Procurement of Vehicles at Planned Parenthood Federation of Nigeria (PPFN)

Planned Parenthood Federation of Nigeria (PPFN)

Invitation for Bids

(Procurement of Vehicles)

 

The Planned Parenthood Federation (PPFN) is a Principal Recipient of the Global Fund (GF) HIV Round 9 Project.

 

PPFN invites bids from eligible bidders for the contract and supply of the vehicles listed below:

 

Lot Description Quantity Delivery period Delivery Location
1 Pick up 4×4 XXL, DC Petrol, A/C Window Air Condition with Radio Auto

6 21days

Abuja

2 SUV 4×4, AT Fabric seats 7- seater, Airbag, A/C, keyless, CD 1 21days

Abuja

3 Saloon Car 1.8, Automatic Transmission, Leather seat, 6-CD with 6 Speakers, Push start, with Alloy wheel

 

1 21days

Abuja

4 Saloon Car 1.8, AT, Fabric Seat, Automatic Brake System, Airbag, CD with Alloy wheel

 

2 21days

Abuja

 

Bidding will be conducted through Tendering/Bidding procedure specified in the PPFN procurement procedure manual.

 

Qualification Requirement:

To qualify for consideration, interested companies are expected to submit the following documents:

1.       Evidence of Company’s registration with Corporate Affairs Commission (CAC)

2.       Evidence of having successfully carried out similar supply in the past one years

3.       Sworn affidavit that the company is not in receivership and that none of the company’s Directors was ever convicted of any fraudulent activity.

Submission of Documents:

The Bid documents should be addressed to:

The Director General

Planned Parenthood Federation of Nigeria

A.B.SULAIMAN HOUSE

4, Baltic Crescent, off Danube Street

Off Ibrahim Babangida Boulevard

Maitama, Abuja,

With Tender for the procurement of Motor Vehicle written on the top right side on the envelop

Deadline for submission:    on or before 15th June 2011 by 12 noon.

Supply and Installation of Equipments at National Theatre, Iganmu Lagos

National Theatre, Iganmu Lagos

Invitation to Tender

The National Theatre. Iganmu Lagos is desirous of upgrading its facilities to bring the edifice to its past glory. In strict compliance with the Federal Government Procurement Guidelines, it hereby invites experienced, reputable and registered contractors/suppliers to bid for the following projects:

 

A.      Supply and installation of Sound Equipment,               Lot 1

B.      Supply and installation of Lighting Equipment   Lot 2

C.      Supply of Office Furniture/Equipment                          Lot 3

D.      Supply and installation of 35mm Sanyo/Sony professional

Cinema projectors                   Lot 4

E.      Supply of Banquet Chairs       Lot 5

F.      Supply and Installation of IT Equipment & Computers  Lot 6

G.      Supply of Armored Cables and Electrical parts   Lot 7

 

2.0     Guidelines for Qualification

The Prospective contractors/suppliers are expected to submit their company’s Corporate Profile containing the following information/documents:

 

1.       Current Certificate of incorporation by the Corporate Affairs Commission (CAC)

2.       Evidence of Registration with National Theatre

3.       Tax Clearance Certificate tor the past 3 years,

4.       VAT Registration Certificate

5.       Evidence of relevant experience

6.       Evidence of Financial capabilities

7.       Evidence of Tax identification numbers (TIN)

 

Method of Application

The Tender documents should be in sealed envelopes and marked with the title of projects of interest as appropriate separately for each lot (1-7). The package (Lot) number must be indicated on the top right hand of the envelop and addressed to:

 

The General Manager/CEO

National Theatre

National Theatre Complex

Iganmu, Lagos.

 

All Tender document should be submitted by hand and deposited in the Tender Box in the Office of the General Manager/CEO, National Theatre, Iganmu, Lagos on or before 27th June, 2011.

 

4.0 Please Note

i.        The National Theatre is not obliged to include your company on its list of contract award

ii.       The National Theatre reserves the right to verify the claim by your company

 

signed

The General Manager/CEO

National Theatre

National Theatre Complex

Iganmu, Lagos.

Invitation for Submission of Technical and Financial Documents at Lagos University Teaching Hospital

Lagos University Teaching Hospital

Private Mail Bag 12003, Lagos, Nigeria

Invitation for Submission of Technical and Financial Documents

The Lagos University Teaching Hospital desires to procure household equipment and  furniture items with a view to improving health manpower development and patient care services in the hospital.

 

In consideration of the above, the hospital invites

 

Submission of technical and financial documents from interested reputable companies who wish to tender for supply and installation of household equipment and furniture items under the following lots:

 

Lot A:

Auditorium Chairs

Standing Packaged Air conditioners

 

Lot B:

Beds, Reading Tables and Chairs, Televisions Sects, Refrigerators, Window air conditioners.

 

Submission of Bid Documents

Interested companies on the above are to submit “Bid Documents” which must include:

 

1.       Evidence of Incorporation/Registration with the Corporate Affairs Commission

(CAC),

2.       Tax Clearance Certificate for the last 3 years

3.       VAT Certificate

4.       Audited Company Accounts for the past 3 years

5.       List of Key Professionals/Partners in Company and evidence of registration with relevant professional bodies,

6.       Company Profile and office address

7.       Evidence of similar jobs/assignments conducted by Company

8.      Evidence from company’s Bankers as to its financial strength, credit-worthiness and solvency

9        Evidence of Registration with Pension Administrator

 

Other Relevant Information;

(a)     Interested companies are to pay a non-refundable tender fee of N20,000.00

(b)     The two bids must be submitted in a separate envelope marked “Technical Bid or Financial Bid”

(c)      All documents must be addressed to The Chief Medical Director LUTH P.M.B. 12003, Lagos and dropped in a tender box provided in the Office of the Chief Medical Director on or before June 15th, 2011.

(d)     Interested contractors are to obtain the specifications of the items from the Assistant Director (Engineering Services) LUTH to aid their financial bids

(e)      The financial bids should include brochures/photographs of items offered as well as unit costs

(f)      Contractors are invited to witness the opening of the bid documents on 15th of June 2011at 12.30pm in the New Board Room.

 

Lagos University Teaching Hospital

Private Mail Bag 12003,

Lagos, Nigeria

 

Signed

Prof. Akin Osibogun

 

 

 

 

Construction and Upgrading of Primary Health Care Centres/School of Midwifery at Enugu State Health System Development Project II

Enugu State Health System Development Project II (HSDP-II)

World Bank Assisted

Section I: Invitation for Bids (IFB)

Bid Issue Date: 6th June Contract

Identification No. EN/HSDP/NCB/CW1/11

World Bank Credit No. 4522- UNI

World Bank Credit Name: HSDP:II

Last day of Submission: 2nd August, 2011

 

1.       This invitation for Bids follows the general procurement notice for this project that appeared in Development Business No. HSDP/AF/GPN/09 of 24th March, 2009.

 

2.       The Federal Republic of Nigeria has received a credit from the International Development Association towards the cost of Enugu State Health System Development project II, and intends to apply part of the  proceeds of this credit to cover eligible payments  under Civil Works: Construction and Upgrading of Primary Health Care Centres/School of Midwifery Awgu – IFB NO. EN/HSDP/NCB/CW1/11.  Bidding is open to all bidders from eligible source countries as defined in the Guidelines: Procurement under IDA Credits.

 

3.       The Enugu State Health System Development Project II, situated at No,28 Okpara Avenue, Enugu now invites sealed bids from eligible bidders for the Construction and Upgrading of the under listed Primary Health Care Centres/School of Midwifery Awgu:

 

Lot 

No

Description Location Amt. of Bid Security Completion Period
1. Proposed Construction, Upgrading and Renovation of: 1 No 9 Rooms Class Block School of Midwifery Awgu Awgu LGA 3% of quoted price 120 days after signing of contract
2. Proposed Construction, Upgrading and Renovation of: 1 No Administrative/Library Block School of Midwifery Awgu 

Awgu LGA

3% of quoted price 120 days after signing of contract
3 Proposed Construction of: 1 No  Auditorium Building School of Midwifery Awgu 

Awgu LGA

3% of quoted price 120 days after signing of contract
4. Proposed Construction of 1 No Hostel Block  

School of Midwifery Awgu

Awgu LGA

3% of quoted price 120 days after signing of contract
5. Proposed Construction, Upgrading and Renovation  of 1 No Lab Building School of Midwifery Awgu 

Awgu LGA

3% of quoted price 120 days after signing of contract
6. Proposed Construction, Upgrading of 1 No Lab Staff Quarter School of Midwifery Awgu 

Awgu LGA

3% of quoted price 120 days after signing of contract
7. Proposed Construction of: Landscaping School of Midwifery Awgu 

Awgu LGA

3% of quoted price 120 days after signing of contract
8. Proposed Construction of: 1 No Administrative Block Central Stores Annex Enugu 3% of quoted price 120 days after signing of contract
9. Proposed Construction of: No. Pharmacy Store and Equipment Store Polyclinic Asata Enugu 3% of quoted price 120 days after signing of contract
10. Proposed Construction, Upgrading and Renovation of 1 No Awlaw PHC Primary Health Care Centre Awlaw, Oji River LGA 3% of quoted price 120 days after signing of contract

 

Bidders may quote for one or more lots

 

4.       Bidding Documents may be purchased at Enugu State Health System Development Project” Office, No. 28, Okpara Avenue, Enugu for a non-refundable fee of N20,000 (Twenty Thousand Naira) for the  first lot and  N10,000.  (Ten Thousand Naira) any additional lot or its equivalent in a freely convertible currency for each Lot. The method of payment will be by Bank draft. Interested bidders may obtain further information at the same address. Cheques should be made payable to Enugu State Health System Development Project II.

 

5.       Bids shall be valid for a period of 90 days after Bid opening and must be accompanied by a security as indicated above or its equivalent in a convertible currency and shall be delivered sealed to Enugu State Health System Development Project II No, 28 Okpara Avenue Enugu on or before 12 Noon on 2nd August 2011 at which time they will be opened in the presence of the bidders who wish to attend at Reception Hall, Family Support Programme (FSP) 32 Ziks Avenue Enugu State.

 

6.      Qualification Criteria are as follows:

 

(a)     Copies of original documents defining the constitution or legal status, place of

registration, and principle place of business;  written power of attorney of  the signatory  of the Bid to commit the Bidder, signed by a notary public.

 

(b)     A monetary value of construction work performed for each of the last five years.

 

(c)     Experience in works of a similar nature and size for each of the five years, and details of work underway or contractually committed; and clients who may be contracted for further information on those contracts;

 

(d)               Major items of construction equipment proposed to carry out the Contract;

(e.)     Quantification and experience of key site management and technical personnel

proposed for the Contract;

(f)                Report on the financial standing of the bidder, such as profit and loss statements and auditor’s for the past five years.

(g)     Evidence of adequate of working capital for this Contract (access to line (s) of credit and availability of other financial resources)

(h)               Authority to seek references from the bidders’ bankers;

(i)      Information regarding any litigator, current or during the last five years, in which the Bidder is involved, the parties concerned, and dispute amount; and

(j)      Proposals for subcontracting components of the Works amounting to more than 10 percent of the Contract Price,

 

Project Manager

Enugu State Health System Development Project II

No. 28 Okpara Avenue,

Enugu

Tel: 07098812926

Email: enuguhsdp@yahoo.com

 

 

Request for Expression of Interest for Financial Advisory Services on Alternative Funding of Federal Highway Projects at Federal Ministry of Works

 

 

Federal Ministry of Works

Headquarters, Mabushi-Abuja

Request for Expression of Interest for Financial Advisory Services on Alternative Funding of Federal Highway Projects

1. Introduction

The Federal Ministry of Works intends to diversify its sources of funding Federal Highway projects by taking advantage of the pool of investible funds within the banking, pension and asset management sub-sectors of the economy. The Ministry intends to investigate the process of issuance of long-term bonds and applying the proceeds of the bonds to implement action on on-going and proposed Federal Road and Bridge projects as alternative funding scheme for construction and  rehabilitation.

 

2. Scope of Works

Interested National and International reputable Consultancy firms including Commercial Banks and other Financial Institutions are invited to submit Expression of Interests (EOIs) that will lead to the short-listing of eligible firms or institutions for the underwriting of Long-Term Bond financing on the followings:

 

 

S/No. Tasks
1 Develop a financing plan consistent with the programmatic objectives
2 Make recommendations as to structural components of the financing including recommendations as to maturities and couponing of the bonds
3 Assist with all regulatory filings and approvals from statutory bodies, including a potential shelf registration
4 Perform functions to facilitate the marketing and sale of the bonds
5 Assist in the development, preparation, review and distribution of preliminary and final bond offering documents
6 Prepare and present information to rating agencies and investors
7 Advise the FMW as to the most effective marketing strategy for die bond sales
8 Provide information on market conditions including investor demand and prevailing Interest rates
9 Assist in the marketing, sales and closing of any bond issued
10 Advise the FMW as to the timing of the sale and the price of the bonds
11 Provide information on orders and allotments
12 Prepare a pricing book subsequent to the sale of the bonds
13 Perform other services as may be requested

 

3.       Eligibility

The Expression of Interests (EOIs) from prospective consulting firms or institutions shall be accompanied by the following documents:

i.     Certificate of Incorporation with Corporate Affairs Commission (CAC) and evidence of Annual Returns filings to CAC (for Nigerian firms only)

ii.    Company’s Audited Accounts for the past three years

iii.   Current Tax Clearance Certificate for the past 3 years: 2008, 2009, 2010 with TIN No. and VAT Registration with proof of Remittance (for Nigerian firms only);

iv.   Proof of registration with the National Pension Commission (PENCOM) and evidence of remittance of employees pension Contribution/deductions;

v.    Full name and nationality (country of registration) of the company and contact  person, postal address, telephone number(s) and e-mail address (for International Firms);

vi.   Curriculum Vitae of individual consultants/staff who will be assigned to the

requested service(s), including qualifications, individual experience in handling assignments and attestation of availability:

vii.  Summary of similar projects/ assignments executed or under execution by the firm. This should include brief descriptions of the role played in the execution of the assignment;

viii. An undertaking that the company is not in receivership/ bankruptcy and that non of the Directors has been convicted for any criminal offence relating to fraud, financial impropriety misrepresentation or falsification of facts.

 

4.       Submission of Expression of Interests (EOIs)

The Expression of Interests (EOIs) must be submitted in three (3) copies including one (1) original in a sealed envelope clearly marked “EXPRESSION OF INTEREST FOR FINANCIAL ADVISORY SERVICES ON ALTERNATIVE FUNDING OF FEDERAL HIGHWAY PROJECTS’ addressed and hand-delivered on or before 20th June 2011 by 4:00 pm to:

 

The Secretary, Ministerial Tenders Board, Public Procurement

Federal Ministry of Works, Headquarters, Mabushi, Abuja- Nigeria.

Important Information

Only short-listed firms will be invited to collect the Request for Proposal (RFP) for the Project. Interested firms may obtain further information on the project from: The Director of Public Procurement, Federal Ministry of Works, Mabushi – Abuja.

 

Signed:

Permanent Secretary