Invitation to tender at Katsina State Agency for the Control of Aids (KATSACA) HIV/AIDS Programme Development Project II

Katsina State Agency for the Control of Aids (KATSACA) HIV/AIDS Programme Development Project II

Invitation to tender

 

A. PREAMBLE

The katsina State HIV/AIDS Programme Development Project II (World Bank Assisted) has earmarked part of its Credit fund for the execution of Civil Works for Lot I and 2 HCT and lot 1 and 2 PMTCT and Supply of Goods. Lot I and 2 HCT and lot 1 and 2 PMTCT. Consequently, the Agency wishes to invite reputable and competent interested companies to tender accordingly:

 

  1. 1.     LOT 1 HCT

Police Clinic, PHC Dankama, PHC Abukur, MCH Ajiwa, GH Jibia, HC Radda. GH Kurfi, MCH Shema. GH Batsari, HC Runka. MCH Tunas, MCH B/Kuka. MCH Suduje, MCH Katsayal, PHC Garki, HC Yardaje, HC Gojo-gojo.

 

  1. 2.     LOT2HCT

MCH Maidabino, HC Kafindangi. PHC Dudunni, PHC Duwan. HC Shibdawa, GH Musawa, PHC Kurfi, HC Yargoje, PHC Yankara, PHC Gamji, CHC Magaji Windo, CHC Dabai, CHC Dutsen Kura.

 

 

  1. 3.     LOT \ PMTCI

CHC Kaita, PHC Tsagero, PHC Dandagoro, MCH Magama, PHC Tsauri, HC Kuki, MCH Zakka, MCH Yandoma! HC Majigiri, PHC Kayawa, CHC Daura, MCH R/Tsamiya, PHC Babban Mutum, MCH Rogogo, MCH Kougolom, PHC Kuraye.

 

 

  1. 4.     LOT 2 PMTCT

CHC Yantumaki, MCH Kafin soli, CH Yashe, GH Mani PHC Sayaya, MCH Jikamshi, MCH Doro, PHC Dayi, GH Kankara, CHC Faskari, CHC Machika, PHC Mahuta, CHC Funtua, CHC Bakori, CHC Danja, PHC Sabuwar Kasa

 

B. Pre-Qualification Requirement

To qualify for consideration, interested companies are required to submit the documents listed here under, failure to submit any of the under-listed documents may lead to disqualification of the bid:

 

1.       Evidence of incorporation with Corporate Affairs Commission f CAC) of Nigeria

2.       Evidence of Tax payment for the three (3) consecutive years,

3.       Evidence of VAT registration & proof of past remittances

4.       Detailed Company profile and Technical experience/qualification of key personnel, including registered address, name, functional location, Telephone No’s, E-mail address, etc. The Bidder shall furnish documentary evidence to demonstrate   that   it   meets   the   following   experience requirement (s): during the past three (3) years the Bidder must have completed at least three (3) successful contracts as a contractor involving the delivery of similar equipment or item (Attach letters of Award and certificate of completion).

5.       Annual Turnover and Audited Statements of accounts for the past three (3) consecutive years. The Bidder shall furnish documentary evidence that it meets the following financial requirement (s): the average Annual Turnover within the last three (3) years not less than N5 million. In any case, the turnover must be the sum of required turnover for all Lots for which the Bidder is submitting the Bid.

6.       Evidence of Recommendation from Company’s Bankers indicating the financial capacity and capability to undertake the project, if awarded.

7.       Any other information that would be of advantage to the company

 

 

Note:

(i)                The past three (3) years shall be determined to have begun three (3) years prior to the publication date of the invitation for Bids and will not be altered in the case of a postponement of the deadline for bid submission.

(ii)             Successful shall mean that relevant contract terms have been to the satisfaction of the Client

 

The Bidder may bid for one or more lots. Evaluation of the bid will consider the rights specification and the price factors. Bidders are required to submit bids for the entire quantity within each lot and item(s). Incomplete or partial bids will not be considered. The evaluation of bids and contract award will be carried on “lot by lot” basis. Cross-discounts will not be accepted. Addition details are provided in the Bidding Documents.

 

(C)    Tender Documents

Tender documents are obtained at the address given below between 9am 4pm Nigeria time on working days, before closing date, upon payment of a non Refundable Tender Fee of N 15, 000.00 (Fifteen Thousand Naira only) for each lot in form of Bank Draft payable to Katsina State Agency for the Control of AIDS (KATSACA).

 

Interested eligible bidders may obtain further information from Procurement Unit of the Agency:

 

(D)    Submission of Documents

Completed Financial and Technical Tenders are to be submitted in two (2) separate envelops marked Financial Bid or Technical Bid respectively. Each of the envelopes is to contain 1 original and 2 duplicate of the Tenders respectively.

Both Envelops should be enclosed in a large envelop boldly marked Tender for (Specify LOT) at the topmost right hand comer with the Name, Address and Phone number of the Bidder boldly written at the back of the envelop. Tender Box provided at the address stated below.

 

(E)     Closing of Submissions

Submission of application closes on Thursday, 11th October, 2012 by 2:00pm while bid opening will take place same day same time at the Health Management information Centre (HM1S) Conference Hall.

 

(F)     Address for information and submission:

 

Project Manager,

Katsina state Agency for the control of AIDS

Attention; Procurement Officer,

Address: KATSACA office, General Hospital Katsina Premises.

PMB 2051,

Katsina State.

 

Subscribe / Share

tendersnigeria tagged this post with: , , , , Read 4546 articles by

Leave a Reply

Your email address will not be published. Required fields are marked *

Search for Tenders

Subscribe to Email Alerts