General Procurement Notice for the Execution of 2012 Projects at National Health Insurance Scheme, Abuja

National Health Insurance Scheme

Corporate Headquarters, Abuja

 

Addendum on Advert Published on 1st August, 2012

 

General Procurement Notice for the Execution of 2012 Projects

 

The National Health Insurance Scheme is an agency of the Federal Government of Nigeria established for the purpose of Facilitating easy access to quality healthcare services for all Nigerians. The Scheme intends to undertake the procurement of various Goods, Works and Consultancy Services under the 2012 Projects.

 

In compliance with the Public Procurement Act 2007, the Scheme hereby invites interested and reputable contractors and consultants with relevant experience and good track record to submit documents necessary for consideration for the execution of its 2012 projects.

 

Description of Projects

Lot A.    Provision of Cleaning and Fumigation Services at Abuja offices.

Lot B.    Procurement of Office Furniture

Lot C.    Wood Paneling of Offices, Utako Abuja

Lot D.    Procurement of 2 nos Toyota Prado Jeeps

Lot E.     Procurement, Installation and Training of CCTV/Security cameras for Utako and Wuse II Offices

Lot F.     Supply and installation of 350KVA generator for Utako/Repositioning of    existing one

Lot G.    Consultancy services for the Conduct of feasibility studies for the Roll-Out of Community Health Insurance Programme (CBHI) in selected LGAs.

Lot H.    Provision of one year support and maintenance of Wuse II Data Centre

Lot I.      Procurement & Installation of ICT Power House and 3-Phase stabilizer in Wuse II Office

Lot J.     Consultancy services to carry out statutory Annual Audit of the Scheme’s Accounts.

Lot K.    Procurement of Laptops/Desktop Computers and Hardware accessories.

 

Requirements:

Prospective bidders are required to submit the following documents:

i.        Certificate of incorporation/Registration with Corporate Affairs Commission (CAC)

ii.       Evidence of Compliance with PENCOM Act of 2004 (or Exemption).

iii.      Tax Clearance Certificate for the fast three (3) years (2009, 2010 & 2011) showing annual turnover

iv.      Company Audited Accounts for the last three years (2009, 2010 and 2011) showing annual turnover

v.       Evidence of VAT Registration with TIN No, and past remittance for the last 3 years.

vi.      Verifiable list of similar jobs successfully executed in the last three years including letters of award, project cost and contact address of the clients

vii.     Evidence of financial capability to execute the projects (Bank guarantees from reputable banks will form part of the evaluation criteria)

viii.    Company profile and Technical qualification of key personnel with evidence of experiences on similar jobs.

viii.    A sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence.

ix.      For the Annual Audit, there should be evidence of registration with Auditor General of the Federation.

 

Submission of Tenders and Closing date.

Two copies of the documents in a sealed envelope and clearly marked “Pre qualification Documents” with appropriate Lot number marked with project title boldly written at the right hand corner of the envelope should be addressed to:

 

The Head, Procurement Division

National Health Insurance Scheme (NHIS)

Plot 297, Shehu Yar’Adua Way

Utako District,

Abuja.

 

The sealed envelope should be deposited in the Tender Box in the office of the Head, Procurement Division, Room 209, National Health Insurance Scheme (NHIS), Plot 297, Shehu Yar’Adua Way Utako District, Abuja on or before 28th August, 2012. Late submissions will not be accepted please.

 

Opening:

Opening of the received documents will commence at 12.00 noon same day at the NHIS Board Room. All bidders and/or their representatives, Relevant Professional Bodies and NGOs are invited to witness the Public Opening exercise accordingly.

 

Please Note:

i.        All CAC, VAT PENCOM and TAX clearance Certificate may be referred to the security agencies, Corporate Affairs Commission, Federal Intend Revenue Service (FIRS), National Pension Commission and other relevant bodies for verification.

ii.       The NHIS reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

iii.      The Evaluation of the received documents shall be strictly based on the requirements as specified above; and

iv.      Only companies that have been successfully screened and found competent will be given financial bid documents.

 

Signed

Head, Procurement Division

For: Executive Secretary

 

Request for Proposal (RFP) as a Consultant for the Concessioning of Maternal and Child Centres and the Development of a Medical Park in Lagos, Nigeria at Lagos State Ministry of Health (LSMH)

 

Lagos State Government

Ministry of Health

 

Request for Proposal (RFP) as a Consultant for the Concessioning of Maternal and Child Centres and the Development of a Medical Park in Lagos, Nigeria

 

 

1.0     Background

Lagos, with a population of over 21.2 million people and projected to be the 3rd  largest megacity in the world within the next decade hitting the 25 million mark, is Nigeria’s economic and commercial nerve-centre.

 

 

The Lagos State Ministry of Health (LSMH) in 2002 embarked on a comprehensive Health Sector Reform Programme (HSRP). A key initiative under the reform is to increase the overall capacity of the healthcare system in Lagos State. Also, LSMH using the Integrated Maternal, Newborn and Child Health (IMNCH) approach seeks to improve its maternal and infant/child health indices via enhanced geographical access to integrated maternal and paediatric services.

 

 

In this regard LSMH desires to concession the Operation and Management of four (4) of its 110-bed Maternal and Child Centres (MCCs) across the State which will serve as one of the secondary care level interventions as well as create a state of the art Medical Park (“the Park”), which would provide a full spectrum of healthcare at a single location along the Eti-Osa Lekki axis on about 13,000 m2 land.

 

The MCCs will serve as one of the secondary care level interventions while it is expected that the Park will cater for a mix of primary and specialists health care to meet the different needs of residents within the State.

 

The LSMH thereby invites local/international qualified Transaction Advisers to express interest in providing a broad scope of advisory services to assist in the procurement of the Concession(s) for the MCCs and the Medical Park.

 

 

2.0    Project Scope

The envisaged services to be provided will include but not limited to the following for the MCCs and Medical Park as appropriate:

  • Completion of project preparation, PPP options analysis and PPP transaction structuring;
  • Market sounding to confirm decisions/determine scope, structure, and timing of the proposed concession;
  • Financial analysis and modeling;
  • Designing and managing the procurement and evaluation process; inclusive of information memorandum, supporting documentation to be made available to bidders and the tender documentation;
  • Review of enabling legal and regulatory framework;
  • Support on project marketing and road show;
  • Preparation of definitive concession agreements;
  • Assistance in negotiation with preferred parties prior to contract award;
  • Set   up of Data   Room   (physical   and or virtual   as applicable); and
  • Management   of other advisory   inputs to ensure   a successful transaction.

 

 

3.0    Requirements from Interested Parties

Transaction Advisers may consist of a single firm or a consortium of firms with the technical, financial, legal, PPP, and other specialist expertise required to successfully reach financial close. In the case of a consortium, the consortium members must jointly submit the information required herein paragraph 3.1-3.2. Consortiums must also clearly identify one of the firms comprising the consortium as the Lead Transaction Advisor as well as identify the specialized expertise/fields of its membership.

 

The Lead Transaction Advisor will have primary responsibility for liaising with the Project Delivery Team and for managing the consortium’s advisory inputs as a whole.

 

In order to be pre-qualified, prospective Transaction Advisors should submit an Expression of Interest detailing the following information as basis for prequalification:

 

3.1     Profile, Legal and Financial Status

 

  • Full name of firm and contact person, postal address, telephone,  and e-mail addresses of each corporate  entity.
  • Profile of the firm/consortium
  • Ownership structure including name(s) of shareholders and   percentage   shareholding.   Ownership structure including   name(s)   of  shareholders   and   percentage shareholdings.
  • Company registration including Certificate of  Incorporation, certified true copies of Memorandum and Articles of Association and CAC Form C07 or the equivalent.
  • Provide  the  most  recent 3-years  audited   Financial Statements and latest Management Accounts
  • Details of professional indemnity insurance held.

 

 

3.2.   Relevant Experience

Provide evidence of previous experience in carrying out similar assignments detailing the following information:

  • Direct experience advising governments in the structuring of PPP transactions;
  • Track record of successful closure of PPP concessions, particularly in the health/related sector;
  • Description of roles played in at least five (5) large/medium scale PPP Health/related transactions closed in emerging markets during the past seven (7) years (at least one of which should be in the past three (3) years);
  • Relevant   experience   in   the   health/related   sector (including technical competence);
  • Availability of appropriate skills with relevant qualifications. Profile of the proposed project team;
  • Proposed Work Plan for project execution;
  • Name and address of a referee in client’s company; and
  • Experience working in Nigeria and/or sub-Saharan Africa

 

 

3.3.   Financial Proposal

  • Detailed fee proposal with an estimate of expenses and assumptions if any.
  • Preference will be given to proposals featuring fixed/ and capped elements in the fee proposal and expenses.

 

 

4.0.   Submission of Bids

Bids for either or all of the services which shall be valid for four (4) months must be delivered in triplicate and tamper evident sealed envelopes clearly marked “RFP- Transaction Advisor (MCC/Medical Park) and delivered to the address below not later than 4th September, 2012 by 5.00 pm.

Office of the Honourable Commissioner,

Lagos State Ministry of Health

Room 505, Block 4

The Secretariat

Alausa, Ikeja

Lagos, Nigeria

 

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 entitle any of the interested parties to any claims against LSG and/ or LSMH by virtue of such parties having responded to the RFP invitation.

 

 

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

Invitation for Expression of Interest (EOI) for the Development of a Medical Park in Lagos, Nigeria at Lagos State Ministry of Health (LSMH)

Lagos State Government

Ministry of Health

 

Invitation for Expression of Interest (EOI) for the Development of a Medical Park in Lagos, Nigeria

 

1.0  Background

2.0   

Lagos, with a population of over 21.2 million people and projected to be the 3rd largest megacity in the world by 2015 hitting the 25 million mark, is Nigeria’s economic and commercial nerve-centre

 

 

The Lagos State Ministry of Health (LSMH) in 2002 embarked on a comprehensive Health Sector Reform Programme (HSRP). A key initiative under the reform is to increase the overall capacity of the healthcare system in Lagos State as a measure to attaining universal access to qualitative healthcare. In this regard LSMH desires to create a state of the art Medical Park (“the Park”) to provide a full spectrum of excellent quality high technology cutting edge specialist medical and diagnostic services at a single location along the Lekki axis which has an annual growth projection of 16.8%.

 

 

The LSMH now seeks market feedback from interested local and international parties, on a non-committal basis, on the development of private hospitals/health centres at the medical park and/or the disposal of the 13,000m sq land via a PPP model.

 

 

It is expected that the Park shall cater for general and specialty medical services tailored to meet the need of residents. It should include the provision of the following services with back-up diagnostic services for the polyclinics and in-patient facilities. The asterisked services should be available on a 24/7 365-day basis: (A) Paediatrics including neonatology (B) Internal medicine including gastroenterology and neurology (C) Surgery including neurosurgery and urology (D) Obstetrics and Gynaecology (E) Cardiology (F) Orthopedics and Traumatology (G) Radiology (H) Emergency and Ambulance services (I) Oncology (J) Clinical support services-(i) Administrative (ii) Medical records (iii) Laboratory services (iv) Diagnostic services (v) Security (vi) Pharmacy

 

 

2.0     Requirements from Interested Parties

In order to be pre-qualified, the prospective party/consortia must possess the requisite capabilities and relevant experience in the provision of the required services. They are required to submit comprehensive information as follows:

 

2.1. Organisational Details

  • Full name and nationality (country of registration) of the company and contact person, postal address, telephone, e-mail addresses and web site URL (if any)
  • Brief description of the history and business of the respondent
  • Ownership structure including name (s) of shareholders, percentage shareholdings, intermediate and ultimate holding company or beneficial owner
  • Company registration including Certificate of Incorporation, certified true copies of Memorandum and Articles of Association and CAC Form C07 or the equivalent
  • Most recent 3-Years Audited Financial Statements and latest Management Accounts if available
  • Evidence of available financing and/or access to credit line
  • Evidence of previous experience and expertise in providing required services locally and/or internationally including experience in PPP Initiatives where applicable. This should include the following details:
  • Name   of   Project, Brief Description   and Client(s)
  • Scope of work. Contract Value, Nature of Contract (PPP, Lump Sum etc) and Contractual Period
  • Name and address of related client’s referee

 

2.2 Development Plan

The summary of the proposed Medical Park development plan and/or PPP models should include the following:

  • Nature and scope of services to be provided – clinical and allied services, diagnostic and laboratory services, on-clinical supporting and ancillary facilities and services. The distribution of the floor areas among the proposed specialties and facilities should be provided
  • Commercial overview of the plan – nature and source of investments/income required for design development, construction, operations, maintenance etc; proposed allocation of profits to shareholders and improvement/extension of hospital services
  • Implementation timeframe
  • Human resources for Health arrangement: the proposed manpower plan
  • The proposed arrangements for adopting standard operating protocols, price transparency etc
  • The State is open to suggestions on possible PPP models with justification especially in the areas of strategic purchase of services and/or sharing of facilities, contracting out/sharing of non-clinical responsibilities, price setting, staff cross-attachment, cross-fertilization of expertise and experience sharing

 

Preference   shall   be   given   to   submissions   that   demonstrate exceptional value for money and operational innovation.

 

3.0 Submission of Expression of Interest

Parties may express interest for some or all of the services.

The EOI submission should include

  • One (1) original copy and three(3) other copies of Expression of Interest to be delivered in a sealed envelope clearly marked “EOI – Medical Park-Service” and delivered to the address below not later than 4th August, 2012 by 5:00pm

 

 

Attention

The Honourable Commissioner,

Lagos State Ministry of Health

Room 505, Block 4

The Secretariat

Alausa, Ikeja

Lagos, Nigeria

 

The EOI exercise is not a prequalification exercise to shortlist or pre-qualify any consortia expressing interest for any future exercise(s) to dispose of the subject site. It is not binding in nature for any consortia expressing interest.

Parties who do not submit a response to this EOI exercise will not be barred from taking part, or prejudiced against, in any subsequent exercise(s) for the development of private hospitals at the subject site.

 

Furthermore the submission of documents shall not entitle any of the interested parties to any claims against LSG and/or 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.

Calling for Submission of Tender for the Following Projects at Federal Medical Centre, Azare

Federal Medical Centre, Azare

Bauchi State

Office of the Head of Administration

 

 

FMCA/GEN/17/VOL.I/

 

7th August, 2012

 

Calling for Submission of Tender for the Following Projects:

 

 

LOT1:        Completion and Improvement of Radiology Complex at permanent Site.

LOT 2:       Completion of Perimeter Fencing at Permanent Site.

LOT 3:       Renovation of Male Surgical Ward.

LOT4:        Supply and Installation of Medical Equipment,

 

 

Introduction

The Federal Medical Centre, Azare is desirous of carrying out the above mentioned projects in its 2012 Capital appropriation.

 

 

Requirements

Interested Companies are to apply on or before 17th September, 2012 with the following documents:-

1.       Copy   of   Certificate   of   Incorporation/Registration   with Corporate Affairs Commission

2.       List of Directors of the Company

3.       VAT Certificate

4.       List of Projects executed and locations

5.       List of Technical Staff, their CV.’s and GSM Nos.

6.       List of Equipment owned by the Company.

7.       Tax Clearance for the fast 3 years (2009, 2010 and 2011)

8.       Statement of Bank Account for last 6 months and Bankers Reference

9.      Evidence of the existence of Pension Scheme for Company employees,

10.     Company Profile

11.              Audited Statements of Accounts for the last 3 years (2009, 2010 and 2011)

12.     Any additional information that may enhance the bidder’s chance

Method of Application

Interested companies should submit for each project two (2) proposals separately in two (2) sealed envelopes clearly marked as “Technical Bid” and “Financial Bid” respectively Note that the “Technical Bid” should contain the documents listed above in Items No. 1-12, while the “Financial Bid” is to contain the amount quoted for executing the project. Be informed that only Companies who satisfy the requirements of “Technical Bid” would have their “Financial Bids” opened; those who are deficient would be automatically disqualified. Tender Documents for the above projects are obtainable in the Centre upon the payment of non-refundable fee of N30, 000.00 cash or Bank Draft addressed, to “Federal Medical Centre, Azare”.

 

Submission

All submissions should be addressed to “The Medical Director,

Federal Medical Centre, No. 5 Sule Katagum Road, P.M.B, 005, Azare,

Bauchi State, “and be delivered not later than 18th September, 2012

 

Note that opening of “Technical Bids” will take place on the same day by 12.00 Noon in the Board Room of the Centre; while the date for the opening of “Financial Bids” would be announced later. All are invited. Further enquiries can be made through the Office of the Head of Administration.

 

Kabir M. Lele

Head of Administration

For: Medical Director

 

Invitation to Competitive Tendering for the Renovation, Rehabilitation and Buildings in Karu International Market Karu at Nasarawa State Government

Nasarawa State Government

 

Invitation to Competitive Tendering for the Renovation, Rehabilitation and Buildings in Karu International Market Karu

 

Nasarawa State Government, under the Leadership of His Excellency, Umaru Tanko Al-Makura, Governor of Nasarawa State is deeply worried about the level of dilapidation of public structures in the State. In particular, the Karu International Market which was commissioned in 2002 and has remained close to business since then is an embarrassment to a responsible Government.

 

Accordingly, Government has therefore resolved to commence the process of putting back the market into immediate commercial use by using its wholly owned Nasarawa Investment and Property Development Company Limited as a special project vehicle for the actualization of the renovation, rehabilitation and construction of additional blocks of shops to meet growing demand for such facilities in the state.

 

Nasarawa Investment and Property Development Company Ltd therefore, hereby, invites tenders from credible and reputable prospective contractors for the execution of various lots of Civil, Mechanical, Electrical and Building Works in the market through a competitive bidding process.

 

Tender documents are obtainable from the Company’s Head Office, No. 32 Jos Road, (INVESTMENT HOUSE) Opposite Mechanic Village, Bukan Sidi, Lafia or the Karu Zonal Office, Abacha Road, Karu, near the Federal Capital Territory upon the payment of a NONE REFUNDABLE tender fee in Bank Drafts only in favour of Nasarawa Investment and Property Development Company Ltd, as specified below:

 

 

LOTS:                                                         N

A       1-134, 141, 146, AND 147     –        10,000.00

B      140.144.145AND149               –        15,000.00

C      148                                           –        25,000.00

D      135                                           –        50,000.00

 

 

Collection of tender documents from either our Lafia Head Office or Karu Zonal Office begins from 7th August, 2012, 9.00 a.m and 4.00 p.m daily, Mondays to Fridays.

 

Completed tender documents must be hand delivered at the Company’s Head Office Lafia on or before 12.00 noon on 16th August, 2012.

 

The envelopes, which should be sealed, registered and dropped in the tender box at the point of submission must be marked on the top right hand corner the Job LOT No. being bided for.

 

NOTES:

(i)                The Project Board reserves the right to analyse submission made by prospective contractors to ascertain qualification

(ii)             Submission of tender documents does not commit the Board to awarding contract(s) to any tenderer.

(iii)           The Board does not owe anyone an explanation for his/her failure to secure a job Lot quoted for

(iv)           Late submission of tender documents stands disqualified automatically.

 

 

Enquiries

08035866500   –   Idris

08033792877   –   Enga

08036071280   –   Mark

 

 

Signed:

Management