Appointment of Coordinating/Biometric Consultants for Capacity Building Workshop (MDGS Project) and Module Based E- Learning Portal at National Institute for Educational Planning and Administration (NIEPA), Ondo

National Institute for Educational Planning and Administration

(NIEPA), Ondo

 

Appointment of Coordinating/Biometric Consultants for Capacity Building Workshop (MDGS Project) and Module Based E- Learning Portal

 

The National Institute for Educational Planning and Administration (NIEPA), Ondo is in the process of executing the 2012 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 National Institute for Educational Planning and Administration, Ondo is by this advertisement inviting reputable consulting firms to apply for pre-qualification appointment to coordinate some activities during the six-day training workshops in the six geo-political zones.

 

2012 MDG’S/Capital Projects:

1.       Appointment of Coordinating /Biometric consultants for capacity building workshop (MDG’s Project) and module based E-Learning portal.

 

2.       Invitation for the pre-qualification for the printing manuals and production/supply of other materials for capacity building of Primary School Teachers (MDG’s 2012).

 

A.        The Coordinating Consulting firms will be expected to:

i.          Coordinate the distribution of light refreshment to Participants and Resource

Persons in each designated centre in the states within each geo-political

zone and

ii.         Coordinate the provision and distribution of customized stationery items to

Participants and Resource Persons in each designated training centre in the

states within each geo-political zone.

iii.        Coordinate the selection of training centres and hiring of tables and chairs

for the participants in each designated training centre in the states within

each geo-political zone.

 

B.        Implementation of module based e-learning  portal (covering web hosting  renewal, domain name registration, module licensing and training of staff on module administration and course creation and multimedia course development skills) and acquisition of virtual learning and multimedia equipment.

 

The Biometric Consultant will be expected to:

i)          Assist the Institute in creating Data base of participants

ii)         Generate Report according to the Format decided by the Institute

 

Pre-Qualification Requirements

Interested firms should submit their bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below. Failure to submit any of the under listed documents may lead to disqualification of the bid:

 

i)          Full detail of the Company’s profile

ii)         Certificate of Registration with the Corporate Affairs Commission

iii)        Tax Clearance Certificate for at least Three years

iv)        Evidence of similar job(s) executed in the past (with verifiable address)

v)         Organizational structure, available manpower with list of technical staff with their resumes

vi)        List of equipment/Distribution facilities

vii)       Evidence of financial capability.

viii)      Company audited accounts over the past three years

ix)        Evidence of Registration with Pensions Commission in compliance with provisions of. Section 16(6) (d) of the Public Procurement Act, 2007 (PPA

2007

x)         Evidence of VAT Registration and Remittance

xi)        Payment of non-refundable bidding fee of N30, 000.00 (Thirty Thousand

Naira only) payable to the National Institute for Educational Planning and

Administration (NIEPA), Ondo.

 

Enquiries for additional information should be directed to the address below where they can also see samples of stationery items.

 

Selection Criteria

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

 

Bid Presentation

Interested firms are to submit separate pre-qualification Proposal in sealed envelope.. The proposal together with the documents earlier listed are to be submitted 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 “Coordinating or Biometric Consultancy” The bid should be dropped in the Tender Box in the Office of the Director-General. 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 Director-General/CEO’s office.

 

Closing Date

All bids must be delivered to the address below on or before 9th August, 2012.

 

Opening of pre-qualification Bids will come up on Tuesday 14th August, 2012 at the Institute’s Conference Hall by 12noon.

Director-General/Chief Executive Officer.

Invitation to Tender at Alimosho Local Government Area, Lagos

Alimosho Local Government Area

 

Invitation to Tender

Tenders are hereby invited from reputable contractors duly registered with Alimosho 1 Local Government Area for the under listed projects:

1.         Construction/Surfacing of Roads

2 .        Construction of Culvert

3.         Construction of Prototype Toilets

4.         Rehabilitation of lyana Ipaja Customary Court

5 .        Construction of New Administrative Block in the Council Secretariat

6 .        Construction of Council Staff Canteen

7.         Provision of Transformers

8.         Provision of Street Lights

9.         Construction and Rehabilitation of Markets

10.       Drilling of Boreholes

11.       Construction and Rehabilitation of Motor Parks

12 .      Rehabilitation of Schools

13.       Construction of Schools

14.       Printing of Exercise Books for Schools

15.       Procurement of School Uniforms

1 6.      Construction of Library

17.       Procurement of Desks and Benches

18.       Construction of School Staff Room

19.       Procurement of Patrol Van and other security gadgets

20.       Supply of Twenty (20) Tons Tipper

21.       Construction of Laboratories

22.       Procurement of Ambulances

23.       Construction of Health Centres

24.       Beautification of the Environment

25.       Procurement of 200KVA Generator for the Council Secretariat

26.       Procurement of Official Vehicles

 

Requirement

Prospective Tenders should fulfill the following requirements:

a.         Alimosho Local Government Area Treasury receipt for the payment of N20,000.00 (Twenty thousand naira only) being non-refundable application fee payment should be made through Sterling Bank after a payment slip is obtained from the office of the Legal Officer,

b.         Evidence of registration as a Contractor with Alimosho Local Government Area

c.       Certificate of incorporation from Corporate Affairs Commission (CAC) and copies of Memo and Articles of Association.

d.         Current Tax Clearance for the past 3 years from State Inland Revenue.

e.         Verifiable evidence of past job(s) experience in similar project of interest in the last 5 years, indicating the contract value and evidence of satisfactory job performance.

f.          Radio and Television Licence receipts.

g.         Tenement (arrears) Rate receipt and/or Land Use Charge payment receipt (current year).

 

Submission of Tenders

The Tenders documents should be waxed sealed indicating the category of contract and written in capital letters e.g.

 

“Tenders for the Construction of Culvert” at the left hand corner and addressed to:

 

The Council Manager

Alimosho Local Government

No. 2- 4, Bada Street, Akowonjo, Egbeda

Lagos State.

 

The completed Tenders should be deposited in the Tender Box in the office of the Council Manager, Alimosho Local Government, Akowonjo, Egbeda, Lagos, during the normal working hours between 8:00 am and 4:00 pm, Monday-Friday on or before 29th July, 2012.

 

Specification, drawings and Tender documents in respect of the above mentioned project is available for inspection and collection at the council Engineer’s office. The Local Government is not bound to accept any tender nor give reason for rejecting any tender.

 

Any Tender submitted other than in the manner prescribed above, will not be considered.

 

Dated this 19th day of July 2012, at Alimosho Local Government, Akowonjo, Egbeda, Lagos.

 

Signed:

Council Manager

Alimosho Local Government

Akowonjo – Lagos.

Invitation for Pre-Qualification for 2011 Tetfund Special Intervention Projects at Usmanu Danfodiyo University, Sokoto

Usmanu Danfodiyo University, Sokoto

(Office of the Registrar & Secretary to Council)

 

Invitation for Pre-Qualification for 2011 Tetfund Special Intervention Projects

 

1.0     Introduction

The Usmanu Danfodiyo University, Sokoto intends to execute the under listed projects appropriated for it under the 2011 TETFUND Special Intervention and is inviting reputable and competent companies to submit their pre-qualification documents for assessment.

 

 

2.0     Scope of Projects

The projects to be executed and to which pre-qualification of contractors is invited, are as listed below:

 

S/NO LOTS DESCRIPTION OF PROJECTS
1. Lot -I Construction of Faculty of Social Sciences Complex (UDU/SOKOTO/SIP-3/TETFUND/11/01
2. Lot -II Construction of Faculty of Management Sciences Complex (UDU/SOKOTO/SIP-3/TETFUND/11/02

 

 

3.0     Pre-Qualification Requirements

Prospective companies who wish to participate in the execution of the projects are required to submit their pre-qualification bids containing the under listed documents:

 

(a)     Certified true copy of certificate of registration/incorporation with the    Corporate Affairs Commission;

(b)     Audited Accounts for the last three years;

(c)      Certified true copy of company’s Tax Clearance Certificates for the last three years;

(d)     Evidence of VAT registration and remittance;

(e)      Evidence of current registration with the University;

(f)      Evidence of financial capability to execute the project(s) /reference letter from a reputable bank;

(g)     Evidence of similar and verifiable projects successfully executed by the

Company indicating locations, letters of award and completion certificates in the last five years;

(h)     List of major items of equipment possessed by the contractor;

(i)      List of managerial, technical and administrative staff of the contractor;

(j)      Evidence   of   remittance   of   staff   pension   contributions   to   the   appropriate   pension custodian/administrator; and

(k)     Evidence of compliance with the provision of section 6, sub section 1 of Industrial Training Fund Act.

 

 

4.0     Submission of Pre-Qualification Documents

The pre-qualification documents must be submitted in separate sealed envelopes, with the names of the projects for which the documents are submitted, marked clearly on the envelopes.

 

Pre-qualification documents should be addressed to:

The Secretary, Tenders Board,

Usmanu Danfodiyo University,

P.M.B. 2346, Sokoto

 

 

5.0     Closing Date for Receipt of Pre-Qualification Documents

The closing date for the receipt of the documents is 1st August, 2012 and the pre-qualification documents will be opened on the same date at 12.30 p.m. Thereafter, successfully prequalified contractors will collect and complete the tender documents within one week.

 

Signed

Mal. M. K. Jabo

Registrar & Secretary to Council

Invitation for Pre-Qualification of Prospective Contractors for the Execution of Projects under the Millennium Development Goals – 2011 Scale Up of Conditional Grants Scheme Project to LGAs (MDGS-CGS) at Lagos State Government

Lagos State Government

In collaboration with

Office of the Senior Special Assistant to the On Millennium Development Goals

 

Millennium Development Goals Conditional Grants Scheme Project

 

Invitation for Pre-Qualification of Prospective Contractors for the Execution of Projects under the Millennium Development Goals – 2011 Scale Up of Conditional Grants Scheme Project to LGAs (MDGS-CGS)

 

The Lagos State Government in collaboration with the Federal Government of Nigeria represented by the Office of the Senior Special Assistant to the President on Millennium Development Goals wishes to undertake the various projects approved under the Scale Up of 2011 Millennium Development Goals- Conditional Grants Scheme. To this end, reputable Contractors are hereby invited for pre-qualification as potential Contractors that would execute the CGS to LG A track’ approved projects.

 

 

The projects to be undertaken include:

1)    Ikeja LGA

i.        Renovation of 2 Story block at the Central Primary School, Ikeja

ii.       Rehabilitation of 1 block of Classroom at Community School, Wasimi

iii.      Provision of 200 Chairs & Tables for Teachers at Wasimi

iv.      Procurement of 18 standard Flip Chart Board

v.       Procurement of 180 Bottles of Soviet Cleaners for white board

vi.      Procurement of 360 cosmic magnetic dusters

vii.     Procurement of 2000 copies of wall chart

viii.    Procurement of 72 drawing boards

ix.      Procurement of 2 NOs motorized public address system

x.       Procurement of 5000 copies of Queen Textbooks

xi.      Provision of Solar Powered Borehole, Pumping Machine & Overhead Tank

xii.     Provision of Water Treatment Equipment & Materials at LG Primary School, GRA

xiii.    Provision of 50KVa Sound Proof Generator for Oregun PHC

xiv.    Provision of Ambulance for Oregun PHC

xv.     Provision of Medical Equipment /Furniture for Oregun PHC

 

 

 

2.       Ibeju Lekki LGA

i.        Construction offence Walls around Schools with gate house

ii.        Provision of First Aid Kits for 20 Primary Schools

iii.      Provision of 200 Complete Sets of Tables and chairs for Primary Schools

iv.      Construction of Staff Quarters at Okunraye and Folu Towns PHCs

v.       Construction of Borehole at Apakin PHC

vi.      Provision of Furniture to Apakun, Okunraye and Folu PHCs

vii.     Renovation of a Block of 6 Classrooms at Roman Catholic Mission pry School Lekki and Olomowewe

viii.    Rehabilitation of PHC at Idaso Town

ix.      Provision of Medical Furniture to Magbon Segun and Ise PHCs

 

 

3.       Eti Osa LGA

i.        Provision of Additional Furniture to OkunAjah Community

ii.       Construction of Lab Facility at Ogombo Health Post in Water source/water Plant P4

iii.      Supply of Lab Equipment to Ogombo Lab

iv.      Provision of Essential Medication for Addo- Langbasa and Araromi PHc

 

 

General Instructions

1.       Interested Contractors are required to obtain a set of pre-qualification form from The Chairman,

 

Conditional Grants Scheme Technical Committee,

C/O Project Support Unit (PSU)

Block 19, Room 32

Ministry of Economic Planning and Budget

The Secretariat,

Alausa-ikeja

 

 

2.       Please note that this is an invitation to pre-qualify as a bidder, and only pre-qualified bidders would be eligible to bid for the projects.

3.       Application for pre-qualification to Tender shall be made by completing and submitting detailed information m the order as listed herein.

 

 

Submission for Pre-Qualification

Interested Contractors are requested to submit the under-listed pre-qualification documents to the above mentioned address:

i.        Certificate of Incorporation obtained from Corporate Affairs Commission

ii.       Evidence of Registration with Lagos State Tenders Board

iii.      Tax Clearance for the last three years

iv.      Evidence of Financial Capability and Banking Support

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

vi.      Relevant and veritable projects embarked upon within the last 5 years

vii.     Project Manager with B.Sc Engineering with at least 10 years experience in works of equivalent nature and volume where applicable.

viii.    Evidence of availability of relevant equipment and technical capacity

ix.    Evidence on similar job executed with certificate of satisfactory conclusion issued

x.       Payment of non-refundable application fee of Ten Thousand Naira (N10, 000.00) only

 

Closing date for the submission and receipt of pre-qualification document is 1st  August, 2012.

 

Chairman

Technical Committee on Conditional Grants Scheme

C/O Project Support Unit Ministry of Economic Planning and Budge

 

Invitation for Submission of Technical and Financial Bids at Federal Medical Centre, Yenagoa

Federal Medical Centre

PMB 502, Yenagoa

Bayelsa State

 

Invitation for Submission of Technical and Financial Bids

 

1.0     Introduction

The Federal Medical Centre, Yenagoa, hereby invites interested reputable companies/contractors with the requisite experience and competence to submit technical and financial bids in respect of the 2012 capital projects execution in the hospital.

 

2.0     Projects

The projects involved are as follows:

 

Group A:   Medical Equipment

 

2.1     Project FMC/2012/01    Procurement of Baby Incubators

2.2     Project FMC/2012/02    Supply and Installation of Theatre Suit

2.3     Project FMC/2012/03    Procurement, Installation and commissioning of

ERCP Endoscopy Unit with all Accessories HD Monitors.

 

3.0     Requirements for Bidding

All bidders are expected to submit the following vital documents:

1.       Names, addresses and the telephone numbers of their companies

2.       Certificate of Incorporation or Business name

3.       Evidence of registration with the Federal Medical Centre, Yenagoa

4.       Evidence of Tax Clearance Certificate for the past three (3) years

5.       VAT Registration/VAT payments/Exemption certificate

6.       Audited Account for the last three (3) years

7.       Evidence of fulfillment of pension contributions.

8.       Evidence of Requisite professionals and technicians to perform the job.

9.       Evidence of experience of similar jobs and knowledge of the industry.

10.     Evidence of financial capability vides Bank Statements of Account.

11.     Evidence of ownership/lease of essential Construction equipment.

12.     A sworn affidavit confirming that all information presented in the bid are true and correct in all particulars and that no officer of any relevant Committees of this entity is a former or present Director, or shareholder or has any pecuniary interest in your company.

14.     Any other information that will enhance the application.

 

Payment of non-refundable processing fees of N30, 000.00 per job referenced above is required.

 

4.0     Submission of Pre-Qualification/Tender Documents

 

4.1     Submission of Tender Documents

The technical bid documents’ must be returned in sealed envelope, marked at the top left hand corner with the ‘Job Ref. No/name of the job’ the company is applying for. The corresponding financial bid documents’ should be in separate sealed envelope and also marked at the top left hand corner with the ‘Job Ref. No/Name of the job’. The two envelopes i.e. “Technical Bid” and the “Financial Bid” documents should be enclosed in a larger envelope which must be sealed and addressed to the Medical Director, Federal Medical Centre, Yenagoa and should be dropped in the Tenders Box in the Procurement Department of the Hospital on or before 22nd August, 2012 by 12 noon. Opening of the technical bid documents shall commence at 1p.m on same day in the Board Room of the hospital. On the next day, 23rd August, 2012 at 2.00pm, the names of qualified contractors from the Technical Bids Exercise will be announced and their financial bids will be opened. The financial bids submitted earlier by those that were not qualified will be returned to them unopened. Contractors or their representatives NGOs and the general public are also invited to attend.

 

Please NOTE the following:

i.        The submission of bid documents does not mean that Federal Medical Centre, Yenagoa is under any obligation whatsoever to award your company any contract.

ii.       All expenses incurred in connection with the bidding exercise shall be borne solely by the contractors or companies concerned.

iii.      Federal Medical Centre, Yenagoa reserve the right to cancel all bids and re-advertize if necessary.

iv.      Federal Medical Centre, Yenagoa or her appointed agents reserve the right to verify the claims by the companies; companies shall therefore include necessary authority and guarantee for such verifications.

v.       In addition, this advertisement is not meant for companies, contractors and/or suppliers that specialize in the sale of reconditioned, refurbished or “tokunbo” items or has a record of abandoned projects.

 

Signed:

Management