Health Systems Development Project II at Taraba State Health Systems Development Project II

Invitation for Bids (IFB)

Taraba State Ministry of Health

Health Systems Development Project II

Credit No: 4522-NG

IFB No. TR/HSDP II/NCB/CW/03/2011

Bid Issuance Date: 26th October 2011

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Daily Trust Newspaper of 2nd April 2009 as published by Federal Ministry of Health, Nigeria

 

2.       The Federal Government of Nigeria has received a credit from the  Development Association toward the cost of Taraba State Health Systems Development Project II, and it intends to apply part of the proceeds of this credit to payments under the Contract for construction works and drilling of boreholes as per table below.

 

3.       The Taraba State Health Systems Development Project II now invites sealed bids from eligible and qualified bidders for the under listed contract:

 

Lot No. Contract Description Bid Security Location Duration
1 Landscaping of male and female hostels N260,000.00

 

College of Health Technology Takum, Takurn LGA 12 weeks
2 Landscaping of Library Block N 130,000.00

 

College of Health Technology Takum, Takurn LGA 12 weeks
3 Renovation of Laboratory N65,000.00 College of Health Technology Takum, Takurn LGA 12 weeks
4 Landscaping of Comprehensive N130,000.00 Comprehensive Health Centre, Donga, Donga LGA 12 weeks

 

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 Taraba State Health Systems Development  Project II, at Essential Drugs Programme Premises, Behind Taraba State Broadcasting. Service (TSBS) Office Complex. Jalingo, Taraba State Nigeria and inspect the Bidding Documents at the address given below from 9:00am 4:00pm, Mondays Fridays.

 

6.       Qualifications requirements include: Verifiable evidence of similar jobs done in the last 5 years, audited financial report for the last 3 years, proof of liquid assets/credit facility. 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 Ten Thousand Naira (N10,000) only, for the first set and Five Thousand Naira (N5,000) only for additional set, or its equivalent in a freely convertible currency. The method of payment will be by cash or bank draft to Taraba State Health Systems Development Project II. The Bidding Documents will be sent by courier service on request or to be collected by representative of the bidder.

 

8.       Bids must be delivered to the address below at or before Tuesday 29th November 2011 by 10:00am. 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 General Sani Abacha State Secretariat Conference Hall Jalingo Taraba state on Tuesday 29th November 2011 by 10:30am.

 

9.       Bids shall be valid for a period of 90 days after Bid opening and must be accompanied by bid security as per Table above or an equivalent amount in a freely convertible currency. The bid security shall be in the form of a bank draft or bank guarantee as in the form provided in the bidding document from a reputable commercial bank in Nigeria.

 

10.     The address referred to above is:

The Project Manager,

Taraba State Health Systems Development Project II, at Essential Drugs Programme Premises,

Behind Taraba State Broadcasting Service (TSBS) Office Complex,

Jalingo, Taraba State Nigeria.

Telephone: + 23480343530816 +2348036156915

Electronic mail address: bjpaninga@yahoo.com, drdgarba@yahoo.com

 

Supply and Installation of Medical Diagnostic and Hospital Equipment at Health Care Related Programs Trust Fund (HRPTF)

Health Care Related Programs Trust Fund (HRPTF)

Pre-qualification and Specific Procurement

Notice

 

Reference: HRPTF/2011/MED/1

Supply and Installation of Medical Diagnostic and Hospital Equipment.

 

This Notice is for joint prequalification and financial bidding for the above mentioned goods and services

 

2.a     The Health Care Related Programs Trust Ltd /Gte is an independent Trust Fund established by Pfizer and the Kano State Government in accordance with the terms of an out of court settlement, to oversee the construction and equipping of a multi billion Naira health facility in Kano State, Nigeria.

 

2.b     The goods to be procured are:

Lot 1: Laboratory Equipment

Lot 2: Hospital Equipment

 

3.       The HRPTF now invites sealed prequalification documents and bids

from interested and eligible bidders, who must be Original Equipment

Manufacturers (OEMs’) or their Accredited Distributors who can take responsibility for the OEMS, with evidence of existing technical and operational capabilities in Nigeria, and of successful completion of similar projects in Nigeria in the last five years for the supply, installation, commissioning, training and maintenance of Medical Diagnostic and Hospital Equipment in Kano.

 

Note: Bidders may bid for any or all the Lots.

 

4.       Bidders will submit separate technical/administrative prequalification documents and commercial bid in accordance with the bidding documents prepared by the HRPTF.

5.       A complete set of bidding documents may be purchased by interested bidders on the submission of a written application to the HRPTF and upon payment of a non-refundable fee of N50,000 (Fifty Thousand Naira). Payment may be in cash, banker’s draft, certified cheque or any other acceptable payment mode.

 

6.       Bids shall be valid for a period of 120 days after the deadline of submission and must be accompanied by a Bid Security of 2% of the bid value. The Bid shall be addressed and delivered on or before Tuesday 8th November 2011 by 12.00 p.m. local time to:

 

Health Care Related Trust Fund Ltd /Gte

50 Lamido Road, Nassarawa, Kano,

Kano State, Nigeria

 

7.       Bids will be opened in the presence of bidder’s representatives who choose to attend on Tuesday 8th November 2010  by 2.00 p.m. at above office.

 

8. For further enquiries please contact

The Executive Secretary

Health Care Related Programs Trust Fund Ltd / Gte

50 Lamido Road, Nassarawa, Kano,

Kano State, Nigeria

e-mail: caretrust@hotmail.com

 

9.       Please note that the Agency may reject any or all bids at any time prior to the acceptance of a bid or cancel the procurement proceedings in the public interest, without incurring any liability to the bidders.

Pre-Qualification for the Procurement of Science Equipment at Adekunle Ajasin University, Akungba-Akoko

Adekun1e Ajasin University

P.M.B. 001, Akungba- Akoko, Ondo State, Nigeria

Special ETF Intervention Project

 

A.      Introduction:

Adekunle Ajasin University, Akungba-Akoko, Ondo State, is desirous of executing the 2010 Education Trust Fund (ETF) Special; Intervention Fund project, and hereby invites interested and reputable contractors with requisite competence and expertise to apply for pre-qualification for the procurement of Science equipment.

 

Project: Procurement Contracts:

LOT 1         Procurement of various equipment for Central Research Laboratory

LOT 2         Procurement of various equipment for Geology Department

LOT 3         Procurement of various equipment for Physics

LOT 4         Procurement of various equipment for Space, Energy and Environmental Research Laboratory

LOT 5         Procurement of various equipment for Microbiology Department

 

B.      Pre-Qualification Requirement: Each interested pre-qualification applicant is to submit the following:

i.        Evidence of incorporation /registration with the Corporate Affairs Commission.

ii.       Evidence of registration with Adekunle Ajasin University,

iii.      Evidence of Tax Clearance Certificate for the past three years

iv.      Evidence of VAT registration and remittance.

v.       Evidence of registration with the appropriate professional bodies (where

applicable).

vi.      Company profile and office address.

vii.     Evidence of similar jobs done in the past five years (i.e. Letters of Award or

Certificate of Practical Completion).

viii.    Audited Account of the Company for the past three years.

xi.      Evidence from Company’s bankers as to its financial strength, worthiness and solvency.

x.       Technical qualifications and experience of key technical personnel (i.e. Professional Certificate and C.Vs are to be attached, where applicable).

xi       List of equipment

xii. Detailed programme of work and realistic date of completion.

Arrangement of documents should follow the list above, appropriately numbered. Each parcel should have a Table of Content indicating the pages or folios on which these items are to be found. Any submission that does not conform to this format may not be processed further.

C.      Condition for Processing of Application

The pre-qualification exercise shall attract the payment of a non-refundable processing fee of Ten Thousand Naira (N 10,000.00) only. Only contractors who enclose evidence of payment of this fee and adhere strictly to the guidelines for this pre-qualification exercise will have their documents processed.

 

D.      Submission of Pre-Qualification Documents:

The pre-qualification document should be returned in sealed envelope, marked at the top left hand corner “Pre-qualification Documents” stating the particular job and its lot, addressed and submitted to the Registrar, Adekunle Ajasin University, Akungba-Akoko, on or before 2nd November 2011

 

E.      Important Notes

I.       The submission of pre-qualification documents does not in any way compel Adekunle Ajasin University, Akungba-Akoko, to short-list any of the Contractors for tender.

 

ii.       The University or its agents reserve(s) the right to verify any submission or claims by the companies and shall therefore, by their response to this invitation grant the University necessary authority and guarantee for such verifications; and

 

iii.      Only Companies adjudged to be competent at the end of the pre-qualification exercise shall be short-listed and invited to obtain and submit tenders for the project. The University shall not enter into any correspondence with any Company which fails this pre-qualification exercise, or provide reasons for such failure.

 

The University is not liable to any Firms/Contractor(s) not considered as qualified

 

Signed

R.B. Olotu

Registrar and Secretary to Council

Construction of Restaurant at Administrative Staff College of Nigeria (ASCON)

Administrative Staff College of Nigeria (ASCON)

P.M.B 1004, TOPO – BADAGRY

Invitation to Tender

1. Introduction:

The Management of the Administrative Staff College of Nigeria (ASCON) hereby invites reputable/competent and interested Companies to tender for the Construction of Restaurant at ASCON Phase II Complex, Topo-Badagry

 

2.       Scope of Works/Specifications:

The detailed specifications of the project are as contained in the Tender Documents which are available for collection in the Procurement Department, Room 17 Administrative/Teaching Block, Phase 1 Complex, Topo-Badagry on evidence of payment of non-refundable fee of twenty-five thousand Naira (N25, 000.00) only. All intending Contractors are to submit both Financial Tenders as per Tender Documents above and Technical Tenders as per paragraph 3 below.

3.       Technical Requirements

i)       Registration with the Corporate Affairs Commission;

(ii)     Tax Clearance Certificate for the last three years;

(iii)    Evidence of similar works successfully completed over the past four years;

(iv)    Personnel Profile (Technical and Administration);

(v)     Banker’s Statement of Financial Capability;

(v)     Evidence of VAT Registration and Taxpayer Identification Number (TIN);

(vii)   Evidence of Registration with ASCON;

(viii) Company official telephone number(s) and e-mail;

(ix)    Name of Company’s Banker and Company’s Account Number;

(x)     Evidence of participation in the National Pension Scheme where Number of Staff is up to five (5).

4.       Submission of Tenders:

Technical and Financial Tenders should be separately submitted in sealed envelopes marked “Technical” or “Financial” Proposal and put together in a bigger single envelope. The title of Project should be boldly written at the top right hand corner of the envelope and addressed to:

The Director-General

Administrative Staff College of Nigeria (ASCON),

P.M.B, 1004, Topo-Badagry,

Lagos.

5.       Closing Date:

The completed Tenders must be dropped in the Tenders Box in the Director-General’s Office on or before Friday, 4th November, 2011 by 12.00noon.

6.       Tenders Opening Procedure:

All submitted Tenders will be opened in the presence of all Tenderers or their representatives a few minutes after 12.00 noon of the closing date) 4th November, 2011 at the College Boardroom in Topo-Badagry.

Signed:

Secretary (ASCON Tenders Board)

17th October, 2011

Rehabilitation of Borehole at Rural Water Supply and Sanitation Sub-Programme in Yobe State

Specific Procurement Notice

(International Competitive Bidding)

Yobe State Government of Nigeria

Rural Water Supply and Sanitation Sub-Programme in Yobe State

 

Loan No: 2100150015645

IFB/YB/RWSS/ICB/REHAB/WORKS/007/2011

Rehabilitation of Borehole

 

1.       The specific procurement Notice follows the General Procurement Notice (GPN) for the sub-programme which appeared in the United Nations Development Business (UNDB) No. 709 of August 31st, 2007.

 

2.       The Federal Government of Nigeria has received financing from the African Development Fund (ADF) towards the cost of the Rural Water Supply and Sanitation Sub-programme in Yobe State and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works: Rehabilitation of 86 Boreholes Contract no. IFB/YB/ RWSS/ICB/REHAB/WORKS/007/2011

 

3.       Bidding is opened to all Bidders from eligible member countries as defined in the ADB’s Rules and Procedures for the Procurement of Goods and Works, May 2008 Edition.

 

4.       The scope of the Works is:

i)       Rehabilitation of 53 nos Motorized Boreholes: Gulani and Gujba (7 nos), Damaturu and Tarmawa (8 nos), Fika and Potiskum (8 nos), Nangere and Jakusko (8 nos), Fune (2 nos), Gcidam and Bursari (4 nos), Barde and Karasuwa (8 nos), Machina and Nguru (3 nos) and Yunusari and Yusufari (5 nos)

 

ii)      Rehabilitation of 15 nos Mono-pumps Boreholes: Gulani and Gujba (1 no), Damaturu and Tarmawa (1 no), Fika and Potiskum (1 no), Nangere and Jakusko (2 nos), Fune (8 nos), Geidam and Bursari (3 nos), Machina and Nguru (1 no) and Yunusari and Yusufari (3 nos)

 

iii)     Rehabilitation of 6 nos Solar-powered Boreholes: Gulani and Gujba (1 no), Fika and Potiskum (l no), Nangere and Jakusko (1 no), Geidam and Bursari (1 no) and Yunusari and Yusufari (2 nos)

 

iv)     Rehabilitation of 12 nos Hand pumps:  Gulani and Gujba (1 no), Damaturu and Tarmawa (1 no), Geidam and Bursari (2 nos), Barde and Karasuwa (2 nos) and Machina and Nguru (6 nos)

 

5.       The Project Implementation Unit Rural Water Supply and Sanitation Sub-programme in Yobe State now invites sealed bids from prospective eligible bidders for the above-mentioned packages

 

6.       Bidding will be conducted using International Competitive Bidding (ICB) procedures specified in the African Development Bank’s Rules and Procedures for the Procurement of Goods and Works, May 2008 Edition.

 

7.       Interested eligible bidders may obtain further information from the Programme Manager, Rural Water Supply and Sanitation Programme, yobe.rwssp@gmail.com and inspect the Bidding Documents at the Address given below, from 8:30am -4:30pm on working days.

 

8.       A complete set of Bidding Documents in English Language which contain detailed specifications of the work 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 NGN25,000.00. Twenty-Five thousand Naira or US$D160

 

9.       Bids must be delivered to the Programme Manager at the address below on or before 7th December 2011 by 11:00am and must be accompanied by a bid security in an acceptable form equal to NGN10.0 million or US$62,500. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at the address below on 7th December 2011 by 12:00pm.

 

10.     An information meeting will be held on Monday 14th November. 2011 at the address below

 

Rural Water Supply and Sanitation Programme,

Flat A6 and A7 300 Housing Units,

Maiduguri Road. Behind NNPC Mega Filling Station,

Damaturu, Nigeria

Attention: The Programme Manager

Email: yobe.rwssp@gmail.com

Tel: +234-08036246868