Background Image

MERCY CORPS-

INVITATION TO TENDER FOR SUPPLY OF SCHOOL BUILDING MATERIALS IN TILAS, BILINGWI COMMUNITY. HAWUL LGA

SUPPLY OF SCHOOL BUILDING MATERIALS IN TILAS, BILINGWI COMMUNITY. HAWUL LGA
TENDER NUMBER: NIG/MDG/TEN28
CATEGORY: SERVICES
LOCATION: MAIDUGURI
PUBLISHED ON: 2020-12-15
CLOSING DATE: 2021-01-08

Brief Summary:
Mercy Corps, an International Non-Governmental Humanitarian Organization is pleased to invite companies/contractors to submit proposal for the upgrading of boreholes to solar systems Damboa, Dikwa, Gwoza & Ngala LGAs, Borno State – Nigeria. MERCY CORPS chooses to hold competitive proposals for selection of companies/contractors which will implement our requirements. We believe that a competitive proposal is the only way to fairly select the best company for the job while ensuring good prices and preventing corruption.

You need to login to view the rest of the content. Please . Not a Member? Join Us

OXFAM-

INVITATION TO TENDER FOR SUPPLY OF SURFACE WATER PUMPS/FARMING TO OXFAM TARABA

OXFAM
INVITATION TO TENDER
PROCUREMENT REFERENCE: TD 20/ 007/ABV-NG
TENDER TITLE 1: SUPPLY OF SURFACE WATER PUMPS/FARMING TO OXFAM TARABA
TENDER TITLE 2: 6.5 HORSE POWER 3 INCH PUMPING MACHINE, PIPES, SUCTION, ROLLS OF 1/2 HOSE PIPE AND TRANSPORTATION TO WARDS/COMMUNITIES FOR DRY SEASON FARMING FOR OXFAM LINE PROJECT BAUCHI.

Dear Sir/Ma,

Oxfam is a registered International Non-Governmental Organization that focuses its activities on providing a comprehensive response to poverty, working cohesively in the four areas that constitute its identity: development cooperation, humanitarian action, faire trade, social mobilization, campaigns and education for global citizenship.

You need to login to view the rest of the content. Please . Not a Member? Join Us

INSTITUTE OF HUMAN VIROLOGY, NIGERIA (IHVN)-

INVITATION TO BID FOR SUPPLY OF I.T. ITEMS UNDER USAID TB LON GRANT.

Background The INSTITUTE OF HUMAN VIROLOGY, NIGERIA (IHVN) was established in 2004 as a local organization to address the HIV/AIDS crisis in Nigeria through the development of infrastructure for treatment, care, prevention, and support for people living with and that affected by HIV/AIDS but has now expanded its services to other infectious diseases of TB and malaria, including cancers.  IHVN is structured to develop and maintain linkages with local and international organizations in collaborative ways that support the Government of Nigeria’s health sector strategic plans. IHVN key technical and funding partners are the Centers for Disease Control and Prevention (CDC) and the Global Fund to Fight AIDS, Tuberculosis and Malaria.
BID Title: SUPPLY OF I.T. ITEMS UNDER USAID TB LON GRANT.
Scope of Bid Bidders are invited to submit a Bid for the goods and/or services specified above: Schedule of Requirements, in accordance with this bid.
Interpretation of the Bid This RFB is an invitation to treat and shall not be construed as an offer capable of being accepted or as creating any contractual, other legal or restitutionary rights.This RFB is conducted in accordance with the applicable provisions of IHVN Procurement Manual (latest version of which can be accessed at: www.ihvnigeria.org and other relevant Organizational Directives and Administrative Instructions that are referred to in the Procurement Manual.
Language The Bid, as well as all correspondence and documents relating to the Bid shall be written in the English language, unless specified otherwise in the bid advert. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages into the English language, in which case, for purposes of interpretation of the Bid, such translation shall govern.The Bidder shall bear all costs of translation to the governing language and all risks of the accuracy of such translation.
Bid Eligibility Bidders may be a private, public or government-owned legal entity or any association with legal capacity to enter into a binding Contract with IHVN. A Bidder, and all parties constituting the bidder, may have the nationality of any country with the exception of the nationalities, if any, listed in United State Government Debarment List. A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of that country.A Bidder shall not have a conflict of interest. A bidder shall be considered to have a conflict of interest if:A Bidder has a close business or family relationship with a IHVN personnel who: (i) are directly or indirectly involved in the preparation of the bidding documents or specifications of the contract, and/or the bid evaluation process of such contract; or (ii) would be involved in the implementation or supervision of such contract;A Bidder is associated, or has been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by IHVN to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods, services or works required in the present procurement process;A Bidder has an interest in other bidders, including when they have common ownership and/or management. Bidders shall not submit more than one bid, except for alternative offers, if permitted. This will result in the disqualification of all bids in which the Bidder is involved. This includes situations where a firm is the Bidder in one bid and a sub-contractor on another; however, this does not limit the inclusion of a firm as a sub-contractor in more than one bid.Bidders must disclose any actual or potential conflict of interest in the Bid Submission and they shall be deemed ineligible for this procurement process unless such conflict of interest is resolved in a manner acceptable to IHVN. Failure to disclose any actual or potential conflict of interest may lead to the Bidder being sanctioned.A Bidder shall not be eligible to submit a quotation if and when at the time of quotation submission, the Bidder:Is included in any other Ineligibility List from a IHVN partner and if so listed in United State Government Debarment List.Is currently suspended from doing business with IHVN and removed from its vendor database(s), for reasons other than engaging in proscribed practices as defined in the IHVN Procurement Policy.
 Clarification of the Bid Bidders may request clarification in relation to the RFB by submitting a written request to the contact stated in the Bid advert, until the time stated as deadline on the RFB. Explanations or interpretations provided by personnel other than the named contact person will not be considered binding or official.
Bid Currency The bid shall be made in Naira. If applicable, for comparison and evaluation purposes, IHVN will convert the quotations into USD at the official IHVN rate of exchange in force at the time of the deadline for Bid Submission. IHVN reserves the right not to reject any bid submitted in a currency other than the mandatory bidding currency. IHVN may accept bid submitted in another currency than stated above if the Bidder confirms during clarification of quotations in writing that it will accept a Contract issued in the mandatory bid currency and that for conversion the official IHVN operational rate of exchange of the day of RFB deadline as stated in Section I: RFB Particulars shall apply. Regardless of the currency of quotations received, the Contract will always be issued and subsequent payments will be made in the mandatory bidding currency above.Rates in bids shall be fixed. Bids with adjustable rates shall be disqualified.
Taxes Contract sum shall be subjected to deduction of 5% withholding tax
Payment Terms IHVN will ordinarily effect payment within 2 to 3 weeks after receipt of the goods/services and on submission of payment documentation.
Audit IHVN may conduct an audit of the contract awarded to determine its completeness, efficacy as well as the performance of the supplier which will be used as a basis for the engagement of the vendors for future procurements.
Requirements Ability to meet delivery targets within IHVN’s specified time period.
Bid Protest Any Bidder that believes to have been unjustly treated in connection with this RFB process or any Contract that may be awarded as a result of such RFB process may submit a complaint to IHVN Management through postal service using the address provided on IHVN website www.ihvnigeria.org
Responsiveness of Bid IHVN’s determination of a Bid’s responsiveness will be based on the contents of the Bid itself. A substantially responsive Bid is one that conforms to all the terms, conditions, and specifications of the bid advert without material deviation, reservation, or omission.If a Bid is not substantially responsive, it shall be rejected by IHVN and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission.
Evaluation of Bid The evaluation team shall review and evaluate the Bids on the basis of their responsiveness to the Schedule of Requirements and Technical Specifications and other documentation provided, applying the procedure indicated in the bid advert. Absolutely no changes may be made by IHVN in the criteria after all Bids have been received. IHVN reserves the right to undertake a post-qualification exercise, aimed at determining, to its satisfaction the validity of the information provided by the Bidder. Such post-qualification shall be fully documented and, among those that may be listed in the bid advert, may include, but need not be limited to, all or any combination of the following : (a)Verification of accuracy, correctness and authenticity of the information provided by the bidder on the legal, technical and financial documents submitted; (b)Validation of extent of compliance to the IHVN requirements and evaluation criteria based on what has so far been found by the evaluation team; (c)Inquiry and reference checking with Government entities with jurisdiction on the bidder, or any other entity that may have done business with the bidder; (d)Inquiry and reference checking with other previous clients on the quality of performance on on-going or previous contracts completed; (e)Physical inspection of the bidder’s plant, factory, branches or other places where business transpires, with or without notice to the bidder; (f)Testing and sampling of completed goods similar to the requirements of IHVN, where available; and (g)Other means that IHVN may deem appropriate, at any stage within the selection process, prior to awarding the contract.
Qualification Criteria General Criteria: The Bidder shall possess the necessary professional and technical qualifications and competence, financial resources, production capability with equipment and other physical facilities, including after-sales service where appropriate, managerial capability, specific experience, reputation, and the personnel to perform the contract.To qualify for a multiple number of lots in a package for which Bids are invited in the Invitation for Bids, The Bidder shall demonstrate having resources and experience sufficient to meet the aggregate of the qualifying criteria for the individual lots Experience Criteria:a minimum number of years of overall experience in the supply of goods and related services;a minimum production capacity or availability of equipment; and in case of a Bidder offering to supply goods which the Bidder did not manufacture or otherwise produce, the Bidder has been duly authorized by the goods’ Manufacturer or producer to supply the goods.Financial Criteria:Evidence of satisfactory completion of supply of similar goods of value
Award Criteria Prior to expiration of the period of Bid validity, IHVN shall award the contract to the qualified and eligible Bidder that is found to be responsive to the requirements of the Schedule of Requirements and Technical Specification, and has offered the lowest price or the most reasonable price.
Bank Guarantee for Advanced Payment All contractor shall produce a banker’s guarantee or insurance bond prior to request for advance payment from the sum of N2.5m and above
Supplier Code of Conduct  IHVN is committed to working in partnership with our suppliers to realize the full value of our relationships and to positively contribute to our stakeholder communities and the environment. Therefore, the following conducts are expected from our suppliers: In keeping with our commitment to exercising appropriate standards of professionalism and ethical conduct in all business activities, IHVN will not tolerate bribery or corruption in any form, or any breach of its Anti-Bribery Policy.Suppliers are expected to maintain accurate records of their activities and performance that clearly demonstrate compliance with all applicable standards, regulations and IHVN requirements.Suppliers must disclose any personal relationships, economic interest or other ties to their business held by an employee or contractor with IHVN.Suppliers shall provide IHVN with high-quality products and services that meet all applicable quality and demonstrate that they have robust Standard Organization of Nigeria requirements in place. We expect suppliers to immediately report to IHVN of any concerns about product safety.Suppliers shall take appropriate measures to secure and protect all confidential information related to its relationship with IHVN and use it only for the purpose authorized under contractual agreement. This obligation shall remain in force regardless of the status of the business relationship.Suppliers to IHVN shall carry out operations with care for the environment and at a minimum will comply with all applicable environmental laws and regulations.Suppliers shall also comply with any additional category specific requirements regarding the goods or services provided to IHVN, for example our requirements in respect of specification.
 Instructions to Bidding/Requirements All bids must be in ink or type written; submission in pencil will not be accepted.All enquiries regarding the proposed application for the above should be addressed to the Deputy Director Procurement/HOD SCM of IHV-Nigeria.Bids must be properly sealed.Bidders not registered with IHVN must include company profile.Bidders not registered with IHVN must include copies of tax clearance certificates for the past three years.All bids must provide evidence of at least two similar Jobs made in the past for IHVN/other organizations etc.Bidders not registered with IHVN must provide proof of registration with the Corporate Affairs Commission (CAC).Bidders must show proof of DUNS certification or the bid will be disqualifiedBids should be submitted to the head office on or before the date below specified as deadline.Bids will be opened at the expiration of the bid advert.Any quote with percentage/calculation error will be disqualified at the tender meeting.All bidders must indicate their bid validity period.As time is of the essence, delivery of goods shall be within 6 to 8 weeks from the date of receipt of L.P.O by contractor.
Note* Bids which must reach us within fifteen (15) working days from the date of this publication should have the title of the BID written on the “Top Left Hand Corner” of the envelope.Please find the Detailed Specifications/Quantities Required on Annex 1 below.
Funding Agency USAID/NIG. TB LON3 Grant
Bid Start Date/ Time 16/12/2020         8:00 am
Bid Deadline Date/ Time 08/01/2021         10:00 am
 Contact The Deputy Director Procurement/HOD SCM SCM DepartmentSupply Chain Management Department
Institute of Human Virology, Nigeria
Pent House, Maina Court
Plot 252, Herbert Macaulay Way
Central Business District
P.O. Box 9396, Garki, Abuja-NIGERIA
Tel: +234 (0) 9 4610342, 4610341, Fax: +234 Ext. 4025Email: bids@ihvnigeria.org

You need to login to view the rest of the content. Please . Not a Member? Join Us

INSTITUTE OF HUMAN VIROLOGY, NIGERIA (IHVN)-

INVITATION TO BID FOR SUPPLY OF LABORATORY ITEMS UNDER ACHIEVE GRANT.

Background The INSTITUTE OF HUMAN VIROLOGY, NIGERIA (IHVN) was established in 2004 as a local organization to address the HIV/AIDS crisis in Nigeria through the development of infrastructure for treatment, care, prevention, and support for people living with and that affected by HIV/AIDS but has now expanded its services to other infectious diseases of TB and malaria, including cancers.  IHVN is structured to develop and maintain linkages with local and international organizations in collaborative ways that support the Government of Nigeria’s health sector strategic plans. IHVN key technical and funding partners are the Centers for Disease Control and Prevention (CDC) and the Global Fund to Fight AIDS, Tuberculosis and Malaria.
BID Title: SUPPLY OF LABORATORY ITEMS UNDER ACHIEVE GRANT.
Scope of Bid Bidders are invited to submit a Bid for the goods and/or services specified above: Schedule of Requirements, in accordance with this bid.
Interpretation of the Bid This RFB is an invitation to treat and shall not be construed as an offer capable of being accepted or as creating any contractual, other legal or restitutionary rights.This RFB is conducted in accordance with the applicable provisions of IHVN Procurement Manual (latest version of which can be accessed at: www.ihvnigeria.org and other relevant Organizational Directives and Administrative Instructions that are referred to in the Procurement Manual.
Language The Bid, as well as all correspondence and documents relating to the Bid shall be written in the English language, unless specified otherwise in the bid advert. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages into the English language, in which case, for purposes of interpretation of the Bid, such translation shall govern.The Bidder shall bear all costs of translation to the governing language and all risks of the accuracy of such translation.
Bid Eligibility Bidders may be a private, public or government-owned legal entity or any association with legal capacity to enter into a binding Contract with IHVN. A Bidder, and all parties constituting the bidder, may have the nationality of any country with the exception of the nationalities, if any, listed in United State Government Debarment List. A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of that country.A Bidder shall not have a conflict of interest. A bidder shall be considered to have a conflict of interest if:A Bidder has a close business or family relationship with a IHVN personnel who: (i) are directly or indirectly involved in the preparation of the bidding documents or specifications of the contract, and/or the bid evaluation process of such contract; or (ii) would be involved in the implementation or supervision of such contract;A Bidder is associated, or has been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by IHVN to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods, services or works required in the present procurement process;A Bidder has an interest in other bidders, including when they have common ownership and/or management. Bidders shall not submit more than one bid, except for alternative offers, if permitted. This will result in the disqualification of all bids in which the Bidder is involved. This includes situations where a firm is the Bidder in one bid and a sub-contractor on another; however, this does not limit the inclusion of a firm as a sub-contractor in more than one bid.Bidders must disclose any actual or potential conflict of interest in the Bid Submission and they shall be deemed ineligible for this procurement process unless such conflict of interest is resolved in a manner acceptable to IHVN. Failure to disclose any actual or potential conflict of interest may lead to the Bidder being sanctioned.A Bidder shall not be eligible to submit a quotation if and when at the time of quotation submission, the Bidder:Is included in any other Ineligibility List from a IHVN partner and if so listed in United State Government Debarment List.Is currently suspended from doing business with IHVN and removed from its vendor database(s), for reasons other than engaging in proscribed practices as defined in the IHVN Procurement Policy.
 Clarification of the Bid Bidders may request clarification in relation to the RFB by submitting a written request to the contact stated in the Bid advert, until the time stated as deadline on the RFB. Explanations or interpretations provided by personnel other than the named contact person will not be considered binding or official.
Bid Currency The bid shall be made in Naira. If applicable, for comparison and evaluation purposes, IHVN will convert the quotations into USD at the official IHVN rate of exchange in force at the time of the deadline for Bid Submission. IHVN reserves the right not to reject any bid submitted in a currency other than the mandatory bidding currency. IHVN may accept bid submitted in another currency than stated above if the Bidder confirms during clarification of quotations in writing that it will accept a Contract issued in the mandatory bid currency and that for conversion the official IHVN operational rate of exchange of the day of RFB deadline as stated in Section I: RFB Particulars shall apply. Regardless of the currency of quotations received, the Contract will always be issued and subsequent payments will be made in the mandatory bidding currency above.Rates in bids shall be fixed. Bids with adjustable rates shall be disqualified.
Taxes Contract sum shall be subjected to deduction of 5% withholding tax
Payment Terms IHVN will ordinarily effect payment within 2 to 3 weeks after receipt of the goods/services and on submission of payment documentation.
Audit IHVN may conduct an audit of the contract awarded to determine its completeness, efficacy as well as the performance of the supplier which will be used as a basis for the engagement of the vendors for future procurements.
Requirements Ability to meet delivery targets within IHVN’s specified time period.
Bid Protest Any Bidder that believes to have been unjustly treated in connection with this RFB process or any Contract that may be awarded as a result of such RFB process may submit a complaint to IHVN Management through postal service using the address provided on IHVN website www.ihvnigeria.org
Responsiveness of Bid IHVN’s determination of a Bid’s responsiveness will be based on the contents of the Bid itself. A substantially responsive Bid is one that conforms to all the terms, conditions, and specifications of the bid advert without material deviation, reservation, or omission.If a Bid is not substantially responsive, it shall be rejected by IHVN and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission.
Evaluation of Bid The evaluation team shall review and evaluate the Bids on the basis of their responsiveness to the Schedule of Requirements and Technical Specifications and other documentation provided, applying the procedure indicated in the bid advert. Absolutely no changes may be made by IHVN in the criteria after all Bids have been received. IHVN reserves the right to undertake a post-qualification exercise, aimed at determining, to its satisfaction the validity of the information provided by the Bidder. Such post-qualification shall be fully documented and, among those that may be listed in the bid advert, may include, but need not be limited to, all or any combination of the following : (a)Verification of accuracy, correctness and authenticity of the information provided by the bidder on the legal, technical and financial documents submitted; (b)Validation of extent of compliance to the IHVN requirements and evaluation criteria based on what has so far been found by the evaluation team; (c)Inquiry and reference checking with Government entities with jurisdiction on the bidder, or any other entity that may have done business with the bidder; (d)Inquiry and reference checking with other previous clients on the quality of performance on on-going or previous contracts completed; (e)Physical inspection of the bidder’s plant, factory, branches or other places where business transpires, with or without notice to the bidder; (f)Testing and sampling of completed goods similar to the requirements of IHVN, where available; and (g)Other means that IHVN may deem appropriate, at any stage within the selection process, prior to awarding the contract.
Qualification Criteria General Criteria: The Bidder shall possess the necessary professional and technical qualifications and competence, financial resources, production capability with equipment and other physical facilities, including after-sales service where appropriate, managerial capability, specific experience, reputation, and the personnel to perform the contract.To qualify for a multiple number of lots in a package for which Bids are invited in the Invitation for Bids, The Bidder shall demonstrate having resources and experience sufficient to meet the aggregate of the qualifying criteria for the individual lots Experience Criteria:a minimum number of years of overall experience in the supply of goods and related services;a minimum production capacity or availability of equipment; and in case of a Bidder offering to supply goods which the Bidder did not manufacture or otherwise produce, the Bidder has been duly authorized by the goods’ Manufacturer or producer to supply the goods.Financial Criteria:Evidence of satisfactory completion of supply of similar goods of value
Award Criteria Prior to expiration of the period of Bid validity, IHVN shall award the contract to the qualified and eligible Bidder that is found to be responsive to the requirements of the Schedule of Requirements and Technical Specification, and has offered the lowest price or the most reasonable price.
Bank Guarantee for Advanced Payment All contractor shall produce a banker’s guarantee or insurance bond prior to request for advance payment from the sum of N2.5m and above
Supplier Code of Conduct  IHVN is committed to working in partnership with our suppliers to realize the full value of our relationships and to positively contribute to our stakeholder communities and the environment. Therefore, the following conducts are expected from our suppliers: In keeping with our commitment to exercising appropriate standards of professionalism and ethical conduct in all business activities, IHVN will not tolerate bribery or corruption in any form, or any breach of its Anti-Bribery Policy.Suppliers are expected to maintain accurate records of their activities and performance that clearly demonstrate compliance with all applicable standards, regulations and IHVN requirements.Suppliers must disclose any personal relationships, economic interest or other ties to their business held by an employee or contractor with IHVN.Suppliers shall provide IHVN with high-quality products and services that meet all applicable quality and demonstrate that they have robust Standard Organization of Nigeria requirements in place. We expect suppliers to immediately report to IHVN of any concerns about product safety.Suppliers shall take appropriate measures to secure and protect all confidential information related to its relationship with IHVN and use it only for the purpose authorized under contractual agreement. This obligation shall remain in force regardless of the status of the business relationship.Suppliers to IHVN shall carry out operations with care for the environment and at a minimum will comply with all applicable environmental laws and regulations.Suppliers shall also comply with any additional category specific requirements regarding the goods or services provided to IHVN, for example our requirements in respect of specification.
 Instructions to Bidding/Requirements All bids must be in ink or type written; submission in pencil will not be accepted.All enquiries regarding the proposed application for the above should be addressed to the Deputy Director Procurement/HOD SCM of IHV-Nigeria.Bids must be properly sealed.Bidders not registered with IHVN must include company profile.Bidders not registered with IHVN must include copies of tax clearance certificates for the past three years.All bids must provide evidence of at least two similar Jobs made in the past for IHVN/other organizations etc.The bidders must specialize in the supply of health commodities with proofBidders not registered with IHVN must provide proof of registration with the Corporate Affairs Commission (CAC).Bidders not registered with IHVN must show proof of DUNS certification or the bid will be disqualifiedBids should be submitted to the head office on or before the date below specified as deadline.Bids will be opened at the expiration of the bid advert.Bidders must attach a copy of the products catalogue of the bided items or get a sample ready for verification at the time of bid openingAll bidders must tender to the detail specification as these are sensitive commoditiesAny quote with percentage/calculation error will be disqualified at the tender meeting.All bidders must indicate their bid validity period.As time is of the essence, delivery of goods shall be within 6 to 8 weeks from the date of receipt of L.P.O by contractor.
Note* Bids which must reach us within fifteen (15) working days from the date of this publication should have the title of the BID written on the “Top Left Hand Corner” of the envelope.Please find the Detailed Specifications/Quantities Required on Annex 1 below.
Funding Agency ACHIEVE Grant
Bid Start Date/ Time 16/12/2020         8:00 am
Bid Deadline Date/ Time 08/01/2020         10:00 am
 Contact The Deputy Director Procurement/HOD SCM SCM DepartmentSupply Chain Management Department
Institute of Human Virology, Nigeria
Pent House, Maina Court
Plot 252, Herbert Macaulay Way
Central Business District
P.O. Box 9396, Garki, Abuja-NIGERIA
Tel: +234 (0) 9 4610342, 4610341, Fax: +234 Ext. 4025Email: bids@ihvnigeria.org

You need to login to view the rest of the content. Please . Not a Member? Join Us

DANISH REFUGEE COUNCIL-

INVITATION TO TENDER FOR SUPPLY OF PROVISION OF INTERNET SERVICES –NIGERIA

DANISH REFUGEE COUNCIL
ITB TENDER NOTICE
IBT Nr: ITB-31NGA2020
TENDER FOR SUPPLY OF PROVISION OF INTERNET SERVICES –NIGERIA

The Danish Refugee Council (DRC), with funding from various donors, invites all suppliers to participate in tendering for the supply of provision of internet services-Nigeria and installation.
Tender Issuing Date: 17/12/20
Tender Closure Date: 04/01/21, Time: 4:00pm
Tender Opening Date: 05/01/21, Time: 10:00am

Place and Address:
DRC office (due to Covid 19, Tender opening is not public)

You need to login to view the rest of the content. Please . Not a Member? Join Us

DANISH REFUGEE COUNCIL-

TENDER FOR SUPPLY OF OFFICE CONSUMABLE (CLEANING AND KITCHEN ITEMS AND REFRESHMENTS)

DANISH REFUGEE COUNCIL
ITB TENDER NOTICE
IBT Nr: ITB-010NGA20-OFFICE CONSUMABLE
TENDER FOR SUPPLY OF OFFICE CONSUMABLE (CLEANING AND KITCHEN ITEMS AND REFRESHMENTS)

The Danish Refugee Council (DRC), with funding from various donors, invites all suppliers to participate in tendering for the supply of Office Consumable (cleaning and kitchen items and refreshments).

Tender Issuing Date: 16/12/20
Tender Closure Date: 31/12/20, Time: 4:00pm
Tender Opening Date: 04/01/21, Time: 10:00am
Place and Address:
DRC office (due to Covid 19, Tender opening is not public)

The following invitation to bid (ITB) Tenders are being tendered through this notification during the above period:

Check DRC website at:  https://drc.ngo/about-us/who-we-are/tenders/

You need to login to view the rest of the content. Please . Not a Member? Join Us

JIGAWA STATE INTEGRATED RURAL DEVELOPMENT PROJECT-

GENERAL PROCUREMENT NOTICE FOR GOODS, WORKS, RELATED SERVICES AND CONSULTING SERVICES

ISALMIC DEVELOPMENT BANK (ISDB)
GENERAL PROCUREMENT NOTICE
COUNTRY: NIGERIA
NAME OF PROJECT: JIGAWA STATE INTEGRATED RURAL DEVELOPMENT PROJECT
SECTOR: RURAL DEVELOPMENT GENERAL PROCUREMENT NOTICE
MODE OF FINANCING: ISTISNA’A
FINANCING NO. NGA 0037

The Federal Republic of Nigeria has received financing in the amount of United State Dollar USD 32.48 million equivalent from the Islamic Development Bank toward the cost of the Jigawa State Integrated Rural Development project, and it intends to apply part of the proceed for payments for goods, works, related services and consulting services to be procured under this project. This project will be jointly financed by the Islamic Development Bank (IsDB) and Federal Republic of Nigeria. The project will include the following components:

Component 1: Irrigation Development Support ($14.31 million)
The activities to be funded include: (i) physical construction that comprises reconstruction (3.180ha) and extension of irrigation works (600ha) and (ii) institutional support for a more efficient and sustainable operation and maintenance of the infrastructure (support to water users association, 14 boreholes will be rehabilitated and 10 new boreholes will be built). The project will provide investment in the infrastructure and equipment for participative small-scale irrigation sub project emanating especially for women groups. Land in all identified irrigation schemes within the project zone belong to the Government. A land leasing arrangement is therefore proposed after reconstruction works and land development works are completed.

Component 2: Productivity Improvement and Value Chain Development Support ($5.85 million).
The activities to be funded include- (a) investments in infrastructure construction of 15 No Agricultural product markets, construction of access roads (100 km), storage/conservation infrastructure (54 storage infrastructure), construction of infrastructure for livestock activities (grazing reserves and 15 windmill watering points) and for smallholder-fisheries production (200 units); and (b) cost of advisory services- providing field extension services that are responsive to the production, processing and marketing needs of project’s beneficiaries.

Component 3; Micro-Enterprise Development Support Facility ($2.18 million).
The project will finance the rehabilitation of 27 skill acquisition centers and 4 Agricultural skill acquisition centres and will provide support to the training program implementation

Component 4: Micro-Finance Support Facility ($8.I7 million)
The project will finance: (a) agricultural inputs (seeds, fertilizers, pesticides and small agricultural equipment) supply to farmers through the Jigawa State Agricultural Supply Company (b) revolving micro-finance facility to support diversified income-generating Sub projects, and (c) technical assistance to participating Micro finance institutions. Women will constitute a minimum of 50% of borrowers and at least 75% of the Micro finance portfolio shall be in agricultural, agribusiness. livestock, fisheries sector etc.

Component 5: Capacity building ($0.8 million)
The project will transfer financial resources for the following activities: (i) to support and develop inclusive, self-reliant, self-managed and sustainable community development associations (ii) technical assistance, training and other institution-building support to line departments and local governments to be more responsive to the needs of the poor and to build a culture of transparency and accountability in the delivery of public services. The technical assistance will finance Consultant for Islamic Micro finance Programme design, development, staff training and launching in favour of MFBs. This covers (a) Drafting Standard financing contract with end users to be compatible with Sharia and application of Islamic Micro finance Services, including Zikat, Waqf based poverty reduction services (b) Preparation of Specific manual of procedure that adapts Islamic financing requirements (c) Upgrading Management Information and Accounting systems to comply with Islamic Micro finance products and Micro finance Strategic and operational Planning.

Component 6; Consultancy services ($1.59 million)
The project will recruit consulting firms to undertake the following consultancy service.
(i) The Detailed Engineering Design and Supervision of works under Istisna’a and loan financing, (ii) the monitoring and evaluation design and implementation, (iii) the midterm evaluation and (iv) the environmental monitoring.

Component 7: Project Management ($1.09 million)
This component will finance operating costs (excluding salaries) of project administration and coordination and other recurrent costs for the project implementation coordination function.
The Project Components will be procured in accordance with IsDB Procurement guidelines as follows: –

1.0 Civil Works
(i) The Surface Irrigation Reconstruction under the Project will be Procured through National Competitive Bidding NCR (3 lots)
(ii) The Feeder Roads under the Project will be procured through National Competitive Bidding NCB
(iii) The Construction of New Irrigation Schemes under the Project will be Procured through National Competitive Bidding NCB (3 Lots)
(iv) The Rehabilitation and Construction of new boreholes under the Project will be procured through National
Competitive Bidding NCB
(v) The Procurement of Skill Acquisition Centres under the Project will be procured under National Competitive Bidding NCB.
(vi) The Procurement of Markets, Storage facilities and Watering points will be procured through National Competitive Bidding NCB

2.0 Goods
(i) The Procurement of PCO Equipment and Furniture under the Project will he Procured under National Shopping NS
(ii) The Procurement of Pumps and Shallow tube wells under the Project will be procured under National Competitive Bidding NCB
(iii) The Procurement of Agrochemicals and Agricultural equipment under the Protect will be procured through National
Competitive Bidding NCB
(iv) The Procurement of Small holder Aquaculture Equipment and Demonstration Equipment under the Project will be procured through National Competitive Bidding NCB.

You need to login to view the rest of the content. Please . Not a Member? Join Us

ENUGU STATE COLLEGE OF EDUCATION (TECHNICAL) ENUGU-

INVITATION TO PRE-QUALIFICATION AND TENDER (TECHNICAL AND FINANCIAL) FOR YEARS2019-2020 (MERGED) TETFUND ANNUAL INTERVENTION 2020R/SX752

ENUGU STATE COLLEGE OF EDUCATION (TECHNICAL) ENUGU
INVITATION TO PRE-QUALIFICATION AND TENDER (TECHNICAL AND FINANCIAL) FOR YEARS2019-2020 (MERGED) TETFUND ANNUAL INTERVENTION 2020R/SX752

1. BACKGROUND
a. The Enugu State College of Education (Technical) Enugu is a beneficiary of the Yean2019-2020 (Merged) Annual Intervention of Tertiary Education Trust Fund (TETFUND).
b. Accordingly, and in line with the provision of the public procurement Act 2007, the College hereby invites interested and reputable contractors/Suppliers with relevant experience and track record to submit Technical and Financial bids for the project below

2. SCOPE WORKS/SUPPLY

LOT DESCRIPTION
1 Construction of Science Laboratory Building Comprising one suspended floor.
2 Construction of Science Laboratory Building Comprising one suspended floor.
3 Procurement, Installation , Testing and commissioning of Furniture and fittings for the Science Laboratory, Classroom and Offices

3. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) for the above project from the office of the Director of Works, Enugu State College of Education (Technical), Enugu State, from 8:00am to 4:00pm each day, Monday to Friday upon presentation of evidence of payment (receipt) issued by the Bursary Department of a non-refundable fee of ten thousand naira (N10, 000) only.

4. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each of the desired; two (2) hard copies each of the Technical and financial bids with soft copy of financial bid only in MS Excel format, packed separately in sealed envelopes clearly marked as “Technical bid” or “Financial bid”. Therefore put the two sealed envelopes together in a bigger sealed envelope address to: The Registrar, Enugu State College of Education (Technical), Enugu State and clearly marked year 2019-2010 (Merged) Tetfund Annual Intervention with lot number and lot description. Furthermore, the reverse of each envelope should have the name and address of the bidder and dropped in the designated Tender box at the office of the Registrar, not later than 12noon on Tuesday, 26th January, 2021.

You need to login to view the rest of the content. Please . Not a Member? Join Us

ENUGU STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY (ESUT)-

INVITATION TO PRE-QUALIFICATION AND TENDER (TECHNICAL AND FINANCIAL) FOR YEAR 2016-2019 (MERGED) TETFUND ANNUAL INTERVENTION IN LIBRARY DEVELOPMENT

ENUGU STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY (ESUT)
P.M.B, 01660, AGBANI, ENUGU STATE, NIGERIA
INVITATION TO PRE-QUALIFICATION AND TENDER (TECHNICAL AND FINANCIAL) FOR YEAR 2016-2019 (MERGED) TETFUND ANNUAL INTERVENTION IN LIBRARY DEVELOPMENT

1.0 BACKGROUND
1.1 The Enugu State University of Science and Technology (ESUT), Agbani, Enugu State is a beneficiary of the Year 2016-2019 (Merged) Tertiary Education Trust Fund Annual Intervention in Library Development
1.2 Accordingly, and in line with the provisions of the Public Procurement Act 2007, the University hereby invites interested and reputable Contractors with relevant experience and track record to submit Technical and Financial Bids for the project listed below:

2.0 SCOPE OF WORKS/SUPPLY

LOT DESCRIPTION
1 Procurement of various titles of books reference and journals
2 Procurement of various titles books reference and journals
3 Procurement of various equipment

You need to login to view the rest of the content. Please . Not a Member? Join Us

KANO STATE WATER BOARD-

REQUEST FOR EXPRESSIONS OF INTEREST FOR CONSULTANCY WORKS

FEDERAL REPUBLIC OF NIGERIA
KANO STATE GOVERNMENT
3RD NATIONAL URBAN WATER SECTOR REFORM PROJECT IN KANO STATE
INSTITUTIONAL TECHNICAL ASSISTANCE
PROCUREMENT NO: 2020-03/KNSWB/AFD-CNG1054/CS/ITA
REQUEST FOR EXPRESSIONS OF INTEREST

The Kano State Government has received financing from the Agence Frangaise de Developpement (“AFD”) to support the implementation of the 3rd National Urban Water Sector Reform Project in Kano State with the overarching objectives to improve access and quality of water service in Kano State Water Board’s areas of operation, improve the financial viability of Kano State Water Board (KnSWB), and enhance the governance framework of the water sector in the state.

The project will improve the water supply infrastructure, governance and operation and maintenance capabilities of KnSWB to provide improved water supply service to the Greater Kano area. The project Implementing Agency, KnSWB, on behalf of the Kano State Government, intends to use part of the funds thereof for payments for the following services under the contract for: Institutional Technical Assistance (ITA).
KnSWB now wishes to hire an experienced and qualified Consultant to provide the ITA Services. The objective of the ITA services is to provide technical assistance (TA) to the Kano State Ministry of Water Resources (MWR) and KnSWB to enhance water sector governance in the State through the implementation of provisions of the Kano State Water and Sanitation Sector Reform Law, passed in August 2019.

The scope of work of the ITA Consultant will include but is not limited to the following:
(1.0) Provide assistance to the MWR to establish a Change Management Office (CMO) in the MWR whose mandate shall be to coordinate and drive forward the changes/reforms in the state water sector in accordance with the new water law. This shall include but not be limited to developing a job profile for the Change Manager, and a roadmap and operational guidelines for the CMO to guide the implementation and operationalization of the new law and the overall change management programme, as well as providing support and capacity building for the implementation.
(2.0) Provide assistance to KnSWB to implement a new water tariff based on a tariff study and proposed new tariff structure recently prepared by other Consultants for which the KnSWB is currently seeking approval from the State Government.
(3.0) Develop a Performance-Based Contract between Kano State Government (KSG) and KnSWB for the provision of water supply services in the Greater Kano area, that includes metrics, targets and monitoring systems to enable measuring the performance under the contract in key performance areas, and provide implementation support for the actualization of the performance contract between the parties.
(4.0) Provide assistance for the corporatization of KnSWB in line with the provisions of the new Kano State Water Law, to transition from Kano State Water Board to Kano State Water Corporation (KANSWAC) with a focus only on urban water supply in the Greater Kano area, including working closely with KnSWB and MWR to develop a roadmap for a smooth transition, establishment of a Board of Directors and appointment of Board Members, re-deployment of staff to other new water sector entities in the state, developing a new more efficient organizational structure, and ensuring that Directors, management and staff understand their new roles and responsibilities through training and sensitization programs.
(5.0) Provide assistance for the establishment of Kano State Small Towns Water Supply and Sanitation Agency (KASSTOWA) and Kano State Water Regulatory Commission (KSWRC), including a roadmap for a smooth transition, establishment of the Board of Directors and appointment of Board Members, development of organizational structures, and ensuring that Directors, management and staff understand their new roles and responsibilities through training and sensitization programs.
(6.0) Assist the MWR to set up the required organizational structure and various departments and committees within the MWR to fulfill their new mandate in accordance with the new water law, that includes a new focus on data collection and information management systems, monitoring and evaluation, sector wide planning and coordination, development of technical standards, policy and legislation, private sector participation and consumer orientation. The ITA Consultant shall provide implementation support, capacity building and training to ensure that personnel of the MWR understand and are capable of executing their new mandate and the associated roles and responsibilities.
(7.0) Provide sector-wide advice, change management, capacity building, training and implementation support services as required within the timeframe of the consulting services to assist with and ensure successful implementation of all necessary reforms in accordance with the new water laws.
(8.0) Develop M&E systems to monitor and evaluate the implementation of the sector reforms.

The ITA Consultant must be a firm with at least ten (10) years of relevant and diversified professional experience in carrying out institutional reform and institutional restructuring of large government organizations. This shall include experience providing similar Institutional Technical Assistance services for major internationally funded sector reform projects in developing countries, preferably in Sub-Saharan Africa and in the water sector or public utility sector. Also, the firm should be familiar with AFD procurement guidelines and those of other major Development Finance Institutions (DFIs), preferably those of the World Bank, and with FIDIC Conditions of Contract.

The firm should have clear knowledge and understanding of best practices and international benchmarking standards in the water or utility industry and should possess internationally accepted quality assurance procedures and certifications, for example ISO or equivalent.

The Institutional Technical Assistance (ITA) assignment will be a time-based contract to a budget ceiling, based on Quality and Cost Based (QCBS) selection in accordance with AFD Procurement Guidelines.
The indicative Implementation period shall be approximately 36 months commencing in Q12021.

A rough estimate of Key Experts’ time-input is: 80 person-months

Kano State Water Board hereby invites Applicants to express their interest in delivering the Services described above.

This Request for Expressions of Interest (REoI) is open to: Firms or Joint Venture of Firms.
Eligibility criteria for AFD financed projects are specified in sub-clause 1.3 of the “Procurement Guidelines for AFD-Financed Contracts in Foreign Countries”, available online on AFD’s website: http://www.afd.fr.

The Applicants shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or participates in more than one application, those applications shall be all rejected. However, the same Subconsultant may participate in several applications.
If the Applicant is a JV, the expression of interest shall include:
(i) a copy of the JV Agreement entered into by all members; or
(ii) a letter of intent to execute a JV Agreement, signed by all members.

In the absence of this document, the other members will be considered as Subconsultants.

Experiences and qualifications of Subconsultants are not taken into account in the evaluation of the applications. Interested Applicants must provide information evidencing that they are qualified and experienced to perform the Services. For that purpose, documented evidence of recent and similar services shall be submitted.

Determination of the similarity of the experiences will be based on:
(i) Value and size of contracts;
(ii) The nature of the Services: provision of similar Institutional Technical Assistance services on projects funded by international development agencies (AFD, World Bank, AfDB, etc.)
(iii) The technical area and expertise;
(iv) Experience of working in similar geographical regions;
(v) The location of the project: In similar geographical regions (Sub-Saharan Africa). If in Nigeria, specify the State, or if outside Nigeria specify client’s country and language of communication.

The firm/joint venture shall present 10 maximum completed or ongoing relevant similar assignments performed during the last 10 years only. There shall be at least 3 assignments for which the value of the institutional technical assistance services performed by the firm or a member of the JV, must be equivalent to at least USD $0.75 Million. For each similar assignment presented, the consultant shall provide a letter from the client with the name of the project, date(s) of execution, name(s) of lead and associate firms or JV partners, contract amount and financing sources.

The Client will also take into account for the evaluation of the applications the following items:
(i) Skills and availability of key experts, including in-house technical back-up experts;
(ii) Evidence showing the field of specialty of the firm (“Consultants profile”/brochures);
(iii) Evidence showing that the firm is a legal entity (certificate of registration);
(iv) Quality assurance procedures and certifications of the Applicant: ISO 9001 or equivalent.
The EOI recommended structure is the following:
(i) General introduction about the leading firm and its potential partners;
(ii) Justification of the JV: complementary capacities and key technical fields of the JV;
(iii) Registration and certification details of the firm or each member of the JV;
(iv) Financial capacity of the firm to take-on projects of a similar magnitude;
(v) List of relevant experiences and brief description of similar projects/assignments addressing the requirements described above;
(vi) The EoI must not exceed 100 pages for each Applicant (in character 10).

At this stage, CVs of experts do not need to be provided. In the final RFP to be shared with the shortlisted Applicants, it shall be noted that the involvement of national experts as Key Experts will be one of the criteria of technical evaluation of proposals.

Due to the security risk in the areas where the Services are to be performed, the evaluation of Expressions of Interest will verify that the applications meet the following criteria:

You need to login to view the rest of the content. Please . Not a Member? Join Us