agricultural Commodity Certification)” as the subject of the e-mail.

 This Request for Proposal does not amount to a commitment on the part of the UNDP either financially or otherwise. UNDP reserves the right to accept or reject any or all the Proposals without any obligation to inform the affected applicants of the ground for the acceptance or rejection.

 

We thank you for your interest.

UNDP Nigeria