Request for Expression of Interest (EoI) LESGO/NG/AD/MPA/12/2022 at Grassroots Lifesaving Outreach (LESGO)

Job Overview

Location
Lagos, Lagos
Job Type
Full Time
Date Posted
3 years ago

Additional Details

Job ID
29235
Job Views
109

Job Description

  • Application Deadline: Tue, 20 Dec 2022 00:00:00 GMT
  • Position: Request for Expression of Interest (EoI) LESGO/NG/AD/MPA/12/2022

  • Job Type Full Time

  • Qualification

  • Experience

  • Location Adamawa

  • Job Field General 



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.


 


Similar Jobs

Cookies

This website uses cookies to ensure you get the best experience on our website. Cookie Policy

Accept