Tender for Implementation of various rounds of the grant (i.e. Round 5, 8 and Round 9 project) at National Agency for the Control of AIDS (NACA)

The Global Fund

To Fight AIDS, Tuberculosis and Malaria

 

The National Agency for the Control of AIDS (NACA)

 

 

A.        Preamble

Nigeria is currently implementing the single stream Global Fund grant for which the National Agency for the Control of AIDS (NACA) is a Principal Recipient (PR) along with other Principal Recipients (PRs).

 

NACA and other PRs have been implementing the various rounds of the grant (i.e. Round 5, 8 and Round 9 project) for some years now and it has become necessary that some form of implementation or operations research be conducted to improve service delivery, learning, understanding, strategies for implementation and impact.

 

The Agency, with the support of the Global Fund, wishes to conduct short term Operations Research (3-4months) for HIV/AIDS interventions in Nigeria. NACA and her sub-recipients from the single stream Global Fund grant in collaboration with the National HIV/AIDS research reference group has concluded plans to conduct high impact operations research at Global Fund supported facilities and states.

 

The Agency intends to engage the services of qualified and competent researcher(s)/implementers with experience in designing and conducting operations research. The researcher(s)/implementers are expected to have an affiliation with a research institution or implementing organization.

 

B.        Assignments Description

  • Specifically, the Global Fund operations research scope of work will involve:
  • Development of the Operations research proposal (technical and financial) with the researchers’ proposed design, methodology and budget for conducting operations research from a list of prioritized topics.
  • Development of operations research protocol by researchers and members of the technical committee.
  • Development of tools to carry out the Global Fund operations research.
  • Conduct of field work for operation research.
  • Provision of plans and tools to be used for data entry.
  • Conduct analysis of data obtained from operations research field work.
  • Preparation and submission of the operations research process as well as technical and financial reports
  • Presentation of operation research findings to the technical and steering committee for decision making and use.
  • Submission of all operations research data set to NACA.
  • Wide and strategic dissemination of research findings including preparation of policy briefs, factsheets and peer review articles.

 

C.        Guiding Criteria for Selection

The selection of the researchers for operations research will be in accordance with the procedures set out in Guidelines published by the Donor and the Bureau of Public Procurement as well as International Best Practices.

 

D.        Eligibility Criteria & Expected Contents of Expression of Interest

Prospective applicants are requested to submit their Expressions of Interest that demonstrate capacity and capability to undertake this assignment. This expression of interest should contain evidence of experience in conducting this form of research in Nigeria or outside Nigeria, as well as competency of the researcher to undertake this assignment.

 

The expression of interest should detail the following information as basis for short listing and invitation to protocol development/review workshop. The prospective bidder(s) may be an individual researcher(s)/implementers with an affiliation to a research institution/implementing organization:

 

i.          Letter of expression of interest to the DG of NACA stating the operations research topic of interest and reasons for interest,

ii.         Curriculum vitae of the applicant/s;

iii.        Evidence of at least a Masters’ degree in Public Health or social sciences or any relevant discipline,

iv.        Letter of introduction of applicant from a renowned research institution/implementing organization stating your level of affiliation with them;

v.        Provide hard copies and electronic copies of operations research report carried out in the past and published.  Provide evidence of publications if published,

vi.        The EOIs shall be evaluated strictly based on the substantive information / credentials / documentary evidences submitted by individuals in support of the information requested above.

vii.       Evidence of collaboration between the researcher and the organization supervising the project if the bid is successful.

 

E.        General Terms & Conditions

Expressions of Interest must be in English language only and should be enclosed in an envelope sealed and marked boldly at the top right corner with the words “EOI FOR OPERATIONS RESEARCH” and delivered in the Tender Box provided at the address below on or before Tuesday, 7th August, 2012 by 12 noon after which public opening of submissions will take place immediately at the Conference Room of the Agency.

 

The Agency reserves the right to reject any or all of the Submissions. Interested researcher(s)/implementers may obtain further information at the same address from 9.00am to 3.30pm on Mondays to Fridays (except public holidays) and NO EOI shall be received after the closing date and time.

 

Only short-listed candidates will be eligible for further considerations.

 

F.         Contact Information

Procurement Unit, 2nd  Floor,

National Agency for the Control of AIDS (NACA)

Plot 823 Ralph Shodeinde Street,

Central Business District, Abuja, NIGERIA

Tel.: +234(9)461-3724-29; Fax: +234(9)461-3700

Email: info@naca.gov.ng

Invitation for the Pre-Qualification and Tender for the Purchase of Utility Scanners and Vehicles under the 2012 Capital Projects Appropriation at Federal Ministry of Education, National Examinations Council (NECO)

Federal Ministry of Education

National Examinations Council (NECO)

 

National Headquarters Complex

KM 8, Minna-Bida Road, P.M.B.159

Minna, Niger State

www.mynecoexam.com

 

Invitation for the Pre-Qualification and Tender for the Purchase of Utility Scanners and Vehicles under the 2012 Capital Projects Appropriation

 

Following approval for capital projects under 2012 capital expenditure, National Examinations Council (NECO) hereby invites interested, experienced and qualified contractors/suppliers to bid for the following projects:

 

1.         Projects

i.          Lot 1. NECO/SCA/23010118/2012 – (Purchase of Scanners)

ii.        Lot 2.   NECO/MV/23010105/2012 – (Purchase of Motor Vehicles)

 

2.         Pre-qualification/Tender Requirements

i)          Certificate of Incorporation

ii)         Current Tax clearance Certificate/Declared turnover

iii)        Value Added Tax (VAT) Registration/Remittance

iv)        Proof of Equipment and other physical facilities to perform the contract (including after sales service, where appropriate)

v)         Minimum of three years experience in the handling of similar projects. Documents must be attached where applicable.

vi)        Sworn affidavit from a court affirming that no Director of the company was ever convicted.

vii)       Reference letter from a reputable bank/three (3) years Audited Accounts.

viii)      Evidence of payment to Industrial Training Fund (ITF) of one per centum of

company’s total annual payroll in compliance with ITF Act Section 6 (i).

ix)        Evidence of fulfillment of statutory obligation with respect to payment of

company employees’ Training Contribution in compliance with ITF Act Section 6 (ii)

 

3.         NB

  • The above requirements supersede those listed in the previous advertisements.
  • Technical and Commercial bids must be submitted as appropriate.
  • Full bidding procedure shall only be applied to contractors/suppliers capable of executing the projects.
  • The Establishment is not obliged to award any  contract to any contractor/supplier.
  • All submitted documents are subject to verification.

 

4.         Tender Documents

i.          Collection

Tender documents containing detailed description of each project can be obtained from Procurement Division, Registrar’s Office, National Examinations Council (NECO) Headquarters Complex, Km 8, Minna – Bida Road, Minna. Niger State.

 

ii.         Submission

All documents should be addressed to the Registrar/CEO, National Examinations Council (NECO), Headquarters, Attention: Deputy Director (Procurement).

 

5.       Closing

(a)     The closing date for submission of tenders has been extended to Monday 3rd September, 2012 by 4 p.m.

 

(b)               Original copies of the technical and financial tenders are to be marked with the name of the bidder, lot nos and project type and should be dropped by hand into the tamper proof tender box located in the procurement office.

 

(c)      The technical documents will be opened first and only pre-qualified contractors will participate in the financial bid opening.

 

Both tender documents are to be sealed and submitted at the same time.

Opening of Tenders

All tender documents shall be opened as scheduled below:

 

Date: Tuesday 4th September, 2012

 

Venue: NECO Headquarters, Km 8, Minna-Bida Road, Minna

 

Time: 11.00 a.m.

 

 

All Bidders, Civil Society Organizations and relevant Professional Bodies are invited.

 

Signed:

Registrar/CEO

National Examinations Council

Invitation to Bid for the Provision of Catering Services at National Orthopaedic Hospital, Igbobi, Lagos

National Orthopaedic Hospital,

Igbobi Lagos

 

Invitation to Bid for the Provision of Catering Services

National Orthopaedic Hospital, Igbobi Lagos hereby invites applications from suitably qualified, experienced and reputable catering companies to bid for the provision of catering services for the Hospital’s patients.

 

Interested companies with similar expertise in the provision of such services in a Hospital are to submit 15 (Fifteen) copies of their applications with the following:

  • Company profile
  • Evidence of Incorporation  with the Corporate Affairs Commission.
  • Copies of three (3) years Tax Clearance Certificates
  • Evidence of payment of VAT
  • Copies of three (3) years Audited Annual Report and Account
  • Evidence of financial capability and bank support
  • Evidence of verifiable relevant experience in executing a similar project, giving scope, locations, value and schedule.
  • Evidence of registration with PENCOM

 

Eligibility

Only applying companies that meet the specified requirements will be pre-qualified

 

Method of Application

Interested companies should pay a non-refundable tender fee of N15, 000.00 (Fifteen Thousand Naira) only, into the Hospital’s Account

A photocopy of the receipt should be attached to the Tender Documents.

 

The Tender Documents should be enveloped, sealed and marked “HOSPITAL CATERING SERVICES” in capital letters at the left hand corner of the sealed envelope and addressed to:

The Medical Director

National Orthopaedic Hospital,

Igbobi,

Lagos.

 

 

The completed Tender documents are to be submitted by hand and Deposited in the Tenders Box in the office of the Head of Administration on or before  6th August, 2012.

 

The submitted documents will be opened on the 7th August 2012 by 12 noon at the Hospital’s Board Room, Bidders or their representatives are required to be present at the event.

 

Please note that the National Orthopaedic Hospital, Igbobi is not bound to accept the lowest of any bid/quote and will not be liable for any cost) or expenditure incurred by any contractor(s) for this exercise.

 

Signed

Head of Administration

For: Medical Director.

 

Invitation for Pre-Qualification for Execution of Year 2012 Projects at Nigerian Institute of Transport Technology (NITT), Zaria

Nigerian Institute of Transport Technology (NITT), Zaria

 

Invitation for Pre-Qualification for Execution of Year 2012 Projects

The Nigerian Institute of Transport Technology (NITT), Zaria intends to carry out the procurement of goods, works and services under the 2012 Budget appropriation.

 

Interested Contractors with proven competence and experience are hereby invited to apply for pre-qualification for execution of any aspect of works listed below:

1.         Equipping of Transport Technology Centre

2.         Landscaping and Beautification (Redesigning and Construction of Institute’s Main Entrance

 

Eligibility Criteria

Interested Contractors are expected to possess the following basic requirements:

(a)       Evidence of Registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of Corporation and Articles of Association

(b)       Evidence of valid Tax Clearance Certificate for the past three (3) years

(c)        Company  Profile,   Experience/Technical Qualification of key staff.

(d)       Evidence of Compliance with Pension Act

(e)       Technical Capabilities:-

I.          Works  – Equipment and qualified staff

ii.         Consultancy – Curriculum Vitae of qualified staff

(f)        Evidence  of having  executed  similar projects/supplies in the past

(g)       Evidence of financial capability/Bank support

(h)       Company Audited Accounts for the last three (3) years (2009-2011)

(i)         Full Accounts Details including TIN Number

(j)         Any other relevant  documents that could enhance the company’s legibility

(k)        Evidence of Registration with relevant professional bodies.

(I)         Evidence of compliance with Industrial Training Fund Act, 2011.

 

Submission of Pre-Qualification Documents:

Interested Contractors are requested to submit their pre-qualification documents, in sealed Envelop marked “NITT 2012 PROJECTS: PRE-QUALIFICATION FOR—— indicate aspect of works” at the top left hand corner of the envelop, to:

 

The Director General/Chief Executive

Nigerian Institute of Transport Technology (NITT),

P.M.B. 1146 Basawa Road, Zaria.

 

To reach him on or before 6th  August 2012. Prequalification shall be opened at 12.30pm same day (i.e. 6th August 2012) in the DG/CE’s Conference Room.

 

Collection of Tender Documents:

Tender documents shall be available for collection by pre-qualified contractors upon payment of a non-refundable tender processing fees of N20, 000.00.

 

 

Tender Submission:

Completed Tenders shall be submitted to the Director General/Chief Executive within two (2) weeks from day of commencement of collection of tender documents. Bids shall be opened immediately on expiration of tendering period.

 

Please Note:

Interested companies/Consultants wishing to bid for more than one aspect of the work must submit separate Pre-qualifications for each aspect(s). Tenderers and the general public/Civil Society Organizations shall be invited to witness bids opening.

 

Signed:

Management

Invitation for Pre-Qualification to Tender at Wudil Local Government, Kano State

Wudil Local Government, Kano State

 

 

Invitation for Pre-Qualification to Tender

 

In its effort to improve the living standard of its people, Wudil Local Government wishes to undertake the execution of some development projects, therefore interested contractors are invited for prequalification to tender.

 

Scope of Work

1        Construction of 2 coats surface dressing road from Darki town – Achika village (3.3 km)

2        Provision of interlock tiles at Wudil central Mosque

3        Construction of wall fence at Government Girls Secondary School Darki

4        Construction of line drainage at sabon Garin Wudil, Wudil Town

 

 

Pre- Qualification Criteria

  • Evidence of incorporation with corporate Affairs Commission
  • Registration with State Works Registration Board in relevant categories.
  • Company’s Audited Account for three (3) years.
  • Evidence of tax clearance for three (3) years.
  • Evidence of financial capability and/or Banking support.
  • Experience and technical qualification of key personnel.
  • Records of previous project executed and evidence of knowledge of the industry.
  • Equipment, plants and technology capacity.
  • Annual turnover.
  • VAT registration and evidence of past VAT remittances.
  • Local resources utilization
  • Community and social responsibilities support.
  • Any additional information that may enhance the company for the award of contract

 

Submission of Pre-Qualification Documents

Pre-qualification document should be forwarded to the office of Director Personnel Management (D.P.M) Wudil Local Government in a SEALED Envelope

 

Not later than 27th July, 2012

 

 

Signed Management