Invitation for Pre-Qualification for the Production and Supply of NYSC KIT Items at National Youth Service Corps

National Youth Service Corps

Directorate Headquarters, Abuja

Invitation for Pre-Qualification for the Production and Supply of NYSC KIT Items

1 0     Introduction

The Management of the National Youth Service Corps (NYSC) intends to mobilize eligible graduates for National Service for 2012 Batch ‘A’ service year. Arrangements are therefore in progress to procure kit items for the prospective corps members who are expected to participate in the orientation course scheduled for March 2012 in all the 36 States of the Federation and the Federal Capital Territory, Abuja. Interested, competent and reliable contractors are therefore invited to express their intention for the production and supply of the underlisted kit items through submission of pre-qualification documents.

 

2.0     Scope of Works

Production and supply of corps members’ kit items listed below:

A.      Khaki Shirts/Trousers

B.      Jungle Boots

C.      White Canvas Shoes

D.      NYSC Crested Vests

E.      White P.E. Shorts

R.      White Plain Vests

G.      Stockings

H.      NYSC Face Caps

I.       Belts with Metal Buckle

J.       NYSC Official Vests

Pre-Qualification Requirements

Letters of intent should be accompanied by photocopies of:

(i)      Evidence Company Registration/ Certificate of Incorporation

(ii)     Coloured photocopies of current Company Tax Clearance Certificate for the last three (3) years (2008 – 2010)

(iii)    Coloured photocopy of VAT registration certificate and evidence of VAT remittances-

(iv)    Evidence of verifiable similar jobs successfully executed;

(v)     Evidence of financial capability from a reputable Bank;

(vi)    Company’s audited accounts for the last three (3) years (2008 – 2010);

(vii)   Comprehensive Company Profile with convincing proof of competence to undertake the jobs;

(viii)  Evidence of technical, operational and managerial capabilities; and

(ix)    Any other relevant document(s) that will place the company on a   comparative advantage over others.

 

4.0     Submission

Pre-qualification documents must be spirally bound and enclosed in an envelope clearly marked at the top left hand corner: “PRE-QUALIFICATION FOR NYSC KIT ITEMS FOR 2012 BATCH “A” and addressed to:

 

The Director-General, National Youth Service Corps Yakubu Gowon House, 416 Tigris Crescent Off Aguiyi Ironsi Street, Maitama Abuja and dropped in the Tenders Box at the NYSC Tenders Board Secretariat, Procurement Department, 3rd Floor Wing ‘B’ Room 317, NYSC Directorate Headquarters, Yakubu Gowon House, Manama- Abuja on or before 4,00p.m Monday, 31st October 2011

5.0 Tenders Opening

(i)      This pre-qualification notice is not an invitation to tender. Tendering will be applied to only pre-qualified contractors whose names will be published in the organization’s Tenders Notice Board. Invitation letters will also be issued to pre-qualified companies in addition to telephone calls to enable them collect bidding documents to prepare their bids. The date, time and venue of bids opening shall be specified in the bidding document/invitation to tender.

 

(ii)     Pre-qualified contractors will be required to pay a non-refundable tender fee of fifty thousand Naira (N50,000,00) only in certified Bank Draft payable at the NYSC Accounts Department

 

(iii)    Failure to fulfill any or all of the conditions in 3.0(i-ix) above shall render an application invalid for further consideration.

 

(iv)    The National Youth Service Corps shall reserve the absolute right of rejecting any document it considers doubtful in view of the disperse location of NYSC operations across the Federation. Contracts for some of the listed categories may be awarded to more than one contractor for purposes of spontaneous execution and timely delivery prior to the orientation course.

 

(vi)    The Directorate of the National Youth Service Corps also considers it an act of patriotism to accept executing jobs in any part of the country in line with the NYSC ideal of patriotism to National Service.

 

This advertisement shall not be construed as a commitment on the part of the National Service Corps, nor shall it entitle responding contractors to seek any indemnity from NYSC by virtue of such contractors having responded to this advertisement/invitation for pre-qualification.

Signed:

Management

Invitation to Tender at National Council for Arts and Culture

National Council for Arts and Culture

Plat 1370 Ukpo Close, Off Oro Ago crescent, Off Muhammad Buhari way,

(by Old CBN) Garki II District, PMB. 252, Garki-Abuja.

Tel/Fax; 09-2342 360, 09 – 670 6861

e -mail: natcouncilforarts@yahoo.com , info@ncac.gov.ng www.ncac.gov.ng

Invitation to Tender

The National Council for Arts and Culture, Abuja is desirous of carrying out the underlisted projects in different location of the country. The council is therefore, inviting competent and interest companies/contractors to submit tenders for these works.

 

LOT A –     Development of NCAC Permanent Site, Headquarters, Abuja.

LOT B –     Establishment of Herbal Garden of lndigenous Plant Species in Gombe State.

2.       Scope of Work

 

2.1     Scope of works for LOT A:- Involves perimeter fencing and the gatehouse.

 

2.2     Scope of works for LOT B:- Involves perimeter fencing.

 

3.       Tender Instructions:

 

3.1     Interested Tenderers are to obtain Tender document with non-refundable Tender fee of N15,000,00 for each lot The Tender document can be obtained from NCAC office, Plot 1370 Ukpo Close, Off Oro Ago Crescent Off Muhammad Buharo Way, (by Old CBN) Garki II district, Abuja on or before 31st October, 2011. Opening by 2pm on the closing date i.e. 31st October, 2011.

 

3 2     For each Lot, Tenderers are to submit Technical and Financial Bids in separate envelopes. The Lot/Reference number whether Technical or Financial Bid should be indicated on the left hand corner of each envelop; and addressed to: Executive Director/CEO, National Council for Arts and Culture Plot 1360 Ukpo Close, Garki II District, Abuja. Any envelope not containing the required information will be rejected.

 

3.3     All Technical Bids should contain the followings:-

  • Evidence of company registration with Corporate Affairs Commission
  • Company Audited Account for three (3) years, (from 2008 – 2010)
  • Evidence of Tax Clearance Certificate for three (3) years (from 2008 – 2010)
  • Evidence of financial Capabilities and Banking Support
  • Experience/Technical qualification Capabilities and Banking Support
  • List of similar project executed and evidence of knowledge of the industry. (Letter of Award/certificate of completion)
  • VAT registration and Evidence of past VAT remittances
  • Equipment deployment and equipment/technology capability.
  • Evidence of compliance with the Pension Act of 2007.

4. Additional Information:-

1.       The Advertisement shall of be considered as commitment on the part of the National Council for Arts and Culture nor shall it entitle potential companied to make any claim whatsoever and/or seek any indemnity form the National Council for Arts and Culture by virtue of such company having responded to the advertisement.

 

ii.       Late submission of Tender documents will be rejected.

 

iii.      The National Council for Arts and Culture reserves the right to reject any

 

Signed

Management

NCAC-Abuja

 

 

Invitation to Tender for the 2011 Education Secretariat Capital Projects at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

P.M.B. 24 Garki, Abuja.

09-3141266, Fax: 09-3141266

Abuja-Tel. 093141266

Invitation to Tender for the 2011 Education Secretariat Capital Projects

 

The FCT Education Secretarial is inviting competent and interested companies to submit technical and financial bids for the under listed projects inder the Education Secretariat and its Agencies:

A         Education Secretariat Headquarters

Lot 1           Completion of DPI Zonal Office at Bwari

Lot 2           Computerization to Department of Policy and Implementation, Headquarters and other Zonal office

Lot 3           Supply of hardware for Computerization to Department of Policy and Implementation, Jabi

Lot 4           Expansion and renovation of DPI Head Office, Jabi

Lot5            Construction of Clinic at Abuja University of Technology, Abaji

Lot 6           Construction of Library Block at Abuja University of Technology, Abaji

Lot 7           Construction of Kitchen/Cafeteria at Abuja University of Technology. Abaji

Lot 8           Lot 9 Construction of Multi-purpose Hall at Abuja University of Technology, Abaji

 

Lot 9           Completion of Laboratories at Abuja University of Technology, Abaji lot 10              Furnishing of Classrooms at Abuja University of Technology, Abaji Lot 11          Furnishing of Laboratories at Abuja University of Technology, Abaji Lot 12          Furnishing of Offices at Abuja University of Technology, Abaji

Lot 13         Provision of Walkways and Soft Landscaping at Abuja University of Technology, Abaji

Lot 14         Paving/Landscaping of 4 Bedroom take off office at Abuja University of Technology, Abaji

Lot 15         Furnishing of transit quarters at Abuja University of Technology, Abaji

Lot 16         Expansion of 4 Bedroom take –off office at Abuja University of Technology, Abaji

Lot 17         Upgrading of internal Road network and clearing of Drains at Abuja University of Technology, Abaji

Lot 18         Construction of Hostel Block at Abuja University of Technology, Abaji

Lot 19         Provision of Borehole, ground and overhead water tanks at Abuja University of Technology. Abaji

B. Agency For Mass Education

Lot 5           Construction of 1no. VTC library, Kwali

Lot 8           Construction of 1 no. Agric Workshop, VTC Kwali

Lot 9                    Construction of Science laboratory, VTC Bwari

Lot 10         Construction of Science laboratory, VTC Abaji

Lot 11         Completion of Wood/metal workshop at old site. Karshi

Lot 12         Construction of 1 no. ICT laboratory, VTC Abaji

Lot 13         Furnishing of 1 no. Agric. Workshop, Kwali

Lot 14         Equipping of 1 no. Agric. Workshop. Kwali

Lot 17         Equipping of Science Laboratory, Bwari

Lot 18         Equipping of Science Laboratory, Abaji

Lot 26         Construction of perimeter fence gate and gatehouse at old site of VTC Karshi

Lot 27         Completion of perimeter fence at VTC, Abaji.

 

C. Education Resource Centre

Lot 2           Constriction of Administrative Block at Teacher Development Centre.Abaji

Lot 3           Supply and installation of 2no. Generators to newly completed library at Bwari and Teachers Development Centres at Kwali

Lot 4                     Construction of Block wall fence, gate, gatehouse, generator house           and landscaping at newly completed TDD and District library, Kwali

Lot 5                     Up-grading of internet facilities at ERC Hqtrs Library

Lot 6                     Up-grading of internet facilities at City library, Wuse Zone 4

Lot 7                     Up-grading of internet facilities at Gudu District Library

Lot 8           Supply of office furniture to District Library at Bwari

Lot 9           Supply of office furniture to District Library at Kwali

Lot 10         Supply of equipment to Children Library Gudu Children Library

Lot 11         Furnishing of Children Library Gudu.

Lot 12         Supply of Library Books to Gudu Children Library

Lot 13         Rehabilitation of ERC Damaged Building

Lot 14         Furnishing of Chalet Building at ERC

Lot 15         Furnishing of Teacher Development Centre Kwali

Lot 16         Supp y of office equipment to District Library Bwari

Lot 17         Supply of equipment for the production of instructional materials to the EIT Resource Room at the ERC

Lot 18         Supply of office equipment to the ERC

Lot 19         Supply of equipment to the Printing Press at ERC

Lot 20         Supply of Air Conditioners to Central Store/Exam Processing Room/TDC at ERC, Zone7,Wuse-Abuja

Lot 21         Fencing of Teacher Development Centre, Abaji

D.      Agency for Science and Technology

Lot 3           Supply of Computer Materials for Agency for Science and Technology

Lot 5           Supply of Materials for participation in Junior/Senior Science Olympiad, Project Fairs and Exhibition to Agency for Science and Technology

Lot 6           Supply of food stuff materials for GSTC, Garki

Lot 8           Construction of 1 No. Production Centre at GSTC, Garki for Accreditation

Lot 9           Procurement of Instructional Materials and Statutory Record Books for the two GSTC Utako and Garki

 

E.      Agency for Science and Technology (National Budget)

Lot 1 Provision of Perimeter fence, gate and gate house at GSTC, Kwali

Lot 2 Construction of Administrative Block at GSTC, Kwali

Lot 3 Construction of classrooms at GSTC, Kwali

Lot 4           Construction of Workshops at GSTC. Kwali

Lot 5           Construction of Hostels at GSTC, Kwali

Lot 6           Clearing of land for take-off of GSTC. Kwali

 

F.      College of Education Zuba

Lot 1           Construction of school of Voc. and Tech. Education at the Permanent Site of College of Education, Zuba

Lot 2           Provision of street light and upgrading of lightning facilities (sub-station) at College of Education, Zuba Lot

Lot 3           Provision of hard landscaping to school of Sciences at the Permanent Site of College of Education, Zuba

Lot 4           Provision of 100KVA Sound proof (wilsion) Perkin, installation and Generator House at the Permanent Site of College of Education, Zuba

Lot 5           Furnishing of School of Sciences at the Permanent Site of College of Education, Zuba

Lot 6           Construction of road to Library Complex and Parking Area at the Permanent Site of College of Education, Zuba

G.      FCT Scholarship Board

Lot 1           Supply of office equipment to FCT Scholarship Board

Lot 2           Computerization/networking and installation of internet to FCT Scholarship Board

 

2.       Pre-Qualification Requirements

a)       Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC);

b)      Photocopies of three (3) years current Tax Clearance Certificate Issued by the Federal Inland Revenue Services

c)       Photocopy of Value Added Tax (VAT) Certificate;

d)      Company resume including details of key staff to be deployed for execution of the contract and GSM phone number (s) /e-mail addresses;

e)       List of Equipments to be used for the project and their locations. State whether the Equipments are on lease, hire or owned by the company with evidence;

f)       Evidence of execution and experience of similar work (s) done by the contractor for the last five (5) years, stating contract sum and showing evidence of award and timely completion;

g)       Evidence of financial capability from the company’s Bankers;

h)      Evidence of registration with Pension Commission and up to date remittance of employee contributory Pension Funds as provided in section 16 Subsection 6 (D) of the Public Procurement Act, 2007;

i)       Sworn affidavit in compliance with the provisions of Part IV Section 16, Subsection 6 (a and f) of the Public Procurement Act, 2007; and

j)       Work plan and technology capacity.

3.       Collection of Tender Documents

Interested companies should collect tender documents from the Project Division, Education Secretariat, Former CAC Complex, First Floor Block D Annex Area 11, Garki-Abuja, upon the presentation of evidence of payment of N20,000.00 (Twenty thousand Naira) only non-refundable tender fee in FCTA Account no. 051503010000426 with Fidelity Bank Central Area.

4.      Submission:

The pre-qualification and tender documents should each be sealed and labeled (Technical and Financial Bid as appropriate) separately and the two envelopes be put in another envelope that should also be sealed and labeled: “Tender for ……(Lot No. and the Agency)” the tender documents (Financial Bid) should be submitted in three (3) copies (one original and two other copies) and all pages duly endorsed by endorsed by the bidders.

 

Completed tender documents should be addressed to.

Head, Procurement Unit

Education Secretariat and dropped in the Tenders box stationed in the Procurement Unit, Ayanba Street beside Bataiya Plaza, Area 11, Garki-Abuja within the official hours (9:00am to 4:00pm).

5.       Closing Date:

All submissions must be received at the address on or before Monday 28th November 2011 by 12:00 noon. All bids will be publicly opened on the same day at 2:00 pm in the presence of Bidders or their representatives.

 

6.       PLEASE NOTE:

(i)      Contractors can only apply for a single project listed in paragraph 1 A-G

(ii)     Late submission will be rejected.

(iii)    This advertisement to tender shall not be construed to be a commitment on the part of Education Secretariat nor shall it email the submitting tenderer to make any claim(s) what-so-ever and or seek any indemnity from the Secretariat by virtue of such tenders having responded to the advert.

(iv)    Bid should be very clear about the bidder’s areas and proven competence and interest.

(v)     Tenders’ Register must be signed on the submission of Tender(s).

(vi)    Education Secretariat, may at its own discretion, reject any bid which does not conform with the basic bidding rules.

(vii)   Jobs between N50,000,000.00 (N50m) and above must be accompanied by bid Security of 2% of bid price.

 

(viii)  All bids that deviate lessen 15% from the in-house estimate will not be accepted.

(ix)    Interested members of the public especially representatives of Civil Society Organizations (CSOs) are by this notice invited to witness the opening of Tenders but shall adhere to the Code of Conduct for Public Procurement Observers issued by the Bureau of Public Procurement (BPP).

 

Signed:

Management

Request for Proposal: Individual Consultants at Bureau of Public Procurement

 

The Presidency

Bureau of Public Procurement

Request for Proposal: Individual Consultants

International Expert to Coordinate the Monitoring and Evaluation Exercise for Federal Government Projects FY 2009 (A UNDP Supported Exercise)

Background

Despite its rich resource base, Nigeria is regrettably still challenged by poor economic growth. A public procurement processes have been identified as a major cause of this avoidable situation. It was why the Public Procurement Act, 2007, which gave birth to the Bureau of Public Procurement (BPP) came into being. The BPP came in as a regulatory authority responsible for the monitoring and the provision of oversight for public procurement. It was also to harmonize existing Government policies and practices by regulating, setting standards and developing the required legal frameworks and professional capacity for public procurement management in Nigeria.

 

And in line with the development priorities of the Federal Republic of Nigeria, the United Nations Development Assistance Framework (UNDAF II). 2009 2012 seeks to integrate procurement reform measures into key areas of public sector management at the federal level and in focus states. Accordingly, the Country Programme Action Plan between the Federal Republic of Nigeria and the United Nations Development Programme (UNDP) for the period 2009 2012 has a sub-component on public accountability as part of the larger governance programme to strengthen accountable governance in Nigeria. In this regard, the signed 2011 Annual Work Plan between BPP and UNDP includes an exercise to strengthen the monitoring and evaluation exercise for Federal Government projects executed within the 2009 fiscal year, while building and improving upon previously conducted monitoring and evaluation exercises and similar evaluations.

 

Objectives

The main objective of the assignment is to monitor and evaluate Federal Government projects nationwide executed in the 2009 to 2010 fiscal year in order to identify the challenges that prevent efficient project delivery, provide the framework for the establishment of an efficient procurement monitoring and information management system and evaluate and assess value for money and the impact of the project on their locality; and then submit their report and recommendations, In this regard, the monitoring and evaluation exercise would seek to:

 

a)       Ensure the application of fair, competitive, transparent, value-for-money standards and practices for the procurement and disposal of public assets and services (PPA, 2007, Sections 4(c));

b)     Supervise the implementation of established procurement policies (PPA, 2007, Sections 5(d));

c)       Inspect or review procurement transaction conducted from 2009 to 2010 fiscal year to ensure compliance with the provisions of the Act (PPA, 2007, Sections 6(d(i)).

 

Scope of Services

The Coordinator of the monitoring and evaluation exercise will be responsible for but not limited to the following:-

(a)    Draw up terms of references for and advise on the recruitment of the team of national monitoring and evaluation consultants for the exercise,

(b)    Guide the overall monitoring and evaluation design, strategy and implementation of related activities and provide relevant information to stakeholders

(c)      Develop the overall framework for project monitoring and evaluation, for example, annual project reviews, participatory impact assessments, process monitoring, operations monitoring and lessons-learned workshops.

(d)    Propose a systematic procurement monitoring system for the Bureau.

(e)      Review the existing monitoring and evaluation Template for obtaining data about projects.

(f)     Develop project log frame matrix, particularly in the areas of the objective hierarchy, indicators and monitoring mechanisms.

(g)    Help in the development of Project Baselines,

(h)    Guide the process for identifying and designing the key indicators for each component, to record and report physical progress against the Project Baseline. Also steer the process for designing the format of such progress reports,

(i)     Guide the process for identifying the key performance indicators and parameters for monitoring project performance and comparing it to targets. Design the format for such performance reports.

(j)                Check that monitoring data are discussed in the appropriate forum in terms of implications for future action,

(k)    Clarify the core information needs of the Bureau, the implementing Agencies and the funding Agencies.

(I)     With Stakeholders, set out the framework and procedures for the evaluation of procurement delivery activities.

(m)   Review the quality of existing social and economic data in project areas, the methods of collecting it and hence the degree to which it will provide good baseline statistics for impact evaluation,

(n)    With the procuring entities, review their existing approaches and management information systems and agree on any required changes, support and resources

(o)    Develop a plan for project-related capacity-building on procurement monitoring and for any computer based support that may be required by the Bureau.

(p)    Close communication with those involved with monitoring and evaluation design and coordination of other Individual monitoring and evaluation Consultants.

 

Expected outputs by consultant

Prepare harmonized final report on the monitoring and evaluation findings, as required, working closely with the team of national monitoring and evaluation Consultants, the Bureau and development partners.

 

Duration of the Assignment

The duration of the assignment will span through the whole period of the engagement of the  national M&E Officers and will be as follows:

 

S/N Activity Period Location
1. Kick-off to inception Reporting stage 2 weeks Nigeria
2. Interaction with national M&E 15 weeks Home Country
3. Review of Draft interim Reports Home Country
4. Review draft final reports and production of harmonized draft final report 2 weeks Nigeria
5. Stakeholders round-up session & presentation of final report and other post-monitoring activities as indicated in the terms of reference  

1 weeks

Nigeria

 

Qualification and Experience Required

(a)     At least eight years of proven experience in monitoring  and  evaluation especially in development  and  Engineering fields with experience in the design  of monitoring and evaluation systems

(b)     The logical framework approach and other strategic planning approaches

(c)      Experience in the following areas:

  • Monitoring and evaluation methods and approaches (including quantitative, qualitative and participatory).
  • Planning and implementation of monitoring and evaluation systems
  • Training in monitoring and evaluation development implementation
  • Facilitating learning-oriented analysis sessions of monitoring  and evaluation data with multiple stakeholders
  • Information analysis and Technical Report writing including ICT data analyses, processing and presentation

 

(d)     Leadership qualities, pereonnel and team management awards and project

(e)      Understanding of government business and processes, especially contract awards and project implementation

(f)      Work experience in promoting public accountability and transparency in the public sector

(g)     Previous working experience within the sub-region and knowledge of the Public Procurement Act, 2007 would be an added advantage,

(h)     Excellent written and spoken English skills

 

Collection of Tender Documents

Interested Individual Consultants should download the Request for Proposals from the Bureau’s website at: www.bpp.gov.ng

 

Submission of Proposals

The technical and financial proposals must be prepared as separate documents. Three copies of technical and financial proposals must be SEPARATELY packaged in sealed envelopes, clearly marked as either “Financial or Technical proposal”, as appropriate and put together in a SINGLE (bigger) envelope which should be marked “PROPOSAL FOR INTERNATIONAL EXPERT TO COORDINATE THE MONITORING AND EVALUATION EXERCISE FOR FEDERAL FY 2009″and addressed to Programme Manager, BPP-UNDP Team, Bureau of Public Procurement (BPP), and delivered through a registered courier company within working hours on or before 1300Hours GMT on Tuesday 8th November, 2011.

 

Opening of Proposals

All proposals will be publicly opened immediately after the deadline in the Bureau’s Conference are invited to witness the opening of the bids members of the public are invited to witness the opening of the bids.

 

Please note that:

a)       Only successful consultants will be given further consideration

b)      Late Submission shall be rejected

c)       This advertisement shall not be construed as a commitment consultant, nor shall it entitle any consultant submitting documents to claim any indemnity from the Bureau

d)      The Bureau reserves the right to take final decision on any the documents received in your proposals.

All enquiries to: info@bpp.gov.ng , or call: +234(09)8746682-83, +234(09)8746683, +234(09)8746687, +234(09)8746689

Visit: www.bpp.gov.ng

Bureau of Public Procurement (BPP),

11, Suleiman Barau Crescent,

State House, Abuja.

 

 

 

Invitation to Tender at National Primary Health Care Development Agency

National Primary Health Care Development Agency

Plot 681/682 Port-Harcourt Crescent, Off Gimbiya Street, Area 11, Abuja

Invitation to Tender

A.      Introduction:

The National Primary Health Care Development Agency (NPHCDA) is a Federal Government Agency in the Federal Ministry of Health responsible for development and strengthening of primary health care services nationwide.

In compliance with the Public Procurement Act 2007 as regards procurement of works and goods. NPHCDA invites interested and qualified bidders for the procurement of the following under listed for the 2011 Appropriation:

 

 

B. Project Description / Scope of Work.

S/n

 

Description

 

Qty/No.

 

Lot No.

 

Remarks

 

1

 

Construction of New Model PHC Centres

 

46 centres

 

Lot No. 146

 

PHC Projects

 

2

 

Supply of Medical Equipment to New & Existing PHC Centres

 

58 centres

 

Lot No. 144

 

 

 

3

 

Supply of Basic Drugs to New & Easting PHC Centres

 

64 centres

 

Lot No. 1-13

 

 

 

4

 

Drilling of Boreholes at New PHC Centres

 

46 centres

 

Lot No. 1-16

 

 

 

5

 

Supply of Official Vehides (Hilux Van)

 

4 no.

 

Lot No. 1-2

 

Vehicles

 

6

 

Supply of Hospital New Ambulance to Existing PHC Centres

 

6 units

 

Lot No. 1-3

 

 

 

7

 

Printing of NHMIS Registers /Forms for New PHC centres

 

For 46 PHC centres

 

Lot No, 1-3

 

Printing 1

 

8

 

Printing of: i, HMIS Tools, Registers & Forms, ii, HMlS Training Manuals,

iii. Minimum standard of care documents.

 

i 143,000 copies

 

ii 21,000 copies

 

iii 21,000 copies

 

Lot No, 1-3

 

 

 

9

 

Printing of Guidelines on establishment of SPHCDA

 

5,000 copies

 

Lot No. 1

 

 

 

10

 

 

Printing of:

a. Leaflets for MNCHW in English & 3 local languages,

b. Posters for MNCHW in English & 3 local languages,

c. Posters on key Household

Community Practices (KHHP),

d. Training Charts on Key Household Practices (60 pages),

e, Leaflets on Healthy lifestyle in Englis & 3 local Languages, f. Posters on Healthy Lifestyle in English & 3 local languages.

a, 500,000 copies b, 100,000 cooies

 

Lot No, 1-6

 

 

 

11 Printing of Immunization Tools :

a. Child immunization Card,

a, 2M copies

 

Lot No. 1
12 Supply of AD (05ml) Syringes

 

76, 210, 700 units Lot No. 1-4 Cold Chain Material
14 Ice Pack Freezers 16 units. Lot No. 1
15 Supply of 25KVA Power Generating Set (Sound Proof) 1 unit Lot No.1
Expression of Interest for Consultancy Service for Construction of New PHC centres

 

 

A. General Tendering Requirements.

 

The Tenderer shall submit with its Tender the following additional documents bound together:

 

(Note: that above required documents should be arranged in the order listed)

  1. Receipt of Ten Thousand Naira (NI0, 000.00) for Bank Draft Processing Fee……… (Photocopy of Stamped Original)
  2. Certificate of Registration with Cooperate Affairs Commission (CAC) ……..(Photocopy)
  3. Three (3) years Tax clearance (from 2008 to 2010), …….(Photocopy)
  4. Evidence of VAT Registration with Registration No……(Photocopy)
  5. Company Audited Account (from 2008 to 2010)……..(Photocopies)
  6. Comprehensive Company profile, including list of names of key  personnel to be Involved in the project, staling their technical qualifications and experience and list of construction equipment.
  7. Evidence of similar jobs executed (Letter of Award / Certificates of completion)………. (Photocopies)
  8. Bank Reference Letter with Evidence of financial capability or specific statement of financial support from a licensed commercial bank…….(Original)
  9. The amount of the Tender Security shall be stated in the relevant bidding documents and only in the form of Bank Guaranty or Certified Bank Draft from a reputable bank. Please note that the Bank Guaranty must follow the format of Form G-6 precisely. Also note that Bank Cheque, or Cash are NOT acceptable as Tender security.

 

1.a Collection Bid Documents

 

All interested bidders can collect bid documents from our office NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY; PROCUREMENT  UNIT, ANNEX OFFICE COMPLEX, PLOT 1266, AHMADU BELLO WAY, GARKI – ABUJA. Bidders are to enclose the receipt of Ten Thousand Naira (10, 000.00) in certified bank draft made payable to the National Primary Health Care Development Agency. (PLS WRITE THE NAME OF YOUR ORGANIZATION AT THE BACK OF THE DRAFT). Note that acceptance of bank draft for bidding documents shall end by 4.00pm on Friday, 4th November, 2011.

1.b Submission of  Bid Documents.

 

All bidders should submit their bids in sealed envelope clearly marked with the following details;

–         Relevant LOT No.

–         Name of Company, Address, and Valid Contact Phone number. And addressed to:

The Executive Director/CEO,

National Primary Health Care Development Agency

Plot 681/682 Port-Harcourt Crescent, Off Gimbiya Street,

Areas 11, Garki – Abuja.

 

All completed sealed bids should be dropped in the Tender Box provided at the  NPHCD Procurement Unit, Annex Office Complex, Plot 1266, ahmadu Bello Way, Garki – Abuja

 

Closing date and Time of submission of bid documents is 12Noon on Monday 7th November, 2011. Late Submission will not be  accepted under any circumstances.

 

Note: Bidder Should ensure that they complete properly the submission checklist with the procurement unit office.

2.       Opening of Tender

 

Opening of bid shall be carried out exactly 1:00pm on Monday 7th November, 2011  at the NPHCDA Headquarters Office, Plot 681/682 Port- Harcourt Crescent,  Off Gimbiya Street, Area 11, Garki -Abuja in the presence of general public and bidders.

 

NOTE

1.       The NFHCDA reserves the right to reject any document it considers to be of doubtful authenticity.

2.       Any bidder who fails to comply with the above stated instructions will automatically be disqualified.

3.       This notice shall not be construed to be a commitment on the part of the Agency to award any form of contract to any respondent nor shall it entitle any organization to claim any indemnity from the Agency.

 

Signed

Management