Procurement of Furnitures at Gombe State Health System Dev.

Ministry Of Health

P.M.B 42, GOMBE

Health system development project -II

Opp. Office of the Accountant General, Govt. House Road, GRA Gombe

(World Bank Assistant Project)

Our ref: HSDP-II/ADM/30/Vol. 1

Our ref:

Invitation for bids (IFB)

Country:    Nigeria

Project:       Gombe state Health System Development Project II

Procurement of Furnitures

Credit No:  4522 – UNI

IFB No:      GMS/HSDPII/NCB/GDS/01/200

Date: 5th May, 2010, Contract No. HSDPII/NCB/Good/01/2010

  1. This invitation for Bids follows the general procurement notice for this project that appeared in this Day Vol. 14 No. 5092  of 1st April, 2009
  2. The Federal Government of Nigeria has received financing from the world bank towards the cost of Gombe Health System Development Project II, and it intends to apply part of the funds toward payments under the contract for procurement of Furniture, GMS/HSDPII/NCB/GDS/01/2010
  3. The Gombe Health System Development Project II now Invites sealed bids from eligible and qualified bidders for the procurement of Furniture’s as listed below:-

LOT1. FURNITURE (PHC Complex)

Bid security: at least 3%of the bid price

LOT2. FURNITURE (Staff Quarters)

Bid security: at least 3% of the bid price

  1. Bidding will be conducted through the National Competitive Bidding (NCB) procedures as specified in the world Bank’s Guidelines: Procurement under IBRD Loan and IDA Credits (current edition), and is open to all eligible bidders as defined in the Bidding Document
  2. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address below:-

Gombe State Health System Development Project II

Opposite office of the Accountant General

Government House Road, G, R. A Gombe

Gombe State.

Tel: 072-221714, 222574, 08023505673, 08037678198

Email: gmshsdp2@yahoo.co.uk

From 10:00 am prompt

  1. Qualification requirements Include: a copy of the company profile containing details of personnel and equipment magnitude of jobs done in the last five years and the company must be duly registered and incorporated with appropriate legal body.
  1. A complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address above and upon payment of a non – refundable fee of Ten Thousand Naira only (10, 000.00) or ($75.76). the method of payment will be certified Bank draft or 7cash. Cash payment shall be paid to Gombe state Health System Development Project II account No. 215430000346901 at Gombe Branch of Fin Bank Nigeria plc. The document will be collected by hand or send by courier services on request.
  2. Bids must be delivered to the address above on or before 10:00am, 2nd June, 2010. Electronic bidding shall not be permitted. Bids will be opened physically in the presence of bidders representatives who choose to attend in person at the address below at 10:00am as indicated above for each lot.
  3. All bids shall be accompanied by a bid security as indicated above for each lot. Bid will be opened in the presence of bidders representatives who choose to attend at the address below:-

Gombe state Health System Development Project II Conference Hall, Opposite Office of the Accountant General, Government House Road, Gombe, Gombe State of Nigeria by 10:00am on 2nd June, 2010.

The Project Manager

Health System Development Project II,

Opposite office of the Accountant General,

Government House Road,

Tel: 072-222574, 221714, 08036867992, 08023505673, 08037678198

Email: gmshsdp 2@yahoo.com

Signed

Alh. Mohammed Audi Waziri

(Project Manager)

Projects Execution at National Veterinary Research Institute Vom, Plateau State

NATIONAL VETERINARY RESEARCH INSTITUTE VOM

Federal Ministry of Agriculture and Water Resources

Invitation to Pre-Qualification and Tender

The National Veterinary Research Institute Vom, Plateau State in its bid to utilize the 2010 Capital Appropriation, hereby invites reputable Contractors who have experience in the execution of the under listed projects to submit Pre-qualification and Commercial Bids. 

  1. A. Procurement of Specialized Input for Vaccine Research and Development

LOT 01 2010: Supply and installation of Equipment for Microbiology, Histopathology, Parasitology, and Clinical/Chemical Pathology Laboratories, in Central Diagnostic Vom.

LOT 022010: Supply of Reagents, Chemicals, Media and Biologics for Vaccine Research & Development.

LOT 032010: Supply and Installation of Laboratory Equipment for Bacterial Vaccine Research & Development.

LOT 042010: supply and Installation of Laboratory Equipment for Viral Vaccine Research & Development.

B.       Special Research Programmes

LOT052010: Supply of Reagents, Chemicals and Media for Contagious Bovine Pleuropneumonia Project

LOT 06 2010: Supply of Reagents, Chemicals and

Media for Brucellosis Surveillance Vaccine Project

LOT 07 2010: Supply of Reagents, Chemicals and  Media for Rabies Cell Culture Vaccine Development and Production Project

LOT 08 2010: Supply of Reagents, Chemicals and Media for African swine fever Prefect

LOT 09 2010: Supply of Reagents, Media and Kits for Avian Influenza Project

LOT 10 2010: Supply of Reagents, Chemicals and Media  for  Multivalent Vaccine  Research and Development

C,       Development of Effective Diagnostic and Control Measures for Bovine Tuberculosis

LOT 11 2010: Supply of Reagents, Chemicals, Media and   Kits   for   Tuberculosis   Project

LOT 12 2010: Supply and Installation of Equipment for Bovine Tuberculosis Project.

2. Submission of Tender Documents

Contractors should submit their Pre-qualification Documents  in  SEQUENTIAL ORDER as Listed Below, alongside their Commercial Bids,

  1. i.            Certificate of Incorporation with the Corporate Affairs Commission,
  2. ii.            Current Tax Clearance Certificate for the past three (3) years from Federal Inland Revenue (FIR)
  3. iii.            Value Added Tax (VAT) Registration Certificate
  4. iv.            Evidence of financial capability (Audited Accounts for the past three (3) years.
  5. v.            Bank Accounts details and letter of Reference from a Bank indicating evidence of accessibility to credit facilities must be submitted,
  6. vi.            Verifiable evidences of past job experience in similar projects of interest in the last five years indicating the contract value  and  evidence of satisfactory job performance.
  7. Comprehensive Company Profile including the Curriculum Vitae of key personnel
  8. Tenderers are to submit both soft and hard copies of the pre-qualification submission.
  9. ix.            The financial tender documents must be submitted in duplicate.
  10. x.            Proforma Invoice/Price List from the manufacturers should be attached to every tender document.
  11. xi.            Companies are allowed to bid for a maximum of five (5) Lots only.
  12. interested bidders are to collect Tender documents from the Secretary Tenders Board on payment of a non refundable Tender Fee of Twenty five thousand Naira (N25, 000.00) only per LOT. A copy of the receipt must be attached to EACH Commercial Tender Document as evidence of payment upon submission.
  13. Pre-qualification documents (spirally bound) and Commercial Bid Documents must be supplied for each LOT in two parts consisting of (a) Pre-qualification Documents (b) Commercial Bid Documents.
  14. The two documents (a and b above) must be placed in two (2) separates envelopes, each appropriately labeled and sealed and placed in a larger envelope for submission, marked “TENDER 2010” NATIONAL VETERINARY RESEARCH INSTITUTE, VOM, PLATEAU STATE on the left-hand corner indicating the  LOT NUMBER and addressed to:

THE EXECUTIVE DIRECTOR,

P.M.B.01, VOM

PLATEAU STATE

The Tender Documents must be submitted to the Office of the Executive Director not later than 12, 00 noon on 17th June, 2010. Tenders Documents will  be opened on the same day 17th June, 2010 at 1:00 pm at Dermatophilosis Conference Room of the Institute,

xiv.    The name of the Company should be indicated on the reverse side of the envelope.

Signed

M. M. Makoshi (Mrs.)

Secretary Tenders board,

National Veterinary Research Institute, Vom

Construction and Upgrading of Primary Health Care Centres at Enugu State

GOVERNMENT OF ENUGU STATE NIGERIA

HEALTH SYSTEM DEVELOPMENT PROJECT ll(HSDP)

(WORLD BANK ASSISTED)

SECTION 1: INVITATION FOR BIDS

Country: NIGERIA

PROJECT: Enugu State Health System Development Project II

Bid Issue Date: 6th May, 2010

CONTRACT IDENTIFICATION NO. EN/HSDP/NCB/CW11/10

WORLD BANK CREDIT NO, 4522UNI

WORLD BANK CREDIT NAME: HSDP11

1.       This invitation for bids follows the general procurement notice for this project that appeared in the development business No. HSDP/AF/GPN/09 OF 24th March 2009.

2.       The Federal Republic of Nigeria has received a credit from the International Development Association towards the cost of Enugu State Health System Development Project II-AF and it intends to apply part of the fund to cover eligible payments under the contract for the Construction, upgrading and renovation of Primary Health Care Centres- IFB-NO. EN/HSDP/NCB/CW11/10. Bidding is open to all bidders from eligible source countries as defined in the guidelines: Procurement under IDA Credits.

3.       The Enugu State Health System Development Project II, No 28 Okpara Avenue Enugu now invites sealed bids from eligible bidders for the Construction and Upgrading of the under listed Primary Health Care Centres .

Lot No. Description Location Amount of Bid Security Complete Period
1 Construction, Upgrading and Renovation of:

1 No PHC Centre Building

1 No. Senior Staff Quarters

1 No Junior Staff Quarters

1 No. Mortuary  Building

1 No. Kitchen Building

1 No Generator House

1 No Latrine Building

1 No. Gate House

Block wall for fencing

Primary Health Care Centre Iwollo Ezeagu LGA 3% of quoted Price 120 Days after contract signing
2 Construction, Upgrading and Renovation of:

1 No PHC Centre Building

1 No. Senior Staff Quarters

1 No Junior Staff Quarters

1 No. Mortuary  Building

1 No. Kitchen Building

1 No Generator House

1 No Latrine Building

1 No. Gate House

Block wall for fencing

Primary Health Care Centre Akpugo Nkanu West LGA 3% of quoted Price 120 Days after contract signing
3 Construction, Upgrading and Renovation of:

1 No PHC Centre Building

1 No. Senior Staff Quarters

1 No Junior Staff Quarters

1 No. Mortuary  Building

1 No. Kitchen Building

1 No Generator House

1 No Latrine Building

1 No. Gate House

Block wall for fencing

Primary Health Care Centre Ukehe Igbo-Etiti LGA 3% of quoted Price 120 Days after contract signing
4 Construction, Upgrading and Renovation of:

1 No PHC Centre Building

1 No. Senior Staff Quarters

1 No Junior Staff Quarters

1 No. Mortuary  Building

1 No. Kitchen Building

1 No Generator House

1 No Latrine Building

1 No. Gate House

Block wall for fencing

Primary Health Care Centre Akapawfu Nkanu East LGA 3% of quoted Price 120 Days after contract signing
5. Construction, Upgrading and Renovation of:

1 No PHC Centre Building

1 No. Senior Staff Quarters

1 No Junior Staff Quarters

Typ. 1

1 No Junior Staff Quarters

typ 2

1 No. Toilet Block

Block wall fencing

Primary Health Care Centre Okpatu, Udi LGA 3% of quoted Price 120 Days after contract signing

4.         Bidding Document may be purchased at Enugu State Health System Development Project Office No 28 Okpara Avenue Enugu for a non refundable fee of N10,000 (Ten thousand naira) for the first lot and N5,000 00 (Five thousand naira) for any additional lot or its equivalent in a freely convertible

Currency. The method of payment will be by Bank draft, interested bidders may obtain further information at the same address. Cheques should be made payable to ENUGU HEALTH SYSTEM DEVELOPMENT PROJECT II.

5.         Bids shall be valid for a period of 90 days after bid opening and must be accompanied by a security as indicated above or its equivalent in a convertible currency and shall be delivered to Enugu State Health System Development Project II No 28 Okpara Avenue Enugu, on or before 12noon 22nd June, 2010 at which time the bid will be opened in presence of bidders who wish to attend.

6.         Qualification criteria are as follows:

(a)       the company must have been registered with CAC for 5 years

(b)       there must be evidence of similar jobs done for the past 3years

(c)        tax clearance for the past three years must be provided

(d)       evidence of access to bank credit

(e)       volume of work done in the past 5 years.

(f)        Audited account for the past 3years.

Mrs . Uju Agatha Lechukwu

Project Manager

Enugu State Health System Development Project II

No. 28 Okpara Avenue

Enugu

Phone: 07098812926

Email: Ujuhsdpii@yahoo.com

Supply of Computer Software, Hardware and General Office Equipment at NERC

Nigerian Electricity Regulatory Commission

Adamawa Plaza, Plot 1099, 1st Avenue, CBD, P.M.B. 136, Abuja

Invitation for Prequalification and Tender For the Supply of Goods

  1. Introduction

The Nigerian Electricity Regulatory Commission (NERC) is desirous to undertake the following projects:

1.    Supply of Computer Software and Hardware

2.    Supply of General Office Equipment

Consequently, the NERC wishes to invite reputable and competent companies for pre-qualification and tender for the projects as stated above.

  1. Eligibility to Participate

Interested and competent companies wishing to carry out the above job must haw competences and possess the following:-

  1. Certificate of registration with Corporate Affairs Commission
  2. Company’s current Tax Clearance Certificate issued by the proper reflecting the true turnover of the company in any tax period
  3. VAT Registration Certificate
  4. Comprehensive company profile reflecting executive capacity with addresses, mobile phone numbers and e-mail contacts.
  5. Evidence from the company’s bankers as to its financial capacity to undertake the project if awarded. In addition prospective bidders shall be required to demonstrate that they are financially capable to provide any service which they may be offered following this general qualification
  6. A sworn statement that the company is not in receivership or about to be in receivership
  7. Accompanying sworn affidavit of disclosure; to disclose clearly if any of the officers (or related persons) of the Nigerian Electricity Regulatory Commission (NERC) or Bureau for public Procurement is a former or present Director/Chairman of the company and that the company does not have any Director/Chairman who has been convicted in any country for any criminal offence relating to fraud or financial impropriety.
  8. Verifiable documentary evidence of similar and other jobs successfully executed within the last three years. Such evidence shall be in form of valid and verifiable letters of award of contract(s), contract agreement and completion certificates of Interim Payment Certificates where such services(s) is still In progress
  9. A sworn Affidavit that the company is not a replacement for a hitherto tax defaulting company
  10. Submit evidence of having fulfilled all obligations with regards to pensions and social contributions as provided in the Pensions Acts 2004

  1. Collection of Bid Document

Interested and competent contractors wishing to participate in the above job should collect the Bid document from the Procurement Unit, 1st Floor, NERC, Adamawa Plaza, subject to the presentation of evidence of payment of a non-refundable fee of N10,000 00 (Ten Thousand Naira Only) for each project. Firms tendering for more than one project must submit separate documentation for each.

  1. Submissions Of Tenders

The submission will be in two separate envelopes

  1. The General Requirements should be submitted in a sealed envelope boldly marked at the top left corner: “Prequalification for… (Indicate the project title)”
  2. Financial bid should be submitted in a sealed envelope boldly marked at the top left corner: “Financial Bid for the Procurement of… (Indicate the project title)”

The two envelopes sealed should be inserted in a larger envelope boldly marked “TENDER FOR…… (indicate project title)”.

All submissions must be received at the Commission’s Secretariat, 2nd Floor, Adamawa Plaza on or before 11.00 am Tuesday June 15th, 2010 and addressed as indicated below

The Administrator

Nigerian Electricity Regulatory Commission

Adamawa Plaza, Plot 1099, CBD, Abuja

Opening of Tenders

Bids will be opened on the 15th June, 2010 in the presence of general public and representatives of bidders who choose to attend at 12:00 noon in the Commission’s Hearing Room 1st floor, Adamawa Plaza, Abuja.

Important Notice

  1. The Nigerian Electricity Regulatory Commission reserves the right to verify claims made by any contractor
  2. Presentation of falsified information such as turnover figures on Tax Clearance Certificate etc will lead to automatic disqualification
  3. Tendering false documents is an offence and will lead to disqualification.
  4. Winning bids will be selected in accordance with the procedures as set out in the 2007 Public Procurement Act 2007
  5. Nothing in this notice shall be construed to be commitment on the part of the NERC

Signed Management

Execution of vital consultancy projects at NERC

Nigerian Electricity Regulatory Commission

Adamawa Plaza, Plot 1099, 1st Avenue, CBD, P.M.B, 136, Abuja

Expression of Interest (EOI)

This request for Expression of Interest is for the execution of vital consultancy projects that will aid the Commission in her core activities

The projects required are-

  1. Engagement of Health & Safety Inspectors and Investigators
  2. Development of Regulatory framework for the creation/operation of Power Consumer Assistance Fund
  3. Advisory Services on Strategic review and follow-up service for 2010 Management Retreat
  4. Engagement of Inspectors for Review Successor Companies Accounts
  5. Engagement of Financial Management Consultants including  development of Internal Audit Manual
  6. Engagement of Consultant for Electricity Performance Monitoring Framework

A more detailed Term of reference (TOR) shall be provided alongside with the Request for Proposal (RFP) and will be sent to firms that will be shortlisted for the assignment.

  1. 1. Eligibility To Participate

The Nigerian Electricity Regulatory Commission now invites eligible Consultants to indicate their Interest in providing the above services. Interested consultants must provide detailed information indicating that they are qualified to perform the services as provided for in the Procurement Act. The information must also include

  1. Core business area of the organization and years of experience with brochure
  2. Description of similar assignments executed and that are verifiable, references that can attest to successful completion of similar jobs and experience in similar conditions
  3. Appropriate key personnel available for the assignment
  4. Certificate of registration with Corporate Affairs Commission
  5. Company’s current Tax Clearance Certificate issued by the proper authority and reflecting the true turnover of the company in any tax period
  6. VAT Registration Certificate
  7. Comprehensive company profile reflecting executive capacity with addresses, mobile phone numbers and e-mail contacts
  8. Evidence from the company’s bankers as to its financial capacity to undertake the project if awarded. In addition prospective bidders shall be required to demonstrate that they are financially capable to provide any service which they may be offered following this general qualification
  9. A sworn statement that the company is not in receivership or about to be in receivership
  10. (J) Accompanying sworn affidavit of disclosure; to disclose clearly if any of the officers (or related persons) of the Nigerian Electricity Regulatory Commission (NERC) or Bureau for public Procurement is a former or present Director/Chairman of the company and that the company does not have any Director/Chairman who has been convicted in any country for any criminal offence relating to fraud or financial impropriety.
  11. Verifiable documentary evidence of similar and other jobs successfully executed within the last three years. Such evidence shall be in form of valid and verifiable letters of award of contract(s), contract agreement and completion certificates or Interim Payment Certificates where such services(s) is still in progress
  12. A sworn Affidavit that the company is not a replacement for a hitherto tax defaulting company

m.  Submit evidence of having fulfilled ail obligations with regards to pensions and social contributions as provided in the Pensions Acts 2004

Interested Consultants may obtain further information from the Procurement Unit of the Commission as from 9.00 am to 4.00 pm Monday to Friday at the address stated below.

  1. 2. Submission Of EOI

Expressions of interest (EOI) must be submitted in three (3) hard copies and one electronic copy on CD on or before 11.00 am, Tuesday, May 25th , 2010 with the inscription on the Top left side of the envelopes: “Expression of Interest for Consultancy for….. (state the project title)”. Late submissions will be rejected. EOI must be submitted at the Commission’s Secretariat, 2nd Floor, Adamawa Plaza and addressed as indicated below:

The Administrator

Nigerian Electricity Regulatory Commission

Adamawa Plaza, 2nd Floor

Plot 1099, 1st Avenue, Off Shehu Shagari Way

CBD, Abuja

The EOI will be opened on 25th May, 2010 in the presence of general public and representatives of firms that expressed interest who choose to attend at 12: 00 noon in the Commission’s Hearing Room on the 1st floor of Adamawa Plaza

  1. 3. Important Notice

Consultants with be selected in accordance with the procedures as set out in the 2007 Procurement Act and the Procurement Procedure Manual for Public Procurement in Nigeria January 2008- Consultants expressing interest in more than one project should submit separate documentation for each

Signed

Management