Invitation for Bids (IFB) at Science and Technology Education Post-Basic (STEP-B) Project, Sheda Science & Technology Complex, Abuja

Federal Government of Nigeria

(Federal Ministry of Education)


Science and Technology Education Post-Basic (STEP-B) Project,  Sheda Science & Technology Complex, Abuja

Issued Date: 19th July, 2012

Credit No: 4304 UNI

 

Invitation for Bids (IFB)

Procurement of Laboratory Research Equipment (IFB No: SHESTCO/GDS/2012/01)

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007 and 4 National Dailies of the same date.

 

2.       The Federal Government of Nigeria has received a Credit from the  International Development Association (IDA) toward the cost of Science   and Technology Education Post-Basic Project (STEP-B Project), and it       intends to apply part of the proceeds of this credit to payments under the   contract for the procurement of an Atomic Force Microscope with Nano indentation System

 

3.       The Science and Technology Education Post-Basic Project, (STEP-B Project: Sheda Science & Technology Complex, Abuja), now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

 

Lot

 

Item

 

Description Bid Security Qty

 

Bid Validity

 

Delivery Period
1 1 Atomic Force Microscope with Nanoindenter system

 

At least 2.5% of bid Price 1 90days Within 60days

 

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from eligible source Countries as defined in the Guidelines.

 

5.       Interested eligible bidders may obtain further information from the Project Manager, Science and Technology Education Post-Basic Project, Sheda Science & Technology Complex, Abuja and inspect the bidding documents at the address given below, between the hours of 9.00 am to 4.00pm Mondays to Fridays, except on public holidays.

 

6.       Qualifications requirements include:

(i)      Evidence of previous supply (sale) of similar equipment for the past 5 years,

(ii)     Audited financial statements for the last three years,

 

A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

 

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of N20,000.00 (Twenty Thousand Naira only) or US$140.00 (One Hundred and Forty Dollars only). The method of payment will be Cash or Bank Draft in favour of STEP-B Project, Sheda Science & Technology Complex, Abuja. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request which shall be at the bidder’s cost.

 

8.       Bids must be delivered to the address below on or before 17th August,

2012 by 12:00 noon local time. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below on 17 August, 2012 by 12:00 noon local time. All bids must be accompanied by a Bid Security of at least 2.5% of bid price in local currency or an equivalent amount in a freely convertible currency.

 

9.       The address referred to above is:

The Project Manager,

Science and Technology Education Post-Basic (STEP-B) Project,

C/o Sheda Science & Technology Complex, Abuja

Tel: 08034094144, 08051654985

E-mail: stepb@shestco.org , stepb_shestco@yahoo.com

Tender Notice at Gaya Local Government Kano State

Gaya Local Government Kano State

 

Tender Notice

In its effort to improve the living standard of its people, GAYA Local Government Kano State wishes to undertake its developmental projects

 

This is to  invite  suitably qualified  contractors/companies  for  pre-qualification to tender for the following projects/works as listed below:-

 

 

Scope of Work

  1. Procurement of Staff Houses Furniture
  2. Procurement   of   Hospital   Beds   and   Hospital Equipment
  3. Construction Of A 3 KM Road And Surface Dressing From Shagogo To Jobe To Runfawa Village
  4. Construction Of 5km Surface Dressing From Lajawa To Gamaryato Musabar
  5. Construction of Drainage (2side) 1290x90x (.20m At Maimakawa Village.
  6. Wall   Fencing,   Interlocking and   Carpeting of Malamawa juma’a mosque.
  7. Wall Fencing Of Gaya Division Police H/Q.
  8. Wall Renovation Of NPI Office Situated At Gayagra

 

 

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,
  • Record of previous projects 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 responsibility support,
  • Any additional information that may enhance the company for the award of contract.

 

Submission of Pre-Qualification Documents

All eligible contractors/companies should forward their pre-qualification documents to the office of the Director Personnel Management (DPM) GAYA Local Government Kano State in a (SEALED) envelope marked construction/supply of (Name of contract) to reach him on or before 26th July,  2012.

 

Signed: Director Personnel Management.

Invitation for Bids (IFB) at Science and Technology, Education Post-Basic (Step-B) Project National Agency for Science and Engineering Infrastructures

Invitation for Bids (IFB)

 

Federal Government of Nigeria

Science and Technology, Education Post-Basic (Step-B) Project National Agency for Science and Engineering Infrastructures

Credit No. 43040-UNI

 

Procurement of Advanced Material and Manufacturing Technology Equipment IFB No. NASENI/G/ICB/l/12

Date of Issuance: 19th July, 2012

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007.

 

2.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of Advanced Material and Manufacturing Technology Equipment.

 

3.       The National Agency  for  Science  and Engineering Infrastructure, participating in the implementation of the Science and Technology Education Post Basic Project, now invites sealed bids from eligible and qualified bidders for the:

 

Lot No.

 

Description of Goods

 

Quantity Location Bid Security

 

Delivery period

 

1 Mechatronics (Process Automata) and FACT Centre and Equipment

 

1 Abuja At least 2.5% of id Price 120days

 

2 Rapid Prototyping Machine (FDM), 1 Abuja At least 2.5% of id Price 120days

 

 

3 Ion sputter Coating Sys, Energy Dispersive X-ray Spedroscopy, Nano-Paride Synteis Units Class 100 Clean Room, Shear Assay Sys,

 

1 Abuja At least 2.5% of id Price 120days

 

4 Fluorescence Microscope, Scanning Electron Microscope (SEM), Scanning Probe Microscope (SPM) X-ray Diffractometer (XRD), Semiconductor Parameter Analyser., High Voltage Source Meter

 

1 Abuja At least 2.5% of id Price 120days

 

5 21 Blade Servers, Expansion of Racks and Software. 1 Abuja At least 2.5% of id Price 120days

 

6 Video Conferencing Equipment 1 Abuja At least 2.5% of id Price 120days

 

 

4.       Bidding will be conducted through the International Competitive Bidding (ICB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

5.       Interested eligible bidders may obtain further information from National Agency for Science and Engineering Infrastructures (NASENI) Headquarters, Abuja at the address below and inspect the Bidding Documents from 9.00am to 4:00pm Mondays to Fridays, except on public holidays.

 

6.       Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • A Manufacturer’s Authorization for equipment not produced by the company.

 

A margin of preference for eligible national contractors shall not be applied. Additional details are provided in the Bidding Documents.

 

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of N15, 000,00 (Fifteen Thousand Naira) only or USD 100.00 The method of payment will be cash or bank draft in favor of National Agency  for Science  and Engineering Infrastructures (NASENI), Headquarters Abuja. The Bidding Documents will be collected by the representative of the Bidder or by courier services paid by the bidder on request.

 

8.       Bids must be delivered to the address below on or before Thursday 30th August 2012 by 12noon. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or bidders’ representatives who choose to attend in person at the address below on or before Thursday 30th August 2012 by 12noon. All bids must be accompanied by at least 2.5% of the bid price as Bid Security or an equivalent amount in a freely convertible currency.

 

9.       The address referred to above is:

 

Project Manager

Science and Technology Education Post-Basic (Step-B) Project

National Agency for Science and Engineering Infrastructures

(NASENI)

Idu Industrial Area

P.M.B. 391

Garki

Abuja Nigeria

Tel: +234-08136260393, +234-8051720622

E-mail: naseni_coe@naseni.org

 

Signed

Project Manager

 

Request for Proposals (RFP) to conduct Baseline Survey for Gateway Behaviors at Johns Hopkins Bloomberg School of Public Health/ Center for Communication Programs (JHU/CCP)

Johns Hopkins Bloomberg School of Public Health Center for Communication Programs

Nigerian Urban Reproductive Health Initiative (NURHI) Supplemental Grant #824

Request for Proposals (RFP) to conduct Baseline Survey for Gateway Behaviors

 

 

Introduction

This is an announcement for a Request for Proposals (RFP) from the Johns Hopkins Bloomberg School of Public Health/ Center for Communication Programs (JHU/CCP) to conduct the first survey of a longitudinal cohort study designed to test the “Gateway” effects of certain health behaviors.

 

The NURHI Supplemental Grant, funded by the Bill and Melinda Gates Foundation (BMGF), aims to test causal relationships between Gateway Behaviors, Factors and Moments and multiple health outcomes, in order to design more cost effective and impactful interventions.

 

The primary scope of work in this RFP is to conduct a quantitative survey in one Local Government Area (LGA) in Ilorin, where the project will be implemented, and one control LGA. The RFP centers on the following key activities:

1.)     Data collection

2.)     Data input and cleaning of data sets

 

This RFP seeks to determine the capacity of various agencies and individual consultants in Nigeria to conduct the research as per the stipulations provided in this document. Capacity will be evaluated according to the criteria for evaluation of proposals as set out at the end of this document. Award of the contract will be made accordingly.

 

Program Background

Many health issues are directly affected by the health behaviors of individuals, families and communities. In order to increase the efficiency of behavior change programming and better utilize scarce resources, it would be advantageous to understand how one behavior may impact future lifestyle choices as “Gateways” to other positive health behaviors. Much of the Gateway research to date has focused on drug use or neatly eating and physical activity in developed countries but there is little research of behaviors relevant to the developing country context. The identification of Gateway Behaviors can lead to more cost-effective programming as targeted interventions will result in downstream effects on multiple desirable health behaviors.

 

During Phase I of the NURHI Supplemental Grant, a comprehensive literature and secondary analysis of three data sets was carried out to identify potential Gateway Behaviors, Factors and Moments Phase II of the project will implement activities designed to increase the identified Gateway Behaviors – and test the causal relationships with a number of outcome behaviors. The identified Gateway Behaviors are:

  • Interpersonal communication with spouse, partner, family or peers
  • Four or more antenatal care visits
  • Family planning use these activities will occur in one city of Nigeria, Ilorin, from 2012-2014.

 

 

Description of the Panel Research

Study Design

The intervention research will use a longitudinal cohort design In order to capture change in individuals over the course of the intervention period. Interviews will be conducted with women aged 18-30, maternal and child health (MCH) care providers and female clients of those providers in one LGA of Ilorin. A control study will carried out in a different LGA of Ilorin.

 

Survey interviews will be conducted at two points in time: before the supplemental intervention activities begin and at the end of the intervention period. Both baseline and follow-up surveys will include measures of the Gateway Behaviors as well as a list of 15-20 outcome behaviors, including such things as number of antenatal care visits, spousal communication about family planning use, having received an HIV test, use of modem contraception, taking anti-malarial drugs during pregnancy, maternal immunization against tetanus, medically assisted delivery, delayed resumption of intercourse after delivery, breastfeeding initiation and practices, number of child immunizations within a recommended time period and hygiene behaviors,

 

Both baseline and follow-up surveys will also collect data on a variety of Gateway Factors, including gender-related attitudes, health seeking experiences, access to services and counseling and whether those services are integrated or not health competence, exposure to media and community characteristics.

 

The post-intervention survey will include a retrospective section through which we will explore the timing of key personal and family health decisions made by each woman over the course of the intervention period.

 

This RFP is for the first (baseline) survey only, to be carried out in 2012, Depending on performance, the consultant/agency may be selected to conduct the second (endline) survey in 2014.

 

 

Study Tools

CCP staff and consultants will develop the research Instruments, including a household questionnaire for women aged 18-30, a client exit questionnaire and an antenatal care provider questionnaire. We anticipate that the questionnaires will comprise no more than 50-60 questions and will lake about 60 minutes to

administer. It is expected that the consultant/agency will translate these tools into the appropriate local language.

 

 

Sample Size

The baseline survey will consist of three parts, in both the intervention and control communities:

1)      Household interviews with 2000 women aged 18-30, randomly selected.

2)      Client exit interviews with 800 women at MCH facilities,

3)      Interviews with 300 antenatal health care providers the total sample size is 3100 (1550 in the intervention LGA and 1550 in the control LGA).

 

Complete household (HH) listings will be carried out for the selected clusters (EAs). The HH listings will provide the sampling frame for the selection of households to Include in the survey. The second stage of sample selection will take place in the selected HHs. For HHs included in the sample frame, the interviewer will list all women in the HH aged 18-30, all eligible women will be selected for an interview.

 

All facilities providing ANC services in the intervention and control LGAs in Ilorin will be included in the study. Up to three ANC providers at each facility providing ANC services will be interviewed.

 

The interviews will be conducted in local languages by trained interviewers. The consultant/agency should ensure that the interviewers for the household survey and client exit interviews are female. Interviewers for the facility interviews for the facility interview may be male or female.

 

 

Deliverable

The following items will be delivered to NURHI:

1)      Final survey instruments in English and the local language.

2)      Interviewers’ and Supervisors’ Manuals.

3)      A field report outlining any unusual or unforeseen events and circumstances that emerged during the survey,

4)      Cleaned and fully labeled data sets in SPSS version 15.0 (or higher) or stata SE11 (or higher).

5)      Dictionary of a8 variable and value labels in English

6)      Signed consent forms from all participants,

7)      All completed questionnaires.

 

 

Scope of Work

The contracting agency/consultant will be responsible for the following activities:

1)    Translate the survey instruments into the appropriate local language, following discussion and agreement with NURHI staff, and back translate them into English, NURHI staff will then compare the original version with the back translated version and suggest further changes until an equivalent version b prepared.

2)    Draft and finalize Interviewers’ and Supervisors Manual (to be reviewed by CCP staff)

3)    Secure permission from community leaders in the intervention and control communities to conduct the study

4)    Obtain human subjects training from the LHU-approved Collaborate Institutional Training Initiative (CITI) or document receipt of training in human subjects research ethics within the past 3 years

5)    Obtain human subjects approval from a certified institutional review panel in Nigeria.

6)    Recruit experienced quantities interviewers, train and supervise interviewers, supervisors and other survey staff. Organize logistics for the training of staff, which will co-facilitated with (NURHI)

7)    Pretest the questionnaires and revise accordingly (including local language adjustments) as part of the field staff training

8)    Create the data entry template for the 3 different survey types, Finalize the template with NURHI staff prior to data collection.

9)    Create the data codebook with information on the variable and value labels for all 3 surveys. Update as necessary.

10)           Conduct ANC facility listings.

11)           Conduct household listings.

12)           Field the surveys over a three- or four-week period between September 3, 2012 – September 28, 201 2 (final dates to be agreed upon with CCP staff).

13)           Edit, code, and enter the data.

14)           Enter tracking data in a separate data file.

15)           Provide all deliverables as noted above.

 

Preparation and Submission of Bids

All bids must be typewritten and presented in the following format:

a)       Cover letter A one-page cover letter signed by responsible official of the bidding agency. The letter must contain the name, mailing address, e-mail address, telephone number and other relevant contact information of the bidder,

b)    Introduction; A brief overview of the assignment as understood by the bidder and a brief statement of the bidder’s overall technical approach.

c)       Detailed technical proposal: A detailed plan for accomplishing the tasks as described in the scope of work, including a description of:

–        Plan to address sampling requirements

–        Recruitment process for survey staff

–        Training plan for field teams

–        Contingency plans in case of problems in the field e.g. bad weather

–        Data entry procedures

–        How quality control measures will be instituted

d)      A timetable for completion of major activities, including persons responsible for each activity, completion dates, and a schedule of deliverable.

e)       Capability statement background and other relevant information that qualifies me consultant/agency to undertake such an assignment. Experience with similar projects and in using the techniques specified above should be provided. The bidder must also indicate the individual staff members assigned to this project and their relevant experience.

 

 

f)       Budget and Budget Justification: A detailed line-item budget in MS Excel for completing the activities proposed under the technical proposal, a justification in a narrative format should accompany the budget to explain how each budget line item was established. The budget will include (but is not limited to):

–        Agency management fees

–        Training costs

–        Field work costs

–        Transport costs

–        Supplies, and

–        Data processing costs.

 

g)      Reference: A list of at least three former or current clients for whom similar work has been done, together with their addresses and telephone numbers.

h)      Annexes Any documents, such as curriculum vitae or other information, which the bidder thinks wit assist the proposal review team in evaluating the proposal may be attached as annexes.

 

Length of proposal

Sections (b) through (e) must not exceed 10 pages, single spaced, minimum 12 point font (in Times New Roman or Arial). Budgets should be provided in Excel format. Applications that exceed the page limit or those not conforming to these guidelines will not be read.

 

 

Submission of Bids

Complete proposals (electronic copy) must be submitted no later than 5:00pm on 9th August, 2012 by email to Hilary Schwandt at hschwand@jhsph.ed and include “Baseline Survey for NURHI Supplement proposal on the subject line of the e-mail.

 

Contact Info

If you have any questions concerning this request for bids, please contact the JHU/CCP or NURHI Office at (ST JAMES HOUSE, Plot 1109/Na. 167 Cadastral Zone A08, Ademola Adetokunbo Crescent, Wuse 2, Abuja), or at; nurhiproject@nurhi.org

 

JHU/CCP reserves the right to add or delete information, or otherwise amend the contents of this RFP during the period of preparation of proposals, JHU/CCP reserves the right to extend the period specified for presentation of proposals, JHU/CCP reserves the right not to make any award if it so chooses, for whatever

reason JHU/CCP reserves the right to replace the selected agency for the second wave,

 

All proposals once submitted, shall constitute firm offers and may not be retracted for a period of ninety (90) days following their submission. It is understood that bidders assume the cost of preparation and submission of proposals.

 

 

Evaluation of Bids and Selection of Contractor

JHU/CCP will establish a technical review team to assess all proposals in terms of the following criteria:

 

Experience

Overall experience of the agency                          10 points

Experience in related research                                       15 points

Expertise & experience of proposed team           10 points

Quality of references provided by previous clients        10 points

 

Total Experience                                                           45 points

 

 

Proposed work plan

Sampling plan                                   10 points

Recruitment & training of staff                   15 points

Data entry plan                                 10 points

Measures adopted for quality control         10 points

Timeline                                            5 points

Quality of written language               5 points

 

Total Work plan                               55 points

 

JHU/CCP plans to award the contract to the bidder that offers the best value, cost, and all other factors considered. JHU/CCP reserves the right to reject any and all proposals received and to award no contract as a result of this RFR JHU/CCP will not pay or reimburse agency/consultant for proposals submitted.

Invitation for the Pre-Qualification for the Printing of Training Manuals and Production/Supply of Other Materials for Capacity Building of Primary School Teachers MDGS Project (2012) at National Institute for Educational Planning and Administration (NIEPA), Ondo

National Institute for Educational Planning and Administration (NIEPA),  Ondo

 

Invitation for the Pre-Qualification for the Printing of Training Manuals and Production/Supply of Other Materials for Capacity Building of Primary School Teachers MDGS Project (2012)

 

The National Institute for Educational Planning and Administration (NIEPA), Ondo is in the process of executing the 201 2 Capacity Building Workshop for……….Head Teachers of Primary Schools in designated training centres across the nation. The workshops are scheduled to hold between August and December, 2012. The purpose of the training is to upgrade the skills of the Head Teachers on effective school administration.

 

The workshops will be funded from the Debt Relief Grant and Implemented under the Millennium Development Goals (MDGs) projects. The workshops will be facilitated by selected resource persons using specially designed self-instructional manuals.

 

NIEPA is by this advertisement inviting reputable printers and other companies to tender for the pre-qualification of the printing of Training Manuals, handouts and other materials/equipment that will be used for the workshop

 

The printers and other companies will be required to meet the standards determined by the Institute in terms of quality of materials and finished products, capacity for timely delivery and adequate facilities to deliver.

 

The specifications for the Manuals, Handbooks, CDs, Folders and Jotters are available for collection at NIERA Headquarters, Ondo

 

 

Pre-Qualification Requirements

Interested companies should submit their pre-qualification proposal along with the documents stated hereinafter in sealed envelopes to the address below. Failure to submit any of the under listed documents may lead to disqualification.

 

 

  1. Full details of the company’s profile
  2. Certificate of Registration with the Corporate Affairs Commission
  3. Three years Tax Clearance Certificate
  4. Evidence of VAT Registration and Remittance
  5. Evidence of similar job(s) executed in the past (with verifiable addresses)
  6. Organizational structure, available manpower with list of technical staff with their resumes
  7. List of equipment
  8. Company audited accounts over the past three years
  9. Evidence of Registration with Pensions Commission in compliance with provisions of Section 16(6) (d) of the Public Procurement Act, 2007 (PPA 2007)
  10. Evidence of financial capability.
  11. Payment of non-refundable bidding fee of N30.000.00 (Thirty
  12. Thousand Naira only) payable in Bank Draft to the NIEPA, Ondo

 

 

Selection Criteria

Printers will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process mechanism.

 

Presentation

Interested firms are to submit pre-qualification Technical Proposals in sealed envelope addressed to the Director-General and Chief Executive, National Institute for Educational Planning and Administration (NIEPA) Km. 4, Laje Road, P.M.B. 562, Ondo, Ondo State, duly marked “PRINTING”. The bid should be dropped in the Tender Box in the office of the Director-General/CEO. Bidder’s name, address and telephone numbers should be indicated on the reverse side of the envelope. Bidders are to ensure that they also sign the Submission Register in the DG’s office.

 

Closing Date

All bids must be delivered to the address below not later than 9th August, 2010

 

Signed

Director-General/Chief Executive Officer