Procurement of Sulphadoxine Pyrimethamine (SP) at Gombe State Malaria Control Booster Project (GSMCBP)

Invitation for Bids (IFB)

 

Gombe State Malaria Control Booster Project (GSMCBP)

Credit Number:  4250 – UNI

 

Procurement of Sulphadoxine Pyrimethamine (SP) IFB No: GSMCBP/NCB/01/11

 

This invitation for bids follows the general procurement notice for this project that appeared in Development Business, issue no GNP/001/06 of 13th September 2006.

 

2.         The Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of  Gombe State Malaria Control Booster Project (GSMCBP),  and it intends to apply part of the proceeds of this credit to payments under the contract for  procurement of sulphadoxine Pyrimethamine (SP)

 

3. The Gombe State Malaria Control Booster project (GSMCBP) now invites sealed bids from eligible bidders for:

 

Lot Description Quantity Bid Security Bid  validity Delivery Period Delivery Location Remarks
1 Sulphadoxine Pyrimethamine (SP) Tablet 300,000 Dose At least 2.5% of Bid Price 90 days Within 60 days State Central Medical stores, Behind Railway Station, Gombe

 

Bidders may bid and discounts offered for the  award will be considered in bid  evaluation

 

4.         Bidding will be conductor  the National competitive Bidding procedures as 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 obtained further information from Gombe State Malaria Control Booster Project (GSMCBP), and  inspect the bidding documents at the address given below from 8.00am to  4.00pm hours, Monday to Friday, except on public holidays.

 

6.         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 N10,000.00 (Ten thousand Naira only) or its equivalent in freely convertible currency. The method of payment will be certified cheque or bank draft in favor of GOMBE STATE  MALARIA CONTROL BOOSTER  PROJECT (GSMCBP). The document will be collected bv bidder’s representative.

 

7          Bids must be delivered to the address below at or before 12:00 Noon, 22nd September, 2011. Electronic bidding will not be permitted. All bids must be accompanied by a bid security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend at the address below at 22nd September, 2011.

 

8.         The address referred to above is:

 

Project Manager

Gombe State Malaria Control Booster Project (GSMCBP)

New GRA, Behinde Bulma Guest Inn, Gombe

 

City:                Gombe

Country:          Nigeria

Telephone:       08023706184, 07062518618

Email: arnobel95@yahoo.com

 

Dr. Abel Arnold Y

Project Manager

Invitation for Pre-Qualification of Prospective Contractors for the Provision of Basic Furniture and Equipment at Petroleum Technology Development Fund

 

 

Petroleum Technology Development Fund

Plot 672. Port Harcourt Crescent, Off Gimbiya Street,

Off Ahmadu Bello way, Area 11, Garki, Abuja.

P.O. Box 9899, Area 10, Garki, Abuja.

Tel: 09-3142216-7, Fax: 09-3142219

Website: www.ptdf.gov.ng

Invitation for Pre-Qualification of Prospective Contractors for the Provision of Basic Furniture and Equipment for the Take-Off of Federal Polytechnic of Oil and Gas, Ekowe, Bayelsa State

1.0       Introduction

As part of its capacity building programme, the Petroleum Technology Development Fund (PTDF) intends to embark on the provision of basic Furniture and Equipment for the take-off of the Federal Polytechnic of Oil and Gas, Ekowe, Bayelsa State.

 

In this regard, interested reputable companies are invited to submit pre-qualification documents for consideration.

 

2.0      Scope of Work

The scope involves the following lots.

 

Lot 1:          Supply of Books and Educational

Lot 2A:       Supply and Installation of Lecture Hall and Classroom Furniture

Lot 2B:       Supply and Installation of Laboratory Furniture

Lot 2C:       Supply and Installation of Hostel Furniture

Lot 3:          Supply and Installation of Office Furniture and Equipment

Lot 4:          Supply and Commissioning of Water Ambulance

Lot 5:          Supply and Commissioning of 2No. 50-Seater Water Bus

Lot 6A:       Supply and Installation of Chemistry Laboratory Equipment

Lot 6B:       Supply and Installation of Physics Laboratory Equipment

Lot 6C:       Supply and Installation of Introductory Technology Laboratory equipment

Lot 6D:       Supply and Installation of Biology Laboratory Equipment

Lot 6E:       Supply and Installation of Clinic Equipment

3.0       The Pre-Qualification

All companies wishing to express their interest to bid for any of the aforementioned Lots shall submit relevant document pre-qualification as stipulated in 4.0 below. Only companies that are adjudged successful in the pre-qualification exercise shall be invited to collect tender documents upon payment of non-refundable fee.

 

4.0     Pre-Qualification Requirements

Interested companies should submit pre-qualification documents detailing their company’s legal status, capabilities, relevant experience and financial status as follows:

i.        Evidence of incorporation or business name registration

ii.       Company audited account for the last three years

iii.      Evidence of tax clearance for the last three years

iv.      Annual turnover of not less than N50M tor the last three years

v.       Evidence of financial capability and bank support

vi.      Technical competence: qualification and experience of key personnel, professional affiliation and equipment and technology capacity

vii.     VAT registration and evidence of past VAT remittance

 

in addition to the above, companies interested in lots 4 and 5 should show verifiable evidence of contact with the manufacturers and annual turn over of not less than N300M for the last three years.

 

5.0     Submission of Documents

The completed pre-qualification documents shall be properly sealed in an envelope, Clearly Indicating The Selected Lot on the Left Hand Corner and

addressed to

 

The Secretary

Tenders Board

Petroleum Technology Development Fund

672, Port Harcourt Crescent

Off Gimbiya Street

Area11, Garki

Abuja.

To reach him on or before 8th September 2011.

The pre-qualification exercise is open to firms and voluntary formed ventures duly registered to operate in Nigeria.

 

The pre-qualification exercise is open to firms and voluntary formed ventures duly registered to operate in Nigeria.

 

Only firms and joint ventures whose pre-qualification documents fulfill the minimum requirements will be invited to collect tender documents and participate in tendering exercise.

 

All enquiries are to be directed to The Secretary, Tenders Board.

 

6.0     NOTE

This prequalification request is not an invitation to tender. PTDF is neither committed nor obligated to undertake the work described or to issue any call for tender or to include any respondent to this invitation or other company on any tender list or lists or to award any form(s) of contract. The invitation to tender and full tendering information will be issued only to qualified companies that have been pre-qualified, PTDF will not make any form of payment whatsoever for submission presented in response to this notice. Please note that ONLY companies that respond to this particular advertisement shall participate in the pre-qualification process for this tender.

 

Signed:

Executive Secretary

Petroleum Technology Development Fund

 

Invitation for the Submission of Expression of Interest at Edo State Government

 

Edo State Government

Invitation for the Submission of Expression of Interest

 

The Federal Government of Nigeria is in the process of receiving a credit from the International Development Association (IDA) towards the cost of implementing the State Employment and Expenditure for Results (SEEFOR) project in selected States in Nigeria. The overall objective of the project is to enhance opportunities for youth employment and access to socio-economic services, while improving the effectiveness of public expenditure management systems in the participating States. Edo State is one of beneficiaries of the proposed IDA financing and intends to apply part of the proceeds for consultancy services for the implementation of the State Integrated Financial Management Information System which will include the provision of end-to-end support services incorporating business continuity that are required to support critical sub-components of the project.

The Edo  State Directorate  of ICT  has commenced the implementation of the following on-going ICT initiatives among others: the deployment of Oracle-based ERP, Vehicle Registration system. Integrated Tax Administration System (ITAS), Payroll/Biometrics, Geographical Information System (G1S), Education Management Information System, Infrastructure and connectivity, networking and its convergence etc. Specifically, the Edo State SIFMIS is comprised of the following integrated modules:

Modules undergoing parallel run are General Ledger, HCM (HR and Payroll), Receivables, Payables, Procurement, Fixed Assets, Cash Management and Planning and Budgeting.

2.       The scope of the service of the consultancy will, among other things, include IEP initiative with special emphasis given to business continuity and adherence to standards whilst paying attention to capacity building with a view to ensuring sustainability.

 

3. Minimum Qualification

  • A reputable consulting firm with substantial capacity, experience and expertise in implementing or overseeing integrated financial management information system in the public sector with emphasis on:
  • Supporting the development of an ICT functional specification, or an output based specification or a technical specification which can be used to procure any new ICT infrastructure, or an upgrade to an existing infrastructure/related service.
  • Understanding of system development life cycle:
  • Working experience with intrusion detection systems, installation, configuration, monitoring and response to security system.
  • The firm must have a minimum of 10 years experience and with staff who have skills in accounting and financial management, public financial management reforms, systems analysis and ICT/MIS;
  • Proven experience and competence with respect to change management and organizational development strategies.
  • Proven specific experience in similar IFIMIS assignments and availability of appropriate mix of skills with demonstrable ability to deliver on schedule.      
  • Evidence of successful implementation of IFIMIS or similar solutions in the public sector is essential. The similar solutions in the public sector is essential. The firm must provide detailed reference/ contact information.

 

4.  Inputs: The estimated total consultancy inputs for this consultancy assignment is 24 man months under a time-based contract over a period of two calendar years from the date of signing the contract. The consultant may also propose alternative inputs with justifications. The firm must also show how the total consultancy inputs of 24 man-months will be allocated among the different expertise required over the duration of two years.

5.  The State Employment and Expenditure for Results (SEEFOR) Project now requires the service of eligible Consultancy Firms to indicate their interest in providing the services. Interested consulting firms are hereby requested to submit a statement of capability indicating relevant experience on similar assignments in Nigeria or elsewhere. This should include, but not limited to, summary of CVs of key staff, including the proposed Team Leader, provision of company brochures, description of similar assignments carried out in the last ten years, experience in similar conditions, availability of appropriate skills among key staff, etc.

6.  The consulting firm will be shortlisted and eventually in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers. January 2011 edition.

Interested consulting firms may obtain further information at the address below between 9.00am 4.00p.m.

Submission 

Interested firms should please submit their expression of interest in a sealed envelope and deliver to the address below on or before 6th September 2011.

Permanent Secretary

Directorate of ICT

Central Administration

Government House

Benin City

Edo State

Tel: +2348168297974

Email: tokoudoh@edostate.gov.ng

Web site: www.edostate.gov.ng

Only qualified candidates will be contacted.

 

Invitation for Expression of Interest for the Provision of Services of Recovery of Outstanding Pension Contributions and Interest Penalty from Defaulting Employers at National Pension Commission (PenCom)

National Pension Commission

 

Invitation for Expression of Interest for the Provision of Services of Recovery of Outstanding Pension Contributions and Interest Penalty from Defaulting Employers

 

The National Pension Commission (PenCom) is desirous to engage the services of Recovery Agents to recover outstanding pension contributions and interest penalty from defaulting employers. Accordingly, PenCom invites proposals from suitable firms for providing the services of Recovery Agents.

Scope of Service

The scope of service is to recover outstanding pension contributions and interest from employers across the country. This would entail the following:

  1. Serve demand notice on defaulting employers requesting for payment of outstanding pension contributions with interest penalty within a specified deadline;
  2. Reconcile outstanding pension contributions with employers where necessary;
  3. Follow up with the defaulting employers to ensure remittance of outstanding pension contributions with interest penalty to the employees’ RSAs;
  4. Forward the evidence of remittance made by defaulting employers to the Commission;
  5. Submit progress reports to the Commission on all recoveries made and challenges encountered; and
  6. Institute legal action on recalcitrant employers that failed to remit all outstanding pension contributions with the interest penalty to the RSAs of their employees.

Fees for the Recover Agents

The Fees to be paid to the recovery agents would be performance based.

 

General Requirements

Interested Accounting firms, Law firms, Debt Recovery Comapnies and or consortium of Accounting and Law firms and other relevants firms wishing to express interest in the above mentioned services should submit the following documents:

 

  1. Evidence of registration with Corporate Affairs Commission:
  2. Certified true copy of Memorandum and Article of Association:
  3. Evidence of compliance with the provision of the Pension Reform Act 2004;
  4. Evidence of payment of tax for the last three (3) years: and
  5. Evidence of payment of tax for the last three (3) years: and
  6. Evidence of VAT registration and remmitance.

 

Specific Requirements

(vi)       Comprehensive company profile including CVs of key personnel.

(vii)      Current Company’s audited accounts or statement of accounts duly stamped by a firm of Chatered Acounatnts

(viii)     Evidence of membership of relevant professional bodies/association: and

(ix)     Company’s registered address, functional contact email address, and GSM phone number(s).

Submission

The submission should be made in a wax sealed envelope boldly marked at the top left corner: “Expression of Interest to provide Recovery Agents Services” and should reach the address below not later than 30th September 2011 by 3.00 pm:

Director General,

National Pension Commission

Plot 174 AdetokumboAdemola Crescent

Wuse ll,Abuja

 

Additional Information

  1. The advertisement for Expression of Interest (EOI) shall neither be construed to be a commitment on the part of the Commission nor shall it entitle any firm to make any claim and/or seek any indemnity from the Commission by virtue of any response to this advertisement.
  2. The Commission reserves the right to reject any EOI.
  3. The Commission reserves the right to take final decision on any of the documents recieved in the EOI.
  4. Only shortlisted firms will be contacted.
  5. The commission shall not enter into any correspondence with any succesful firm.

 

 

 

Invitation to Tender for Execution of ETF 2009/2010 (Merged) Library Development Project at Federal Polytecnic, Mubi

The Federal Polytecnic, Mubi

 

Invitation to Tender for Execution of ETF 2009/2010 (Merged) Library Development Project

 

A.        Preamble:

The Federal Polytechnic, Mubi, Adamawa State wish to invite Tender from reputable Contractors for the Supplies of Ubrary materials, particularly in the following:

S/No.     Project Title/Description                            Tender Fee

1.         LOT A:                                                                                  N10,000.00

1.         Purchase of 4Nos of Digital Photocopiers;

2.         Purchase of 2Nos. Unique Catalogue Cabinet of 48 Drawers;

3.         Purchase of 30Nos- of Unique Brand of IT-Tables and Chairs for Digital Library.

4.         Purchase of laptops, Networking Cables and Routers,

 

2.         LOT B:                                                                                   N20,000.00

1.         Purchase of various Volumes of Books

2.         Purchase of various Journals and for all Departments,

B.        Tender-Qualification Requirements

Prospective Contractors are expected to be reputable and technically competent with verifiable track record of performance on similar projects..

All documents shall be subjected to strict technical evaluation.   Interested Contractors’ are invited to submit the following Tender Documents:-

 

  1. Certificate of Registration with CAC.
  2. Registration with the Federal Polytechnic, Mubi as a Contractor:
  3. VAT Registration and Evidence of current Tax Clearance Certificate:
  4. Compamy Profile and Audited Account for the past three (3) years.

 

 

Submission of Completed Tender Documents:

The documents must be submitted in sealed envelopes and clearly marked “Tender for Library Project” addressed and delivered to:

 

The Registrar,

Federal Polytechnic,

Boni Haruna Road.

Not later than 12:00 Noon, 6th September 2011. The documents will be opened 30minutes later (1.e 12:30p.m) on the closing date at the Council Hall of the Federal Polytechnic, Mubi. All prospective applicants and other relevant stakeholders are hereby invited to attend.

Signed:

Alh.Suleiman Sa’ad Buba

Registrar