Invitation for Proposal as Procurement Agent at Planned Parenthood Federation of Nigeria (PPFN)

Planned Parenthood Federation of Nigeria (PPFN)

Invitation for Proposal as Procurement Agent

Introduction

The Planned Parenthood Federation of Nigeria (PPF) registered in 1964 is a national non-governmental organization promoting Sexual and Reproductive Health (SRH) in Nigeria. As full member of the international Planned Parenthood Federation (IPPF), PPFN has expanded the scope of its programs beyond family planning to the broad range of sexual and reproductive health including HIV/AIDS prevention and maternal and child health and also the needs of adolescents and young people.

 

PPFN is a Principal Recipient (PR) for HIV in the Round  9 Consolidated Grant of the Global Fund to fight AIDS, Tuberculosis and Malaria in Nigeria.

 

PPFN will provide HIV Counseling and Testing (HCT) and SRH/HIV integrated services to about 3,000,000 persons in 5 years (2010-2014) in all the states of Nigeria including FCT.

 

In order to implement the Round 9 Grant, PPFN invites bids from qualified  organizations  from the public and  private sectors, Civil Society including  Non-Governmental Organizations with relevant experience in the area of international and  local procurement of pharmaceutical and health products

 

Interested organizations are expected to send  proposals and bids  for this service.

 

Objective of Service

To procure and deliver commodity in the right quantity, condition, price and quality that support scale-up of SRH/HIV integrated services to a total of about 1.2 million people in 36 states (including FCT) of Nigeria by December 2012.

 

Specific Activities

1.         To ensure accurate and time acquisition of cost competitive goods and services for the  organization by undertaking  the procurement of HIV rapid test kits, family planning  and related commodities necessary for the  conduct of SRH/HIV integrated services

2.         To identify and source suppliers and negotiate reasonable costs and contract details with effectiveness and due diligence on behalf and in the interest of PPFN

3.         To prepare periodic procurement  ad delivery progress reports for PPFN

4.         Provide clearing services and logistics from ports of entry to PPFN stores

5.         To process clearing documents (form”M” Risk Assessment Report etc) on behalf of PPFN if necessary

6.         Provide professional opinions on procurement and contract management  processes

7.         Ensure that the supply chain system is fully in line  with the WHO Guidelines for Good Procurement practices for health products.

 

Eligibility Criteria

to be  eligible  for consideration, proposal must provide  the following  details  that demonstrate capacity and capability to undertake this assignment  detailing the following  information as basis for  short listing  for further  evaluation in subsequent  process in which financial proposal will be requested  and  reviewed accordingly:

a)         Proven capacity and competence  as procurement agent  with evidence of previous experience as procurement agent under Global Fund projects is essential

b)         Evidence of Incorporation in base country and an operational office in Nigeria

c)         The procurement agent should demonstrate and ensure that procurement processes are in compliance with the Global Fund Quality Assurance Policy, WHO procurement guidelines and NAFDAC procedures

d)         Evidence of tax payment for the past 3 consecutive years, where necessary

e)         Evidence of VAT registration and proof of past remittances, where necessary

f)          Audited Financial Statements for the past 3 consecutive years.

 

Evaluation and Short listing Criteria

  • Proposal will be reviewed by a technical review committee within PPFN using the under listed criteria:
  • Economic of financial capacity of the organization (20)
  • Evidence of infrastructure on ground (10)
  • Evidence of procurements previously carried out and capacity to execute lare international and local procurements (20)
  • Procurement Process (30)
  • A write-up on the understanding of the Assignment (10)
  • Organizational profile (5)
  • Copy of current strategic plan (5)

 

Note: only Procurement Agents who scored up to 70% from the above will be short listed for the next stage and would be contacted and required to send a financial proposal.

 

Submission of Application/Closing Date

The code ‘PSM RND 9-GFHIV/01’ should be boldly written on the top right corner of the proposal envelope. The sealed envelop containing two hard and one soft copy (CD) of all documents required should be addressed to the Director General and dropped into the tender box located in our Abuja Office at the address below on or before 1.00pm of Friday May 18th 2012. The bids will be opened by 10.30am on Monday, May 21st 2012 and bidders or their  representatives are invited to this  exercise which will hold in our Abuja office at the address below. This advertisement can also be accessed on PPFN’s website: www.ppfn.org and the website of  the Global Fund:  www.the globalfund.org

 

Please take not that:

1.         Late submissions will not be entertained

2.         Applications attract a non-refundable tender process fee of N50,000

3.         All costs incurred  as a result of this  proposal and any subsequent requests for information shall be borne by the Company submitting proposal.

 

The Director General

Planned Parenthood Federation of Nigeria

No.4 Baltic Crescent

Office Danuba Street

Maitama, Abuja

www.ppfn.org, ppfn@ippf.org

 

 

 

 

 

Execution of Projects at Galaxy Backbone Plc

Galaxy Backbone Plc

61 Adetokunbo Ademola Crescent, Wuse 2, Abuja

 

Invitation for Pre-Qualification

 

A. Introduction:

In compliance with the Public Procurement Act 2007 Galaxy Backbone Plc invites prospective Contractors, Suppliers and Vendors to pre-qualify for the following works, goods and services in 2012 financial year.

 

B.      List of Projects/Services:

Lot 1           – Supply of office stationery

Lot 2           – Supply of diesel

Lot 3           – Supply and installation of electrical equipment

Lot 4           – Supply of office equipment and accessories

Lot 5           – Supply of office furniture

Lot 6 – Supply of computer, networking and IT Equipment and accessories

Lot 7    – Facilities Maintenance

Lot 8    – Maintenance of Motor Vehicles

Lot 9    – Maintenance of Computers and Office Equipment

Lot 10  – Supply and installation of power generating equipment

Lot 11 – Provision of IT Consultancy and Professional Services

Lot 12 – Construction and installation Works

Lot 13 – Maintenance of Generators and Plants

Lot 14 – Training and Capacity Building Services

Lot 15 – Security Services

Lot 16 – Supply of Motor Vehicles and Vehicle parts

Lot 17 – Software Systems Consulting and Implementation

Lot 18 – Individual consultants for training facilitation, Enterprise & Technology Architecture

Lot 19 – Individual consultants for project management and technical events management

 

C. Eligibility/Requirement:

In order to be considered for pre-qualification for any of the above lots, except 18 and 19, interested Contractors and Service providers must have necessary competence and possess the following:

i.        Certificate of the Company’s Registration/Incorporation verifiable from Corporate Affairs Commission.

ii.       Company’s Current Tax Clearance Certificate issued by the appropriate authority (valid up to December 31st 2011).

iii.      Tax Identification Number

iv.      Evidence of VAT registration and remittance of VAT, WHT and PAYE v.          Company profile with CV/Certificates of professional staff

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

vii.     A sworn statement that the company is not in receivership or financially/legally encumbered

viii.    Evidence of registration with relevant professional bodies

ix.      Evidence of compliance with Pension Reform Act 2004, including  remittance to PFCs/ PFAs

x.       Company’s audited accounts for the past three years

xi.      Verifiable documentary evidence of similar and other jobs successfully executed within the last three years

 

In the case of Lot 18 and 19, candidates must have demonstrable competence and provide the following for verification.

i.        Comprehensive and detailed curriculum vitae justifying individual’s fit for the service category of interest

ii.       Any other information or documents in support of your application.

 

 

D. Submission of Pre-Qualification Documents

1.       The documents should be arranged in the order listed and each chapter separated by dividers

 

2.       Interested and reputable companies/individuals are required to enclose all Pre-qualification documents in sealed envelopes, marked “2012 Pre-qualification” indicating the Lot Number boldly on the envelope and addressed to:

 

The Secretary

Tenders Board

Galaxy Backbone Plc

No 61 Adetokunbo Ademola Crescent

Wuse2, Abuja, FCT

 

3.       Pre-qualification documents should be submitted on or before 30th April by 11:30am. Prompt

 

4.       Only successful entries will be invited for the next stage of the bidding     process

 

E.      Important Information

1.       This is not an invitation to tender

2.       Galaxy reserves the right to verify the authenticity of any claims made on the documents submitted by companies

3.       Pre-qualification documents do not commit Galaxy to awarding contracts to those pre-qualified

4.       Documents submitted late shall be rejected.

 

Signed:

Secretary

Tenders Board

 

Invitation for pre-qualification of Contractors for year 2012 Capital Projects and years 2010 /2011 (Merged) Tertiary Education Trust Fund Intervention in Library Development at Adeyemi College of Education, Ondo

Adeyemi College of Education, Ondo

 

Invitation for pre-qualification of Contractors for year 2012 Capital Projects and years 2010 /2011 (Merged) Tertiary Education Trust Fund Intervention in Library Development

 

1.0     Introduction:

Adeyemi College of Education, Ondo intends to undertake pre-qualification exercise for the under listed Year 2012 Capital Projects and Years 2010 2011 (Merged) Tertiary Education Trust Fund Intervention in Library Development.

 

Interested and reputable contractors are hereby invited to forward their documents for the purpose of Pre-Qualification for the underlisted Projects:

 

(A) Year 2012 Capital Projects

(i)      Renovation of School of Postgraduate/Biology Block – Phase II

(ii)     Rehabilitation of Demonstration Nursery/Primary School.

(iii)    Construction of Drainages and Car Parks in Schools of Science and Vocational and Technical Education.

(iv)    Construction of Perimeter Fence.

 

(B)     Year 2010-2011 Tertiary Education Trust Fund Projects

(i)      Procurement of 100 K VA Generator and Air-conditioners.

(ii)     Procurement of Library reading Chairs.

(iii)    Procurement of Library books and Journals.

 

 

2.0     Pre-Qualification Requirements

Prospective Contractors shall be required to submit the following pre-qualification documents:

(i)      Evidence of Registration with Corporate Affairs Commission (CAC).

(ii)     Evidence of Tax Clearance Certificate for the last three (3) years.

(iii)    Evidence of VAT Registration and Remittances.

(iv)    Evidence of Company’s audited accounts for three (3) years and its annual turnover.

(v)     Evidence of Compliance with Pension Reform Act, 2004.

(vi)    Evidence of similar projects successfully executed with their location (copies of letters of award to be attached).

(vii)   Technical qualifications and experience of key personnel.

(viii)            Evidence of financial Capability and Bank Support (Attach Bank reference, Statement of Account etc.).

(ix)    Equipment and Technical Capacity.

 

 

3.0     Verification of Claims

Please note that Adeyemi College of Education, Ondo reserves the right to verify claims made in the pre-qualification documents submitted by interested contractors.

 

 

4.0     Submission of Pre-Qualification Documents

Contractors are allowed to apply for the projects on payment of non- refundable

processing fee of N10, 000.00 (Ten Thousand Naira) only per project made payable to Adeyemi College of Education, Skye Bank Investment Account No. 2121770005379. Pre-qualification documents should be neatly packaged in a sealed envelope marked

“Pre-Qualification for Year 2012 Capital Project” Or “Year 2010 2011 Tertiary Education Trust Fund Library Project” (indicate specific project) at the top left hand corner of the envelope to: The Registrar. Adeyemi College of Education, Ondo and submitted on or before 28th May 2012 by 12.00 noon on.

 

28th May, 2012. This will be opened as follows:

 

Closing Date/Time:        28th May, 2012 by 12.00 noon

Opening Date/Time:       28th May, 2012 by 1.00P.M.

Opening Venue:             Council Chambers.

 

Interested Companies are by this notice invited to attend the opening exercise.

 

 

Please Note That:

(i)      Adeyemi College of Education is not bound to pre-quality any Contractor.

(ii)     Only successful pre-qualified Contractors would be required to proceed with main tenders.

(iii)    This invitation for pre-qualification is NOT an invitation to tender for the Projects.

 

 

F. E. Aderinboye

Registrar

Invitation for Submission of Technical and Commercial Bids For 2012 Capital Projects at Nigerian Building and Road Research Institute

Nigerian Building and Road Research Institute

Federal Ministry of Science and Technology

 

Tender: Invitation for Submission of Technical and Commercial Bids For 2012 Capital Projects

 

A:   Introduction:

The Nigerian Building and Road Research Institute (NBRRI) is a Parastatal under the aegis of the Federal Ministry of Science and Technology. NBRRI is desirous of executing some Capital Projects under the 2012 Budget Appropriation. Suitably qualified and reputable Contractors are invited to submit technical and commercial bids for the under listed projects:

 

Lot 1: Advanced R & D on Building and Roofing Materials Programmes:

Development of Prototype Blended Alternative Cements Plant to reduce dependence on Portland cement. The scope of work shall comprise the supply and installation of equipment for the Prototype Blended Cements Plant with 15% back up spare parts, test running, commissioning as well as training.

 

Lot 2: Development of R & D Infrastructure:

Provision of Borehole and Overhead Tank for Water Supply Improvement at NLC, Ota. The scope of work shall comprise geophysical survey, development and testing of borehole to adequate yielding point (60m), installation of submersible pumps as well as construction of 2.4×2.4 x 1.2m (10,000 Litres) steel over head tank (6m elevation) on concrete foundation.

 

Lot 3:    Building Road and Engineering Materials Research Information Management System (BREMIS).

 

(a)     Library Automation and Book/Journal Acquisition: The scope shall comprise acquisition of library automation software including virtual library key (professional version), multiple user generic back up etc.

 

(b)     IT Facilities: The scope shall comprise Up-grading of IT facilities at NBRRI Abuja Office Complex and National Laboratory Complex Ota, Ogun State.

 

(c)      Procurement of Computers, Photocopiers, Scanners, Printers, Media/Audio Kits and Accessories including installation and testing.

 

Lot 4:   Strengthening of Laboratory Research Facilities at NBRRI, NLC Ota:

Purchase of State-of-the-Art Equipment, Rehabilitation, Refurbishing and Updating of existing equipment for NBRRI Laboratories (Phase l). The scope shall include supply and installation of equipment, refurbishing and updating of existing equipment.

 

Lot 5:    Infrastructure and Equipping of National Construction Materials Testing Laboratory:

Supply and Installation of asphalt/bitumen Laboratory Equipment at Abuja Office Complex. The scope shall include supply; installation and testing of equipment.

 

Lot 6:    Construction of NBRRI Skills Acquisition and Extension Centres using NBRRI technologies:

(a)     Construction of NBRRI Skills Acquisition and Extension Centre in Bayelsa State.

(b)     Construction of NBRRI Skills Acquisition and Extension Centre in Akwa Ibom State.

(c)      Construction of NBRRI Skills Acquisition and Extension Centre in Ogun State.

(d)     Construction of NBRRI Skills Acquisition and Extension Centre in Plateau State.

(e)      Construction of NBRRI Skills Acquisition and Extension Centre in Bauchi State.

(f)      Construction of NBRRI Skills Acquisition and Extension Centre in Ondo State.

(g)     Construction of NBRRI Skills Acquisition and Extension Centre in Benue State.

(h)     Up-grading of NBRRI, Ikoyi Office.

 

The scope for (a) (g) shall comprise construction of offices, workshops, auditorium, workshops for the Skill Acquisition Centres in the various States of the Federation using NBRRI technologies. The scope of work for (h) comprise up-grading of NBRRI, Ikoyi Office, rehabilitation of existing structures/facilities and supply and installation of equipment.

 

B:   Tender Submission Procedures:

1.       Interested Bidders should submit separate bids for each of the listed lots or sublots. Bids that do not comply shall be rejected.

2.       Bidders should submit Technical and Financial Bids in separate envelope clearly marked Technical Bids or Financial Bids as appropriate with lot/sublot number indicated in the left hand corner of the envelope.

3.       The Technical Bids should include the following documents:

(a)     Evidence of Company Registration with Corporate Affairs Commission (CAC).

(b)     Evidence of Payment of Taxes (Tax Clearance Certificate/VAT Registration and Remittance) for the past three years.

(c)      Company Audited Account for the past three years.

(d)     Evidence of Financial capability and banking support.

(e)      Technical competence/experience/qualification of key personnel.

(f)      Evidence of similar projects executed and knowledge of the Industry.

(g)     Compliance with National Pension Act.

(h)     Compliance with the requirement of Section 6 (1) to (3) of the Industrial Training Fund Amendment Act, 2011.

 

4.       All Construction Projects are based on alternative building technologies and innovations developed by NBRRI and familiarity with this and locally available raw materials will be an added advantage.

 

5.       Bidders can collect bidding documents at the rate of N25,000 for Lots 1-5 and each of sublets 6a-6h from the address stated below. Only financial bids of qualified bidders shall be opened.

 

C:      Submission

All completed Bids should be properly addressed, sealed and clearly marked.

 

They are to be submitted on or before Monday, 28th May, 2012 by 9.00 a.m.  Bids shall be opened at 10.00 a.m on the same date.

 

The Director-General/Chief Executive Officer

Nigerian Building and Road Research Institute

Plot 449, Samuel Ogedengbe Crescent

Jabi, Abuja.

 

Representatives of the Companies and the General Public are cordially invited to the event please.

 

Signed

Management

Advert for Tender Opportunity: TB-3048 Call –Off Contract for Pipeline Design Services at Addax Petroleum Development (Nigeria) Limited

 

Addax Petroleum Development (Nigeria) Limited (RC No. 333615)

Advert for Tender Opportunity: TB-3048 Call –Off Contract for Pipeline Design Services

1.       Introduction:

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD(N)L”) invites interested and prequalified Contractors to respond to tender opportunity for a call-off contract for pipeline design services for APD(N)L’s onshore and offshore locations, as detailed in item 2 below. The contract is proposed to commence in Q3.2012 and continue for a duration of two (2) years with APD(N)L having the sole option to extend the duration for a further period of one (1) year.

 

2.   Scope of Services:

This Scope of Services covers the provision of Pipeline Design Services associated with APD(N)L’s onshore and offshore operations. It is envisioned that multiple contracts will be awarded for this work.

 

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for conducting the following work:

 

Provide preliminary and detailed engineering design services utilizing the latest design software for structural stress analysis, offshore & onshore pipeline, riser, spoolpiece and manifold design, topsides piping design, fabrication and as-built drawings. The Contractor should be fully familiar with the latest design codes and recommended practices, including but not limited to: ASME, ANSI, BS ISO, API, DnV, along with design packages like Solid Works, AutoCAD, PDMS, Ceasar II, Offpipe, Sage 2D or 3D, MathCad, SACS, MS Office, etc, for its engineering and analytical design deliverables.

 

Contractors capabilities should include, as a minimum:

1)      Conceptual design

2)      Civil structural works

3)      Design of pressure vessels

4)      Piping plan and code calculations

5)      Flow station design (manifolds, valves, flow meters and metric pumps)

6)      General arrangement drawings/plot plan drawing/as built drawings

7)      Electrical and instrumentation designs

8)      Process and piping design/valve sizing

9)      Deck extension design and structural stress analysis.

10)    Offshore pipeline design, including but not limited to, mechanical design, On-bottom stability, Freespan analysis, CP design, Installation analysis, Bottom roughness analysis, Expansion analysis, Crossing design, Riser and spool in-place analysis, MTO’s, etc

11)    Fabrication and as-built drawings

12)    Procurement support

 

To qualify, the Contractor should have a track record of providing such services, and possess sufficient equipment and personnel to conduct such work.

 

3.       Tender Mandatory Requirements:

To be eligible for this tender exercise, interested Contractors are required to be pre-qualified in the Product Groups 30102 Engineering – Steel /Construction / Architectural Services or 30106 Engineering – Pipeline Services contracting category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT)

 

3.1.1  To determine if you are pre-qualified and view the product/services category you are listed for: You may visit NipeX NJQS Website at www.nipexng.com and access NJQS with your log in details, click on ‘continue Joint Qualification Scheme tool, click on ‘check my supplier status and thereafter click on supplier product group.

 

3.1.2  If you are not listed in a product/service category that you are registered with at DPR to do business, you may contact NipeX’ office at 30, Oyinkan Abayomi Street, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update.

 

3.1.3  To initiate the JQS Pre-qualification process, you may access www.nipexng.com to download the requisite application form, make necessary payments and contact NipeX office for further action.

 

3.2     In addition to 3.1 above, Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX system.

 

4.       Nigerian Content Requirements

Each Contactor will be- required to:

  • Demonstrate that the entity proposed for execution of the service, is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria
  • Furnish details of company ownership and share holding structure. With photocopies of its CAC Forms C02 and C07
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work.
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop.
  • Provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O Box).
  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities
  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.
  • Provide details on any other Nigerian Content initiative the company is involved in.

 

5.       Closing Date

5.1.    This tender opportunity shall remain open till May 7th 2012

5.2     Only Tenderers who are registered with NJQS under this Product/category as at the advert closing time/date shall be invited to submit Technical Bids.

6.       General Conditions:

Please not that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:

  • As stated in item 3 hereto, Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.

 

  • To enable interested pre-qualified Contractors to use the NipeX System to progress this lender exercise, they should access the NipeX System and include within their company profile, a name of a principal personnel, his/her phone number and the Contractor’s general official email address for NipeX System set-up and training purposes.

 

  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.

 

  • This Advert shall neither be construed as any form of commitment on the part of APD(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and /or seek any indemnity from APD(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.

 

  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contract to submit their documentation in the following manner:-

 

(i)      Pre-Qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders.

(ii)     Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.

 

  • APD(N)L reserves the right to reject the submission(s) made by any and/or all Contractors at its sole discretion and at no cost whatsoever to APD(N)L.

 

  • APD(N)L will communicate only with authorized officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will NOT communicate through individuals or appointed Agents.

 

Please visit the NipeX portal at www.nipexng.com for this Advert and other relevant information.