Provision of Solar Powered Boreholes and Overhead Water Tank at Bauchi State Health Systems Development Project II

Bauchi State Health Systems

Development Project II

(World Bank Assisted)

Invitation for Bids (IFB)

Country: Nigeria

Project: Bauchi State Health Systems Development Project II

Date Issuance: 2nd June, 2011

Opening Date: 30th June, 2011

Contract Identification No: BASG/HSDP II/NCB/CW/001/WB/AF//2011 Lot l – 2 World Bank Loan/Credit No: 4522 UNI

World Bank Loan/Credit Name: HSDP II

 

 

1,       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business/National Dailies on 2nd April, 2009.

 

2.       The Federal Government of Nigeria has received a Credit from International Development Association towards the cost of Bauchi State Health Systems Development Project II and intends to apply part of the funds to cover the eligible payment under the Contract for the Provision of Solar Powered Boreholes and Overhead Water Tank at Atafowa, & State Ministry of Health, Bauchi. BASG/HSDP II/NCE/CW/001/WB/AF//2011 Lot 1-2

 

3.       The Bauchi State Health Systems Development Project II now invites sealed bids from eligible bidders for the under listed rehabilitation works.

 

Provision of Boreholes
Lot  No Description Bid Security Location Contract period
1 Provision of Solar Powered Boreholes and overhead Water Tank 3% of the Bid Price Atafowa PHC 3 month
2 Provision of Solar Powered Boreholes and overhead Water Tank 3% of the Bid Price SMoH Bauchi 3 Months

 

 

4.       Qualification requirements include:

  • Experience as prime contractor in the carrying out of at least two works of a similar nature and complexity equivalent to the works and shall not be less then N15,000,000.00 for lots 1 -2 average turnover.
  • The period is within the last 5 years; the essential equipment to be made available for the Contract by the successful Bidder shall be the minimum of a Drilling Rig, Compressor, welding machine and other Plants necessary for the production of pre-cast concrete elements, etc.
  • liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of not less than the amounts stated below:

 

 

Lot 1 -2 NGN 10.000.000

 

Or its equivalent in a freely convertible currency

 

5.       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 N25,000.00 (Twenty five Thousand Nigerian Naira) for each lot or its equivalent in any freely convertible currency. The method of payment will be cash or bank draft in favour of Bauchi State Health Systems Development Project II.   The document will be collected by bidder’s representative or sent by courier services on request.

 

  • Bids must be delivered to the address below at or before 11:00 a.m. on 30th

June, 2011, Electronic bidding shall not be permitted.

Late bids will be rejected.  Bids will be opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address below at 11:00 a.m. on 30th June, 2011.

 

  • Bid must be delivered to the address below on or before 11:00 a.m. on 30th June, 2011. All bids must be accompanied by a Bid Security: 3% of the Bid Price. Late bid will be rejected. Bids will be opened in the presence of bidders or their representatives and any one who choose to attend at the address below.

 

Bid Issuance Date: – 2nd June, 2011

Bid Opening/Closing Date: – 30th June, 2011

Time: – 11:00am

Venue: – Ministry of Health Conference Hall

Office Hours: Monday – Thursday 8:00am – 4:00pm

Friday: – 8:00am-1:00pm

All Correspondence to:

Project Manager

Health Systems Development Project II

Ministry of Health

Bauchi State Nigeria

 

Signed

Bola Barde

Project Manager

Email address: babarde@gmail.com

 

 

Equipping of Laboratory Complex and Furnishing of Laboratory Complex at Bauchi State Health Systems Development Project II

Bauchi State Health Systems

Development Project II

(World Bank Assisted)

Invitation for Bids (IFB)

Country: Federal Republic of Nigeria

Project: Bauchi State Health Systems Development Project II

Credit No: 4522 UNI

IFB Title: Equipping of Laboratory Complex and Furnishing of Laboratory Complex at School of Health Technology Ningi, Bauchi State

IFB No. BASG/HSDP II/WB/NCB001 & 002/GOODS/AF/2011

Date Issuance: 2nd June, 2011

 

 

1.            This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, and Daily Trust News Paper of Thursday 2nd April, 2009.

 

2.       The Bauchi State Government through the Federal Government of Nigeria has received a credit from, the International Development Association toward the cost of Bauchi State Health Systems Development Project II, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Equipping of Laboratory complex at the School of Health Technology Ningi. (IFB No:   BASG/HSDPII/WB/NCB001/GOODS/AF/2011) & Furnishing   of Laboratory complex at School of Health Technology Ningi, Bauchi State (IFB No: BASG/HSDPII/WB/NCB001/GOODS/AF/2011)

 

3.       The Bauchi State Health Systems Development Project II now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

 

 

Lot No. Description of Items Quantity Delivery Period
1 Equipping of Laboratory Complex at the School of Health Technology Ningi As per Scheduled of requirement 60 Days
2 Furnishing of Laboratory Complex at  the School of Health Technology Ningi As per Schedule of requirement 60 days

 

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) a procedure specified in the World Bank’s Guidelines: Procurement under IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

5.       Interested eligible bidders may obtain further information from Bauchi  State Health Systems Development Project II, at the address below and inspect the Bidding Documents from 9.00 am – 4.00pin Monday -Thursdays and 10.00am- 1:00pm on Fridays except on public Holidays.

 

6.       Qualifications requirements include:

  • Evidence of Previous supply (sale) of similar equipment proposed for the last 3 years.
  • Audited accounts for the last 3 years to demonstrate the financial capability of the bidder in terms of profitability and adequate working capital.
  • A margin of preference for certain goods manufactured domestically shall not be applied.
  • Additional details are provided in the Bidding Documents.

 

 

7.  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 N25,000.00 (twenty five thousand naira) only for each lot. The method of payment will be Cash or Bank Draft in favour of Bauchi State Health Systems Development project II. The Bidding Documents will be collected by the bidder or representatives.

 

8.  Bids must be delivered to the address below at or before 11:00am on the 30th June, 2011. 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 11.00am on the 30th June, 2011. All bids must be accompanied by a Bid Security 3% of the bid price for each lot or an equivalent amount in a freely convertible currency.

 

9.    The address(es) referred to above is

Attn:      Bala Barde

Project Manager,

Bauchi State Health Systems Development Project II,

Ministry of Health, P.M.B. 65, Bauchi

Bauchi State.

E-mail: babarde@gmail.com

Invitation to Tender for ETF Projects at Adamawa State Polytechnic, Yola

Adamawa State Polytechnic, Yola

(Office of the Registrar)

Invitation to Tender for ETF Projects

 

The Adamawa State Polytechnic, Yola wishes to invite reputable contractors to submit pre- qualification documents for the execution of its 2009/2010 approved projects.

 

 

Scope of Work:

LOT I:         Construction   of   1 No. of Block of Two Floors of Workshops and Laboratories

LOT II:       Construction   and   furnishing   of   1 No.   Block   of   Two floors of six classrooms

LOT III:      Furnishing   of   newly   completed   Engineering Complex

LOT IV:      Procurement and installation of 36 No. LG Air conditioners for

Engineering   Complex

LOT V:       Procurement of 1 No. 20KVA Perkins Soundproof Generating set for Computer Centre,

LOT VI:      Procurement of 1 No. 40 KVA Perkins Soundproof Generating  set for laboratories and workshops.

LOT VII:     Procurement of Equipment and Consumables for College of

Science and Technology

LOT VIII:   Procurement of Mass Communication Equipment,

LOT IX:      Procurement of 8 No. 2,4M x L2M Magnetic Boards and

Accessories

Pre-Qualification Requirements:

  1. Evidence of   Registration with Corporate Affairs Commission (CAC) Copy of Certificates of Incorporation should be submitted
  2. TAX/VAT Clearance certificate for the last 3 years valid uptil 31st December, 2010
  3. Company profile   and its Technical ability to undertake the Job Evidence of Similar work successfully completed in this field will be an added advantage.
  4. Details of key officers and equipment owned
  5. Evidence of compliance with the provision of the Pension Reform Act, 2004
  6. Evidence   of financial capability i.e recent Bank Statement of Account
  7. Details of previous related jobs undertaken including scope, copies of award
  8. Name and address of Bankers including reference from the bank.

 

 

Note:

  1. Responding to this invitation shall not oblige the Institution to consider any responding firm for qualification,
  2. All cost incurred as a result of response to this invitation and any subsequent requests for information shall be borne by the responding firm.
  3. All pages of bid document to be signed by bidders;
  4. Both Technical and Financial Bids to be sealed in separate envelopes.
  5. The bidding fee for Lots I and II is thirty thousand (N30, 000) Naira while Lots III -IX is twenty thousand (N20, 000.00) Naira only.

 

Late submission will not be entertained.

All bid documents shall enveloped and marked “Years 2009/2010 (Merged) ETF Normal Intervention” and the LOT BOLDLY written at the top right corner of the envelope

 

The name and address of the bidder should also be written BOLDLY at the back of the Envelop, Submissions should be addressed to:

 

The Registrar,

Adamawa State Polytechnic,

Galadima Aminu Way

P.M.B 2146, Yola

Adamawa State

Documents should be received not later than FRIDAY 17th June, 2011

Signed

Ahmed Mohammed Dadi

Registrar

 

 

Consulting Services for Survey /Assessment of Social Safety Nets at Community and Social Development Project (CSDP)

Federal Project Support Unit (FPSU)

Community and Social Development Project (CSDP)

Federal Ministry of Finance, Abuja.

Credit Number: 4496-NG

Notice for Expression of Interest

Consulting Services for Survey /Assessment of Social Safety Nets in CSDP

 

This request for expression of interest follows the General Procurement Notice of this project that appealed in Development Business WB4617-764/09 of November 12, 2009.

 

The Federal Government of Nigeria has received financing from the International Development Association towards the cost of the Community and Social Development Project (CSDP) and intends to apply part of the proceeds for consulting services for Survey/Assessment of Social Safety Nets (SSN) in CSDP.

 

The main objectives of the assignment are to: (i) identify the existing SSN in CSDP states; (ii) examine the strengths and weaknesses in the existing formal/informal SSN projects in sample communities; (iii) examine the effectiveness of SSN in ensuing access of vulnerable group to social infrastructure and (iv) advise appropriately how processes and procedures of CSDP adjusted to incorporate support to SSN.

 

This assignment is to be carried out by a competent consulting firm with a learn Leader who must be a Socio-economist/Rural Development Specialist having at least 10 years experience in rural development work in formulation of poverty related programming and design Knowledge of Community Driven development (CDD) concept and gender/ vulnerable group mainstreaming is essential.

 

The Federal Project Support Unit of the Community and social Development Project now invites eligible consultants to indicate their interest in providing the services. Interested consultants 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.).

 

The consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers, May 2004 and revised October 2006.

 

Interested consultants may obtain further information at the add below during office hours 0800 to 4:00 hours

 

Expression of interest must be delivered to the address below on or before 15th June 2011 by 1200 noon .

 

The National Coordinator

Federal Project Support Unit,

Community and Social Development Project,

Federal Ministry of Finance,

14, Moussa Traore Street,

Asokoro, P. M. B. 600, Garki, Abuja,

Nigeria.

E-mail – csdpnigeria@yahoo.com

Tel: -097830734

Financial Management Consultancy

This request for expression of interest follows the General Procurement Notice of this project that appeared in the Development Business WB46 1 7-764/09 of November 12, 2009.

 

The Federal Government of Nigeria has received financing from the International Development Association towards the cost of the Community and Social Development Project and intends to apply part of the proceeds for development of Management Information System. The services include: (i) Computerization of Financial Management System (ii) Preparation of Financial Procedures Manual (iii) Implementation support and Training.

 

This assignment is to be carried out by a competent consulting firm made up of  (i) a Financial Management Expert as Team Leader with at least ten years cognate experience (ii) Chartered Accountant with at least five years cognate experience (iii) System Analysts/Programmers (2 no.) with at least five years cognate experience.

 

The Federal Ministry of Finance now invites eligible consultants to indicate their interest in providing the services. Interested consultants 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.

 

The consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of  Consultants by World Bank Borrowers, May 2004 and revised October 2006.

 

Interested consultants may obtain further information at the address below during office hours 0800 to 4:00 pm

 

Expression of interest must be delivered to the address below on or before 15th June 2011 by 1 2. 00 noon.

 

The National Coordinator,

Federal Project Support Unit,

Community and Social Development Project,

Federal Ministry of Finance,

1 4 MoussaTraore Crescent,

Asokoro, P. M. B. 600, Garki, Abuja,

Nigeria.

 

E-mail  – csdpnigeria@yahoo.com

Tel:       -097830734

 

 

Request for Expression of Interest (EOI) at Catholic Relief Services (CRS)

Request for Expression of Interest (EOI)

 

CRS/Nigeria seeks to engage a consultant who will conduct a review and documentation of the achievements, lessons learned and promising practices of its Emergency Preparedness Response and Training (EPRT) project.

 

Catholic Relief Services (CRS): Founded in 1943, CRS is the overseas relief and development agency of the United States Conference of Catholic Bishops. CRS supports international relief and development in about 100 countries on five continents through programs in emergency response, HIV/AIDS, health, agriculture, governance and peace building.

 

Background: Between July 2005 and June 2007, CRS/Nigeria and partners in collaboration with other interfaith organizations and selected government agencies implemented an EPRT project, jointly funded by the United Nations Development Programme, Trocaire and CRS. The EPRT project which was implemented in four target states including Kaduna Plateau, Benue, Bauchi and Kaduna was designed to build the capacity of local actors in EPR. Series of trainings on EPR were organized and networks of state and local EPR teams were established to support EPR, peace building and Disaster Risk Reduction activities, in July 2006, CRS/Nigeria conducted a mid-term evaluation of the project to review the extent to which the project activities were achieved. In addition, an in-house final evaluation was conducted in collaboration with the UNDP in November 2008 to examine the project achievements and impact.

 

 

 

Overall objectives of the consultancy

  1. To assess the impact of the EPRT project on the target communities and beneficiaries.
  2. To develop a brief document that will be use to disseminate the EPRT’s project activities, achievements, lessons learned, challenges, recommendations and promising practices.

 

Specific Objectives:

  1. Review each activity implemented in the EPRT project and clearly document the purpose, rationale, target participants/beneficiaries, planning and implementation, lessons learned, extent of success, requirements for sustainability and what can be replicated;
  2. Assess and document the extent to which the project beneficiaries and communities utilized and/or are still utilizing the skills they acquired from the EPRT project including their resources and assets to improve on emergency preparedness, disaster risk reduction and peacebuilding since the project closed out;
  3. Assess and document the motivation for the EPR teams and communities to sustain the gains of the project;
  4. Draw out promising practices, unintended results and innovative approaches in the EPRT project.

 

Deliverables: CRS/Nigeria has tentatively scheduled the beginning of 3rd week of June for the commencement of this exercise. Specific responsibilities and tasks of consultant(s) include:

  • Desk review of relevant documents
  • Embark on field trip and conduct interviews with key informants
  • Analysis of key findings from the field
  • Prepare a draft brief document
  • Present brief document

 

Requirements:

Interested consultant should submit an EOI including the following:

  1. A detailed summary proposal describing how the consultant proposes to carry out the task (no more than 2- 3 pages).
  2. A one-page summary of previous experience in conducting research and/or evaluation in peace building and emergency related fields. Submission of writing samples of this work encouraged.
  3. Applicant’s CV.

 

 

Please    submit    your    EOI    via    e-mail    to: Olukemi.Ogungbayo@crs.org with a copy to ayo.ajayi@crs.org not later than close of business (4:00pm) on Friday 10th of June, 201.

 

Hard copies of the EOI can also be forwarded to the address below. We will inform the successful candidate by not later than Friday 15th June 2011.

 

The Subject Heading of the e-mail message should read: CRS/Nigeria EPRT Review and Documentation. If you should have any additional inquiries, please feel free to contact Ayo Ajayi, during business hours (between 8:00 am 5:00 pm) by email or call at CRS office: CRS/Nigeria, No 4 Paraguay Close, off Winnipeg Close, Off Panama Street, Ministers Hill Maitama-Abuja