Invitation for Expression of Interest to Tender for Construction of Science Laboratory and Procurement of Furniture for Public Secondary Schools across the State at Ministry of Education, Secretariat, Ibadan

Oyo Staff Government

Ministry of Education, Secretariat, Ibadan

 

Invitation for Expression of Interest to Tender for Construction of Science Laboratory and Procurement of Furniture for Public Secondary Schools across the State

 

 

The Ministry of Education, Oyo State is inviting bidders/suppliers to apply for the pre-qualification to undertake:

  1. Construction of 8 units of Science Laboratory with Furniture and Fitting (Lot 1-8)
  2. Procurement and Supply of Teachers Tables and Chairs to Public Secondary Schools across the State Lot 1-5 (150 pairs per lot).

Lot 6(109 pairs)

 

 

 2.      Pre-Qualification Requirements

Interested Contractors are to submit the following requirements:

  1. Certificate of company’s registration with Corporate Affairs Commission.
  2. Evidence .of payment of personal income tax by at least two (2) Directors (in case of Limited Liability Companies) or by Sole Proprietor/Partners (in case of Enterprises)
  3. Evidence of registration as Contractor with Oyo State Bureau of Public Procurement.
  4. Registration of Business Premises with Oyo State Ministry of Trade and Investment Promotions.
  5. Birth Registration Certificate.
  6. Evidence of previous contract executed and completed with verification of completion for the last five years.

 

 

NB Please, note;

  1. that this advertisement is NOT an invitation to tender  as full tendering procedures will apply only to bidders  that have been successfully pre-qualified and found capable,
  2. that the ministry reserve the right to verify claim by the bidders;
  3. that further clarification can be obtained from

 

 

The Director

Planning, Research and Statistics Department,

Room 49,

Ministry of Education,

Secretariat Ibadan

 

 

  1. that no late submission under whatever guise will be entertained and the ministry shall not enter into any correspondence with any correspondence with any company or individual on why company was pre-qualified or not pre-qualified;
  2. all cost incurred as a result of the pre-qualification invitation and any subsequent request for information shall be borne by the corresponding company.

 

 

Submission of Completed Pre-Qualification Documents

All application must be submitted in sealed envelope and shall be addressed and delivered to the address below on or before 27th December, 2012 to:

The Secretary

State Tender Board,

Cabinet and Special Services Department

Office of the Executive Governor,

Secretariat, Ibadan

 

 

Signed

Dr. B.V.A Bello

Permanent Secretary

Expression of Interest to provide community HIV/AIDS and TB services at Management Sciences for Health (MSH)

Management Sciences for Health (MSH),

 

To:    Potential CMI Society Organizations (CSO) and Faith Based Organizations (FBO) working in one or man of the following states: Kwara, Kebbi and Niger

 

Subject:      Expression of Interest to provide community HIV/AIDS and TB services.

 

Management Sciences for Health (MSH), Prevention, Organizational Systems AIDS Care and Treatment (ProACT) project is a USAID financed program to support CSOs and FBOs through small grant to provide critical community HIV/AIDS and TB services in the following areas: care and support to people living with HIV/AIDS (PLWHA), Orphan and Vulnerable Children (OVC) and community prevention of HIV/AIDS services.

 

Rationale for the grant: ProACT project will provide grant to CSOs and FBOs that will be committed to strengthen community HIV/AIDS and TB prevention, care and support services and link and integrate with the facility-based clinical HIV/AIDS and TB services. Each selected organization is expected to provide a minimum of one service and not more than 2 services of the 3 categories of services listed below in the State in which you are proposing to work.

 

1.       Care and Support Services to include:

i.        Provider Initiated Testing and Counseling Support

ii.       Facility Based Adherence Counseling

iii.      Community Based Care for PLWHA

iv.      Promote reduction in stigma and discrimination

v.       Promote positive health dignity and prevention service for PLHIV

 

2.       OVC Care and Support Services to include

i.        Implement OVC intervention using the National guideline

ii.       Providing actual services to OVC and their families

iii.      Mobilizing and sensitizing the community on OVC care and rights

iv.      Promoting activities that rely on efficient and effective leveraging of services and resources within communities.

 

3.     Community Prevention of HIV/AIDS services to include

i.        Provide HIV testing and counseling service for Most-At-Risk-Population

ii.       Use Minimum Prevention Package Intervention (MPPI) services to targeted populations at-risk of HIV

iii.      Establish and manage designated Community Youth-friendly centers

iv.      Facilitate non-curricula school based prevention interventions

v.       Reach out to Most-At-Risk population and other vulnerable groups with HIV prevention messages using Peer Education Strategy

 

 

Eligibility Criteria: This opportunity is open to only Non-Governmental organizations, faith-based organizations and community-based organizations in the locations mentioned above.

 

Any organization interested in being considered must indicate an interest in one or two of the 3 categories. A prequalification questionnaire will be forwarded to interested organizations that forwarded the EOI. Please note that only those organizations which prequalify will be sent a Request for Application (RFA) to submit full proposal. Please, be sure to indicate the category or categories of your interest, contact person name, telephone number, and State and local government in which you are operating.

 

All NGOs, FBOs and CBOs must currently be registered in Nigeria, and be physically recent in the Local Government Area (ISA) where they propose to work to be considered.

 

Interested organizations should kindly send their indication of interest by email to bids_nigeria@msh.org with the subject “Expression of Interest to provide: Care and Support services or OVC care and Support Services or Community Prevention of HIV/AIDS Services on or before 13th January, 2013.

Invitation for Expression of Interest (EOI) For The Clinical Facility Management Of Lagos State Maternal and Child Centers And The Accident And Emergency Center, Toll Gate at Ministry of Health, Lagos

Lagos State Government

Ministry of Health

 

Invitation for Expression of Interest (EOI) For The Clinical Facility Management Of Lagos State Maternal and Child Centers and the Accident and Emergency Center, Toll Gate.

 

 

1.0   Background

The Lagos State Government (LASG) in pursuance of its phased Infrastructural Development Strategic Plan and in tandem with the Millennium Development Goals 3 and 4 to reduce infant mortality and improve maternal mortality respectively is constructing Maternal and Child Centres (MCCs) across the State, five (5) of which have been commissioned since 2010 and are fully functional. In compliance with the international best practices, the Lagos State Ministry of Health (LSMHO) wished to embrace the culture of facility management to ensure professional maintenance of these new state-of-the-art facilities.

 

 

2.0 Objectives

(a)     To provide the required clinical facility management support to facilitate the efficient functioning of all medical equipment within the Centre whose core functions are to provide specialised maternal and child/accident and emergency (trauma) services to the public.

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

 

 

3.0 Scope of Work

  • The facilities proposed for management are:
  • Maternal and Child Centre, Ikorodu
  • Maternal and Child Centre, Isolo
  • Maternal and Child Centre, Ifako-Ijaiye
  • Accident & Emergency Centre, ToLl-Gate

 

 

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 include:

 

 

A.    Medical Equipment Documentation

  • On commencement of operations 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 to OEM specifications with use of OEM spare-parts and can depending on type of equipment and need, be jointly determined as Scheduled or Unscheduled Maintenance

(i)                Preventive Maintenance

  • On a quarterly basis, equipment will be checked, cleaned, 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 a yearly basis to ensure adequate protection of government investment.

 

(ii)             Corrective Maintenance

  • Actual repairs of any faulty equipment or breakdowns outside of the scheduled 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 on the effective use of equipment must be conducted for relevant health users especially with change of staff (through employment or deployment.)
  • Operational methodology for equipment sustenance and environmental consideration

 

(iv)           Medical Maintenance and Support Documentation

  • Documentation must be provided for both preventive and corrective maintenance.
  • Documentation must 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 control procedures 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 sheets must be issued in the event of an equipment failure/breakdown

 

C.    Quality Assurance

Calibration, Safety and Performance Measurement of equipment must be routinely undertaken and strictly adhered to.

 

4.0     Requirements

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 provides:

(i)                Certificate of Incorporation / Registration with Corporate Affairs Commission

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

(iii)           Evidence of Company Financial Standing.

(iv)           Evidence of Registration with Lagos State Consultancy Board/State Tenders Board in appropriate category of Consultant/Contractor

(v)             Profile of organizations including list and relevant Academic Qualifications) of Directors Evidence of successful facilities management with maintenance skill in a health facility with similar capacity of international standard with a minimum of (10) Ten years experience in such institution

(vi)           Evidence of previous but similar job done in the last (3) years.

(vii)        Evidence of Registration with relevant Professional Body(ies) (of both the organization and individual Directors).

(viii)      Evidence of Registration with relevant Government Ministries or Agencies.

 

 

5.0   General Information

(a)     Applicants are to submit five (5) copies and soft copy in a CDROM of all documents specified above.

(b)     all enquiries regarding the details about this advertisement should be directed to the Director, Healthcare Planning Research and Statistics (Room 621), Ministry of Health, Secretariat, Alausa between 10.00am to 4,00pm from Mondays to Fridays.

 

 

6.0   Submission

All submission for the Expression of interest should be in sealed Envelope and marked EXPRESSION OF INTEREST IN THE FACILITY MANAGER FOR GENERAL MAINTENANCE OF THE MATERNAL AND CHILD CENTRES AND THE ACCIDENT AND EMERGENCY CENTRE, TOLL GATE, and returned either by Hand OR Courier Services to reach the address stated below NOT later than 27th December, 2012.

 

Office of the Honourable Commissioner,

Lagos State Ministry of Health

Room 505, Block 4

The Secretariat

Alausa, Ikeja

Lagos, Nigeria

Tel: + 2348033329327, +2348033001731

 

It should be noted that this invitation does not constitute a commitment on the part of Lagos State Government and / or the Lagos State Ministry of Health to award the project to any consortia expressing interest Furthermore, the submission of documents shall not entile any of the interested parties to any claims against LSG and /LSMH 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 requests for information shall be for respondent’s account only,

Advert For Tender Opportunity Provision of Mail and Courier Handling Services for both International and Domestic Routes at Chevron Nigeria Limited

Chevron Nigeria Limited

A Chevron Company

 

Advert For Tender Opportunity Provision of Mail and Courier Handling Services for both International and Domestic Routes

 

Introduction:

Chevron Nigeria Limited (CNL) on behalf of NNPC/CNL Joint Venture invites interested, reputable, competent companies for this tender opportunity for the provision of Courier and Mail Handling Services for both International and Domestic Routes

 

The contract is proposed to commence in 2nd quarter of 2013 for two (2) years duration and one (1) year extension option.

 

 

Scope of Work:

Contractor shall provide Courier and Mail handling services of Company’s mails, parcels,  and  luggage for Company’s Chevron Africa and Latin America Exploration and Production Company (CALAEP), Chevron – United Kingdom (CUK) routes, comprising of North America, South America, Canada, Eastern Europe, Western Europe, Australia, Far East, Asia and Africa. Domestic routes comprising of Lagos, Port Harcourt, Onne, Warri, Asaba, Yenagoa, Abuja and other cities and towns within the Federal Republic of Nigeria as may be directed by Company..

 

Contractor shall provide desktop computer, Worldwide Web Tracking system for both Local and International mail deliveries, a wireless telephone, packaging materials, and one personnel at Company’s mail services centre at Company’s Head Office, Lekki, Lagos.

 

 

Contractor shall train Company’s authorized personnel in utilizing the Web Tracking system and its mail handling procedure.

 

Contractor’s personnel shall be conversant with Mail and Courier Handling Services and Company Practices, Standards and Procedures.

 

 

All Contractor Personnel shall comply with all Company’s Safety Rules and Regulations.

 

 

, 1, To be eligible for this tender exsrds% interested contractors are requited to ?l be pre – qtmlified in the 3:03,09 and 3,99*99 (Courier Services and other

support services; .Mail & courier* ‘Personnel* Porterage, Staff welfare I services) category in NipeX Joint Qualification System (NJQS) database ( All successftilJy .pre*qualifi0d supplkrs m this category by the bid close date will receive Invitation to Ifechiiical Tender (ITT),

 

 

Mandatory Requirements:

  1. To be eligible for this tender exercise interested contractors are required to be pre – qualified in the 3.08.09 and 3.99,99 (Courier Services and other support services: Mail & courier, Personnel, Porterage, Staff welfare services,) category in NipeX Joint Qualification System (NJQS) database. All successful pre-qualified suppliers in this category by the bid close date will receive Invitation to technical Tender (ITT).

 

  1. Please note chat interested bidders including their sub-contractor(s) shall be required to:

 

  1. Meet all JQS mandatory requirements to be listed as “PREQUALIFIED” for a category in the JQS database.
  2. Meet all Nigerian Content requirements stated in this advert in their responses to the Invitation to Technical Tender

 

 

(Failure to meet the Nigerian Content requirements is a “FATAL FLAW”)

 

  1. To determine if you are pre-qualified and view the product/service category you are listed for: Open www.nipexng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

 

  1. If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX office at 30, Oyinkan  Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update

 

  1. To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

 

 

Nigerian Content Requirement

Demonstrate that the entity is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria

 

 

 

  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7
  • Provide evidence of what percentage of key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point or manager.
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage.
  • Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organisation providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not RO. Box).
  • Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.
  • Provide details on any other Nigerian Content initiative your company is involved in.
  • Training and Skill transfer plans to Nigerians, Contractor is to state training plans for the Nigerian Crew or cadets supported by their CV stating training discipline, manhours, duration and location, Contractor to provide plans for human capital development.

 

Close Date

Only tenderers who are registered with NJQS Product/Category 3.08.99 and 3.99.99 (Courier Services and other support services: Mail & courier, Personnel, Porterage, Staff welfare services (Courier: Services) by 4:00pm, 7th January, 2013 being the advert close date shall be invited to submit technical bid

 

 

Please note the following:

  • Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under this product /service category.
  • The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX.
  • Bidders who for the purpose of this bid process enter into a JV, Partnership, Consortiums, etc with another bidder bidding this tender will be disqualified.
  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of Chevron Nigeria Limited to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from Chevron Nigeria Limited and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.
  • Chevron Nigeria Limited will communicate only with authorised officers of the pre-qualifying companies and NOT through individuals or Agents.

 

 

Please visit NipeX portal at www.nipexng.com for this advert and other information.

 

 

Management

Chevron Nigeria limited, 2 Chevron Drive, Lekki Peninsula, P.M.B.12825, Lagos.

 

Invitation to tender at Ministry of Education Secretariat, Ibadan

Oyo State Government

Ministry of Education Secretariat, Ibadan

 

 

Invitation to tender

The Ministry of Education, Oyo State invites reputable and proven contractors to submit bid for the Provision of Toilets and Boreholes in Public Secondary Schools across the State Lot 1-48

 

 

2.       Bid Requirements

Interested Contractors are to submit the following requirements:

  1. Certificate   of company’s  registration   with Corporate Affairs Commission
  2. Evidence of payment of personal income tax by at least two (2) Directors (in case of Limited Liability Companies) or by Sole Proprietor/Partners(in case of Enterprises)
  3. Evidence of registration as Contractor with Oyo State Bureau of Public Procurement
  4. Registration of Business Premises with Oyo State Ministry of Trade and Investment Promotions.
  5. Profile of the Company

 

 

3.       Tender Fee:

Interested bidders are expected to pay a non refundable fee of Twenty –Five Thousand Naira (N25, 000.00) only in favour of oyo State Government account No. 0121754507 at WEMA BANK, AGODI, IBADAN SECRETARIAT (code No. 40400036/Tender)

 

 

4.       Method of Application

Tender documents are obtainable from the Director of Planning, Research and Statistics Department, Room 49 of the Oyo State Ministry of Education, Secretariat, Agodi, Ibadan. the completed bid application must be submitted on or before 27th December, 2012 in sealed waxed envelopes to:

The Secretary,

State Tender Board,

Cabinet and Special Services Department,

Office of the Executive Governor,

Secretariat, Ibadan  

 

5.       Bids will be opened at the above address at 12noon on Wednesday, 9th January, 2013 in the presence of bidders who choose to attned.

 

 

Signed:

DR B. V. A. Bello

Permanent Secretary