INVITATION FOR TECHNICAL AND FINANCIAL TENDER FOR THE EXECUTION OF CAPITAL PROJECTS at FEDERAL MINISTRY OF AGRICULTURE AND RURAL DEVELOPMENT

FEDERAL MINISTRY OF AGRICULTURE AND RURAL DEVELOPMENT

 

FCDA SECRETARIAT, AREA 11, GARKI, ABUJA

 

INVITATION FOR TECHNICAL AND FINANCIAL TENDER FOR THE EXECUTION OF CAPITAL PROJECTS

 

The Federal Ministry of Agriculture and Rural Development, pursuant to the implementation of the Agricultural Transformation Agenda of the Present Administration desires to execute some Consultancy Projects, Accordingly, the Ministry invites qualified, interested and eligible Consultants, Computer Companies, Printers, vendors and Contractors to tender for the Procurement of the following Consultancy Services:-

 

Fertilizer Department (Consultancy)

 

LOT ITEM LOCATION
1 PROCUREMENT OF ADDITIONAL TECHNOLOGY PLATFORM PROVIDERS (2NOS) FOR IMPLEMENTATION OF GES AS INDICATED IN TERMS OF REFERENCE

 

 

 

Rural Development Department (Consultancy)

 

 

LOT ITEM LOCATION
2 PRODUCTION OF FARMERS IDENTIFICATION CARD USING COLD SEAL LAMINATE AS INDICATED IN TERMS OF REFERENCE
3 DATA CAPTURING INCLUDING SCANNING OF FARMERS OMR FORMS AS INDICATED IN TERMS OF REFERENCE

 

 

2.       General Qualification Criteria and Tender Requirements

In order to be considered, interested companies, which must be Nigerian companies, should submit tenders/bid documents accompanied with the following:-

i.            Evidence of registration with Corporate Affairs Commission (CAC) and Forms; CO2 and CO7;

ii.            Provide detailed Company Profile;

iii.            Detailed evidence of compliance with Pensions Act;

iv.            Company Audited Accounts for last 3 years; (2010-2012)

v.            Detailed copy of current Tax Clearance Certificate (2009 – 2011) verifiable from Federal Inland Revenue Service (FIRS);

vi.            Evidence of payment of Training Contributions to Industrial Training Fund (ITF);

  1. Evidence of compliance with the Employees’ Compensation Act which requires that all Employers of Labour must remit 1 % of the total annual emolument of their workers to the Nigerian Social Insurance Trust Fund.
  2. Evidence of VAT Registration & Past VAT remittance;

ix.            Letter of Financial Capacity & Banking support;

x.            Evidence of Three (3) similar jobs previously executed or currently being executed (including letters of award, completion certificates, payment, payment certificate etc);

xi.            Any other document(s) to support the qualification and tender documents as may be contained in the Standard Bidding Documents.

  1. For Lots 2 & 3, Bidders must show evidence of Registration with Computer Professional Registration Council of Nigeria (CPN) and similar work experience with WAEC, NECO, NPC, JANB, INEC etc

 

3. Terms of Reference for Technology Platform Providers

  • Provide and operate an e-wallet technology platform that can support the Growth Enhancement Support Scheme (GES) programme which will integrate into the core GES platform;
  • Provide and operate dedicated access channels on SMS/USSD/IVR/, which farmers will use to access the service and communicate in at least 6 Nigerian languages across all networks. This also includes operating farmer help lines
  • Provide and implement training materials regarding how the platform works and how it will be used in the assigned territory to the provider. In addition to implement a TOT for the parallel organizations that are providing field operations;
  • Implement the technologies at redemption centers and coordinate the e-wallet reconciliation and reporting processes;
  • Provide platform capacityforatleast100,000 farmers per State;
  • Operate the technology in either of the following clusters of States
  • Package A (Kogi, Kwara, Borno, Gombe, Jigawa, Katsina, Abia, Enugu, Akwa Ibom, Bayelsa, Ogun States)
  • Package B – (Niger, Plateau, Yobe, Kebbi, Zamfara, Ebony), Imo, Cross River, Rivers, Ekiti, Osun States)

 

Note

  • Bidders should not include costs of enumerating farmers in their proposal
  • Successful bidders will be provided the number of farmers that will be covered in each State that they will operate.

 

 SPECIFIC QUALIFICATIONS  AND REQUIREMENTS  OF   TECHNOLOGY PROVIDERS

The GES programme interfaces with the telecoms, banking and agricultural sectors. As a result providers of the technology services are expected to:- 27

 

  • Comply with all Nigeria Communications Commission regulations regarding licensing of operators of various schemes that uses telecom networks in Nigeria. At minimum, providers are expected to have a value added services licenses and wireless application network agreements with mobile networks and a WASPAN operating certificate
  • Comply with all Central Bank of Nigeria regulations regarding mobile transactions as per the regulatory framework for mobile transactions in Nigeria. At minimum, providers are expected to be holders of either a provisional or operating mobile payment license issued by the CBN
  • Demonstrate evidence of a history and capacity to handle large number of mobile transactions (e.g.500, 000 transactions annually). Providers are expected to show proof of actual transactions they are processing
  • Demonstrate evidence of the capacity to manage risks associated with projects of this nature

 

5 COLLECTION OF TENDER DOCUMENTS

Qualified Companies shall on application collect tender documents from the office of the:-

 

Director, Procurement Department

Federal Ministry of Agriculture and Rural Development

Area11, Garki-Abuja

 

6.       SUBMISSION OF TENDER DOCUMENTS

The completed tender and pre-qualification documents must be submitted in three (3) copies each; including one (1) original and two (2) copies. Each tender should have two (2) separate sealed envelopes clearly marked “Technical” and “Financial” and both sealed in a third envelope marked with the project title, Company Name, Lot number and package (A or B) number at the top right hand corner of each of the three envelopes and delivered to the address below not later than 12.00 noon of Monday 25th February 2013.

 

The Secretary

Ministerial Tenders Board

Federal Ministry of Agriculture and Rural Development

Ground Floor, Room 213

FCDA Secretariat, Area 11 – Garki, Abuja.

 

7. OPENING OF BIDS

Technical bids will be opened publicly at 1.00pm on Monday 25th February 2013 at the Conference Room B Federal Ministry of Agriculture and Rural Development Area 11 FCDA Secretariat Garki, Abuja after the close of the submission, but only qualified bidders, relevant NGOs and CSOs will be invited to witness the opening of the financial bids documents.

 

8 PLEASE NOTE

i.            Contravention of the conditions in Paragraph 2(i to xi) could lead to disqualification of bid; on no account should bidders combine technical and financial bids in the same envelope.

ii.            Late submission of bids will be rejected

iii.            Bidders are free to bid for both packages in Lot 1, but shall not be offered more than one package for award of contract

iv.            Any bid above 100 million naira must be accompanied with Bid Security of 2% of Bid price

v.            all the requirements stated in paragraph 2(l – xii) shall be enclosed in the technical envelopes.

 

 

STAKEHOLDERS FORUM ON THE YEAR 2013 PROCUREMENT OF THE MINISTRY

 

The Ministry is convening a stakeholders Forum to appraise and obtain feedback on the implementation of the year 2012 Budget as well as chart the Course for 2013 Procurements.

2.      Target audience at the Forum are as follows:

i.            All Departments, Agencies and Parastatals of the ministry

ii.            All Value Chain Teams

iii.            Consultants, Contractors and Service Providers

iv.            Non-government Organizations and Anti-Corruption Agencies

v.            Farmers Associations, Co-operatives and private sector investors, etc.

 

 

3.      The Forum is scheduled as follows:

Date:             7th and 8th February, 2013.

Venue:          National Press Centre, Radio House, Area 10 – Garki, Abuja.

Time:            10.00 am to 4.00 pm daily

 

4.      This should serve as an invitation if you could not be reached personally.

 

Signed

IBUKUN ODUSOTE (Mrs.)

Permanent Secretary

Expression of Interest (EOI) for Consulting Services at University of Lagos, Nigeria

University of Lagos, Nigeria

Expression of Interest (EOI) for Consulting Services

 

1.0     Introduction

The University is desirous of constructing a 12 – Floor Building for the Distance Learning Institute (DLI). The Strucure is expected to be a high class complex befitting a world – Class University. The foundation is expected to be on pile and the entire building is expected to be a reinforced concrete framed structure and designed as such. The façade should blend with the landscape of the University and the completed building should not impact negatively on the existing environment.

 

The institution therefore invites Consultants of International repute to express interest carry out the following services:

  1. Prefect Management
  2. Architecture
  3. Structural Engineering
  4. Mechanical Engineering
  5. Electrical Engineering
  6. Quantity Surveying
  7. Extra Low Voltage Equipment Design

 

The Expression of Interest (EOI) is the first step of a process that may result in a request for proposal from short-listed companies

 

2.0     Requirements for Consideration: The documents should be submitted fill the conditions as stated

a.       Compulsory and Mandatory Criteria:

i.        Evidence of registration with the Corporate Affairs Commission (CAC)

ii.       Company Audited Accountant for the last three years

iii.      Evidence of Tax Clearance Certificate for the last three (3) years and Tax Identification Number (TIN)

iv.      Evidence of Compliance with the provisions of the Pension Reform Act, 2004 and Industrial Training Fund (ITF) Amendment Act, 2011 as applicable

v.       A sworn Affidavit indicating that all documents submitted are genuine and verifiable

vi.      Evidence of Value Added Tax (VAT) registration

vii.     Registration of the practice with respective registration boards i.e. ARCON, COREN and QSRBN

viii.    Evidence of relevant verifiable experience on major construction work(s) in Nigeria over the last live (5) years that best illustrates Qualification with letter(s) of commission

ix.      A sworn affidavit that none of the Directors has been convicted in any country for any criminal offence, including fraud or financial impropriety.

x.       A sworn affidavit indicating that no current staff of the University of Lagos is a former or present Director, Shareholder or has any pecuniary interest in the company submitting bid

 

Failure to provide any of the above listed documents will automatically disqualify the Consultant.

 

b.      Other Criteria

  1.        i.            A list of relevant project experience within the last 5years relating to construction works on Nigeria, stating the scope, location, construction value, length of time from design to completion, key personnel and client contact information (telephone and e-mail)
  2.      ii.            please attach letter of commission, for each project in 2(b)(i)
  3.   iii.            include the curriculum vitae of each proposed professional staff
  4.   iv.            Bank reference from a reputable bank
  5.      v.            evidence of payment of non-refundable fee of twenty thousand Naira (N20,000.00) in bank draft payable to the University of Lagos

 

 

3.0     Submission of Documents:

The original and three (3) copies of the documents should be arranged in the order itemized above, neatly bound and sealed in an envelope separately for each project. The envelope should be marked Confidential Notice of intention to Consult (specify the Building) on the proposed school of postgraduate Studies Building” and delivered either by hand or courier service to reach the address stated below.

The Registarar

5th Floor, Senate House

University of Lagos

Akoka – Yaba

Lagos

 

The closing date is 12noon, 14th March, 2013

 

 

4.0     Other Details:

i.        That by the submission of expression of interest documents, university of Lagos is neither  committed nor obliged to commission any of the prospecting consultant.

ii.       That participating in Expression of Interest Exercise shall not be considered as a commitment on the part of the University, nor shall it entitle any prospecting consultant to any claim whatsoever and/or seek indemnity from the University of Lagos.

iii.      Only shortlisted consultants that have been found suitable will be invited to proposals for the project.

 

Signed

Oluwarotimi O.A. Shodimu, Esq., FNIM

Registrar and Secretary to Council

 

 

Expression of Interest (EOI) for Consulting Services at University of Lagos, Nigeria

University of Lagos, Nigeria

 

Expression of Interest (EOI) for Consulting Services

 

1.0     Introduction

The University of Lagos (UNILAG) has received a special High impact Intervention  Fund from the Tertiary Education Trust Fund (TETFUND) towards the upgrade of programs and facilities in the University and intends to apply part of the fund for the construction of a University Library of International Standard.

 

The proposed structure is a 15 – Floor Building expected to be a high class complex befitting a World-Class University.    The foundation is expected to be on pile and the entire building is expected to be a reinforced concrete framed Structure and designed as such. The facade should blend with me landscape of the University and the completed building should not impact negatively on the existing environment and should not allow-noise interference.

 

 

 

The institution therefore invites Consultants of International repute to express interest carry out the following services:

 

  1. Prefect Management
  2. Architecture
  3. Structural Engineering
  4. Mechanical Engineering
  5. Electrical Engineering
  6. Quantity Surveying
  7. Extra Low Voltage Equipment Design

 

 

The Expression of Interest (EOI) is the first step of a process that may result in a request for proposal from short-listed companies

 

2.0     Requirements for Consideration: The documents should be submitted fill the conditions as stated

a.       Compulsory and Mandatory Criteria:

i.        Evidence of registration with the Corporate Affairs Commission (CAC)

ii.       Company Audited Accountant for the last three years

iii.      Evidence of Tax Clearance Certificate for the last three (3) years and Tax Identification Number (TIN)

iv.      Evidence of Compliance with the provisions of the Pension Reform Act, 2004 and Industrial Training Fund (ITF) Amendment Act, 2011 as applicable

v.       A sworn Affidavit indicating that all documents submitted are genuine and verifiable

vi.      Evidence of Value Added Tax (VAT) registration

vii.     Registration of the practice with respective registration boards i.e. ARCON, COREN and QSRBN

viii.    Evidence of relevant verifiable experience on major construction work(s) in Nigeria over the last live (5) years that best illustrates Qualification with letter(s) of commission

ix.      A sworn affidavit that none of the Directors has been convicted in any country for any criminal offence, including fraud or financial impropriety.

x.       A sworn affidavit indicating that no current staff of the University of Lagos is a former or present Director, Shareholder or has any pecuniary interest in the company submitting bid

 

Failure to provide any of the above listed documents will automatically disqualify the Consultant.

 

b.      Other Criteria

  1.        i.            A list of relevant project experience within the last 5years relating to construction works on Nigeria, stating the scope, location, construction value, length of time from design to completion, key personnel and client contact information (telephone and e-mail)
  2.      ii.            please attach letter of commission, for each project in 2(b)(i)
  3.   iii.            include the curriculum vitae of each proposed professional staff
  4.   iv.            Bank reference from a reputable bank
  5.      v.            Evidence of payment of non-refundable fee of twenty thousand Naira (N20,000.00) in bank draft payable to the University of Lagos

 

 

3.0     Submission of Documents:

The original and three (3) copies of the documents should be arranged in the order itemized above, neatly bound and sealed in an envelope separately for each project. The envelope should be marked Confidential Notice of intention to Consult (specify the consultancy) on the proposed school of postgraduate Studies Building” and delivered either by hand or courier service to reach the address stated below.

The Registrar

5th Floor, Senate House

University of Lagos

Akoka – Yaba

Lagos

 

The closing date is 12noon, 14th March, 2013

 

 

4.0     Other Details:

i.        That by the submission of expression of interest documents, university of Lagos is neither  committed nor obliged to commission any of the prospecting consultant.

ii.       That participating in Expression of Interest Exercise shall not be considered as a commitment on the part of the University, nor shall it entitle any prospecting consultant to any claim whatsoever and/or seek indemnity from the University of Lagos.

iii.      Only shortlisted consultants that have been found suitable will be invited to proposals for the project.

 

Signed

Oluwarotimi O.A. Shodimu, Esq., FNIM

Registrar and Secretary to Council

 

 

 

 

 

Invitation for Pre Qualification and Tender for Year 2010 TETFUND Special Intervention Projects Batch 4 and Internally Generated Revenue Project at Adeyemi College of Education, Ondo

Adeyemi College of Education, Ondo

 

Invitation for Pre Qualification and Tender for Year 2010 TETFUND Special Intervention Projects Batch 4 and Internally Generated Revenue Project

 

1.0     Introduction

Adeyemi College of Education, Ondo intends to undertake prequalified and tender exercises for the under listed Tertiary Education Trust Fund (TEDFUND) Year 2010 Special Intervention Projects Batch 4 and Internally Generated Revenue Project

 

Interested and reputable Contractors are hereby invited to forward their documents for the purpose of PRE-QUAUFICATION ANDTENDER for the under listed Projects:

 

(A)    TETFUND Special Intervention Projects:

 

(i)                Construction of textile, ceramics and .sculpture studios for Fine and Applied Arts department

(ii)             Procurement and installation of wireless antennae for upgrading of Information Communication Technology (ICT) centre.

 

(B)     Internally Generated Revenue Project (IGR)

 

(i)      Supply and installation of Lecture Theatre Desks and Seats

 

2.0     Pre-Qualification Requirements.

 

Prospective Contractor shall be required to submit the following pre- qualification documents:

(i)                Evidence of Registration with Corporate Affairs Commission (CAC)

(ii)             Evidence of Tax Clearance Certificate for the last three (3) years.

(iii)           Evidence of VAT Registration and Remittances.

(iv)           Evidence of Company’s audited accounts for three (3) years and its annual turnover.

(v)             Evidence of Compliance with Pension Reform Act 2004

(vi)           Evidence of similar projects successfully executed with their locations (copies of letters of award 10 be attached)

(vii)        Technical qualifications and experience of key personnel.

(viii)      Evidence of Financial Capability and Bank Support (attach Bank reference, Statement of Account etc),

(ix)           Equipment and Technical Capacity.

 

3.0     Tender Requirements:

Prospective Contractors shall be required to:

i.        collect tender document in the Office of the Director, Physical Planning, Works and Services after the payment of a non-refundable leader fee of N50.000.00 (Fifty Thousand Naira) only in respect of Project (i) and N20.000.00 only for project (ii) and IGR Project respectively, made payable to Adeyemi College of Education, Skye Bank Investment, Account No. 2I2I770005379.

 

 

4.0     Submission of Pre-Qualification/Tender Documents.

Pre-Qualification and Tender documents should be neatly packed envelope marked “PRE-Qualification and Tender for Trust Fund (TETFUND) Year 2010 Special Intervention Projects Batch 4” or IGR Project (Indicate Specific Project) at the top left hand corner of the envelope to:

 

The Registrar

Adeyemi College of Education,

P.M.B. 520, Ondo,

 

Not later than 14th March, 2013 i.e. 1200noon on 15th March, 2013.

 

The bids will be opened as follows:

 

Closing Date Time:       15th March, 201 3

 

Opening Date/Time:     15th March, 2013

 

Opening Venue:            S.K. Babalola Hall

 

Interested Companies are by this notice invited to attend opening exercise.

5.0     Verification of Claims:

Please note that Adeyemi College of Education, Ondo reserves the right to verify claims made in the pre-qualification documents submitted by interested Contractors.

 

 Note:

Only the Tenders of responsive Companies -would be further considered

 

Signed:

F.E Aderinboye

Registrar

Invitation to Pre-Qualify For Selection as Procurement Agent at The Society for Family Health, Nigeria

Invitation to Pre-Qualify For Selection as Procurement Agent

The Society for Family Health, Nigeria is an indigenous non-governmental, non political and non-profit organization that supports the Nigeria Government’s effort in improving the health of Nigerians. SFH’s activities focus on Child Health, Family Planning, HIV & AIDS, Maternal and Reproductive Health, and Safe Water Systems. SFH’s Headquarters is in the Federal Capital Territory Abuja, Nigeria with 16 field offices that cover the six-geo political zones of the country.

The Mission of SFH is to empower Nigerians, particularly the poor and vulnerable to lead healthier lives. Working with the public and private sectors, SFH utilizes social marketing and behavior change communication to improve access to essential health information, services and products: and to promote adoption of healthy behaviors.

SFH is a Principal recipient (PR) for the Global Fund HIV Round 9 and Malaria Round 8 consolidated grant (Phase 2). The procurement scopes for the two diseases area are summarized below:

HIV:

SFH is responsible for providing community specific HIV prevention interventions targeted at Most-at-Risk population (MARPs). SFH will procure a total of 33, 168, 152 condoms and 174, 460 water based lubricants.

Malaria

SFH will procure and distribute a total of 8,528,925 doses of Artemisinin Combination Therapies (ACTs) , 4,560,475 units of rapid Diagnostic Test Kits (RDTs) and consumables to health facilities in all states and FCT, in Nigeria.

In line with the above, SFH invites reputable and competent organizations to apply for prequalification to be selected as Procurement Agents for the procurement of the above mentioned items.

SFH will coordinate funding and provide technical support to the organization(s) that emerges as Procurement Agent. The duration for this engagement will be for a fixed agreed period.

Objectives of Service:

The objective of this service is to ensure the timely procurement and delivery of commodities in the right quality and quantity, thereby contributing to the rapid and sustained scale up of interventions for impact in all states in Nigeria.

Pre-qualification requirements

To be eligible for consideration, interested companies must submit tender documentation that includes the following:

a)      Technical Capacity: Evidence of the capacity and experience of the company to procure pharmaceutical and health products. This is the most important requirement, due to the nature of the items to be procured. This criterion refers to whether the company is technically competent to procure the commodities. Under technical capacity, the following criterion will be considered

Quality Assurance Systems: Internal Quality Assurance procedures which have been externally reviewed.

Personnel: Demonstrate that a sufficient number of personnel with appropriate education and training and years of industry related experience are available. The documentation should include an organizational chart and job descriptions for key positions.

Regulatory Information: All valid national and international certifications. Certifications issued by national and international industry related industry organizations and government institutions such as Good Distribution Practices (GDPs) and ISO certifications

Past Performance References: At least 3 references should be provided from past customers

 

b)     Economic and Financial Standing: This refers to the following:

-Evidence of company registration, including organization’s certificate of incorporation, physical address, organogram of management structure, ownership (including Board Membership)

-Company profile which will include list of key personnel with their curriculum vitae, and evidence of registration of the personnel with relevant professional bodies

-Copy of current organizational strategic plan and summary of operating budget for 2010, 2011 and 2012.

-All relevant information concerning contacts for the organization.

 

Please note:

  • At stage, a ‘yes’ or ‘no’ qualifier will be used to rate all the points above, and only companies with a ‘yes’ response against all the points above (especially in the area of technical capacity) will be considered
  • We will not consider companies with no experience in pharmaceuticals and other health commodity procurement.
  • All costs incurred by bidders as a result of this process and any subsequent requests for information shall be borne by the bidding companies
  • Only companies that satisfy the Pre-qualification requirements will be contacted with Requests for Proposal (RFP) and Request for Quotes (RFQ)

 

Submission of Application/Closing date

The Code PROC/GF/2013 should be boldly written on the top right corner of the Pre-Qualification submission envelope. This sealed envelope , containing two hard copies of the submission should be forwarded to the address below and received on or before 5.00pm, 12th February, 2013.

 

The Director, Procurement

Society for Family Health

8, Port Harcourt Crescent,

Off Gimbiya Street

Area 11, Garki Abuja

Wuse Abuja