Procurement of: Rapid Diagnostic Test (RDT) Kits at Gombe State Malaria Control Booster Project (GSMCBP)

 

Invitation for Bids (IFB)

Gombe State Malaria Control Booster Project (GSMCBP)

Credit Number: 4250-UNI

Procurement of: Rapid Diagnostic Test (RDT) Kits

IFB No: GSMCBP/NCB/3/11

 

1.     This invitation for bids follows the general procurement notice for this project that appeared in Development Business, Issue no. GNP/001/06 of 13th September, 2006

 

2.    The Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Gombe State Malaria Constrol Booster Project (GSMCBP), and it intends to apply part of the proceeds of this credit to payments under the contract for procurement of: Rapid Diagnostic Test (RDT) Kits.

 

3. The Gombe State Malaria Control Booster Project (GSMCBP) now invites sealed bids from eligible bidders for:

Lot Description Quantity Bid Security Bid Validity Delivery Period Delivery Location

 

Remarks
2 Rapid Diagnostic Test (RDT) Kits 125, 000 kits At least 2.5% of Bid Price 120 days Within 90 days State Central Medical Stores, Behind Railway Station,

 

 

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 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 GOMBE STATE MALARIA CONTROL BOOSTER PROJECT (6SMCBP), and inspect the bidding documents at the address given below from 8:00 to 4:00 hours, Monday to Friday, except on public holidays.

 

6.       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 N10,000:00 (Ten thousand Naira only) or its equivalent In any freely convertible currency. The method of payment will be certified cheque or bank draft in favor of GOMBE STATE MALARIA CONTROL BOOSTER PROJECT (GSMCBP). The document will be collected by bidder’s representative.

 

7.       Bids must be delivered to the address below at or before 12:00 Noon, 23rd February 2012. Electronic bidding will not be permitted, All bids must be accompanied by a bid security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below at 12:00 Noon, 8th March, 2012.

 

8.       The address referral to above is:

 

Project Manager,

Gombe State Malaria Control

Booster Project (GSMCBP)

New GRA, Behind bulma Guest Inn, Gombe

Tel: 08036140724, 07062518618 E-mail: arnobel95@yahoo.com

Invitation of Contractors to Pre-quality and Tender at Michael Okpara University of Agriculture, Umidike

Michael Okpara University of Agriculture, Umidike

P.M.B 7267

Umuahia Abia State

Nigeria

Invitation of Contractors to Pre-quality and Tender for

(a)       Repair/Maintenance of Generators in The University-Retainership )

(b)       Construction of Side Walkway and Kerbs From The Main Gate to the Lawn Tennis Court in the University

(c)       Furnishing of the University Auditorium

(d)                   Furnishing of Block G (Cafst Building)

 

1.00                Preamble:

The University wishes to pre-qualify competent registered contractors to tender for

(a)                   Repair and maintenance of University Heavy Duty Generators on retainership basis.

(b)                   Construction of side walkway and kerbs from the main gate to the lawn tennis court in the University.

(c)                    Furnishing of the newly built University Auditorium and

(d)                   Academic Block G (CAFST Building).

 

2.00                Notice: Contractors with failed/stalled projects in Michael Okpara University of Agriculture, Umudike need not apply.

 

3.00    Projects, Tenders No. and Payable Non-Refundable Fees

S/No Project Title Tender No.

Non-Refundable  Tender Fees
1. Repair and maintenance of University Heavy Duty

Generators

a.  800KVA Gen set  2 Nos

b.  500KVA Gen set  1 No.

c.  250KVA Gen set   1No.

d.  100 KVA Gen set  1 No

e.  60 KVA Gen set    10 Nos

f.   13 KVA Gen set     5 Nos

MOUAU/RMHG/2011/01

N15,00.00

2. Construction of  side walkway and Kerbs from the  Main Gate to the  Lawn Tennis Court MOUAU/CWK/2011/01 N10,000.00
3. Furnishing of the  University Auditorium

 

MOUAU/FUA/2011/01 N20,000.00
4. Furnishing of  Block G (CAFST Building) MOUAU/FABG/11/01 N15,000.00

4.00                Pre Qualification Criteria

Interested contractors must submit the following documents:

(a)       Evidence of Registration with the Corporate Affairs Commission

(b)       Tax Clearance Certificate for the last three (3) years

(c)        Bank Reference

(d)       Detailed resume of key staff with copies of their certificates

(e)       Evidence of similar Jobs executed, stating project cost, enclosing copies of letters of award and completion certificates. N.B: It would be important for Contractors to show evidence of their capacity to deliver the service on schedule.

(f)        Evidence of payment of non-refundable fees in Bank Draft payable to the Bursary for each of the desired project as in 3.00 above.

 

5.00    Inspection of Generators

(i)         Tenderers will be required to physically inspect these Generators and clearly quote for their routine preventive maintenance and capital repairs.

 

(ii)        Breakdown and Emergency repairs should be anticipated and how the company wishes to handle these situation should be stated with cost.

 

6.00    Tender Documents:

These should be collected from the office of the Director, Physical Planning, Michael Okpara University of Agriculture Umudike on presentation of evidence of payment of Tender fees from Monday February 6th, 2012.

 

7.00        Submission of Pre-Qualification Documents

Pre-qualification documents should be marked appropriately, indicating relevant Projects in sealed envelopes and addressed to:

 

The Registrar

Michael Okpara   University of Agriculture, Umudike.

To reach him on or before 12 noon March 5th 2012

 

8.00    For Further Enquiries Contact

The Vice-Chancellor or

The  Director, Physical Planning,

Michael Okpara University of Agriculture,

Umudike.

 

9.00    opening of Pre-qualification Documents

Interested contractors are invited to the opening  of the  pre-qualification and  tender documents on March 5th, 2012, by 12 noon in the  Vice-Chancellor’s Conference Room, Michael Okpara University of Agriculture, Umudike.

 

Dr. A.C. Nwokocha

Registrar

 

Invitation for Bids at ffice of the Secretary to the Government of the Federation, Abuja

Office of the Secretary to the Government of the Federation,

 

Shehu Shagari Complex, Three Arms Zone, Abuja

 

Invitation for Bids

 

 

As part of the execution of its 2011 capital appropriation, the Presidential Committee on Land Reforms (The Presidency) intends to undertake the procurement of goods and services in the Lots listed below. Interested contracting firms are hereby to submit bids for the following projects:-

 

 

Lot Project Title
1 Supply of 7 Nos. complete module of Arc GIS 10.1, Enterprise edition
2 Creation of database for land record management system using Oracle Database 11g Suite – Enterprise edition (compatible with) Windows 64bit OS.)
3 Supply of 25 Units Touch Smart series of Workstation (Windows 7 professional with 1terabyte HOD, 21 LED); and 10 Nos. Laptop HP Elite work station, core i7, 750 GB of HDD, 4GB RAM with Window 7 professional and 17th screen
4 Networking and interconnectivity at Headquarters and Project Offices in the two States of the Pilot Project with internet facilities.
5 Supply of 5 Nos, Sharp multi functional office printer MX-C380P; 5 Nos. Sharp multi functional office printer DX-B435P; and 1 Nos. Sharp copy, print, scan, fax and file. MX2301N
6 Supply of 8 Nos. Classic Executive Leather padded curved end classic executive wooden table win side board and four drawers 280x220cm; 8 Nos. Leather finished swivel chair with arm rest and five pointed steel base, high back and ortho-sensitive: 2 Sets of leather upholstered setlees with glass top side stools; 15 Nos. Three piece L-Shaped Junior Executive Table 285-265-225×185 with four side drawers; 15 Nos. Armed Lexus Executive Swivel Chairs with padded arms and high back: 15 No, Stainless Steel frame armless Visitor’s Chairs with high back; and 1 set of 25 Sealer Conference Tables and 25 steel frame chairs with polished top and public address facilities.
7 Supply of 10 Nos. Split Unit 1,5Hp Westpoint/LG Air Conditioners; and 10 Nos Split Unit 2Hp Westpoint/LG Air Conditioner
8 Supply of 20 Nos. Haier Thermocool Refrigerators 200cu; and 10 Nos. Four Drawer Fire resistant URL safe with digital Sock
9 Consultancy services to determine appropriate principles for estimating the market values of all land within a given urban and/or rural district/ward cell/neighbourhood.
101 Supply of 1 No. Toyota Prado VX 7-S AT LS, 4,0L V6 engine, 4-speed automatic transmission, leather seat, Radio/CD player. Factory tinted glass, wood finish, multi-function steering wheel, fog lamps, 14 speakers, 7 seater, 7 air bags, power steering, power window, power door lock and power side mirror, alloy Rims, air conditioner, Anti Lock Braking system and petrol engine.
11 Supply of 2 Nos, Toyota Hiux 4WO DC AC P SS, 2-7 L Petrol engine, 4-Wheei Drive, Double cabin, Air conditioner, central lock, Radio/CD player, Power steering, power window and power door lock, auxiliary gear, airbags and vinyl seats; and 1No. Toyota Coaster 30-S ACP, 2.7 L Petrol engine, 5-speed manual transmission , radio/Cassette/CD player and air conditioner.
12 Supply of 8 Nos. Toyota’ Corolla Saloon .1 .8 litre, GIi AT FS, 4 Cylinder, leather seat, 4-speed auto transmission, 7 air bags, power door Multi reflector halogen headlamp, air conditioning with filter, multiple front loader CD, multi functioning steering wheel , alloy wheels and petrol engine
13 Construction of Continuously Operating Reference station(CORS) in Kano

 

 

2.       Requirements

Interested bidders are required to submit the following along with their bids;

i.        Evidence of company incorporation with the Corporate Affairs Commission;

ii.       Evidence of VAT Registration;

iii.      Evidence of valid Tax Clearance Certificates for the last three (3) years;

iv.      Audited Account of the Company for the last three (3) years duly endorsed by a firm of Chartered Accountants; and bankers reference;

v.       List and verifiable documentary evidence of similar jobs successfully executed/on-going within the last three (3) years;

vi.      list of relevant technical Equipment and or evidence of accreditation/professional registration (if required for practice) for the job with statement of whether the equipment are owned or leased

(for Lots 2, 4, 9 13only);

vii.     List of Key Staff including professional (if any) to be attached to the work; including photocopies of relevant professional certificates where applicable (for Lots 2, 4, 9,13 only);

viii.    Provision of Bid Security for all bids valued above N50m  at 2% of the bid price by way of a Bank guarantee from a reputable Bank;

ix.      Evidence of working capital for bids valued N20 Million and above,   and authority to seek reference from bidder’s Bankers;

x.       Evidence of participation in the contributory pension scheme for ladders having a staff strength of five and above;

xi.      Original copies of documents listed i – iii above must be presented for sighting during the opening of Tenders;

 

The Presidency reserves the right to inspect or verify claims/information submitted as it deems necessary. Similarly, the Office is not bound to shortlist any bidder and reserves the right to annul the selection process when unforeseen and justifiable developments warrant such action, without incurring any liability and assigning any reasons thereof. In respect of motor vehicles, products assembled or made in Nigeria will be of advantage.

 

3.       Bid Documents

Bid documents containing full specifications on all the Lots can be obtained from the Office of the Deputy Director (Procurement) located on the Second Floor of the Main Building of the Office of the Secretary to the Government of the Federation, Shehu Shagari Complex, Three Arms Zone, Abuja, upon payment of a non-refundable sum of Ten Thousand Naira (Nl0,000,00) for each of Lots 1,2,3,43,6,9,10,11,12 and 13; and five Thousand Naira (N5,000.00) for each of Lots 7 and 8 bided.

 

 

4.       Submission of Bids

Bids are to be sealed with wax in envelopes indicating the Lot number and Lot Specification and addressed to the Secretary Tenders Board, Procurement Division, Department of Planning, Research and Statistics, Office of the Secretary to the Government of this Federation, Shehu Shagari Complex, Three Arms Zone, Abuja. Submission of bids shall close at 2.00pm on Thursday 1st March, 2012 to be immediately followed by bid opening on the same day. Representatives of all Bidding firms will be expected to be present at the bid opening session.

 

Secretary Tenders Board,

Office of the Secretary to the Government of the Federation

Request for Expression of Interest: Consultancy Assignments at Nigerian Communications Commission

Nigerian Communications Commission

Request for Expression of Interest

Further to the implementation of the 2011 budget and in compliance with the requirements of the Public Procurement Act 2007, the Nigerian Communications Commission hereby invites Expression of Interest from reputable firms with proven experience to undertake the under-listed consultancy assignments.

 

Lot No. Consultancy Description
PA1 Print Advertising Designs, Production, Media Selection, Media Buying, and Related Services.
PA2 Broadcast TV Commercials and Radio Jingles Production, Media Selection, Media Buying and Related Services.
PA3 Consultancy   on   Media   Publicity,   Advisory   and Management.
PA4 Consultancy on Public Relations Services.
PA5 Production   and  Transmission of  a 30-Minute   ICT Awareness Programme on Network Television.
PA6 Production   and  Transmission  of a 15/30/60-Minute Awareness Programme on Radio.
PA7 Outsourced Production and Printing of Monthly in-House Journal/Bulletin.
PA8 Outsourced Production and Printing of Quarterly In-House Magazine.
PA9 Events Management and Protocol services Consultants.

 

Eligibility Criteria

Interested companies are to submit the following documents:

Evidence of Incorporation and Registration with CAC.

Current Tax clearance Certificate

VAT Registration Certificate

Two copies of Audited Accounts for the past two years which must bear the stamp and seal of the audit firm

Evidence of compliance with the Pension Act.

 

Detailed company profile, including evidence of technical competence, curriculum vitae of professional staff indicating their academic and professional certification

Evidence of similar contracts executed backed with verifiable letters of award and or certificate of job completion

Evidence of financial capability supported with letter of reference from a reputable bank and bank statements for the last six months.

For Lots PA1 and PA3, the following additional requirements shall apply:

(a)       Evidence of Registration of Firm/Principal Partners with relevant professional bodies.

(b )      Evidence of certificate of current practice license.

Each of the firms submitting Expression of interest for Lots PAl PA2, PA5, PA6, and PA7 must submit sample of work done with particular reference to the Lots of interest, or a new design or recorded synopsis of an intended programme.

No company is expected to express interest in more than two (2) lots.

 

Submission of Documents

The Eol documents should be submitted in a sealed envelope clearly marked “Expression of Interest – Lot No…” on top right hand corner with the name of the company written on the reverse side of the envelope and addressed to:

 

The Executive Vice Chairman

Nigerian Communications Commission

Plot 423, Aguiyi Ironsi Street, Maitama, Abuja.

 

The documents should be dropped in the Bid Box located at the reception of the Commission’s Head office at Plot 423, Aguiyi Ironsi Street, Maitama, Abuja on or before Tuesday, 20th March, 2012 by  12:00 noon.

 

Disclaimer

Late submissions shall be rejected.

This advertisement is published for information purposes only and should not be construed as a commitment or obligation on the part of the Commission to award a contract.

The Commission will not be responsible for any costs or expenses incurred by any interested party in connection with any response to an inquiry nor shall it entitle any party submitting documents to claim any indemnity from the Commission.

 

The Commission is not bound to shortlist any bidder and reserves the right to annul the bidding process at any time without incurring any liabilities and assigning any reason thereof.

 

An affidavit that all information and documents submitted are true and correct and that no officer of the Commission is a former or present director, shareholder or has any pecuniary interest in the bidder.

 

Only qualified contractors will be contacted in writing to tender for the relevant projects, which shall attract appropriate administrative and tender fee.

 

All submissions must be by hand delivery.

 

All enquiries should be directed to:

Director, Human Capital and Infrastructure Group

Nigerian Communications Commission,

3rd Floor, Plot 423 Aguiyi Ironsi Street/ Maitama,

Abuja.

Signed:

Tony Ojobo

Director, Public Affairs

 

Nigerian Communications Commission

Plot 423, Aguiyi Ironsi Street, Maitama, Abuja

Tel: 09-4617000-29. Fax. 09-2344589

Email: ncc@ncc.gov.ng http: www.ncc.gov.ng

Emergency Reconstruction o f 1700 Meters Extent from Olomoro Pigging Station to Oweh Pigging Stations 8″ Gas Delivery Pipeline of the Aladja Gas Pipeline System in Delta State at Nigerian Gas Company Limited

Nigerian Gas Company Limited

(A Subsidiary of Nigerian National Petroleum Corporation)

Emergency Reconstruction o f 1700 Meters Extent from Olomoro Pigging Station to Oweh Pigging Stations 8″ Gas Delivery Pipeline of the Aladja Gas Pipeline System in Delta State.

 

Invitation for Expression of Interest

The Nigerian Gas Company Limited (NGC), a subsidiary of Nigerian National Petroleum Corporation (NNPC) intends to undertake urgent Emergency reconstruction of the vandalized 1,700M extent of the 8″ gas deliver/ pipeline from Otomoro to Owen Pigging Stations near Oweh, Delta state.

 

In this regard, NGC hereby invites experienced, capable and reputable pipeline construction and maintenance contractors to pre-qualify for the works. Contractors that are successful in the pre-qualification on exercise may be invited to tender for the works.

 

1.0       Proposed scope of works

The scope of works for the project includes but not limited to the following:

 

1.1      Mobilization of equipment and personnel to site.

1.2      Clearing of pipeline right of way.

1.3       Ditching of the pipeline right of way covering about 1,700M to ensure timely execution of project

1.4       Provision of 145 pieces of double bonded, enamel coated class 300 API 5L 8″ line pipes for the works.

 

1.5       Provision of all other materials necessary for the Emergency reconstruction of the 1,700M segment of the pipeline.

1.6       Provision of ail lifting equipment including welding machines and others needed for the smooth execution of the project.

1.7       Carry out emergency reconstruction of 8″ pipeline to cover a total distance of

1,700 meters.

1.8       Cutting and beveling of the welded ends after removal of ruptured segment as may be applicable.

1.9       Welding of the enamel coated line pipes.

1.10    X-ray inspection of all welded joints.

1.11    Backfilling of the entire repair area / section of the pipeline ROW.

1.12    Carry out all community engagement / settlement while executing the works,

1.13     Clean, restore the work site and demobilize.

 

2.0      Specific Requirements from Interested Companies

Only experienced pipeline maintenance and construction firms are required to submit comprehensive technical and financial information for the pre-qualification process as follows:

2:1      Company Legal Status and Profile

Company s name, postal address, telephone/fax number and e-mail address of Head Office where correspondence is to be directed. It should incorporate Nigerian shareholding and evidence of company registration in Nigeria including Certificate of Incorporation, certified true copies of Memorandum and Articles of Association and CAC Form CO7.

 

2.2      Registration Certificates

Evidence of current registration with the Department of Petroleum Resources (DPR) and NNPC or any of its subsidiaries, relevant to the scope of work. Also provide evidence of registration with National Pension Commission.

 

2.3      Nigerian Content

Has contractor formed a joint venture with Nigerian or foreign Contracting firms? If so, give details and identify principal partner(s) and provide a copy of executed agreement. The Contractors are to state the local content requirement in line with NCDMB act for the execution of the project.

 

2.4      Relevant Experience

Provide verifiable evidence of previous corporate experience and capabilities in carrying out similar works in the construction of gas pipeline. Provide details of the works undertaken by contractor, which are considered relevant in demonstrating the ability and capability of the contractor to successfully undertake the project.

 

This information must include:

i.          Name of project(s).

ii.         Brief description of project(s)

iii.        Client(s)

iv.        Scope of Works performed by the contractor

v.         Contract value

vi.        Date of award of contract(s).

vii.       Contractual period for execution of contract(s).

viii.      Actual period of execution,

ix.        Nature of contract (Fixed lump sum, reimbursable etc)

x.         Name and address of a Referee in client’s company for each referenced project (provide telephone numbers and e-mail address for quick reference).

 

For a joint venture or partnership, the previous experience being claimed must »Y     include those executed by the joint venture or partnership.

 

Contractors should provide NGC with a Letter of Authority to confirm previous relevant experience claimed with their client(s)

 

Evidence of previous experience of principal personnel, their capabilities and academic qualifications.

2.5       Project Organizational Structure

Provide the organizational structure specific to the project under tender. The structure should clearly indicate the various positions and the personnel occupying them.

 

2.6      Experience of Key Personnel

Provide Curriculum Vitae of key personnel listed in 2.5 above.

 

2.7      Health Safety & Environment (HSE)

Provide Company HSE Policy/ Plan and Management Systems and evidence of Management commitment to HSE.

 

2.8      Quality Assurance & Quality Control (QA/QC)

Provide your company’s Quality Assurance and Quality Policy and Plan. Attach copies of Certifications (ISO etc.)

 

2.9      Financial Capability

Details of financial status for the past three (3) years (2008, 2009, 2010) (copies of CERTIFIED audited accounts and financial reports) should be attached. The status should include source of funds

 

2.10    Tax Clearance Certificate

Provide your company’s Tax clearance certificate for the last three (3) years (2008,2009, and 2010).

 

2.11    Willingness to Start Work with a Letter of Intent

State your Company’s willingness to start work on the basis of a Letter of Intent. Your statement must be conveyed in your company’s letter headed paper.

 

Your response must conform to the specified requirements; otherwise, your submission may not be evaluated.

 

The requested information and any supporting documentation in respect of this pre-qualification process should be submitted in one (1) original plus one (1) copy  on or before 28th February, 2012. The documentation should be sealed and clearly marked.

 

“ Pre-qualification – Emergency Re-Construction of 1,700 Meters Olomoro to Oweh Pigging Station 8″ Gas Delivery Pipelines on Aladja Gas Pipeline System”

 

The submission address is as indicated below:

 

The Secretary/

Management Tenders Committee CMTC)

NGC Headquarters, ”

1 Odin Road, Ekpan,

Delta State.

 

This invitation does not constitute a commitment on the part of NGC to award any Contract to the companies expressing interest in the work, and the submission of documents shall not entitle any of the companies to any claims whatsoever from NGC, or its parent company by virtue of such Company having responded to the invitation.

 

All costs incurred by respondents as a result of this pre-qualification invitation and any subsequent request for information shall be to the respondent’s account.

 

Signed:

NGC Management