Subscribe to Job Alert
Join our happy subscribers
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...
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 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.
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:
All submission regarding the bidding must be done on or before Friday 20th December 2022.
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.
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.
The Bidder shall clearly indicate the unit price of the goods it proposes to supply.
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.
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.
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.
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.
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.
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.
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.
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.
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 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.
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:
All submission regarding the bidding must be done on or before Friday 20th December 2022.
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.
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.
The Bidder shall clearly indicate the unit price of the goods it proposes to supply.
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.
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.
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.
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.
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.
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.
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.
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.
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 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.
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:
All submission regarding the bidding must be done on or before Friday 20th December 2022.
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.
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.
The Bidder shall clearly indicate the unit price of the goods it proposes to supply.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
Join our happy subscribers