Invitation to Bid at MAPS

Invitation to Bid

The Nigeria MAPS project has issued an RFP to request qualified companies (offerors) to submit a proposal of its technical qualifications as well as associated budget for services specified below. MAPS is seeking a qualified company to customize a web-based data management system for surveillance of malaria parasite in selected health facilities nationwide as determined by the National Malaria Control Program.

 

Rationale:

Surveillance is defined as ongoing and systematic collection, analysis, interpretation, and dissemination of data about cases of a disease and is used as a basis for planning, implementing, and evaluating disease prevention and control activities. There are concerted efforts to strengthen the harmonized HMIS and the National Malaria Control Programme is actively involved in this process through its partners’ support, the information captured is however inadequate to capture some basic operational information required to assist programme designing and policy formulation. The Malaria Parasite Sentinel Surveillance (MPSS) therefore is a system established to continuously and systematically collect daily information from the laboratory on individuals presenting with symptoms of malaria, and follow up for all confirmed cases following the administration of antimalarial medicines

 

Contract Objectives

To deploy and promote the use of a web-based data management platform for the management of malaria microscopy data in sentinel sites for the NMCP.

 

The main objectives of the contract are:

1.       To customize the web-based template to reflect malaria parasite surveillance tools

2.       To provide hosting services, technical support and maintenance as necessary

3.       To tram users on data entry and data use at national and state levels

4.       To mentor and provide supportive supervision on data management to the sites

 

The selected vendor will initiate, implement and oversee the following activities:

1.       Customization of the web data entry page and design of the database content

a.       This involves customization of the database and hosting of the database address (URL) on the internet for worldwide accessibility.

 

2.       Capacity Building

b.       This involves training the key officers, database administrator and other staff as management deems fit.

 

3.       Database management and maintenance

c.       This will entail regular routine check on the system to ensure that it is working well, offering plausible solutions to database issues and that the personnel are making proper and full use of it.

 

4.       Production of operating manual

d.       The company shall produce two manuals; Standard Operations manual (SOP) and Training manual.

 

Specific Deliverables to be Included in Technical Proposal

1.       Recommendations on software, e.g. DHIS or any similar software; hardware and accessories needed for the project

2.       Customized web-based data template for malaria surveillance data

3.       Maintenance of data base for a year, renewable every year

4.       Training of data entry clerks and data users

5.       User Manual and Data Management SOP

 

The relevant certifications must be sighted. FHI 360/MAPSdoes not pay VAT, and is exempt by the Federal Government Per Federal Government regulations, FHI 360/MAPS will deduct 5% Withholding tax and remit to the Federal Inland Revenue Services.

 

For the full request and submission details, go to http://nigeriamaps.org/?page_id=225

 

Invitation for Tender at Federal Ministry of Agriculture and Rural Development

 

National Agricultural Extension and Research Liaison Services

Federal Ministry of Agriculture and Rural Development

Ahmadu Bello University P.M.B 1067, Zaria Nigeria

 

Ref: NAERLS/RDPU/A-1

Invitation for Tender for Projects by Suitably Qualified Contractors for 2013 Capital Projects

In compliance with Federal Government 2007 Public Procurement Act,

The National Agricultural Extension and Research Liaison Services (NAERLS),

Federal Ministry of Agriculture and Rural Development, Ahmadu Bello University, Zaria hereby invites reputable and experienced Contractors to tender in respect of its approved projects under the 2013 Appropriation. The areas are:

Lot A:        Upgrading of Facilities for Skill Acquisition and Development

Center for Training of Youths in 11 Agric Trades/Enterprises,

1.                 Supply for Equipments for Skill Acquisition Center

 

Lot B:    Upgrading of Facilities for Radio/TV Programmes Production Studios in HQ and 6 zonal offices

1.     Rehabilitation of Radio/TV Studios

 

Lot C:        Strengthening Of Office Accommodation for South-South Zonal Laison office, Port Harcourt

1.     Supply and   Installation   of   Office   Furniture   and Equipments.

 

Lot D:        Library Management: Information Generation, Documentation And Circulation/Sharing Within Nabls And Industry

1.                 Upgrading Of Library Equipment

 

Lot E:         Promotion of Modern and Commercial Agriculture in 7 Model Adopted Villages.

1.     Rehabilitation of 4 NR Adopted Village Centers

 

2.       Tender Requirements

Interested Companies are to collect Tender Documents from the Institute upon payment Of N20, 000.00 only in the Institute Cash Office.

Submission of the Tender Documents should be made in a sealed envelope indicating on the top left hand corner of the envelope the code provided against each area of interest as listed above along with the following documents:

  1. Certificate   of   incorporation    from    the   Corporate   Affairs Commission.
  2. Value Added Tax (VAT) Registration Certificate with TIN No.
  3. Possession of tax clearance Certificate for the past three years.
  4. Evidence of issuance of compliance certificate to all organization by PENCOM in line with Pension Reform Act 2004 (as amended)
  5. Evidence of compliance with amended Industrial Training

Invitation for Tender at Moni Pulo Petroleum Development Limited

Moni Pulo Petroleum Development Limited

 

Invitation for Tender:

OPL 231 Geological and Geophysical Studies

1.     Introduction

Moni Pulo Petroleum Development Limited invites interested and reputable contractors with relevant experience to apply to tender for OPL 231 Geological and Geophysical studies. The areal coverage of the concession is 244sqkm.

 

The study objectives of the call for tenders would be:

  • Identify drillable prospects and leads
  • Recommend possible drillable location(s) on the identified prospects and leads
  • Identify the structural and stratigraphic play in the area
  • Identify hydrocarbon potentials of OPL 231 concession
  • Carry out detailed economic analysis of the concession hydrocarbon potentials

2.     Scope of work

  • Initial work planning/organization
  • Document deliverables
  • Resources requirement Planning/Acquisition
  • Analyze and QC existing data (deviational surveys, check shots and well locations etc)
  • Validate available data set
  • Evaluate past work and recommendations in the acreage
  • Identify operational Issues and organization
  • Milestone Review and Update on Work plan
  • Geological study of the regional setting
  • Well to well correlation
  • Generate Synthetic Seismograms for all Reference Wells
  • Log correlations, sequence framework and QC (tops, sequence identification, cross sections etc)
  • Construct Hydrocarbon Utility Chart (fluid identification, contacts, picks, pressures and tests)
  • Milestone Review
  • Fault Interpretation and QC
  • Seismic Interpretation (Minimum Of 10 Horizons), validation and QC (including well to seismic integration)
  • Frameworks validation and adoption
  • Build velocity model for the acreage (or by fields)
  • Time to depth structure maps for major surfaces
  • Gate 1 Review (Major)
  • Identify, define, evaluate and recommend Prospective areas and drillable location(s), giving the hydrocarbon Prospectivity of the areas mapped, including hydrocarbon volumes
  • Seismic attribute analysis, volume interpretation and modeling
  • Seismic Facies Analysis
  • Seismic data gathers, AVO, Seismic inversion evaluation
  • Seismic Response Calibration to Well data
  • Petrophysical Interpretation and Evaluation ((V-shale, Porosity, Permeability X-Plots etc)
  • Fluid contacts/ Reservoir Connectivity analysis
  • Volumetric Assessment/Risk Analysis of Identified Prospects
  • Detailed economic evaluation/analysis of the Identified Prospects
  • Incorporate all feedback from milestone meeting
  • Produce a comprehensive report on work done
  • Final presentation to management

3.     Tender documents

To qualify for consideration, contractors are required to supply the under mentioned information: two (2) sets of the following documentation, with the specific chapters, separated by dividers, in the same order as set out here below (a) to (s), in addition two (2) electronic copies CD ROM of the tender documents shall be furnished:

A)  A separate section summarizing the contents chapter by chapter of the tender document.

B)   Evidence of contractor’s registration in Nigeria (certificate of incorporation), Nigerian Contractor’s legal status and profile including Nigerian shareholding (evidenced by Form C07) and details of any formal technical support agreements with foreign contractors.

C)   Contractor’s general structure and organization, including the branch dedicated to such activities.

D)  In case of joint venture, attach copy of the joint venture agreement, and details of the interest of each of the joint venture partners and the role of each party shall be clearly indicated.

E)   Details of company’s Health, Safety and Environmental Policy and Programme together with HSE Management System. HSE considerations on site and throughout the requirement are part of contractor’s responsibility and Contractor must have proven methods for eliminating risks associated with its own scope of services and ail interfaces with others. These methods must be clearly indicated.

F)    Safety records detailed for accidents, injuries, damage and summarised for near-misses, LTI, over the past three (3) years.

G)  Details of contractor’s Community Affairs Policy and Programme and records for the past three (3) years.

H)  Nigerian content Moni Pulo Petroleum Development Limited is committed to maximize the local content. Bidders are to note that evidence of a local content strategy/plan is a compulsory prerequisite.

Furthermore, Contractors shall be scored on the following information to be provided as part of Nigerian Content Development policy and therefore an unsatisfactory result may result in disqualification:

Ownership structure (% Nigerian/Foreign).

  • Proposed utilization of Nigerian resources (manpower services through subcontracting where applicable, equipment and materials, etc.) in order to achieve 100% in-country spend as required by Nigerian Oil and Gas Industry Content Act. 2010.
  • Evidence of significant growth capacity building (human/infrastructure) in Nigeria existing over the past three (3) years. In case of a joint venture, attach a copy of the joint venture agreement, and details of the interest of each of the joint venture partners.
  • The role of each party should be clearly indicated.
  • Location and address of the facility and project team (of the Contractor) in Nigeria with all the required infrastructure and facilities.
  • Training plan for Nigerians. Furnish verifiable evidence of past two years training.

Details of the contractor’s onshore (Nigeria) assets

I)       Quality Assurance System certified ISO 9000 or equivalent.

J)       Copy of relevant Department of Petroleum Resources (DPR) Certificate of Registration for year 2013.

K)      Details of relevant verifiable experience of similar services that the contractor has undertaken as main contractor in the last five (5) years, within and outside Nigeria on a Nigerian project.

L)      Details of relevant verifiable experience of similar services that the contractor has undertaken as main contractor in the last two (2) years, in the Nigerian center. This is mandatory.

M)     Contractors internal QA/QC mechanism to ensure optimal and successful delivery of a quality job.

N)      Reference of five major customers that can be contacted for information / reference.

O)      Full and detailed description of location, capacity (CPU, disk …), equipment and facilities present at the Nigerian centre, and the backup of the international centre.

P)      Description and specifications of equipment currently owned by the contractor together with proof of ownership and safety standards that will be utilized in the execution of the work. Proof of available office, resources, equipment, facilities, spares etc to support your operations.

Q)      Resume of key personnel to be involved in the services.

R)      Contractor’s audited accounts and tax clearance certificate for the past three (3) years.

S)      All relevant information concerning contacts, telephone, fax, e-mail address of the representatives.

4.    Submission of tender documents

The tender documents should be separated and sealed into two envelopes marked ‘Technical Tender bid for OPL 231 Geological and Geophysical Studies” and “Commercial Tender bid for OPL 231 Geological and Geophysical Studies” delivery shall either be by hand or by courier service to reach the address given below not later than Monday, August 26, 2013.

General Manager Operations & Engineering,

Moni Pulo Petroleum Development Limited

No. 5 Odoni Street, Amadi Flats,

Old G.R.A

Port Harcourt,

Rivers State,

Nigeria.

Please note the following:

  • This advertisement of “Tender Opportunity” shall not be construed as a commitment on the part of Moni Pulo, nor shall it entitle Applicants to make any claims whatsoever and/or seek any indemnity from Moni Pulo by virtue of such Applicants having responded to this Advert.
  • Moni Pulo is neither committed nor obliged to include your company on any bid list or to award any form of contract to your company and/or associated companies, subcontractors or agents, in spite of the ITT information submission.
  • Moni Pulo will only recognize and correspond with duly authorized officers of the pre- qualified bidders and NOT through individuals or agents acting on their behalf.

Invitation for Pre-Qualification for the Construction of Roads at Ministry of Works and Transport, Jigawa State

Jigawa State Government

Ministry of Works and Transport

 

Block 46 – 53, Old Secretariat, P.M.B. 7023 Dutse

Ref: MOW&T/POL/S/GEN/147/I

Invitation for Pre-Qualification for the Construction of Roads

The Jigawa State Government intends to undertake the construction of roads across the State under Roads Development and Rehabilitation Programme Phase V, and is hereby inviting for pre-qualification of reputable Civil Engineering Companies for undertaking of the following Road Projects:

  1. Construction of Maigatari – Galadi – Karmashe – Karanka – Diginsa – Bursali – Kubsa – Birniwa Road
  2. Construction of Andaza – Tsirma – Atawame – Damutawa – Gadewa Road and (Spur from Federal Road – Damutawa – Magama)
  3. Construction of Kila – Budinga – Rambazau -Tsangarwa – Nahuce – Isawa – Maruta – Jikas – Zandam na Gwaggo Road,
  4. Construction of Kwalam – Gilima – Kiri – Majia Road
  5. Construction of Roni – Mahuta – Bushe – Kaya -Tsakani – Gangare – Amaryawa – Mamudawa – Jigawa – Gora – Gada Road

Interested Companies are requested to submit pre-qualification documents including copies of the under listed to the Ministry of Works and Transport, Dutse – Jigawa State not later than 28th August, 2013.

i.            Certificate of Incorporation with Corporate Affairs Commission

ii.            Evidence of Registration with Jigawa State Works Registration Board.

iii.            Tax Clearance for the last three (3) years.

iv.            Evidence of financial capability and Banking support.

v.            Company’s profile including names of key professional staff and their resume.

vi.            Evidence of availability of updated construction equipment.

vii.           Evidence of relevant experience and good performance in similar projects.

viii.          Annual Turnover.

ix.            VAT Registration certificate and evidence of remittance.

Signed:

Permanent Secretary

Ministry of Works & Transport

Invitation for Pre-Qualification of Contractors at The Federal Polytechnic, Ado-Ekiti

The Federal Polytechnic, Ado-Ekiti

P.M.B.3351, Ado-Ekiti Ekiti State

Invitation for Pre-Qualification of Contractors

1.     Introduction

The Federal Polytechnic, Ado-Eklti intends to execute the under listed projects under the TETFUND 2011 & 2012 merged interventions project.

Interested and Competent Contractors are therefore invited for Pre-qualification exercise as exercise as a first step in the award of Contract for the Project.

2.       List of Projects

LOT 1.        Construction of Academic Staff Offices/Classrooms

LOT 2.        Construction of Lecture Theatre for the School of Environmental Studies

LOT 3.        Procurement and Installation of Office/Classrooms Furniture

LOT 4.        Procurement and Installation of Lecture Theatre Furniture

3.       Pre-Qualification Requirements

Interested and competent contractors are required to submit pre qualification documents with verifiable evidence of, but not limited to, the following:

a)     Company profile and organizational structure Including names and resumes (Professional/Technical qualifications) of key personnel/partners as well as their addresses, where applicable. The list should also include other Technical Personnel to carry-out the job,

b)    Evidence of company incorporation and current Tax Clearance Certificate and Audited Account for the last three (3) years (2010-2012),

c)     Verifiable list of previous/similar major works executed and completed within the last five years with detailed description of their locations.

d)    Evidence of financial strength, credit worthiness and solvency

e)     Provision of VAT Certificate(s) on executed job(s) and evidence of VAT Remittance

f)      List of relevant equipment intended for use on the project indicating their locations (state whether leased, hired of owned),

g)     Contractors must   show evidence of compliance with statutory obligations of their employees in respect of the Federal Government New Pension Scheme.

Only Contractors that have proven capability, relevance and good records of accomplishment would be considered to competitively tender for the projects described above,

4.       Collection of Pre-Qualification Documents,

Pre-qualification forms will be available for collection between 8:00a.m and

4.00p.m from Monday to Friday in the Office of the Director, Physical Planning upon payment of N10, 000.00 (Ten thousand naira) only at the Bursary of the Polytechnic

5.       Submission of Pre-Qualification Documents

All duly completed pre-qualification documents (in duplicate) should be submitted in sealed envelopes marked as ………. (Lot and Name of Project to be specified) and addressed to:

The Registrar

The Federal Polytechnic

P.M.B. 5351, Ado-Ekiti

And hand-delivered to the Office of the Registrar on or before 28th August, 2013. The pre-qualification documents will be opened at 1.00pm on the closing; date in the Polytechnic Council Chambers, All prospective Contractors and Interested members of the public are by this notice invited to witness the opening exercise.

 

6.      Verification   of   Claims   In   Pus-Qualification Documents

The Federal Polytechnic, Ado-Ekiti reserves the right to verify the authenticity of claims made in the pre-qualification documents submitted, even after award.

N.B

(a)     Please note that this is not an invitation to tender

(b)     The Federal Polytechnic, Ado-Ekiti is not bound to pre-qualify any Contractors,

(c)     All submissions are expected to be presented in simple unambiguous language as the Polytechnic would not enter into correspondence with any Contractor whose submissions are considered ambiguous.

Signed

S.O Adediran

Registrar