Jobs Career Advice Signup
X

Send this job to a friend

X

Did you notice an error or suspect this job is scam? Tell us.

  • Posted: Dec 16, 2022
    Deadline: Dec 20, 2022
    • @gmail.com
    • @yahoo.com
    • @outlook.com
  • Never pay for any CBT, test or assessment as part of any recruitment process. When in doubt, contact us

    Established in 2010 and incorporated in 2011, Grassroot Lifesavings Outreach (Lesgo) exist to partner with government and relevant agencies to promote and strengthen humanitarian law and a universal principle that seeks to honor the dignity of mankind with support and believe that Life is worth living and living well. We are an impartial, neutral, and ind...
    Read more about this company

     

    Request for Expression of Interest (EoI) LESGO/NG/AD/MPA/12/2022

    REQUEST FOR EXPRESSION OF INTEREST (EoI) LESGO/NG/AD/MPA/12/2022

    (MPA FOR SUPPLY OF GOODS AND SERVICES TO ADAMAWA STATE)

    The Purpose of this Request for Expression of Interest (EoI)

    It is the intent of this EoI to secure competitive proposals to select Supplier(s) for Grassroots Life Saving Outreach (LESGO) to supply list of goods to or at our office/warehouse in Yola and provision of services in the course of implementing the project tagged “Providing Emergency WASH and Health Assistance to the Flood Affected Vulnerable People in Six LGAs of Adamawa state. All qualified and interested Suppliers are invited to submit their EoI to:

    1.  Procure Delivery Kits

    3. Procure Essential Drugs

    4. T-shirts and Face caps

    5. Long Lasting Insecticidal Nets (LLIN)

    6. Hand Washing Soap Lux

    7. Sachets Aqua Tabs (Sachet contents of 10 Tabs, Pack contents 280 Tabs)

    8. Hygiene kits (Jerry can, Handwash kettle and buckets)

     The winning Bidder(s) will enter into a fixed price Master Purchase Agreement (MPA) with the purchaser. Bidders shall be domiciled in and shall comply with all Government Regulations to operate in Nigeria.  Bidders shall be regular taxpayers and shall furnish a copy of their operating license/certificate of registration valid for the fiscal year 2022. Bidders shall not be under a declaration of ineligibility for corrupt or fraudulent practices.

    1.Cost of Bidding

    The Bidder shall be responsible for all costs associated with the preparation and submission of its bid, and LESGO hereinafter referred to as “the Purchaser”, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

    2.The Bidding Documents

    The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents prepared for the selection of qualified suppliers. Failure to furnish all information required as per the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect will be at the Bidder’s risk and may result in bid rejection. Failure to provide all requested information or to comply with the specified formats may disqualify the Bidder from consideration. The submitted bid shall include the following information.

    The Bidding documents shall include the following documents:

    • Expression of Interest Letter – EoI
    • Price offering sheet
    • Registration certificate
    • Profile of the company
    • Bank Details
    • Three References
    • Any other important documents

    All submission regarding the bidding must be done on or before Friday 20th December 2022.

    3.Clarification of Bidding Documents

    A prospective Bidder requiring clarification of the Bidding Documents may notify the Purchaser in writing at procurement@lesgongo.org. The request for clarification must reach the purchaser not later than 17th November 2022. The Purchaser shall respond by e-mail providing clarification on the bid documents no later than 17th December 2022. Written copies of the Purchaser’s response (including an explanation of the query but without identifying the source of inquiry) shall be communicated to all prospective Bidders which express an intention to submit bids.

    4.Language of Bid

    The Bid and all related correspondence and documents exchanged between the Bidders and the Purchaser shall be written in English Language only.  Any printed literature furnished by the Bidder and written in another language shall be accompanied by a (English Language) translation of its pertinent passages, in which case, for purposes of interpretation of the bid, the (English Language) version shall prevail.

    1. Bid Prices.

    The Bidder shall clearly indicate the unit price of the goods it proposes to supply.  

    6.Bid Currencies

                                                 

    All financial rates and amounts entered in the Bid Form and Price Schedule and used in documents, correspondence, or operations pertaining to this tender shall be expressed in Nigeria Naira.

    7.Period of Validity of Bids

    Bids shall remain valid for 180 working days after the date of bid opening prescribed by the Purchaser.  A bid valid for a shorter period may be rejected by the Purchaser as non-responsive.

    In exceptional circumstances, the Purchaser may request the Bidders to extend the period of validity. The request and the responses thereto shall be made in writing by letter or e-mail. A bidder agreeing to the request will not be required nor permitted to modify his bid.

    8.Format and Signing

    The original bid shall be signed by the Bidder or by a person or persons authorized to bind the Bidder to the contract.  Financial proposal pages of the bid shall be initiated by the person or persons signing the bid and stamped with the Bidder’s company seal.

    9.Submission and Marking of Bids:

    Bidder shall submit all documents to LESGO via the organizational email here: procurement@lesgongo.org

    10.Modification and Withdrawal of Bids

    The Bidder may modify or withdraw its Bid after submission, provided that written notice of the modification, including substitution or withdrawal of the Bids, is received by the Purchaser prior to the deadline prescribed for submission of Bids. The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched. No Bid may be modified after the deadline for submission of bids.

    11.Preliminary Examination

    The Purchaser will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether bids are generally in order.

    12.Contacting the Purchaser

    No Bidder shall contact the Purchaser on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded, or the selected qualified supplier is announced.

    13.Notification of Award

    Prior to the expiration of the period of bid validity, the Purchaser shall notify the successful bidder in writing or where necessary by telephone that his or her bid has been accepted and, selected for Master Purchase Agreement for the specific goods and/or services.  At this stage LESGO may also choose to negotiate with the selected bidder to finalize the offer.

    14.Contract award and notification

    The Purchaser shall award the Contract to the notified successful Bidder(s) whose bid has been determined to be substantially responsive and has been determined to be the best evaluated bid considering price and performance factors, provided further that the Bidder is determined to be qualified to enter into a Master Purchase Agreement and perform its obligations satisfactorily.

    15.Warranty

    The Supplier shall warrant that the goods to be supplied are new, unused, of the most recent or current models (products) and meet the Purchaser’s specifications.

    The warranty shall remain valid for a period of time as may be specified by the supplier in the Bid and this warranty period shall be considered as one of the bid advantages, and shall in no case be less than that which is provided for by Nigeria Law if any.

    16.Inspection

    The Purchaser shall have the right to inspect the goods to confirm their conformity to the specification. The inspection will be conducted by assigned staff of the Purchaser or a reputed relevant consultant selected by the Purchaser.

    In the future business relation, should any inspected goods fail to conform to the specification, the Purchaser may reject them, and the Bidder shall replace the rejected goods without extension of time except at the Purchaser’s sole discretion.

    17.Price Schedules and Location

    Vendors interested in the provision of Goods/Services to LESGO, situated at 1A Hong Road, Karewa Extension, Jimeta/Yola, Adamawa state should NOTE that quoted Prices should include Transportation costs.

    Payment will be made through bank transfer on satisfactory completion of delivery of Goods by the Purchaser within two weeks of receipt of invoice in conjunction with a signed received certificate of delivery/completion.

    18.Disclaimer

    The Purchaser reserves the right to alter the dates of the timetable.

    The Purchaser does not bind itself to accept the lowest or any proposal.

     

    List of Essential Drugs to be procured

    S/N

    DRUG DESCRIPTIONS

    UNIT

    Quantity

    1

    ACT 1 (Artesunate Amodiaquine)

    pack

    800

    2

    ACT 2 (Artesunate Amodiaquine)

    pack

    180

    3

    ACT 3 (Artesunate Amodiaquine)

    pack

    800

    4

    ACT 4 (Artesunate Amodiaquine)

    pack

    1400

    5

    Artemether + Lumenfantrine 20/120mg x 24

    pack

    2800

    6

    Artemether + Lumenfantrine 20/120 x 18

    pack

    2800

    7

    Artemether + Lumenfantrine 20/120 x12

    pack

    1100

    8

    Artemether + Lumenfantrine 20/120mg x6

    pack

    1800

    9

    Artemether 40mg/2ml, inj. of 6vials

    pack

    900

    10

    Artemether 80mg/2ml, inj. of 6vials

    pack

    1800

    11

    Artesunate inj 60mg

    pack

    800

    12

    Artesunate inj 120mg

    pack

    1400

    13

    Paracetamol Inj

    pack

    800

    14

    Paracetamol 125mg/5ml, susp

    bottle

    2500

    15

    Paracetamol Tab

    x1000

    100

    16

    Cotrim Susp

    bottle

    1400

    17

    Cotrim 480mg Tab

    x100

    100

    18

    Ciprofloxacin Inf

    Vial

    800

    19

    Ciprofloxacin 500mg Tab

    x100

    100

    20

    Fesolate Tab

    x1000

    20

    21

    Folic Acid Tab

    x1000

    20

    22

    Ibuprofen 200mg Tab

    x1000

    20

    23

    Ibuprofen 400mg Tab

    x100

    30

    24

    Sulfadoxine Pyrimethamine tab

    x1000

    12

    25

    Amoxicillin, 125mg/5ml, syrup

    bottle

    3000

    26

    Amoxicillin 500mg + Clavulanic acid 125mg, tab of 14tabs

    Packs

    1100

    27

    Chlopheniramin maleate, 4mg, tab

    x1000

    40

    28

    SD Bioline Malaria Pf

    pack

    500

    29

    Loperamide 2mg Tab

    x100

    200

    30

    Kaolin syr

    bottle

    1600

    31

    Metronidazole inf

    Vial

    800

    32

    Metronidazole 200mg Tab

    x1000

    40

    33

    Metronidazole 400mg Tab

    x100

    40

    34

    Doxycycline 100mg Cap

    x100

    60

    35

    Tetracycline 250mg Cap

    x100

    100

    36

    Cotrim 480mg Tab

    x100

    60

    37

    Cotrim Susp 240mg/5ml

    Bottles

    800

    38

    Oral Rehydration Salt (ORS) Low, (100 boxe)

    Boxes

    40

    39

    Zinc Dispersible Tab

    x100

    160

    40

    Hyosine Butylbromide10mg, tab

    x100

    80

    41

    Hyoscine butylbromide, 20mg/ml, inj, 1ml amp

    pack

    100

    42

    Multivitamins, children, syrup

    bottle

    1600

    43

    5% Dextrose Saline

    20 Vials

    100

    44

    Normal Saline

    20 Vials

    100

    45

    Ringers lactate infusion

    20 Vials

    60

    46

    Dextrose Water (5%)

    20 Vials

    100

    46

    ORS low osm. 20.5g/L

    4 packs

    600

    47

    Ringers Lactate

    2 vials

    600

    48

    Scalp vein set

    1 pack

    600

    49

    I.v. cannula 24G +injection port and wings

    pc

    200

    50

    I.v. cannula 22G +injection port and wings

    pc

    200

    51

    I.v. cannula 20G +injection port and wings

    pc

    200

    52

    I.v. cannula 18G +injection port and wings

    pc

    200

    53

    Infusion giving set

    4pcs

    600

    54

    Naso-gastric tube Adult

    3pcs

    200

    55

    Naso-gastric tube Child

    3pcs

    300

    56

    Doxycycline 100mg Cap

    x10

    300

    57

    Tetracycline 250mg Cap

    x20

    600

    58

    TMP +SMX 120mg/5ml suspension

    2 bottles

    600

    59

    Water dispenser with tap large

    pc

    50

    60

    1L bottle

    Pcs

    300

    61

    Plastic cup 500ml `

    2pcs

    300

    62

    Teaspoons

    2 pcs

    300

    63

    Adhesive Plaster (10 x 5)cm

    1 pc

    300

    64

    Examination gloves latex  powder free, large

    pack

    600

    65

    CATHETER FOLEY CH14

    2 pcs

    200

    66

    CATHETER FOLEY CH16

    2 pcs

    200

    67

    CATHETER FOLEY CH20

    2 pcs

    200

    68

    Soap toilet

    2 pcs

    600

    69

    Safety Box

    pack

    600

    70

    Razor blade

    5 pcs

    600

    71

    Cotton wool 500g

    pack

    600

    72

    Needles. 21G

    20 pcs

    600

    73

    Syringe luer slip disp w/o ndl 2ml

    x10

    240

    74

    Syringe luer slip disp w/o ndl 5ml

    x10

    240

    75

    Syringe luer slip disp w/o ndl 10ml

    x10

    240

    76

    Cholera RDT Test Kits (25 pieces per pack)

    pack

    200

    77

    Calamine lotion 500ml

    Bottles

    20

    78

    Vitamin A 10,000 IU Softgel

    x100

    20

    79

    IBUPROFEN, 100mg/5ml, oral suspension

    Bottles

    1000

    80

    Tetracycline eye ointment 1% 5g Tube

    Tubes

    800

    81

    Amoxicillin + Clavulanic acid 625mg

    Pack

    800

    82

    Amoxicillin + Clavulanic acid 285mg Syr

    Bottles

    1000

    83

    Ceftriaxone 1g pdr/inj 1g Vial

    Vial

    2000

    84

    Loratadine 10mg Tab

    x100

    240

    85

    Loratadine Syr 5ml/5ml

    bottle

    800

    86

    Chlopheniramin maleate, 4mg, tab

    x1000

    20

    87

    Chlopheniramin maleate, 2mg/5ml Syr

    bottles

    600

    88

    Vitamin C 100mg Tab

    x1000

    60

    89

    Susp.Antacids, 100m

    Bottle

    600

    90

    Antacid tablet

    x1000

    50

    91

    Omeprazole 20mg Cap

    x140

    240

    92

    Clarithromycin 500mg Tab

    x10

    100

    93

    Metronidazole 400mg Tab

    x1000

    40

    94

    Rabeprazole 20mg Cap

    x10

    200

    95

    Omeprazole infusion

    Pack

    200

    96

    Vitamin C 100mg Tab

    x1000

    20

    97

    Amoxyl 500mg Cap

    x100

    120

    98

    Ciprofloxacin 500mg Tab

    x100

    100

    99

    Ceftriaxone 1g pdr/inj 1g Vial

    Vial

    160

    100

    Kidney Dish

    unit

    20

    101

    Face Mask

    pack

    80

    102

    Transportation/Logistics

    lumpsum

    1

     

     

    List of Delivery Kits to be procured

    S/N

    Description

    Unit

    Quantity per kit

    1

    Dettol Liquid 165ml

    pcs

    1

    2

    Bar of multipurppose soap, 100mg

    pcs

    1

    3

    Goya Olive Oil

    pcs

    1

    4

    polyethene plastic bags, 18X28CM

    pcs

    1

    5

    Clear plastic sheet (makintosh),100cm X 100cm

    pcs

    1

    6

    Plastic Apron

    pcs

    1

    7

    Disposable Razor blade, single -edge,

    pcs

    1

    8

    Umblical tape, 3mm X15cm (Cord Clamp)

    pcs

    3

    9

    Cotton wool 1 roll

    pcs

    1

    10

    Surgical Gloves, Medium, Single use

    pcs

    2

    11

    Tetracycline hydrochloride eye oitment 1%, tube, 5g

    pcs

    1

    12

    Misoprostol tabs 1 pack x 4

    pack

    1

    13

    7.1% Chlorhexidine digluconate,aquous solution or gel, delivering 4% chlorhexidine

    pcs

    1

    14

    Mucus extractor

    pcs

    1

    15

    Sanitary towels

    pcs

    2

    16

    Baby Blanklet

    pcs

    1

    17

    Baby sweater with hood

    pcs

    1

    18

    Johnson Baby bathing saop 100g

    pcs

    2

    19

    packing bag- (Ghana must go), Small size, to kit up the items

    pcs

    1

    20

    Transportation Cost

    lp

    1

     

     

    GRASSROOTS LIFE SAVING OUTREACH (LESGO)

                                                                   

    REQUEST FOR EXPRESSION OF INTEREST (EoI) LESGO/NG/AD/MPA/12/2022

    (MPA FOR SUPPLY OF GOODS AND SERVICES TO ADAMAWA STATE)

    Request for Expression of Interest (EoI) for Rehabilitation of Dysfunctional Hand Pump Boreholes

    It is the intent of this EoI to secure competitive proposals to select service providers for Grassroots Life Saving Outreach (LESGO) for the rehabilitation of dysfunctional handpump boreholes in the course of implementing the project tagged “Providing Emergency WASH and Health Assistance to the Flood Affected Vulnerable People in Six LGAs of Adamawa state. All qualified and interested Service providers are invited to submit their EoI to:

    REHABILITATE OF DYSFUNCTIONAL HAND PUMP BOREHOLES

    The winning Bidder(s) will enter into a fixed price Master Purchase Agreement (MPA) with the purchaser. Bidders shall be domiciled in and shall comply with all Government Regulations to operate in Nigeria.  Bidders shall be regular taxpayers and shall furnish a copy of their operating license/certificate of registration valid for the fiscal year 2022. Bidders shall not be under a declaration of ineligibility for corrupt or fraudulent practices.

    1.Cost of Bidding

    The Bidder shall be responsible for all costs associated with the preparation and submission of its bid, and LESGO hereinafter referred to as “the Purchaser”, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

    2.The Bidding Documents

    The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents prepared for the selection of qualified suppliers. Failure to furnish all information required as per the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect will be at the Bidder’s risk and may result in bid rejection. Failure to provide all requested information or to comply with the specified formats may disqualify the Bidder from consideration. The submitted bid shall include the following information.

    The Bidding documents shall include the following documents:

    • Expression of Interest Letter – EoI
    • Price offering sheet
    • Registration certificate
    • Profile of the company
    • Bank Details
    • Three References
    • Any other important documents

    All submission regarding the bidding must be done on or before Friday 20th December 2022.

    3.Clarification of Bidding Documents

    A prospective Bidder requiring clarification of the Bidding Documents may notify the Purchaser in writing at procurement@lesgongo.org. The request for clarification must reach the purchaser not later than 17th November 2022. The Purchaser shall respond by e-mail providing clarification on the bid documents no later than 17th December 2022. Written copies of the Purchaser’s response (including an explanation of the query but without identifying the source of inquiry) shall be communicated to all prospective Bidders which express an intention to submit bids.

    4.Language of Bid

    The Bid and all related correspondence and documents exchanged between the Bidders and the Purchaser shall be written in English Language only.  Any printed literature furnished by the Bidder and written in another language shall be accompanied by a (English Language) translation of its pertinent passages, in which case, for purposes of interpretation of the bid, the (English Language) version shall prevail.

    1. Bid Prices.

    The Bidder shall clearly indicate the unit price of the goods it proposes to supply.  

    6.Bid Currencies

                                                                

    All financial rates and amounts entered in the Bid Form and Price Schedule and used in documents, correspondence, or operations pertaining to this tender shall be expressed in Nigeria Naira.

    7.Period of Validity of Bids

    Bids shall remain valid for 180 working days after the date of bid opening prescribed by the Purchaser.  A bid valid for a shorter period may be rejected by the Purchaser as non-responsive.

    In exceptional circumstances, the Purchaser may request the Bidders to extend the period of validity. The request and the responses thereto shall be made in writing by letter or e-mail. A bidder agreeing to the request will not be required nor permitted to modify his bid.

    8.Format and Signing

    The original bid shall be signed by the Bidder or by a person or persons authorized to bind the Bidder to the contract.  Financial proposal pages of the bid shall be initiated by the person or persons signing the bid and stamped with the Bidder’s company seal.

    9.Submission and Marking of Bids:

    Bidder shall submit all documents to LESGO via the organizational email here: procurement@lesgongo.org

    10.Modification and Withdrawal of Bids

    The Bidder may modify or withdraw its Bid after submission, provided that written notice of the modification, including substitution or withdrawal of the Bids, is received by the Purchaser prior to the deadline prescribed for submission of Bids. The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched. No Bid may be modified after the deadline for submission of bids.

    11.Preliminary Examination

    The Purchaser will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether bids are generally in order.

    12.Contacting the Purchaser

    No Bidder shall contact the Purchaser on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded, or the selected qualified supplier is announced.

    13.Notification of Award

    Prior to the expiration of the period of bid validity, the Purchaser shall notify the successful bidder in writing or where necessary by telephone that his or her bid has been accepted and, selected for Master Purchase Agreement for the specific goods and/or services.  At this stage LESGO may also choose to negotiate with the selected bidder to finalize the offer.

    14.Contract award and notification

    The Purchaser shall award the Contract to the notified successful Bidder(s) whose bid has been determined to be substantially responsive and has been determined to be the best evaluated bid considering price and performance factors, provided further that the Bidder is determined to be qualified to enter into a Master Purchase Agreement and perform its obligations satisfactorily.

    15.Warranty

    The Supplier shall warrant that the goods to be supplied are new, unused, of the most recent or current models (products) and meet the Purchaser’s specifications.

    The warranty shall remain valid for a period of time as may be specified by the supplier in the Bid and this warranty period shall be considered as one of the bid advantages, and shall in no case be less than that which is provided for by Nigeria Law if any.

    16.Inspection

    The Purchaser shall have the right to inspect the goods to confirm their conformity to the specification. The inspection will be conducted by assigned staff of the Purchaser or a reputed relevant consultant selected by the Purchaser.

    In the future business relation, should any inspected goods fail to conform to the specification, the Purchaser may reject them, and the Bidder shall replace the rejected goods without extension of time except at the Purchaser’s sole discretion.

    17.Price Schedules and Location

    Vendors interested in the provision of Goods/Services to LESGO, situated at 1A Hong Road, Karewa Extension, Jimeta/Yola, Adamawa state should NOTE that quoted Prices should include Transportation costs.

    Payment will be made through bank transfer on satisfactory completion of delivery of Goods by the Purchaser within two weeks of receipt of invoice in conjunction with a signed received certificate of delivery/completion.

    18.Disclaimer

    The Purchaser reserves the right to alter the dates of the timetable.

    The Purchaser does not bind itself to accept the lowest or any proposal.

     

     

           GRASSROOTS LIFE SAVING OUTREACH (LESGO)

                                                                   

    REQUEST FOR EXPRESSION OF INTEREST (EoI) LESGO/NG/AD/MPA/12/2022

    (MPA FOR SUPPLY OF GOODS AND SERVICES TO ADAMAWA STATE)

    Request for Expression of Interest (EoI) for Conversion of Hand Pump Boreholes to Solar Powered pump boreholes

    It is the intent of this EoI to secure competitive proposals to select service providers for Grassroots Life Saving Outreach (LESGO) for the Conversion of Hand Pump boreholes to Solar Pump boreholes in the course of implementing the project tagged “Providing Emergency WASH and Health Assistance to the Flood Affected Vulnerable People in Six LGAs of Adamawa state. All qualified and interested Service providers are invited to submit their EoI to:

    CONVERT OF HAND PUMP BOREHOLES TO SOLAR POWERED

    The winning Bidder(s) will enter into a fixed price Master Purchase Agreement (MPA) with the purchaser. Bidders shall be domiciled in and shall comply with all Government Regulations to operate in Nigeria.  Bidders shall be regular taxpayers and shall furnish a copy of their operating license/certificate of registration valid for the fiscal year 2022. Bidders shall not be under a declaration of ineligibility for corrupt or fraudulent practices.

    1.Cost of Bidding

    The Bidder shall be responsible for all costs associated with the preparation and submission of its bid, and LESGO hereinafter referred to as “the Purchaser”, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

    2.The Bidding Documents

    The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents prepared for the selection of qualified suppliers. Failure to furnish all information required as per the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect will be at the Bidder’s risk and may result in bid rejection. Failure to provide all requested information or to comply with the specified formats may disqualify the Bidder from consideration. The submitted bid shall include the following information.

    The Bidding documents shall include the following documents:

    • Expression of Interest Letter – EoI
    • Price offering sheet
    • Registration certificate
    • Profile of the company
    • Bank Details
    • Three References
    • Any other important documents

    All submission regarding the bidding must be done on or before Friday 20th December 2022.

    3.Clarification of Bidding Documents

    A prospective Bidder requiring clarification of the Bidding Documents may notify the Purchaser in writing at procurement@lesgongo.org. The request for clarification must reach the purchaser not later than 17th November 2022. The Purchaser shall respond by e-mail providing clarification on the bid documents no later than 17th December 2022. Written copies of the Purchaser’s response (including an explanation of the query but without identifying the source of inquiry) shall be communicated to all prospective Bidders which express an intention to submit bids.

    4.Language of Bid

    The Bid and all related correspondence and documents exchanged between the Bidders and the Purchaser shall be written in English Language only.  Any printed literature furnished by the Bidder and written in another language shall be accompanied by a (English Language) translation of its pertinent passages, in which case, for purposes of interpretation of the bid, the (English Language) version shall prevail.

    1. Bid Prices.

    The Bidder shall clearly indicate the unit price of the goods it proposes to supply.  

    6.Bid Currencies

                                                                

    All financial rates and amounts entered in the Bid Form and Price Schedule and used in documents, correspondence, or operations pertaining to this tender shall be expressed in Nigeria Naira.

    7.Period of Validity of Bids

    Bids shall remain valid for 180 working days after the date of bid opening prescribed by the Purchaser.  A bid valid for a shorter period may be rejected by the Purchaser as non-responsive.

    In exceptional circumstances, the Purchaser may request the Bidders to extend the period of validity. The request and the responses thereto shall be made in writing by letter or e-mail. A bidder agreeing to the request will not be required nor permitted to modify his bid.

    8.Format and Signing

    The original bid shall be signed by the Bidder or by a person or persons authorized to bind the Bidder to the contract.  Financial proposal pages of the bid shall be initiated by the person or persons signing the bid and stamped with the Bidder’s company seal.

    9.Submission and Marking of Bids:

    Bidder shall submit all documents to LESGO via the organizational email here: procurement@lesgongo.org

    10.Modification and Withdrawal of Bids

    The Bidder may modify or withdraw its Bid after submission, provided that written notice of the modification, including substitution or withdrawal of the Bids, is received by the Purchaser prior to the deadline prescribed for submission of Bids. The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched. No Bid may be modified after the deadline for submission of bids.

    11.Preliminary Examination

    The Purchaser will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether bids are generally in order.

    12.Contacting the Purchaser

    No Bidder shall contact the Purchaser on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded, or the selected qualified supplier is announced.

    13.Notification of Award

    Prior to the expiration of the period of bid validity, the Purchaser shall notify the successful bidder in writing or where necessary by telephone that his or her bid has been accepted and, selected for Master Purchase Agreement for the specific goods and/or services.  At this stage LESGO may also choose to negotiate with the selected bidder to finalize the offer.

    14.Contract award and notification

    The Purchaser shall award the Contract to the notified successful Bidder(s) whose bid has been determined to be substantially responsive and has been determined to be the best evaluated bid considering price and performance factors, provided further that the Bidder is determined to be qualified to enter into a Master Purchase Agreement and perform its obligations satisfactorily.

    15.Warranty

    The Supplier shall warrant that the goods to be supplied are new, unused, of the most recent or current models (products) and meet the Purchaser’s specifications.

    The warranty shall remain valid for a period of time as may be specified by the supplier in the Bid and this warranty period shall be considered as one of the bid advantages, and shall in no case be less than that which is provided for by Nigeria Law if any.

    16.Inspection

    The Purchaser shall have the right to inspect the goods to confirm their conformity to the specification. The inspection will be conducted by assigned staff of the Purchaser or a reputed relevant consultant selected by the Purchaser.

    In the future business relation, should any inspected goods fail to conform to the specification, the Purchaser may reject them, and the Bidder shall replace the rejected goods without extension of time except at the Purchaser’s sole discretion.

    17.Price Schedules and Location

    Vendors interested in the provision of Goods/Services to LESGO, situated at 1A Hong Road, Karewa Extension, Jimeta/Yola, Adamawa state should NOTE that quoted Prices should include Transportation costs.

    Payment will be made through bank transfer on satisfactory completion of delivery of Goods by the Purchaser within two weeks of receipt of invoice in conjunction with a signed received certificate of delivery/completion.

    18.Disclaimer

    The Purchaser reserves the right to alter the dates of the timetable.

    The Purchaser does not bind itself to accept the lowest or any proposal.

     

    Method of Application

    Interested and qualified candidates should forward their CV to: procurement@lesgongo.org using the position as subject of email.

    Build your CV for free. Download in different templates.

  • Apply Now
  • Send your application

    View All Vacancies at Grassroots Lifesaving Outreach... Back To Home

Subscribe to Job Alert

 

Join our happy subscribers

 
 
Send your application through

GmailGmail YahoomailYahoomail