Invitation for Suppliers Pre-qualification at Jigawa State Ministry of Health

Jigawa State Ministry of Health

Jigawa Medicare Supply Organisation (JIMSO)

Invitation for Suppliers Pre-qualification

Introduction

The Jigawa Medicare supply organization (JIMSO) invites the submission of bidder pre-qualification from suitable and reputable companies for the supply of medicines and other medical consumables to support the State Drug Revolving Fund (DRF) Programme.

 

Scope of Work

The pre qualified suppliers will be

1.       The main source of the DRF supplies for state DRF scheme.

2.       Use as a source of price survey for the state DRF scheme.

 

After the prequalification activity there will be series of invitation to tender to cover the

DRF needs for the state.

 

Pre-Qualification Criteria

Participation in the pre qualification is open to all the suppliers with legal and technical ability to manufacture and/or supply medicines and medical consumables to the health sector within Nigeria.

 

All intending suppliers shall apply to Jigawa Medicare Supply Organization, (JIMSO), by collecting the appropriate forms at the cost of Twenty Thousand Naira (N20,000.00) from the premises of JIMSO, located – along Maiduguri Road, Opposite Jigawa Agricultural and Rural Development Authority (JARDA), Birnin Kudu Jigawa State Nigeria. The forms shall be properly filled and submitted to JIMSO with the following documents for assessment  on or before 13th September, 2011.

 

1.       Company’s profile including certificate of incorporation from corporate Affairs of Nigeria

2.       Premises license as a manufacturer and/or wholesaler or distributor of pharmaceuticals from the pharmacists Council of Nigeria.

3.       Annual practicing license of superintendent pharmacist

4.       Tax Clearance Certificate For The Last Three Years

5.       Certificate Of Good Manufacturing Practice (cGMP), Power of Attorney or Letter of Authority (LA) to produce or trade in the required medicines and consumables

6.       List of NAFDAC registered medicines and consumables

7.       Evidence of executing or participating in similar programme

8.       Evidence of works registration with Jigawa State

 

Submission

All Applications should be submitted to the General Manager,

Jigawa Medicare Supply Organization (JIMSO),

Birninkudu, Jigawa State.

 

Please Note:

I.       The ministry reserves the right to verify any claim by the applicants

II.      This is not invitation to tender

III.     The cost of the form is non refundable

IV.     For further clarification contact the under signed.

 

Signed Pharm. Ali G. Dandidi

General Manager

08034644048, 08036519671, 08036847988

dandies61@yahoo.com

Request for Expressions of Interest at Federal Ministry of Environment, Abuja

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Ministerial Tenders Board

Request for Expressions of Interest: Consultancy Services

 

The Federal Government under the auspices of the Federal Ministry of Environment intends to undertake the following assignments/services.

 

(1)     The set up of internal mechanism to facilitate Registration of Renewable Energy Projects Eligibility for Clean Development Mechanism(CDM)

Background/ Project Description and Components: The Federal Ministry of Environment intends to undertake the Registration of all renewable energy projects eligible for Clean Development Mechanism. The overall objective of the project is to establish criteria would be registered for Clean Development Mechanism CDM Qualification: Team consisting of 3-6 members with expertise in renewable energy projects and the Clean Development Mechanism with adequate competence in project monitoring and evaluation. Verifiable experience in innovative practices in energy sector, preferably in Nigeria or other developing countries is also required.

 

(2)     Appointment of a Coordinating Consultant for the Nigeria Erosion and Watershed Management Project (NEWMAP)

 

Background /Project Description and Components: The overall objective of the Nigeria Erosion and Watershed Management Project (NEWMAP) is to support participating states and local governments to reduce vulnerability to erosion. This is to be achieved by applying a comprehensive watershed management approach and by selecting and implementing affective engineering/ecological solutions for selected erosion sites. The project will focus on seven states, namely Anambra, Abia, Cross-River, Edo, Enugu, Ebonyi and Imo. The project includes two major components of investments in targeted areas and institutional development and establishment of information systems for erosion management and watershed planning.

 

NEWMAP Qualification: Team consisting of 3-6 members with expertise in water resource management, erosion control and remediation with adequate competence in project monitoring and evaluation  using information systems  management Verifiable experience in community-driven ecological projects, preferably in Nigeria or other developing countries is also required. Ability of team members to communicate freely in local Nigerian languages would be an additional advantage.

 

(3)     APPOINTMENT OF A CONSULTANT ON CLIMATE CHANGE Background/ Project Description and Components: The Federal Ministry of Environment intend to drive its climate change programmes and policy by engaging the services of a Consultant on Climate Change to strengthen the Special Climate Change Unit, in its pursuit to develop a nation institutional framework for Climate Change Awareness, develop and engage in capacity building programs, undertake a Clean Technologies Needs assessment, advise on Carbon Credit Trade, REDD etc as part of our National efforts to develop along a Low Carbon Economic path. The exploit is aimed at three (3) market based mechanism targeted at emissions reduction. These are Clean Development Mechanism (CDM), Emission Trading (ET) and Joint Implement (J I).

 

Qualifications: team consisting of 3-6 members with expertise in CDM, UNFCCC negotiations, Climate Change Policy Work, Climate Change Awareness, Capacity Building Work, Public/Private Sector Interface and Participation in National Climate Change activities.

 

Eligibility:

All Interested consulting firms for any of the above three assignments must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). Consultants may associate to enhance their qualifications. A Firm may compete for any of the lots, but can only be awarded ONE of the assignments.

 

The submission must be accompanied by the following documents:

i.        Certificate of the company registration/incorporation;

ii.       Evidence of registration with relevant professional body or certificate of Competence and qualification by appropriate regulatory agency;

iii.      Provide details of the company profile including the curriculum vitae of key professional staff and others resources;

iv.      Evidence of fulfillment of PENCOM Obligation;

v.       Company’s current Tax clearance certificate for last three years

vi.      Evidence of VAT Registration and VAT Remittance;

vii.     Verifiable evidence of similar jobs done previously;

viii.    Evidence from the company bankers confirming its financial capacity to undertake the assignment if awarded and

ix.      Audit Reports for the last three (3) years

Additional Information:

(a)     The advertisement shall not be considered 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.

 

(b)     Only the qualified and shortlisted firms will be issued the detailed Scope of Service/ Tender documents for submission of tender.

 

(c)      Consulting firm will he selected in accordance with Quality Cost Based Selection procedures.

 

(d)     Interested consulting firm may obtain further information at the address below from 0900 – 4:00pm. Monday to Friday.

Submission:

Expressions of interest and statements of qualification appropriately sealed and clearly marked ‘Expression of Interest: Consultancy For•••••••• as appropriate in one original copy and two duplicate copies must be delivered to the address below on or before Monday, 19th September, 2011.

Attrition:    The Secretary,

Ministerial Tenders Board

Room B 30 1, 3rd Floor,

Address: The Federal Ministry of Environment

Mabuchi; Abuja,

Nigeria

Telephone: 08094912628

E-mail: mtbfmenvt_abuja@yahoo.com

(Signed)

Permanent Secretary

Invitation for Submission of Expression of Interest for the Establishment of a Data Base for Non-Bank Microfinance Institutions at Central Bank of Nigeria

Central Bank of Nigeria

Invitation for Submission of Expression of Interest for the Establishment of a Data Base for Non-Bank Microfinance Institutions

1. Introduction

Pursuant to its mandate of promoting a sound financial system and providing support for the growth and development of the Nigerian economy, the Central Bank of Nigeria (CBN) in collaboration with the United Nations Development Programme (UNDP), is proposing  to establish a database for Non-Bank Microfinance Institutions (MFIs) operating in Nigeria.  The database will provide a platform for regular reporting and warehousing of the activities of the institutions.

 

The institutions include Non-Governmental Organizations (NGO) Cooperative Societies, Self-Help Groups, Trade Associations Credit Unions.  They are not formally licensed by CBN to financial intermediation but contribute immensely to making financial services accessible to a large segment of their potentially productive members, particularly those in rural areas.

 

2.       Objectives of the Database

The primary objective of the database is to enable the CBN directly monitor and nurture the institutions to enable them grow and aspire to attain licensing status, thus improving their effectiveness and efficiency.

 

3.         Scope of Work/Responsibility of the Consultant

The Consultant shall be required to:

  • Design the database for the required information on all Non-Bank MFIs in the country.
  • Validate information already gathered by the CBN and collate other necessary information that could be used to pilot test the database.
  • Review the present reporting format used by the MFIs, ascertain its adequacy or otherwise and improve on it, as might be required to capture the needed reporting/information.

 

4.         Requirements/Competencies

Consideration for engagement will take into account the following:

 

  • Microfinance industry background.
  • Demonstrated competence, experience and technical expertise in executing such projects.
  • Relevant qualification and experience of team members in the use of applicable Information and Communication Technology (ICT) software.
  • At least 10-15 years’ experience of the firm in data collection, management and execution of similar development projects, especially in the microfinance sub-sector.

 

5.  Submission of Proposal

  • Interested firm of Consultants are invited to submit their Expression of Interest along with the following:
  • Profile of staff members that will be involved in the task
  • Profile of the consultancy firm
  • Description of similar jobs in the past
  • Detailed proposal  on  how to complete the intended assignment including time lines.

 

The required information and supporting documents should be submitted, not later than 6th September, 2011, to:

The Director,

Development Finance Department

Central Bank of Nigeria

Central Business District

Abuja.

 

Signed: Management

Invitation to participate in the Pre-Qualification/Tendering Exercise at National Teacher’s Institute (NTI), Kaduna

National Teacher’s Institute (NTI), Kaduna

Invitation to participate in the Pre-Qualification/Tendering Exercise

 

The National Teachers’ Institute (NTI), Kaduna is inviting interested and qualified   registered Companies to submit Technical bids for the procurement and Construction of the under listed:

LOT 1;        Toyota Hilux Double Cabin; Pick-up

LOT 2:        Construction of Zamfara State Office

LOT 3:        Construction of 25 rooms SMASE Hostel

LOT 4:        Production and printing of HIV/AID Manuals

 

Prequalification 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 the 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 addresses)

v.       Organisational structure, available manpower with list of technical staff with their resumes

vi       List of equipment

vii.     Evidence of financial capability/ Bank Reference and Annual Turn Over of at least N50 Million Duly Stamped by the Bank

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.       Payment of non-refundable bidding fee of N50, 000.00 (Fifty Thousand Naira only) in Bank draft per LOT payable to the National Teachers’ institute, Kaduna.

xi.      Evidence of VAT Registration and Remittance

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 Technical Proposal in sealed envelopes duly marked: “TECHNICAL PROPOSAL”. The proposal together with the documents earlier listed are to be submitted in sealed envelopes addressed to the Director-General and Chief Executive, National Teachers’ Institute, Km 5 Kaduna-Zaria Road, P.M.B 2191, Kaduna. These documents are to be dropped in the Tender Box in the office of the Registrar. 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 the Registrar’s office.

Closing Date:

All bids must be delivered to the address below not later than 12.00 noon on the 6th September, 2011.

Signed

Registrar

 

 

Invitation for Pre-Qualification at Federal Ministry of Environment, Abuja

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Ministerial Tenders Board

Invitation for Pre-Qualification

 

Introduction: The Federal Ministry of Environment as part of the Implementation of its 2011 Budget intends to carry out the procurement of the following projects:

 

LOT A: Magodo Erosion Control, Lagos State.

LOT B: Establishment of Waste Recycling Plant in Owerri, Imo State

 

The Ministry is therefore inviting interested contractors to submit tenders for pre-qualification for the two projects.

 

Tender Requirements:

Interested, companies are required to submit the following Pre-qualification documents. Failure to submit any of the underlisted documents may result in the disqualification of the contractor.

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

(ii)     Provide details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources

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

(iv)    Verifiable evidence of previous experience in the jobs of similar magnitude/nature in the last five years. (Attach letters of Award and Certificate of Completion)

(v)     List of relevant Equipment owned.

(vi)    Evidence of Financial Capacity and Bank Support to undertake the works, if awarded.

(vii)   Name/e-mail Address and phone number of contact person

(viii)  Company Audited Account for the last 3 Years.

(ix)    A Letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies

(x)     Evidence of VAT Registration and Remittance

(xi)    Evidence of fulfillment of Pension Obligation

(xii)   Any other information that would be of advantage to the company

 

Additional Information

(i)      The advertisement shall not be considered 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.

(ii)     The Federal Ministry of Environment shall issue the Tender documents to qualified bidders only.

 

Tender Documents: Pre-qualified companies shall be invited to collect complete set of tender documents from the Secretariat of the Ministerial Tenders Board, Federal Ministry of Environment, Room B301, Mabushi on payment of a non-refundable tender fee of Fifty Thousands Naira (N50, 000.00) for each lot.

Submission Deadline: Completed Pre-qualification Tenders are to be submitted in a sealed Large Envelope Marked CONFIDENTIAL on the Top Left Corner and Written Pre-qualification for ..(Lot No) The Tender Addressed to the Secretary, Ministerial Tenders Board. Federal Ministry of Environment, Room B301 (3rd Floor), Mabushi, Abuja. To reach him on or before Monday 19th September 2011 by 12 Noon Pre-qualification Tenders will be opened by 2:00p.m. on the same date at the Ministry’s Conference Room, Mabushi, Abuja.

NOTE: Only the successful Pre-qualified companies will be invited to submit Financial Tenders.

 

(Signed)

Permanent Secretary