Invitation for Pre-Qualification and Tender Exercise Of Contractors for Tertiary Education Trust Fund (Tetfund) Year 2012 Special Intervention Project at Ekiti State University, Ado-Ekiti

Ekiti State University, Ado-Ekiti

P.M.B. 5363, Ado-Ekiti

Website: www.eksu.edu.ng

 

Invitation for Pre-Qualification and Tender Exercise Of Contractors for Tertiary Education Trust Fund (Tetfund) Year 2012 Special Intervention Project

 

1.0.

Introduction

In line with the requirements for due process for award of contracts for capital projects, the Ekiti State University, Ado-Ekiti wish to invite competent/qualified contractors to pre-qualify and tender for:

 

Construction of the Faculty of Education Building Including Procurement of Furniture Items.


2.0.    Pre-Qualification Requirements

Interested contractors are invited to submit the following documents:

  1. Evidence of Registration with the Corporate Affairs Commission.
  2. Evidence of registration as contractor with Ekiti State University, Ado-Ekiti.
  3. Evidence of tax clearance certificate for the last three years (State and Federal).
  4. Evidence of presence of company in Ekiti State.
  5. Evidence of pension scheme for company staff
  6. Evidence from the companies1 bankers as to the financial capacity/capability to undertake the project
  7. Evidence of VAT registration and remittances
  8. Evidence of qualified technical and professional staff
  9. Evidence of acquisition of specialized equipment (provide receipt, pictures and other evidence of ownership).
  10. Evidence of execution of four similar jobs in academic or allied environment in the last 5 years. (Provide letter of award of contracts and completion certificate for each of the projects). xi. All documents to be arranged in the order above i.e., (i) – (x) arranged sequentially.

 

3.0.    Verification of Claims.

Interested contractors must note that Ekiti State University. Ado-Ekiti reserves the right to verify claims made in the pre-qualification documents submitted by them.

 

 

4.0     Pre-Qualification and Tender Fees

Contractors are to pay a non- refundable processing fee of N50, 000.00. The fee should be paid in bank draft and addressed to Ekiti State University, Ado-Ekiti.

 

 

5.0.    Submission of Document

a.       The pre-qualification applications with all the required supporting documents should be neatly packaged, bound and forwarded in sealed envelope and marked at the top left corner, ‘Pre-qualification for the Construction of Faculty of Education Building including procurement of furniture items,

b.       The completed tender documents collected from Physical Planning Department, Ekiti State University, Ado-Ekiti, (Room 027 Lawrence Omolayo Building) must be sealed in an envelope marked at the left corner. “Tender documents for the Construction of Faculty of Education Building including procurement of furniture items.

c.       The companies submitting the pre-qualification and tender document should write the name, mobile phone number of a contact person and the name of the firm at the bottom left corner of the TWO envelopes. This will allow for prompt communication.

The pre-qualification and tender documents must be submitted to the Office of the Registrar, Room 233 Lawrence Omolayo Building, not later than Tuesday 26th March, 2013 by 9.a.m.

 

 

Please note that

  1. The pre-qualification and tender documents will be opened on 26th  March, 2013 by 10.am in the Senate Chamber of the University. All those who would have submitted their documents by the dead- line are hereby invited to the meeting for opening of the pre-qualification and tender documents.
  2. Only the tender documents of pre-qualified contractors will be opened.
  3. The two parcels (pre-qualification and tender) should be addressed to:

 

 

 

The Registrar,

Ekiti State University, Ado-tkiti,

P.M.B. 5363, Ado-Ekiti, Nigeria.

 

 

iv       It is hereby emphasized that current registration with Corporate Affairs Commission Abuja and Ekiti State University, Ado-Ekiti is compulsory and non-negotiable,

v.       Contractors are expected to adhere strictly to ALL instructions as non-compliance may constitute a ground for disqualification,

 

Signed:

Omojoia Awosusi, Ph.D.

Registrar

Expression of Interest at The West African Power Pool (WAPP)

West African Power Pool      

Recruitment of the External Auditor of the West African Power Pool (WAPP)

 

Expression of Interest

 

The West African Power Pool (WAPP) is a Regional organization created to integrate the national power system operations into a unified regional electricity market with the expectation that such mechanism would, over the medium to long-term, assure the citizens of ECOWAS Member States of a stable and reliable electricity supply at affordable costs. It will create a level playing field facilitating the balanced development of diverse energy resources of ECOWAS Member States for their collective economic benefit, through long-term energy sector cooperation, unimpeded energy transit and increasing cross-border electricity trade.

 

The WAPP, operating as an organization of public and private sector entities in the West African region, was created by Decision A/DEC5/12/99 of the Authority of Heads of States and Governments of ECOWAS in Lome, on 10th December 1999. On 6th July, 2006, decisions

A/DEC.18/01/06 and A/DEC20/01/06 relating to the Articles of Agreement and functioning of WAPP, and establishment of the WAPP Secretariat as a specialized institution of ECOWAS respectively were passed.

 

The WAPP operates within the framework of provisions of the ECOWAS treaty as an international organization accorded diplomatic immunities in the performance of its functions, has judicial capacity in executing its functions enshrined in the WAPP Articles of Agreement, possesses contractual capacity and rights to acquire and dispose off tangible and intangible assets.

 

The organizational structure consists of General Assembly, which is the highest decision making body, an Executive Board which is responsible for policy making and overseeing operations, several organizational communities that advise the Executive Board on technical and financial matters, and the General Secretariat that is responsible for actual day to day management and is based in Cotonou, Republic of Benin.

 

SELECTION AND APPOINTMENT OF EXTERNAL AUDITORS

 

WAPP is now desirous of appointing an External Auditor for financial audit of its operations for the 2013 and 2014 financial year, with a possibility of renewal depending On performance. The selection of external auditors for WAPP will be subjected to the recommendation of the Finance Committee and approval of the Executive Board, in accordance with WAPP Financial Regulations (2006) articles 3.6 paragraph 3.6.2.

 

Eligible firms are invited to submit expressions of interest to the WAPP Secretariat. Short listed firms shall be contacted for the next stage of the selection process.

 

The Criteria that will be used for the evaluation of EOIs as follows:

i.        General experience in the field of auditing

ii.       Specific experience of the firm relating to the auditing of an international organization in the past 3-5 years

iii.      Work approach for similar assignments

iv.      Staff strength (key personnel)

v.       Local knowledge of the ECOWAS Sub-region

 

Interested firms may obtain further information from:

Mr. Baba Jarjusey,

Director of  Administration and Finance.

Tel: (229) 21374195, (229) 21339980.

Fax: 21377143.

Email: info@ecowapp.org  babajarjusey@ecowapp.org

 

 Submission should be addressed to:

Secretary General

West African Power Pool Secretariat,

06 BP 2907, Cotonou,

Republic of Benin

Tel: (229)21374195, Fax: (229)21377143

Email: info@ecowapp.org

 

Submission must reach the above address by Monday, 18th February, 2013 at 5pm Benin time (GMT + 1)

Submission received after the stipulated date and time will not be considered.

 

Invitation for Expression of Interest at National Hajj Commission

National Hajj Commission

Sokoto House, No. 1 First Avenue, Off Ahmadu Bello Way, Abuja

 Invitation for Expression of Interest

Registration of Pilgrims Excess Luggage Carriers

 

In line with National Hajj Commission of Nigeria Excess Luggage Policy, all luggages in excess of the maximum allowed limit are to be airlifted through a separate arrangement with Cargo operators, as the designated Hajj carriers are not allowed to carry such excess luggage. Therefore, the Commission hereby invites applications from interested companies for the freight of Nigerian pilgrims’ excess luggage for 2013 Hajj from Saudi Arabia to designated Hajj airports in Nigeria.

 

 

Mode of Application

 

2.       Prospective applicants shall indicate their interest by:

 

  1. Submitting a written indication of interest addressed to

The Chairman/CEO,

National Hajj Commission of Nigeria,

No 1 First Avenue, Off Ahmadu Bello Way,

Abuja.

 

  1. Pay a non-refundable application fee of N500, 000.00 (five hundred thousand Naira) in certified bank draft payable to the National Hajj Commission of Nigeria.

 

  1. Collect an application form from the Secretary to the Commission at the Commission headquarters on the above mentioned address.

 

  1. Complete and submit the application form along with copies of all relevant documents on or before the deadline indicated on the application form. Appear for screening on a date to be communicated after the receipt of the application.

 

Condition of Application

Every applicant must produce:

 

a)       Scanned copies of certificate of incorporation in Nigeria with CAC and Memorandum and Articles of Association or their equivalents in case of foreign companies.

b)      Certified true copy of CAC forms C02 and C07.

c)       Valid Air Transport Licence (ATL) or Airline Operating Permit (AOP)/Air Operator Certificate (AOC) or its equivalent in case of foreign companies.

d)      Tax clearance certificates for the last three (3) years.

e)      Three years audited account of the company

f)                 Evidence of ownership of cargo aircraft or standard and verifiable lease agreement.

g)       Evidence of appropriate authorization/permit by Saudi Arabian Authorities to weigh and freight (cargo) or valid agreement with a Saudi Arabian licensed cargo/baggage operator(s) with valid operating authorization/permit.

h)      Evidence of cargo flights arrangements in Saudi Arabia and Nigeria.

 

 

3.       Once an airline/operator is pre-qualified (upon satisfactory fulfillment of the above conditions) the following post-selection terms must equally be fulfilled before the cargo airlift contract Agreement is executed with NAHCON:

 

  1. Deposit of N20 million Bank Guarantee with NAHCON which will be refunded after satisfactory conduct of the operation.
  2. Payment of licensing fee (Certificate) of N500,000.00 to the Commission

 

 

Submission of the Application Form

 

4.       Duly completed Application Form must be submitted to the Secretary, National Hajj Commission of Nigeria, Sokoto House, No. l First Avenue, Off Ahmadu Bello Way Central Business District, Abuja. Applications should reach the Commission not later than 13th March, 2013.

 

5.       Please be informed that the application is not intended to create any form of contractual relationship or obligation on the part of NAHCON.

 

 

6.       Consequently, NAHCON shall not be liable to any Applicant for any expense or loss incurred in connection with this application. NAHCON will contact the Pre-qualified Applicants for interview, while formal agreement will be executed with successful Applicants.

 

Signed:

Management

 

 

Invitation for Pre-Qualification and Tender for 2012 & 2013 Millennium Development Goals at Niger State Millennium Development Goals (NSMDGs)

Niger State Millennium Development Goals

No 4 Ebitu Ukiwe Road, GRA Minna, Niger State

 

Invitation for Pre-Qualification and Tender for 2012 & 2013 Millennium Development Goals

 

Conditional Grants Scheme (MDGs-CGS)

 

Projects to State & LGA Track

 

The Niger State Millennium Development Goals (NSMDGs) in collaboration with the Office of the Senior Special Assistant to the President on MDGs (OSSAP -MDGs) wishes to invite interested and Eligible Contractors for the Pre- Qualification and Tender in preparation for the execution of the 2012 and 2013 Conditional Grants Scheme Projects to the State and the 2nd Track CGS to Local Government Areas. The projects will cover Health, Education and Water/Sanitation Sectors.

 

Health (nature of works involved)

  1. Construction of Comprehensive Primary HealthCare Centers(PHCs)
  2. Construction and Equipping of Paediatric Ward at General Hospital Bida
  3. Expansion, Renovation and Equipping of Rural Hospitals New Bwari and Muregi.
  4. Construction of Basic Health Centres
  5. Rehabilitation Renovation of Basic Health Centres,
  6. Supply of drugs (Drug Revolving Fund) to Basic Health Centres
  7. Supply of Hospital Equipment to Basic health centres
  8. Intervention on School of Nursing Bida and School of Health Technology Tungan Magajiya (Health Institutions)

 

 

  1. Construction of e- Library/ ICT Centre
  2. Renovation and equipping of School Sick Bay
  3. Supply of Medical equipment
  4. Repair & Renovation of Hospitals, Hostels & Administrative blocks
  5. Supply of Hostel Furniture
  6. Supply of Laboratory Equipment

 

 

Water & Sanitation (Nature of works involved)

a.       Drilling & Construction of Solar Powered Bore Holes

b.       Reactivation & Rehabilitation of Water Booster Pumping Stations in Minna     Town and environs.

c.       Drilling & Construction of hand pump boreholes,

d.       Construction of VIP Toilets.

 

 

Education (Nature of works involved)

  1. Construction of Block of Classrooms
  2. Rehabilitation & Renovation of Classroom Blocks
  3. Supply of Instructional Material/Textbooks
  4. Supply of Teachers and Pupils Furniture

 

 

Pre-Qualification Requirement

 

  1. Evidence of incorporation with Corporate Affairs Commission
    1. Evidence of registration with Niger State Public Procurement Board
    2. Evidence or registration with Niger State MDGs office.
    3. Last 3 years Tax Clearance Certificate
    4. Financial capability/bankers references
    5. Last 3 years’ Audited Report
    6. Company Profile with evidence of similar works carried out.
    7. VAT registration.
    8. Any relevant Information/Document

 

 

Submission of Pre-Qualified Document

The document must be signed and submitted on or before 6th March, 2013 in a sealed envelope clearly marked, “Pre-qualification & Tender for MDGs-CGS Project” and addressed to:

 

The Secretary,

Niger State Millennium Development Goals

NO. F4 Ebitu Ukiwe Road,

GRA Minna

 

On or before 7th March, 2013 at 1:00pm at the conference room of Niger state MDGs Secretariat.

 

Note:

  1. This advertisement should not be confused as a commitment on the part of Niger State MDGs office, nor shall it entitle indemnity from the MDGs or the state Government.
  2. The Niger State MDGs Secretariat reserves the right to verify any claim by the bidders so made.
  3. Full bidding procedures shall only be applied to contractors that have been pre-qualified and found capable of executing the project.
  4. All Niger State MDGs projects are covered by Bank Guarantee/ Performance bond from reputable banks to ensure the security of public funds.

 

Late submission will be rejected.

 

Signed

The Secretary

Niger State

Millennium Development Goals,

No. F4 Ebitu Ukiwe Road, GRA

Minna

Niger State

Invitation for Expression of Interest (EOI) for Clinical Facility Management at the Lagos State University Teaching Hospital (LASUTH) at Ministry of Health

Lagos State Government

Ministry of Health

 

Invitation for Expression of Interest (EOI) for Clinical Facility Management at the Lagos State University Teaching Hospital (LASUTH)

 

1.0     Background

 

The Lagos State University Teaching Hospital, Ikeja is the only State-owned Tertiary Institution providing Specialist Healthcare to Lagosians. Established in 1999 with a vision is to provide high quality health care services in a friendly environment where patients’ satisfaction is the ultimate. The 660-bedded facility offers services in multitude of specialties.

 

Sprawled across several acres of land, the Institution consists of various buildings housing the various out­patients, surgical, diagnostic and administrative services.

 

In compliance with international best practices, LASUTH wishes to continue the culture of facility management to ensure professional maintenance of its structures.

 

2.0.    Objectives

a.       To provide the required clinical facility management support to facilitate the efficient functioning of medical equipment within LASUTH.

b.       To attain the maintenance and repairs of all medical equipment including the replacement of spare parts.

 

 

3.0     Scope of Services

 

The services to be provided are:

The company would ensure the provision of service technicians to perform maintenance activities and ensure a 4-6 hour response to a call-out on faulty equipment.

The equipment Management System to be followed includes:

 

 

A.      Medical Equipment Documentation

  • On commencement of operation and receipt of jointly audited equipment, all relevant information will be documented to provide a valuable database of manual and contract details.
  • The title of the user (s) responsible for the operation and management of each piece of equipment should be clearly indicated on the tag or label.

 

B.      Maintenance and Support

Maintenance must be carried out specifications with use of OEM spare parts and can depending on tyre of equipment and need, be jointly determined as scheduled or un scheduled Maintenance

 

i.        Preventive Maintenance

  • On a quarterly basis, equipment will be checked, cleaner, adjusted and serviced with operational checks carried out to ensure optimal performance and when found to be necessary, parts will be replaced.
  • Power surge protectors (Ups etc.) for the equipment must be replaced on yearly basis to ensure adequate protection of government investment.

 

 

ii.       Correction Maintenance

Actual repairs of any faulty equipment or breakdowns outside of the schedules preventive maintenance (unless otherwise earmarked as the responsibility of the supplier or under the warranty period) with an agreed upon ceiling for cost of spare-parts- repairs to be effected.

 

iii.      Orientation for Medical Equipment Users

  • Orientation of the effective use of equipment must be conducted for relevant health users especially with change of staff (through employment deployment)
  • Operational methodology for sustenance and environmental consideration

 

 

iv.      Medical Maintenance and Support Documentation:

  • Documentation must be provided for both preventive and corrective maintenance
  • Documentation roust be provided for OEM support agreement and warranty
  • Check list of maintenance activities and the relevant individual log books (or maintenance records) detailing calibration exercises conducted, quality procedure carried out as well as maintenance activities implemented are to be duly filled for record purposes
  • Equipment job card must be issued for each encounter to give a log and history of the particular equipment in question.
  • Work order sheet must be issued in the event of an equipment failure/breakdown

 

C.      Quality Assurance

Calibration, safety and performances Management of equipment must be routinely undertaken and strictly adhered to.

 

4.0     Requirement:

 

All intending Clinical Facility managers are expected to have relevant Professional experience in the managerial/maintenance of a Health Facility with similar capacity. In addition, each Applicant will provide:

 

  1. Certificate of Incorporation/Registration with Corporate Affairs Commission including Article of Association
  2. Current Tax clearance Certificate for the last three (3) years including those of the Directors
  3. Evidence of Company’s financial standing and 3 audited financial report for the last 3 years.
  4. Evidence of current Registration with State Consultancy Board/State Tenders Board in appropriate category of consultant/Contractor.
  5. Profile of organizations including list and relevant Academic Qualification(s) of Directors
  6. Evidence of successful facilities management with maintenance skill in a Health Facility with similar capacity of medicine of international /local standard with a minimum of (5) five years experience in such institution.
  7. Evidence of previous but similar job done in the last 3 (three) years.
  8. Evidence of registration with relevant Professional Body (ies) of both the organization and individual Directors.

 

 

5.0.    General Information

(I)      Applicants are to submit five (5) copies of all documents specified above and soft copy on a CD-ROM

(II)     All enquiries regarding the details about this advertisement should be directed to:

          The Chief Medical Director,

          Lagos State University Teaching Hospital,

1-5 Oba Akinjobi Road,

Ikeja, Lagos

 

Between 10.00am and 4.00pm from Monday- Friday

 

6.0.    Submission

All submission for the Expression of Interest should be in a sealed Envelope marked “Expression of Interest in the Facility Manager for Management and Maintenance of Biomedical and Clinical Equipment”: Lagos State University Teaching Hospital (LASUTH) and submitted either by Hand or Courier Services to reach the address stated below not later than 28th February, 2013.

 

Attention:

The Chief Medical Director

Lagos State Teaching Hospital

1-5 Oba Akinjobi Road, Ikeja, Lagos

 

It should be noted that this invitation does not constitute commitment on the part of Lagos State Government and/or the Lagos University Teaching Hospital to award the project to any consortia expressing interest. Furthermore, the submission of documents shall not entitle any of the interested parties to any claims against LSG and/or LSNH by virtue of such consortia having responded to the EOI invitation.

 

All costs incurred by respondents as a result of this EOI invitation and any subsequent request for information shall be respondent’s account only.

 

Prof. D. Adewale Oke

Chief Medical Director