Procurement of Some Basic Medical Equipment, Office and NPI Items at Kogi State Health System Development Project-II

Invitation for Bids

Kogi State HSDP-II

Country:               Nigeria

Project: – Second   Health   System Development Project II Additional Financing Brief

Description of Job: – Procurement of Some Basic Medical Equipment, Office and NPI Items.

Credit No: –                   LN 4522 UNI

GNP No: –           4522 April 2009

Bid Issuance Date: –      30th March 2011

Contract Identification No: –           1 F B N O:    K G S / H S D P –II/NCB/GDS/01/011

Last Date of Bid Submission: 28th April, 2011

 

World Bank Credit Name world Bank Assisted Health system Development Project HSDP-II

 

  1. The Invitation for bids follows the General Procurement Notice for this Project that appeared in Development Business, No 4522, April 2009

 

2. The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) towards the cost of Health System Development Project, and Intends to apply part of the proceeds of this Credit to payments under the Kogi State Health System Development Project-II (KGSHSDP-II) to cover eligible payments under the Procurement of Some Basic Medical Equipment, Office Equipment/Furniture and NPI items Contract No KGS/HSDP/II/NCB/GDS/01/011.  Bidding is open to all bidders from eligible source countries as defined in the Guidelines Procurement under IBRD Loans and Credits.

 

3. The Kogi State Health System Development Project- II, invites sealed bids from eligible 0bidders for the Procurement of Some Basic Medical Equipment, Office Equipment/Furniture and NPI Items as indicated below:-

 

 

 

Lot Brief Description of Items Qty Location Delivery Period Bid Security
1 Office Equipment Assorted State Central Medical Stores Lokoja 60 days 3%
2 Office Furniture Assorted -d- -do- 3%
3 Medical Equipment/Blood Bank Items Assorted State Ministry of Health Lokoja -do- 3%
4 Cold chain Equipment Assorted State Ministry of Health Lokoja -d0- 3%
5 Practical Demonstration Assorted State Ministry of Health Lokaja -do- 3%

 

 

4. Bidding documents may be purchased at the Project implementation Unit Kogi State Health System Development Project, Ministry of Health, Lokoja for non refundable fee of NI5, 000.00 (Fifteen Thousand Naira) only for the documents upon written application to the Project Manager interested bidders may obtain further information at the same address.

5. Bids shall be valid for period of 90 days after bid opening and must be accompanied by Bid Security indicating in the table above or its equivalent in a convertible currency and shall be delivered to the Project Manager, Kogi State Health System Development Project, Ministry of Health, Lokoja, on or before 12.00noon, 28th April, 2011 at which time they will be open in the presence of bidder’s representative who choose to attend.

  1. Evaluation will be on Lot by Lot basis. Award shall be on Lot by Lot Baisi
  2. Late bids will not be accepted. A Bidder can bid for one or more Lots

 

The Project Manager

Health System Development Project II

Ministry of Health

Lokoja Kogi State.

 

Invitation for Pre-Qualification for the 2011 Capital Projects at National Directorate of Employment

National Directorate of Employment

Plot 1529, Nouakchott Street, Zone I, Wuse District, Abuja

Invitation for Pre-Qualification for the 2011 Capital Projects

 

 

Introduction:

The National Directorate of Employment (NDE) is inviting component and reputable contractors/companies to submit pre-qualification documents as pre-requisite to tender for the following projects:

 

 

LOT A:       Purchase of Office Furniture and Fittings Equipment,

LOT B:       Purchase of Computers, Printers and Accessories.

LOTC:        Purchase of Photocopying Machines.

LOT D:       Construction of Model Agricultural Skill Training Centres

LOT E;       Construction of Modal Skills Development Centre

LOT F:        Rehabilitation of Skills Acquisition Centres,

LOTG:        Provision of Borehole, Installation of Water Storage Tanks and Reticulation in each of the Centres

LOT H:       Printing of Documentation Materials such as registration forms, certificate of Attendance, Identity cards and Log Books, Attendance Registers for each of the Centres.

LOT I:         Equipping of Rehabilitated Skills Development Centres. This involves the supply of heavy duty and durable equipment to be used for Skills Training in Fifteen Trades, namely Computer Operations, Maintenance GSM Handset Repairs. Welding (both Arc and Gas), Auto- Electrical, Plumbing, Electrical Installation, RTV Repairs, Motorcycle Repairs, Outboard Engine Repair, Furniture making, interior Decorations, Video  Production  and  Satellite Installation/Maintenance.

LOT J:        Supply of Training Items and Equipment such as Multi Media   Projectors, Screens, Pubic address Systems, Magnetic White Boards, 30KVA Generator e, to, for the centres.

LOT K:       Supply of Resettlement Equipment in technical and vocational trades i.e. Auto- mechanic, Carpentry, Welding, Knitting Fashion Design, Hair Dressing, Computer Operation etc,

 

 

Pre –Qualification Requirements

Application for pre-qualification should be accompanied with the following:

i.            Evidence of registration with Corporate Affairs Commission.
ii.            Evidence of Technical Competence and Years of Experience.
iii.            Tax Clearance Certificate for the last three years (2008, 2009. 2010) and Tax Identification Number (TIN).
iv.            Verifiable list of similar and other jobs successfully executed in the past (if any)
v.            Evidence of Registration with Pension commission (Pen Com)
vi.            Details of Company Profile.
Letter of Recommendation from the Company’s Bankers indicating the financial capacity of the Company to undertake the job if Awarded

 

Failure to submit ANY of the listed documents may result in disqualification.

 

Submission of Pre-Qualification Documents

The pre-qualification documents should be sealed in brown envelop, marked on the top left hand corner “CONFIDENTIAL PRE-QUALIFICATION” (Indicating boldly the category and title of the project in the space provided) and address to:

 

The Director General,

National Directorate of Employment

Plot 1529, Nouakchott Street Zone 1,

Wuse District Abuja

 

 

Not later than two 14th April, 2011or through the website: www.ndeonline.net/organisation_reg.php using the following procedure;

  1. Fill in details as required. Remember to use valid email address.
  2. Login to your valid email address to retrieve assigned Username and Password to enable you login to NDE account
  3. Click on the link shown in the opened valid email address to activate your account with NDE.
  4. login to your NDE account using the assigned Username and Password to view the various projects that are available
  5. Click on the detail for any selected project(s) to submit tender documents.

 

 

NB: please ensure that the above procedures are followed strictly for your submission to be processed.

Note:

Please note that:

i.            This is not an invitation to tender for the job,
ii.            Only qualified Companies shall be shortlisted and invited to tender for the job on payment of prescribed tender fees.

 

 

Signed: Management

Invitation for Pre-qualification Exercise at University of Lagos

 

University of Lagos. Nigeria

Invitation for Pre-qualification Exercise

Preamble

The University of Lagos (UNILAG) invites interested competent and reputable contractors to apply for the Pre-qualification exercise as a condition to participate in the bidding of the below listed projects and interested bidders are to submit all the required information as well as comply with all other requirements of Pre-qualification for the approved projects, in the University’s 2011 Internal Generated Revenue (IGR), Comprehensive details in respect of the projects are as follows:

 

Project Title and Contract Number:

A      2011 Internal Generated Revenue (IGR)

 

S/N Project Title Contract Number Non-refundable Pre-qualification fees
1 Construction of Faculty of Education Building IGR/2011/01 N50,000.00
2 Construction of Block of Classrooms for International School IGR/2011/02 N25,000.00

B.      Pre-Qualification Criteria

1.       Compulsory and Mandatory Criteria:

i.        Evidence of registration with the Corporate Affairs Commission (CAC)

ii.       Company Audited Account for the last three years

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

iv.      A sworn affidavit indicating that all documents submitted are genuine and verifiable

v.       A sworn affidavit that none of the Directors has been convicted in any country for any criminal offence, including fraud or financial impropriety

vi.      A sworn affidavit indicating that no current staff of the University of Lagos is a former or present Director, shareholder or has any pecuniary interest in the company submitting bid.

 

Failure to provide any of B1 (i) (vi) above will automatically disqualify the bidder.

2.       Other Criteria:

i.        List and Source of Equipment

ii.       Indication of Technical and Administrative surf strength, with academic professional qualifications and years of experience of key personnel available for the project.

iii.      Bank reference from a reputable Bank.

iv.      Evidence of relevant verifiable experience on similar works in Nigeria over the last five (5) years stating, cost and duration of execution letter of awards, completion certificates etc.

v.       Evidence of VAT payment.

vi.      Evidence  of Social  Responsibility in  terms of Endowment, Sports or ETF contribution.

vii.     Evidence of Payment at the UNILAG cash office of a Bank draft or certified cheque of required sum for each project and made payable to: The University of Lagos.

 

C.      Collection of Pre-Qualification Documents:

The pre-qualification questionnaire for these projects shall be collected on presentation of the receipt issued at the Cash Office in respect of the pre-qualification, from the office of:

The Director,

Works & Physical Planning Department,

Commercial Road (Behind AP Petrol Station )

University of Lagos

Akoka-Yaba

Lagos.

 

D.      Submission of Pre-Qualification Documents:

All the submissions for each of these projects should be sealed in an envelope, The envelope should be identified with the project reference number at the top left hand corner of the envelope, and marked “Confidential-Notice of Intent to pre-qualify as Contractor for….. (Please state the specific project)”, and delivered either by hand or courier service to reach the address stated below on or before 12 Noon, on 12th April 2011:

 

The Registrar

5th Floor, Senate House

University of Lagos

Akoka-Yaba

Lagos.

 

E.      Opening:

There shall be a public opening of the Pre-Qualification submissions shortly after the closing date and the Representatives of ail the bidders and the general public are encouraged to attend to witness the exercise.

F.      Important Note

Each Contractor shall be required to appear before Pre-qualification Committee and will be expected to bring the original copies of all the documents submitted for pre-qualification for examination.

 

2.       Contractors should note that for the purposes of timely delivery of project and in pursuant of the University of Lagos policy of equity and fairness, a bidder may not be awarded more than one contract under the current exercise.

 

3.       That by the submission of Pre-qualification documents, University of Lagos is neither committed nor obliged to award any contract to any contractor.

 

4.       That this advertisement for invitation to Pre-qualification shall not be considered as a commitment on the part of the University, nor shall entitle any Contractor to make any claims whatsoever and/or seek any indemnity from the University of Lagos.

 

5.       Only Contractors that have been Pre-qualified and found suitable will be invited to competitively tender for the projects.

 

Oluwarotimi O. A. Shodimu Esq.

Registrar & Secretary to Council

Expression of Interest for Recruitment of Consultants at LAKE CHAD COMMISSION

LAKE CHAD COMMISSION

Lake Chad Basin Program of Sustainable Development

(PRODEBALT)

(Section: MultiEnvSubSec)

The Donation Finance Agreement No:              2100155013766

The Project Identification No:                            P Z1-CZ0-002

 

Request for Expressions of Interest No. 002 /Prodebalt/11

 

1.       The Lake Chad Basin Commission (LCBC) have received donation from the African Development Bank in order to finance the cost of the LCBC Program of Sustainable Development (PRODEBALT) and has the intention to apply part of the agreed amount to hire contract services with the following three (3) consulting firms and one individual consultant as follows:

 

  • The Consulting Officer in charge of elaborating a Master Plan for sand and dune fixation and restoration of deteriorated ecosystems in the basin (SDLEEH)

 

  • The Consulting Office in charge of elaborating Master Plans for supply of fire woods to towns of MAROUA BANGUI DIFFA MAIDUGURI and NDJAMENA

 

  • The consulting Bureau in charge of study for Development of Livestock pastoral routes in the basin

 

  • Individual Consultant for Fish biostatistics studies.

 

2.       The Executive Secretary of the Lake C had Basin Commission now invites eligible consultants to indicate their interest in providing the above mentioned services. Interested consultants must provide information indicating their capability and experience showing that they are qualified in perform the services (brochures, description of similar assignments, experience in similar conditions, availability of personnel with appropriate skills. etc). The consultants can come in as joint venture to increase their chance of qualification probability.

 

3.       The criteria of eligibility, the rising of shortlist and the procedure of selection will be in conformity with the “Rules and procedures for consultants’ recruitment” of the African Development Bank Edition of May 2008 which can be found on the following Bank’s web site: htt:www.afdb.og . The interest shown by the consultant may no, in any way, constitute an obligation for shortlist eligibility;

4.       The interested consultants may obtain further information at the following address during work hours from 7.00am to 3.30pm. The expression of interests must be delivered to the address below not later than 7th April 2011 at 11,30am bearing the following notice “Expression of Interest for Recruitment of Consultants”

 

The Lake Chad Basin Commission (LCBC),

 

The Program of Sustainable Development (PRODEBALT)

 

P.O. Box: 727 N’Djamena Chad Telephone: +235 252 41 45/ cell: 66 27 73 04 Fax: +235 25241 37

 

E-mail: prodebalt_cr@yahoo.fr (copy to hirouadoul@yahoo.fr )

Ndjamena, 23 March 2011

For The Executive Secretary

Chaibou MAHAMAN

Invitation for Bids for the Construction and Rehabilitation of Rural Road at Federal Ministry of Agriculture and Rural Development

Federal Republic of Nigeria

African Development Bank-Community Based Agriculture and Rural Development Project (AfDB-CBARDP)

National Programme for Agriculture and Food Security (NPAFS)

Federal Ministry of Agriculture and Rural Development (FMA&RD)

Invitation for Bids for the Construction and Rehabilitation of Rural Road in Adamawa, Bauchi, Gombe, Kaduna and Kwara States, under National Competitive Bidding (NCB) procedures

1.       The Federal government of Nigeria has received a loan from the African Development Bank towards the implementation of Community Based Agriculture and Rural Development Project, and intends to apply part of the funds to cover eligible payments under the contracts for the construction/rehabilitation  of rural Feeder Roads for the provision of Community Infrastructure in Adamawa, Bauchi, Gombe. Kaduna and Kwara States as follows:-

 

State

Works Description

Km

Bid .Security

Adamawa State

Lot 1.

 

Road Construction. (33,5 km) and Rehabilitation. (20.5 km) in nine (9) LGAs: Madagali Mubi South. Maiha, Girei, Hong, Toungo, Jada, Demsa and Numan

 

54 Km NGN 500,000.00

 

Bauchi

State

Lot 2

 

Road Rehabilitation (54 km) in nine (9) LGAs: Zaki, Dambam, Katagum, Giade, Tafawa Balewa, Bogoro, Toro, Ningi and Ganjuwa

 

54 Km NGN 500,000.00

 

Gombe State

Lot 3

Road Construction (16.69 km) aid Rehabilitation (37.31 km) in six (6) LGAs: Funakaye, Dukku, Yamaltu-Deba. Billiri, Kaitungo, and Balanga

 

54 Km NGN 500,000.00

 

Kaduna State

Lot 4

Road Construction (4.5 km) and Rehabilitation (49.50km) in five.(5) LGAs: Zaria, Birinin Gwari,  Igabi, Jaba, and Kachia.

 

54 Km NGN 500,000.00

 

Kwara State

Lot 5

Road Construction (54 km) in nine (9) LGAs: Baruten, Kaiama, Edu Pategi, Offa, Oke Ero, Ifelodun, Isin and Ilorin South. 54 Km NGN 500,000.00

 

 

2.       The Community Based Agriculture and Rural Development Project invites sealed bids for these works from interested bidders. The Bidding process will be competitive to private firms and voluntarily formed joint ventures duly registered to operate in Nigeria, with special advantage on firms that are within the Project States.

 

3.       Bidding documents (and additional copies) may be obtained at the CBARDP Offices listed below for a non-refundable fee of N40,000.00 (Forty thousand naira only per set), upon submission of a written request. Interested bidders may obtain further information at the same offices.

 

4.       Bids shall be valid for  a period of 90 days after Bid Opening and must be accompanied by security of N500,000.00 (five hundred thousand naira only).

 

5.       Bids shall be delivered to the CBARDP Offices listed below, on or before 27th April, 2011 by 12.00 noon  at which time they will be opened in the presence of the bidders who wish to attend.

 

6.       All enquiries and completed bid documents are to be submitted in sealed envelope clearly marked with lot No. as described in paragraph 1 above to the:

 

Lot 1 Programme Manager

Adamawa ADP Lamido Bobbo Ahmadu Road,

P.O.Box 956,

YoIa Adamawa State

08036135474

adcbardp@yahoo.com

 

 

Lot 2 Programme Manager,

Bauchi State ADP

Dass Road, Gidan Gona

P. M.B.0050. Bauchi

Bauchi State

08023034974

bauchiadp@yahoo.com

 

Lot 3 Programe Manager,

Gombe Stat ADP

Bauchi Road

P.M.B 46, Gombe

Gombe State

07030645976

gombecbardp@yahoo.com

 

Lot 4 Programme Manager

Kaduna State ADP

No. 11 Race Course Road

Opposite Murtala Square

P.M.B 2269, Kaduna

Kaduna State

08062513404

kdcbardp@yahoo.com alkassim2007@yahoo.com

 

Lot 5 Managing Director

Kwara State Agricultural

Development Project

Jebba Road

P.M.B 1383, Ilorin

Kwara State

08070651069

kwadp@yahoo.com

 

Signed

Project Desk Officer

Project Support Office

AfDB-CBARDP

No.13 Ahmadu Bello Way, Bauchi

Bauchi State.