Procurement of Drugs at BSMCBP

Invitation for Bids (IFB)

BAUCHI STATE GOVERNMENT

MALARIA CONTROL BOOSTER PROJECT

Credit Number: 4250 –UNI

PROCUREMENT OF DRUGS

IFB NO. BA/MCBP/NCB/G003/10

1.         The Federal Republic of Nigeria has received a credit from the International  Association toward the cost of Malaria Control Booster Project, and it intends to apply part of the proceeds of this credit to payments under the contract for procurement of Drugs.

2.         The Bauchi State Malaria Control Booster Project now invites sealed bids from eligible bidders for the supply of the following assorted drugs.

Lot Item No. Description Quantities Doses Place of Delivery Bid Security Bid Validity Delivery

Schedule from date of contract Signing

Lot 1 Cotrimozaxole 200,000 doses Central Medical store, Ahmed Abdulkadir Road , Behind Prof. Iya Abubakar Resource Centre, Bauchi State , Nigeria A bid security of at least 3% of bid price is required 90 days With 60 days
Lot 2 Oral Rehydration Solution (ORS) 160,000 sachet 90 days With 60 days
Lot 3 Albendazole 1,000.000 doses it 90 days With 60 days

Note:

items (1-3) are under one lot. Bidders quoting for incomplete lot will have their bids declared nonresponsive.

3.         Bidding will be conducted through the international competitive bidding procedures specified in the World Bank’s Guidelines-Procurement under IBRD Loans and IDA Credits, and are open to all bidders from Eligible Source Countries as defined in the Guidelines.

4.         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 N 10,000:00 (Ten thousand  naira  only).The method of payment will be certified cheque/bank draft in favor of Bauchi State Malaria Control Booster Project, or in cash.

The document shall be collected by bidder’s representative.

5.         Interested eligible bidders may obtain further information from Bauchi State Malaria Control Booster Project and inspect the bidding documents at the address given below from 9.00am  to 4.00pm, Monday to Thursday and 9.00am to 1.00pm on Friday, except on public holidays.

6.         Bids must be delivered to the address below at or before 11.00am 7th June,2010 Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of bidder’s representatives, who choose to attend at the address below at 11:00am  7th June, 2010 All bids must be accompanied by a bid security as mentioned above, in a freely convertible currency.

7.         The address referred to above is:

Conference Room,

Bauchi State Malaria Control Booster Project

BACATM A Office Complex,

No 4 Yandoka Road Bauchi.

Nigeria

Tel: +2348058522243

Email : aubabuga@yahoo.com

Signed.

The Project Manager

Procurement of items at Bauchi State Malaria Control Booster Projects

Invitation for Bids (IFB)

BAUCHI STATE GOVERNMENT

MALARIA CONTROL BOOSTER PROJECT

CREDIT No. 4250-UNI

PROCUREMENT OF VEHICLES

IFB. No. BA/MCBP/G/NCB/004/2010

1.         The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Malaria Control Booster Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of Vehicles/No: BA/MCBP/G/NCB/004/2010.

2.         The Bauchi State Malaria Control Booster Projects now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

Lot No. Item No. Description of Items Qty. Delivery Period
1 1 4WD MOBILE CINEMA VANS 2 60 Days

3.         Bidding will be conducted through the National Competitive Bidding (NCB) a procedure specified in the World Bank’s Guideline Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

4.         Interested eligible bidders may obtain further information from Bauchi State Malaria Control Booster Project, at the address below and inspect the Bidding Documents from 10:00am to 4:00pm Mondays to Thursdays, except on public holidays.

5.   Qualifications requirements include:

Evidence of previous supply (sale) of similar Equipment proposed for the last 5 years.

Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.

A margin of preference for eligible national contractors shall not apply, Additional details are provided in the Bidding Documents.

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 N 10,000.00 (Ten Thousand Naira) only. The method of payment will be Cash or Bank Draft in Favour of Bauchi State Malaria Control Booster Project. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

7.         Bids must be delivered to the address below at or before 11.00am on or before  June, 2010.But shall not exceed 30 days. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 11:00 am on 7th June, 2010. All bids must be accompanied by a Bid Security of at least 2% of bid price or an equivalent amount in a freely convertible currency.

8.   The address referred to above is:

Attn: UmarBabuga Abubakar

Project Manager,

Bauchi State Malaria Control Booster Project BACATMA,

No. 4 Yandoka Road,

Bauchi, Bauchi State.

E-mail: aubabuga@yahoo.com

Signed:

Project Manager.

Procurement of Vehicles at BSMCBP

Invitation for Bid& (IFB)

BAUCHI STATE GOVERNMENT

MALARIA CONTROL BOOSTER PROJECT

CREDIT No. 4250-UNI

PROCUREMENT OF VEHICLES

IFB. No. BSMCBP/G/NCB/AF/002/2010

1.         The Government of the Federal Republic of Nigeria has received credit  from the International Development Association toward the cost of Malaria Control Booster Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of Vehicles/ No: BA/MCBP/G/NCB/AF/002/2010

2.         The Bauchi State Malaria Control Booster Project now invites sealed

bids from eligible and qualified bidders for the Procurement of the

following:

Lot No. Item No. Description of Items Qty. Delivery Period
1 1 4WD SUV VEHICLE 2 60 Days

3.         Bidding will be conducted through the National Competitive Bidding (NCB), a procedure 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.

4.         Interested eligible bidders may obtain further information from Bauchi State Malaria Control Booster Project, at the address below and inspect the Bidding Documents from l0:00am to 4:00pm Mondays to Thursdays, except on public holidays.

5.         Qualifications requirements include:

Evidence of previous supply (sale) of similar Equipment proposed for the last 5 years.

Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.

A margin of preference for eligible national contractors shall not apply, Additional details are provided in the Bidding Documents.

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. The method of payment will be Cash or Bank Draft  in Favour of Bauchi State Malaria Control Booster Project.  The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

7.         Bids must be delivered to the address below at or before 11.00 AM on 7th June, 2010 .But shall not exceed 30 days. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 11:00 AM on 7th June, 2010. All bids must be accompanied by a Bid Security of at least 2% of bid price or an equivalent amount in a freely convertible currency.

8.   The address referred to above is:

Attn: Umar Babuga Abubakar

Project Manager,

Bauchi State Malaria Control Booster Project

BACATMA,

No. 4 Yandoka Road,

Bauchi, Bauchi State.

E-mail: aubabuga@yahoo.com

Signed

Project Manager

Projects Execution at Nigerian Accounting standards Board

NIGERIAN ACCOUNTING STANDARDS BOARD

2010 INVITATION FOR PRE-QUALIFICATION FOR TENDER

The Nigerian Accounting standards Board wishes to pre-qualify competent contractors and other services providers who wish to tender for jobs in the various areas specified below and accordingly invites interested parties who are competent, experienced and reputable to apply.

These services are required in the  Board’s offices in Lagos and Abuja. Nigerian Accounting Standards Board invites experienced , competent and reputable contractors or service providers who are interested and offering services  in the  areas to apply for prequalification as  required below:

Areas of services required

NASB/CAP/BJEBE/001/2010

SUPPLY OF BOOKS, JOURNALS, E-BOOKS, E-JOURNALS

Lot 1:  Books and Journals

Lot 2:  E-Books and E-Journals

NASB/CAP/DCSLIE/002/2010

SUPPLY OF DOCUMENT CONVERSION SOFTWARE AND LIBRARY/IT EQUIPMENT

Lot 1:  Document Conversion software, Upgrade of Electronic Database

Lot 2:  Supply of IT Equipment/Accessories such as Central Ups, External Hard Disk, Backup and Disaster Recovery Server, Switches , Router, Webcam , USB speaker, Computer Desktop, Laptop, Mobile Internet, Uninterrupted Power Supply (UPS), etc.

Lot 3:  Supply of Library Equipment such as Electronic Library Shelves, Projector, Scanner, Photocopiers, Video Camera etc

Lot 4:  Supply of IT furniture and fixtures such as standing shelves, Racks, computer chairs, computer Tables etc.

Lot 5:  Supply and installation of video conferencing Equipment

NASB/CAP/OFE/003/2010

RENOVATION WORKS, SUPPLY OF OFFICE FURNITURE AND EQUIPMENT FOR AUDIT QUALITY ASSURANCE AND SME FIELD TEST CENTRE

Lot 1:  Construction/Renovation Works for Audit Quality Assurance and  SME Field Test Centre

Lot 2: Office Furniture  and Fixtures

Lot 3:  Office Equipment

NASB/CAP/EF/004/2010

SUPPLY OF EQUIPMENT AND FACILITIES FOR THE  ON SITE INSPECTION

Lot 1:  Upgrading and Renewal of Subscription of Audit command Language software

Lot 2:  Generating Set

Lot 3:  Vehicles

NASB/CAP/ELECF/005/2010

UPGRADE AND EXTENSION OF E-LIBRARY AND E-COMMERCE FACILITIES

Lot 1:  Upgrade and Extension of E-Library Facilities

Lot 2:  Integration of Online Payment to E-Commerce Solution

NASB/RC/CONS/006/2010

CONSULTANCY

Consultancy of professional fields such as Training/Workshops, Review of Financial Statements, Audit Quality Assurance, financial data integrity etc.

PRE-QUALIFICATION REQUIREMENT

Prospective contractors shall be required to possess the following pre-qualification documents

(a)       Valid Certificate of Registration/Incorporation

(b)       Current Tax Clearance Certificate for the last (3) years, valid up to December 31st 2009

(c)        Value Added Tax Registration Certificate

(d)       Company’s Resume including details of key staff strength to be deployed for execution of the  contract

(e)       Detail of equipment and plants, including Machineries owned or be hired

(f)        Name and Address of Banker(s) including  letter of Reference/Guarantee from the Bank

(g)       Evidence of Involvement and Experience in similar Contract Sums and Showing Evidence of Award and  Timely completion

(h)       Manufacturers Authorization

(i)         Professional Affiliation

SUBMISSION OF PRE-QUALIFICATION DOCUMENT

Prequalification document should be enclosed in a sealed envelop marked “2010 Prequalification and must be returned to:

Executive Secretary/Chief Executive

Nigerian Accounting Standards Board, Elephant Cement House

(3rd Floor)  Assbifi Road, Alausa, P.O. Box 10968, Ikeja Lagos not later than 18th May , 2010.

(a)       Late submission will be rejected

(b)       This advertisement for pre-qualification to “Tender” shall not be construed to be a commitment on the part of Nigerian Accounting Standards Board nor shall it entitle the submitting tenderer to make any claims whatsoever and/or seek any indemnity from the Nigerian Standards Board by virtue of such tenderer having responded to this advertisement.

(c)        Prequalification bid should be very clear about the bidder’s area of proven competence and interest

(d)       Subsequent to this prequalification exercise tender for contracts and jobs will be accepted only from prequalified  contractors and the  Nigerian Accounting Standards Board shall not enter into any correspondence with unsuccessful applicants.

Signed

Management

supply, installation and Training on Digital Court Recorders at Cross River State

FEDERAL REPUBLIC  OF NIGERIA

CROSS RIVER STATE GOVERNANCE AND CAPACITY BUILDING PROJECT

INVITATION FOR BIDS  FOR

SUPPLY , INSTALLATION AND TRAINING ON DIGITAL COURT RECORDERS FOR  THE JUDICIARY MODEL COURT COMPLEX, CALABAR, CROSS RIVER STATE

Credit No. 4084-UNI

IFB No. CRSGCBP/NCB/GOODS /OI/IO

Issuance date: 4th May, 2010

1.         This invitation for Bids follows the General Procurement Notice for this Project that appeared in the Development Gateway Market Web Site and appeared in Development Business on August 22nd 2007.

2.         The Federal Government of Nigeria has received a credit from the international Development Association (IDA) towards the cost of implanting a state Governance and capacity Building Project, and intends to apply part of the proceeds of this credit to payments under the contract for the supply, installation and Training on Digital Court Recorders for the Judiciary Model Court Complex , Calabar, Cross River State. IFB No.CRSGCBP/NCB/GOODS/0I/10.

3.         The Cross River State Governance and capacity Building Project now invites sealed bids from eligible and qualified bidders for the supply, Installation and Training on Digital Court Recorders for the judiciary Model court complex, Calabar , Cross River State S/No as follows:

S/No Lot No. Item Description Quantity Delivery period Bid

Validity

Bid Security Delivery Location
1 Lot 1a. Digital Court Recorders 10 Nos 60 days 90 days Not less than 3% of the Bid price Judiciary Headquarters and the Judiciary Model Court complex, Moore Road Calabar, Cross River State.
2 Lot 1b Installation and Configuration of the Digital Court Recorders 10 Nos
3 Lot 1c Training of Judicial staff on the Digital Court Recorders For the Lot

Note: All items (1-3) are under one lot. Bidders quoting for incomplete lot will have their bids declared non-responsive

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  are open to all bidders  from eligible source countries as defined in the Guidelines , May 2004, and revised October 1st ,  2006”.

5.         Interested eligible bidders may obtain further information from the state project coordinator, Cross River State Governance and capacity Building project office, and inspect the Bidding documents at the address given below, from 8.30am -4.30pm Monday to Friday, except on public holidays

6.         Qualification requirement include

Financial Capability

The Bidder shall furnish documentary evidence that it meets the following financial requirement(s)

i)          External Audit Report of the  Bidder for the last three (3) years

ii)         Banker’s declaration that the Bidder has the Financial Capacity or a line of credit to execute a contract of the  same magnitude (as contained in the Schedule of Requirements) for supply of goods And/or

iii)        Manufacturer’s authorization for the goods to be supplied by the bidder

(b)       Experience and Technical Capacity

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement (s)

(i)         Previous experience in supply, installation and training of similar magnitude.

(a)       The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement

(ii)        Suitable for use by the Client

7.         A margin of preference for eligible national contractors shall not be applied.         Additional details are provided in the Bidding Document .

8.         A complete set of Bidding documents in English Language  may be  purchased by interested bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee of 10,000.00 or its equivalent in US Dollars or any freely convertible currency. The method of payment will be  by cash, certified cheque or bank draft. The Bidding  Documents will be collected by hand or sent by Courier services on request on payment of the  appropriate fee.

9.         Bids must be delivered to the address below on or before 3 June, 2010 at 12.00 noon. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders representative who choose to attend in person at the address below on 3rd June 2010 at 12:15pm. All bids must be accompanied by a Bid security of amount not less than 3% of the Bid Price

10.       The address referred to above  is:

The State Project Coordinator

Cross River State Governance and capacity Building Project,

Department of Establishment Building

New Secretariat Complex

Calabar, Cross River State

Nigeria.

crsgcbp@yahoo.com