Request for Expression of Interest at Intercountry Centre for Oral Health (ICOH) for Africa

The Intercountry Centre for Oral Health (ICOH) for Africa

(In Collaboration with World Health Organization)

Jos, Nigeria – 3 CBN Road, P.M.B. 2067, Jos, Plateau State, Nigeria.

 

 

Request for Expression of Interest

 

The ICOH for Africa Jos, wishes to utilize part of its 2012 Capital Appropriation for the re-designing and remodeling of its research Laboratory which has reached an advanced stage of construction. The purpose of the consultancy is to redesign the Laboratories to an International standard including fittings and finishing. The objective is to develop a world class conducive environment for research.

 

 

Submission of Expression of Interest (EOLs)

The Centre therefore invites eligible Consulting Firms with requisite experience and expertise in the design and construction of Medical Research Laboratories to submit Expression of Interest documents for the above programme. Only qualified and competent consultants shall be invited for further discussions. Each Technical Consultant must demonstrate Technical capability, Managerial competence, experience (brochures, evidence of similar works) etc. to effectively handle the programme.

 

 

 

Potential Companies are required to submit the following:

1.       Registration with Corporate Affairs Commission (CAC)

2.       Three years tax clearance certificate

3.        VAT registration

4.        Pension Reform Act compliance

5.        Evidence of verifiable past performance

6.       A comprehensive resume of Company Profile

7.       Registration with appropriate Professional bodies.

 

 

Evaluation Criteria

Evaluation of competence and qualification of Firm will be undertaken on the basis of aforementioned requirement to be met by the Consulting Firm.

 

A Consultant will be selected in accordance with the procedures set out in the Public Procurement Act, 2007.

 

Submission

Five copies of the Expression of Interest must be submitted to the address below not later than Wednesday 15th August, 2012 in a sealed envelope clearly marked. “Expression of Interest for the Redesigning and Remodeling of Research Laboratory”

The Director,

Intercountry Centre for Oral Health (ICOH) for Africa,

NO. 3 CBN Road, P.M.B. 2067, Jos

 

The interest shown by the Consultant may by no means constitute any obligation on the part of the Centre.

 

 

Invitation for Pre-Qualification of Contractors for the Supply and Installation of Protective Devices for 2.5MVA 33/11 KV Transformer at Neuropsychiatric Hospital Aro, Abeokuta,

Neuropsychiatric Hospital Aro, Abeokuta,

External Advertisement

 

Invitation for Pre-Qualification of Contractors for the Supply and Installation of Protective Devices for 2.5MVA 33/11 KV Transformer

 

 

Preamble

Applications are hereby invited from qualified contractors to tender for pre-qualification for the supply and installation of Protective Devices for 2.5MVA 33/11 KV transformer of the Hospital.

 

 

Pre-Qualification Requirements

Interested Companies are required to submit the following documents:

a)       Certificate of Registration with Corporate Affairs Commission (C.A.C).

b)      Company Tax Clearance Certificates for the last three (3) years.

c)       Evidence of VAT Registration and Remittances.

d)      Verifiable list of similar jobs successfully executed in the last three years including letters of award of Conti Project Costs, Job Completion Certificates, etc.

e)       Evidence of Compliance with Pension Reform Act (2004)

f)       Evidence of Financial capability to execute the Project (Current Bank Statement and Last Audited Company Account for the last 12 months)

g)       Company Profile including Professional Qualifications of key personnel and equipment.

 

 

Submission of Pre-Qualification Documents

  1. The completed pre-qualification documents are to be submitted in sealed envelope with the name and address of the Prospective Bidder at the top left corner of the envelope with the tenderer’s GSM number/Reachable Number.
  2. All documents should before Wednesday 15th August, 2012 by 9.00a.m when the documents will be opened.
  3.  The tendered documents should be addressed to:

 

 

The Provost and Chief Medical Director, Neuropsychiatric Hospital

P.M.B. 2002, ARO, Abeokuta

 

Attention: Parastatal’s Tenders Board

iv.      The documents must be dropped in the Bid Box located in the office of the Provost and Chief Medical Director

v.       Tenderers should note that only prequalified companies would be invited to submit financial bids. The Hospital reserves the right to reject any or all Pre-qualified documents.

 

All Tenderers and interested stakeholders are invited to the Tender opening scheduled for Wednesday 15th August, 2012 from 10.00am in the Provost and Chief Medical Director’s Board Room.

 

 

Signed

Head of Administration

For: Provost and Chief Medical Director

 

Invitation to Tender: Addendum to Earlier Invitation for Pre-qualification in Respect of 2012 Capital Project of the Authority at Federal Ministry of Water Resources, Upper Niger River Basin Development Authority

Federal Republic of Nigeria

Federal Ministry of Water Resources

Upper Niger River Basin Development Authority

 

KM 5, Minna- Zungeru Road, Minna


Invitation to Tender: Addendum to Earlier Invitation for Pre-qualification in Respect of 2012 Capital Project of the Authority

 

 

The Upper Niger River Development Authority, Minna wishes to refer to her earlier advertisement in the leadership newspaper of 11th May, 2012 Newsline Newspaper of 13th May, 2012, Federal Tenders Journal of 14th May, 2012, VoI.8.No. 10 in respect of Pre-qualification for her 2012 capital projects and wish to add that prospective bidders are invited to submit Technical and Financial Proposals for the following projects:-

 

 

LOT C 1.4 Upgrading of Gada Biyu (Abaji) Irrigation Project N25, 000

 

LOT C 1.5   Construction of Irrigation Structures at Kudan dam Project N25, 000

 

 

Bidders are to note that the Eligibility Criteria as contained in the earlier advertisement still subsist.

 

Collection of tender Documents:-

Qualified companies are to collect bidding documents from the procurement unit of the Authority upon presentation of evidence of payment of NON REFUNDABLE Tender fee as indicated against each LOT from 12:00 noon Wednesday 4th July, 2012.

 

Submission of Bids should not be later than Wednesday, 15th August, 2012 as they would be opened by 10am on Wednesday, 15th August, 2012.

 

Signed

Management

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.

 

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

 

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. Sector 16(6) (d) of the Public Procurement Act, 2007 (PPA 2007

x.       Evidence of VAT Registration and Remittance

xi.      Payment of non-refundable bidding tee 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 30th July 2012.

 

Director-General/Chief Executive Officer

Invitation to Tender for 2012 Capital Projects at National Oil Spill Detection and Response Agency (NOSDRA)

National Oil Spill Detection and Response Agency (NOSDRA)

5th Floor, NAIC House, Plot 590, Zone AO, Garki, Abuja

 

Invitation to Tender for 2012 Capital Projects

 

The National Oil Spill Detection and Response Agency (NOSDRA) invites interested, reputable and competent contractors / consultants to tender for the following capital project:

 

1.       Works (Pre-Qualification):

S/N Project Description

 

Lot Number
1 Characterization and Restoration of 9 Nos. Legacy sites in the Niger Delta using TDU/ Biological processes

 

PreQ-1-OFA-1
2 Pilot on Restoration of oil -Impacted Mangroove Forest and Creek in Oil -Bearing Communities of Upenekang, Ibeno LGA of Akwa -Ibom State

 

PreQ-1-OFA-2

 

Pre-qualification Requirement

Interested companies/consultants are required to submit the following to the Procurement Unit, Office of the Director General /Chief Executive Officer of NOSDRA, 5th Floor, NAIC House, Plot 590, Zone AO, Garki, Abuja.

i)       Evidence of incorporation of the firm by the Corporate Affairs Commission (CAC)

ii)      Copy of Memorandum and Article of Association

iii)     Evidence of Tax Clearance for 3 years

iv)     Technical experience of Key Personnel

v)      Similar project executed & evidence of knowledge of the industry

vi)     Evidence of Financial Capability & Bank Support

vii)    Evidence of VAT registration/remittances to the Federal Inland Revenue Service (FIRS)

viii)   Company Audited account for recent 3 years

ix)     Registration with PENCOM

x)      Equipment and Technical Capability.

xi)     Evidence of professional license to carry out specific services

xii)    Proof of Company/Firm registration with relevant professional bodies

xiii)   Corporate profile of the Firm, including registered address, functional e-mail

addresses, GSM phone numbers)

xiv)   Any other relevant information

 

Please note that there is no fee for projects under pre-qualification stage

 

2.       TENDER:

 

S/N Project Description

 

   Lot

Number

1 Establishment of incident command and control center.

 

TND-1-DG-1
2 Building of Geographic Information System (GIS) Support Data Base of Tank Farms & Underground Storage in Cross River State

 

TND-1-ASM-1
3 Building of Geographic Information System (GIS) Support Data Base of Tank Farms & Underground Storage in Kaduna State

 

TND-1-ASM-2
4 Building of Geographic Information System (GIS) Support Data Base of Tank Farms & Underground Storage in Lagos State

 

TND-1-ASM-3
5 Building of Geographic Information System (GIS) Support Data Bash of Tank Farms & Underground Storage in Delta State

 

TND-1-ASM-4
6 Building of Geographic Information System (GIS) Support Data Base of Tank Farms & underground Storage in Akwa -Ibom State

 

TND-1-ASM-5
7 Oil Spill Response Boat Accessories (Boom Vacuum Pump. Power Pack) TND-1-ASM-6

 

Tender Requirements:

Interested companies/consultants are required to collect and submit tender documents from the Procurement Unit, Office of the Director General Chief Executive Officer of NOSDRA, 5th Floor, NAIC House. Plot 590, Zone AO, Garki, Abuja with Tender fee of the sum of N25, 000.00 (Twenty – Five Thousand Naira) only in bank draft payable to National Oil Spill Detection and Response Agency (NOSDRA). In addition to the above, tendering companies/consultants are also required to submit relevant company documents as stated in the pre-qualification requirements.

 

3.       Submission

Collection and submission of tender and pre-qualification documents closes 30th July, 2012. All submissions should be delivered to the Procurement Unit. Office of the DG/CEO of NOSDRA 5th Floor, NAIC House. Plot 590, Zone AO, Garki, Abuja. For case of identification, title and LOT number of the project bided for should be clearly indicated at the back of the envelope as well as the Company’s contact address and phone number(s).

 

Signed

Director General/CEO

NOSDRA