Invitation for Pre-Qualification of Contractors at Federal, Government College, Kano State

Federal Ministry of Education

Federal, Government College,

P.M.B. 3164 Kano, Kano State

 

Invitation for Pre-Qualification of Contractors

 

Federal Government College Kano intends to carry out the execution of its approved 2012 Capital Project. The college is therefore inviting interested and suitably qualified contractors with proven record of competence to apply for pre-qualification of the under listed projects.

1.       Completion of 1 No. Assembly Hall

2.       Replacement of Old Water Pipes

3.       Completion of 2 No. existing hostels and construction of 2 new ones.

4.       Completion of the library complex: –

a)       Supply of library books

b)      Supply of furniture’s

c)       Supply of computers

5.       Construction of 4 blocks of classrooms

6.       Provision of 1 No. Sports pavilion

7.       Constructions of guidance and counseling office

8.       Installation of Dining Hall Furniture’s

9.       Rehabilitation of Road Network

10.     Supply of 500 KVA Generator

 

B.      Pre-Qualification Requirements

Interested and competent contractors wishing to be pre-qualified must submit the following document:

1.       Company profile

2.       Evidence of Tax clearance for the last three (3) years

3.       Evidence of Vat registration and past remittances

4.       Evidence of registration with Corporate Affairs Commission

5.       Evidence of Similar jobs executed by the company

6.       Companies registered address functional contact address and GSM phone numbers.

 

The completed pre-qualification document must be in sealed envelope. The name of the company GSM phone number must also be clearly written on the top left corner of envelop and to be submitted between Monday 1st June to Monday 25th  June 2012.

 

All pre-qualification documents should be addressed to:

The Secretary,

College Teachers Board

FGC Kano

 

Signed

Yusuf Ibrahim Birchi

Secretary

For: Principal

 

Request for Expression of Interest: Consultancy Services at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

 

Request for Expression of Interest: Consultancy Services

 

FMENVT/2012/E01-DEWS

 

1.       Introduction: The Federal Ministry of  Environment in collaboration with the United Nations Development Programme (UNDP) wishes to engage a consultant to carry out the Development of Drought Early Warning System in Nigeria.

 

2.       Objective: To produce a plan a basis for the development of a national early warning system in Nigeria.

 

3.       Scope of Assignment:

i.        To carry out base line study and crystalline plans. programmes and activities that will ensure Drought Early Warning System in Nigeria.

ii.       Desk studies comprising of data acquisition and analysis.

iii.      Field visits and surveys

iv.      To indicate the types of equipment, challenges and gaps existing in Drought Early Warning with respect of’ NIMET, NEMA, National Space Research and Development Agency (NASDA), and National Hydrological Agency

v.       Organize a stakeholders validation workshop

vi.      Produce a final Report.

 

4.       The EOI Document should be Accompanied with the following:

i.        Certificate of Registration with Corporate Affairs Commission (Limited Liability only)

ii.       Evidence of VAT payment and remittance .

iii.      Company’s Current Tax Clearance certificate for the last three (3) years (state Tax Identification Number-TIN).

iv.      Provide details of Company’s profile including the Curriculum Vitae of 5 most important professional staff and other resources

v.       Company Audited Account for the last 3 years.

vi.      Evidence from the company’s bankers as to its financial capacity/ Bank support to undertake the works, if awarded.

vii.     Name/email address and phone number of contact person

 

5.       Additional Information:

i.        Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent.

ii.       The advertisement shall not be consider as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.

iii.      The Federal Ministry of Environment reserves the right to make available the Tender documents to shortlisted firm only

 

6.       Submission Deadline:

EOI in one original and two duplicate copies must be submitted on or before 9th July 2012 by 12:00 noon, in sealed envelope marked “Confidential” on the top left corner and written EOI (Development of Drought Early Warning System in Nigeria. Phase 1. (Late submission will be rejected)

 

The submission is to be address to:

The Director

Drought & Desertification

Amelioration Department,

Federal Ministry of Environment,

Environment House (Brown Building)

Central Area

Abuja.

 

Note: Only shortlisted firm will be notified. Complete set of request of Proposal documents shall be issued to shortlisted firm at a later date by the Federal Ministry of Environment, upon the payment of a non-refundable fee of N10.000.00 in bank draft issued in favour of Federal Ministry of Environment.

 

Signed:

Permanent Secretary

Procurement and Installation of Modern Office Equipment and Vehicles at Office of the Auditor-General for the Federation

Federal Republic of Nigeria

Office of the Auditor-General for the Federation

 

Invitation for Bids (IFB)

Credit No. 4011 UNI

Project ID No. 88150

 

Procurement and Installation of Modern Office Equipment and Vehicles

IFB No: OAUGF/ERGP/NCB/GDS/01/12

Date of Issue: 11th June, 2012

Date of Submission: Friday 6th July, 2012

Time: 12:00 Noon Prompt

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in the development Gateway Market issue No. 4011 No. 4011 UNI of 24th January, 2005.

 

2.       The Office of the Auditor-General for the Federation (OAuGF) wishes to modernize its audit functions by computerizing its operations at the HQ and State Offices.

 

3.       The OAuGF serves as the implementing agency for the project and now invites sealed bids from eligible bidders for procurement and installation of:

 

Line Item No Description of Goods Lot Quantity Delivery Period Bid Validity Bid Security Final (Project Site) Destination as specified in BDS
1 Desk top Computers 1a 70 Within 60 days 90 days Not less than 3% of the Bid Price As specified in BDS
2. High Speed Color Printers (LaserJet) 1b 13 60 90 Not less than 3% of the Bid Price As specified in BDS
3. Printers (LaserJet) 1c 30 60 90 Not less than 3% of the Bid Price As specified in BDS
4. UPS 1d 70 60 90 Not less than 3% of the Bid Price As specified in BDS
5. Document Scanner 1e 2 60 90 Not less than 3% of the Bid Price As specified in BDS
6. Laptop 1f 50 60 90 Not less than 3% of the Bid Price As specified in BDS
7. Saloon Car 2a 1 60 90 Not less than 3% of the Bid Price As specified in BDS
8. DC-Pickup 2b 1 60 90 Not less than 3% of the Bid Price As specified in BDS

 

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the world Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and are open to all bidders from Eligible source countries as defined in the May 2004, revised on October 1, 2006”.

 

5.       Interested eligible bidders may obtain further information from: The Project Coordinator, ERGP, OAuGF, Plot 849, Koforidua Street, Off Michael Okpara Street, Wuse Zone 2, Abuja, FCT Abuja, Nigeria, Email: oaugfergp@yahoo.com CC: akpoken@yahoo.com and inspect the Bidding Documents at the address given below from 8:30a.m 4:30p.m Monday to Friday, except on public holidays.

 

6.       Qualification requirements include:

(a)     Financial Capability

The Bidder shall furnish documentary evidence that it meets the following requirement(s):

(i)      External Audit Report of the Bidder for the last three (3) years

(ii)     Five experience in similar and related activities

(iii)    Banker’s declaration that the Bidder has the financial capacity or a line of credit to execute a Contract of the same magnitude (as contained in the Schedule of Requirements) for supply of goods and/or

(iv)    Manufacturer’s authorization issued by the manufacturer for the goods to be supplied by the Bidder

 

(b)     Experience and Technical Capacity

The Bidder shall furnish a verifiable documentary evidence to demonstrate that it meets the following experience requirement(s):

(i)      Verifiable documentary evidence of previous experience in supply and installation of similar software, hardware and accessories of similar magnitude.

 

(c)      The Bidder shall furnish a verifiable documentary evidence to demonstrate that the Goods it offers meet the following usage requirement:

(i)      Suitable for use with any software/application the Client may procure afterward or desire to interface with.

 

A margin of preference for eligible national contractors shall not be applied.

 

(d)     The bidder must show proof of good standing with tax authorities in Nigeria (or any other country where bidder is liable for taxes) by providing certified copy of the latest (current) Tax Clearance Certificate TCC.

 

7.       A complete set of Bidding Documents in English Language 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 NG, N15,000,00 to the ERGP counterpart fund. The method of payment will be by Cash, certified Cheque or Bank Draft. The Bidding Documents will be collected by hand or sent by Courier services on request and payment for the courier service.

 

8.       Bids must be delivered to the address below on or before Friday 6th July, 2012 by 12:00 noon. Electronic bidding will not be permitted. 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 Friday 6th July, 2012 by 12:60 noon. All bids must be accompanied by a Bid Security of amount not less than 3% of the Bid Price.

 

9.       The address referred to above is:

Attention:

The Project Coordinator,

ERGP,

Office of the Auditor-General for the Federation,

Plot 849, Koforidua Street, Off Michael Okpara Street,

Wuse Zone 2, Abuja, FCT,

Nigeria.

Email: oauofergp@yahoo.com  CC: akpoken@yahoo.com

 

Signed:

Management

Pre- Qualification of Contractors for Selected Projects at the Nigerian Air Force

Headquarters

Nigerian Air Force

Ministry of Defence Area 7 Garki Abuja Nigeria

 

Invitation for Tenders

 

Pre- Qualification of Contractors  for  Selected  Projects  in  the  Nigerian Airforce for 2012

1.         Following approval of the 2012 budget, the Nigerian Air Force (NAF) would soon commence projects for the year. Accordingly, contractors interested in such projects are requested to indicate interest. The projects are:

 

a.        Purchase of Uniforms and Accoutrements.

b.         Construction of Hangars, Aircraft Shelter and other Ground Equipment at:

(1)      NAF Maiduguri.

(2)      NAF Minna.

(3)      NAF Makurdi.

(4)      NAF Sokoto,

 

 

Requirements

2.         Interested contractors are required to forward their letters with the following:

a)         Evidence of Company registration with the Nigerian Air Force.

b)         Company Profile.

c)         Evidence of Company Registration and Certificate of Incorporation in Nigeria and abroad.

d)         Company Tax Clearance Certificate for the past 3 years.

e)         Verifiable list of similar jobs successfully executed in the recent past.

f)          Company financial details and audited accounts for the past 3years.

g)         Evidence  of VAT Registration

h)        Evidence  of Financial Capability

i)          Evidence  of technical, operational and managerial capabilities

j)          Other  relevant  advantageous  docuaments

 

Exemption Clause

3.        Contractors are to note that:

a)         This is not an invitation to tender.

b)         Tender information and instructions shall be given only to companies that have been screened and found suitable.

c)         Late submission of pre-qualification document will be rejected.

d)         Only pre-qualified companies will be invited for the anticipated competitive tender.

e)         If there is need, other jobs would be carried out within the year.

 

4.         Pre-qualification documents should be sent to the Chief of Logistics, Headquarters Nigerian Air Force, Area 7, Garki, Abuja on or before  25th June, 2012.

 

IA BALOGUN

Air Vice Marshal for the Chief of Air Staff

 

Request for Proposal at Johns Hopkins Bloomberg School of Public Health Center for Communication Programs, Nigeria Urban Reproductive Health Initiative RFP for Database Development

Johns Hopkins Bloomberg School of Public Health Center for Communication Programs Nigeria Urban Reproductive Health Initiative RFP for Database Development

 

Release Date: 11th  June 2012

 

Application Due:    5:00pm 22nd  June 2012

 

Request for Proposals

 

Introduction

This is an announcement for a Request for Proposal (RFP) from the Johns Hopkins Bloomberg School of Public Health/Center for Communication Programs (CCP), Nigeria Urban Reproductive Health Initiative (NURHI).

 

This RFP seeks for immediate engagement of an organization or individual consultant (IT Agencies or other similarly skilled organizations/Individuals) that can support NURHI in the development of health related database. In particular, the agency (or individual) will work with NURHI to develop a robust web-based database that will capture all NURHI supported activities including facility level service statistics, commodity logistics statistics, media activities, trainings, workshop e.tc.

 

The submissions will be evaluated according to the following criteria:

Understanding of the assignment

Creative approach to the assignment

Previous experience in managing  similar activities

Detailed plan on how the agency/individual will adhere to strict deadlines and deliverables

 

NURHI Background

The Nigeria Urban Reproductive Health Initiative (NURHI) is a five-year project (2009-2014) with goal of increasing contraceptive prevalence rate by 20 percentage point by reducing barriers to family planning/childbirth spacing use in six Nigerian cities; Abuja, Benin, Ibedan, llorin, Kaduna and Zaria. The NURHI project team is made up of three consortia partners: the Johns Hopkins University Bloomberg School of Public Health Center for Communication Programs (CCP), the Association for Reproductive and Family Health (ARFH) and the Center for Communication Programs Nigeria (CCPN).

 

NURHI is tapping into the potential of Nigeria’s dynamic urban environment to improve reproductive health services, promote healthy lifestyles and reduce pressures on the urban health infrastructures in the country. NURHI intends to bring together private and public sector resources to strengthen the delivery of family health services. NURHI’s approach tests novel public-private partnerships and innovative private-sector approaches to increase access to and use of family planning/child  spacing, especially by the urban poor. In particular, the project will develop cost-effective interventions for integrating quality family planning with maternal and newborn health, HIV and AIDS counseling and post-partum care programs by focusing improving the quality of family planning services in high volume clinical settings. To support improvements in service delivery. NURHI emphasizes health promotion and education to create demand for and sustain use of family planning service in urban areas.

 

Overall Goal of the Project

The goal of the NURHI project is to increase modern contraceptive prevalence rates (CPR) in selected urban areas by at least 20 percentage points. NURHI will support services in six identified cities: Abuja, Benin, Ibadan. Ilorin,  Kaduna and Zaria. The NURHI project aims to achieve its goal by:

Developing cost-effective interventions for integrating quality family planning with maternal and child health, HIV and AIDS, and other related services;

Improving the quality of FP services in high volume clinical settings;

Testing innovative public-private partnerships and approaches;

Developing dynamic interventions tor creating demand for and sustaining use of family planning; and

Increasing funding and supportive policies to ensure access to family planning supplies and services in urban areas,

 

NURHI believes that if modern family planning is consistently available in a supportive social environment, then family planning use will increase in urban areas and the practice will spread to more rural areas. NURHI operates with the principle belief that as demand grows, demand will drive supply, leading ultimately to long-term sustain ability that b market-driven.

 

Overview of the Proposed Database

NURHI envisages a robust web-based database that will store large volumes of information (routine and periodic) with quick and flexible retrieval of information using varying criteria, A database that allows definition of data input constraints, validation rules with cross-referencing that will ensure internally consistent and accurate data, which provides access to multiple users concurrently and offers functionality for data security and access authorization. The central database will be domiciled in Abuja with linkages to six (6) NURHI supported cities.

 

The Task for this RFP

A bidder must respond to both phase one and two scopes below in order to be considered for the tasks that NURHI intends to support.

 

Phase One: Develop a concept that addresses the following:

 

Phase 1(Preliminary design, development and testing)

  • Review of application’s specifications and working requirements
  • Analysts of User Requirement Specification and design of the initial model base on this specifications
  • Design of the database schema and table structures for the application
  • Design and implementation of the user interface for all data entry page application setup, trouble shoot and Help modules
  • Coding of business layer
  • Application testing
  • Data export to Microsoft Excel
  • Data exchange/transfer module for interoperability with other applications
  • Data digitization for the purpose of statistical analysis with STATA and SPSS
  • Inbuilt data quality checks
  • Inbuilt query wizard

 

Phase 2 (Reporting and automated generation of graphs)

  • Implementation of additional business rules as identified during the review process
  • Design and implementation of standard reports and adhoc queries
  • Design and implementation of dashboard/automated graph generation module
  • Export generated graphs and charts to Microsoft Word and PowerPoint for presentation purpose
  • User acceptance testing and deployment

 

Evaluation Criteria for Reviewing the RFB Bids

The criteria for evaluation of all bids will be scored out of a maximum of 100 points. The points will be assigned as follows:

1.         Agency/Individual background and relevant experience (10 points)

2.         Qualification* and or management of assigned staff (20 points)

3.         Strategic approach to the overall requirements of the RFP (20 points)

4.         Proposed plan of action and timetable (5 points)

5.         Creative approach to the Database Development Task identified in the RFP Phase One and Two (45 points)

6.         Budget (10 points)

 

NURHI is looking for innovative, creative ways to capture all activities in a database that allows easy retrieval and manipulation of the information to inform decision. NURHI will place significant value on the creativity of the proposal.

 

Preparation and Submission of Bids

All bids should be presented in the following format:

A one-page cover letter signed by a responsible official of the bidding agency or individual. The letter should contain the full mime of the IT agency or individual, telephone number e-mail addresses, key contact persons and geographical locations.

Experience of the agency or individual consultant in health related database development.

A brief proposal on the tasks outlined minis RFP(Phase 1 and 2 tasks)

A list of current clients, the date that the agency started working  with them, the period that the  agency worked  with the client  and  brief description of the main services that the  agency performed on behalf  of the  client.

A list of three former or current clients for whom similar work has been done, brief description of the main services together with their contact person(s), addresses and telephone/cell phone numbers as references

A list of similar  database developed with brief description of each of the databases.

The winning  agency (or  individual) will initially work with the  NURHI project for 8 weeks starting from June 2012. After the  expiration of this period . NURHI will either  send out  another  call for proposals or continue  with the  winning agency or individual depending on its  performance.

 

If  you have any questions concerning  this request  for bids, please  contact the  NURHI St. James  House”, Second Floor, Suite 5, Plot  1109/No.167, Koubia Close, Cadastral Zone A08, Off Ademola Adetokunbo Crescent, Wuse II, Abuja, 900288 on or before  18th June, 2012 after the release of this  request or send an email to nurhiproject@nurhi.org . We will send you a reply, but  will copy the  reply to every other  company or individual who submitted a bid. in the interests of neutrality and fair competition.

The allowed period for questions will be from 11th to 18th June, 2012.

 

NURHI Reserves the  Right to:

Add or delete information, or otherwise amend the contents of this  RFP during  the  period of preparation of proposals

Extend  the period  specified for presentation of  proposals

 

All proposals , once submitted, shall constitute firm offers and may not  be retracted for a  period of ninety (90) days following  their  submission. NURHI has no any financial obligation for the  cost of preparation and  submission of proposals.

 

Submission of Bids

The Bidder should present  the entire package of materials for this proposed database with their proposal as pdf flies on a CD and with five complete sets of hard copies on or before  Friday 22nd June, 2012 to:

 

Project Director

Nigerian Urban Reproductive Health Initiative (NURHI)

St James House”, Second Floor, Suite 5,

Plot  1109/No. 167, Koubia Close, Cadastral Zone A08,

Off Ademola Adetokunbo Crescent

Wuse II, Abuja, 900288.

 

Please not  that NURHI will only accept emails as backups  to the  delivery of the  proposal in the above  formats. These emails must have a sent time  and date within the above deadline. The back-up email address is  nurhiproject@nurhi.org . the subject  line  should read “Database RFP Submission)