Procurement of Goods at National Health Insurance Scheme

National Health Insurance Scheme

Corporate Headquarters, Abuja

Request for Expression of Interest (Eoi) For the Development of an Information Management System

The National Health Insurance Scheme (NHIS) is an agency of the Federal Government of Nigeria established for the purpose of ensuring easy access to quality healthcare delivery by all Nigerians.

In collaboration with the World Bank Group (WBG), NHIS, which is an agency of the Federal Government of Nigeria established for the purpose of ensuring easy access to quality healthcare delivery by all Nigerians, intends to invite eligible consultants to indicate their interest in providing their services by submitting a response to this Request for Expression of Interest. Consulting Firms may associate with other interested firms or individuals to enhance their qualifications. Firms that have been determined to be qualified may be invited to submit proposals for the Request for proposals (RFP) that will be

Scope of Work

  1. Building an appropriate platform for a sustainable and effective scaling-up of NHIS
  2. Improving the legal regulatory, institutional and policy framework
  3. Planning and designing me information Management system
  4. Reviewing current business practices and proposing new business practices to ensure sustainability, efficiency and improved performance of the new system.
  1. Developing a realistic funding and financing plan for supporting the scaling-up:
  2. Conducting a review of long term funding requirement and identifying funding strategies and mechanisms for securing potential sources of revenues.

Eligibility for Consideration

Interested consultants must provide information on their expertise and experience with any prior similar assignments experience in similar conditions; availability of appropriate skills among staff, etc, to indicate that they are qualified to perform the services. Other eligibility requirements include.

  • Evidence of registration or incorporation with Corporate Affairs Commission (CAC)
  • Current Tax Clearance Certificate of the company for the past three (3) years
  • VAT Certificate
  • Evidence of compliance with Pencom Act
  • Provide information on expertise and experiences with any prior similar assignment; experience in similar conditions; availability of appropriate skills amongst staff; organogram, etc.
  • Bank reference from reputable bank(s)
  • Evidence of financial viability
  • Company audited accounts for the last three (3) years.

Assessment Criteria

The responses will be reviewed and those consultants deemed best qualified will be short-listed according to the following criteria:

  1. In-house capacity (in Nigeria and global network) to complete all of the above four workstreams (a-d)
  2. Successful track record in conducting similar multidimensional projects (policy reform in healthcare, health financing, IT and business improvement)
  3. Appropriate experience in Africa and particularly, in Nigeria
  4. Project leadership and core team credentials Marketing brochures should only be provided as attachments and will not be considered as a substitute for written responses. Elaborate artwork is not required or encouraged,

Submission of EOI

1) Two (2) hard copies of responses must be delivered in a sealed envelope at the NHIS Corporate Headquarters:

The Head, Procurement Division

National Health Insurance Scheme (NHIS)

Plot 297, Shehu Yar’Adua Way

Utako District,

Abuja, Nigeria

It is mandatory that responses also be submitted electronically to the World Bank Group eConsult2 for Selection 1018734 to: wbgeconsult2.worldbank.org

Responses are not to exceed 10 pages. If the submitted responses exceed 10 pages, NHIS/WBG reserves the right to read only the first 10 pages.

NHIS/WBG reserves the right to verify any information provided or to request additional information after EOI packages are received.

Submissions should be made on or before 14th December 2010 at 11:30 am. The documents will be opened on December 14, 2010 at 12:00 noon at the NHIS Board Room. Representatives of companies are advised to be at the opening.

The NHIS/WBG reserves the right to reject any or all submissions.

For further information contact the Head, Procurement Division on 09-2900 166 and Ms. Webster at the World Bank Group at awebster@worldbank.org

Renovation, Supply and Installation of Projects at Prime Cost & Engineering Consultants Ltd

Prime Cost & Engineering Consultants Ltd Abuja

No. 13, Lungi Street, off Cairo Street, Wuse II, Abuja.

Introduction

Our client, a reputable Federal Government Institution with Head Office in Abuja wishes to renovate, reconstruct and complete its branch offices outside Abuja.

Consequently, we hereby invite reputable contractors on behalf of our client to indicate interest to pre-qualify for the under listed projects:-

A. Completion Renovation/Remedial Works

LOT 1: Completion of its Kaduna Branch Office, Kaduna.

LOT 2: Renovation works on its Ebonyi Annex Building, Abakaliki.

LOT 3: Remedial works/re-roofing of Oyo State Office, Ibadan.

LOT 4: Remedial/re-roofing of Niger State Office, Minna.

LOT 5: Rehabilitation works on Kogi State Office, Lokoja

B.      Supply Items

Supply and installation of 2no. 250 KVA Power Generating sets at the Kaduna and Ibadan Branch Offices.

Pre-Qualification and Tender Criteria:

Interested and competent contractors wishing to carry out any of the above mentioned work must submit the following document for verification:

Mandatory (Without which company will be disqualified)

  • Evidence of Incorporation with Corporate Affairs Commission.
  • Evidence of Payment of Tax for the last 3 years.
  • Audited Accounts for the last 3 years.
  • Evidence of Financial capability (a letter from the Company’s Bank).
  • Comprehensive Company Profile with CV of Personnel.
  • Verifiable Evidence of Similar Jobs Successfully Executed or being executed within the last five years

Submission of Tenders

All pre-qualification documents should be submitted in sealed envelope boldly marked at the top left corner ‘Pre-Qualification for. (Indicate Lot No) and addressed to:

The Managing Partner,

Prime Cost & Engineering Consultants Ltd,

No. 13, Lungi Street, Off Cairo Street,

WUSE II, ABUJA.

09-6706791; 070 65541526; 080 34530596

Email: pr_cost@yahoo.com

Closing Date

All submissions must be received at our Abuja Office by 12noon on or before 15th November 2010 qualification documents will be opened at 12:30pm of same date at the client’s office.

Important Notice

  1. This is not an invitation to tender. Full tendering procedure will be applied to contractors are qualified and found capable of executing the project.
  1. Nothing in this advert shall be construed to be a commitment on our part or that of our client.
  1. The names of successful pre qualified contractors will be notified in due course and will be requested to collect tender documents upon payment of non- refundable tender fee payable in favour of the client (tenders will be advised appropriately on this).
  1. All expenses incurred and associated in preparation of the pre qualification and tender documents shall be borne by the prospective contractor.

Signed

Management

Execution of Projects at Ministry of Education, Urnuahia Abia State

Government of Abia State of  Nigeria

Office of Permanent Secretary

Ministry of Education

Public Notice

Call to Tender

The Ministry of Education, Urnuahia Abia State here by invites Tenders from reputable and experienced companies for the execution of her year 2010 ETF BOT special intervention project at isuochi secondary school Nkwoagu Isuochi, Umunneochi LGS as follows

A. Project

Construction of Examination Hall ETF Project   NO SSE/ABIA/BOT – SP/ETF/10/01

B.      Requirement for Pre – Qualification

  1. Company ‘s Certificate of Registration with the Corporate Affairs Commission
  2. Last three years Tax Clearance Certificate covering the period 2007-2009
  3. Evidence of successful performance of the similar jobs in the past
  4. Capacity to complete the job on schedule.

C.      Submission of Pre-qualification Documents

The pre-qualification documents should be returned in sealed envelopes clearly marked at the top left corner “Pre Qualification Documents For The ETF2010 Bot – Special Intervention at Isuochi Secondary School Nkwoagu-Isuochi Umunneochi LGA and addressed to Honourable Commissioner Ministry of  Education Umuahia Abia State to reach his office on or before 15th November, 2010

Renovation of Ten (10) Selected Health Centers at Abia State Ministry of Health

Invitation to Tender

The Ministry of Health Abia State in collaboration with UNFPA hereby bids for tender from competent, reputable and interested contractors for renovation of ten (10) selected health centers in Abia State.

Scope of Work

Renovation and drilling of borehole and overhead tank in each of the ten selected health centres as follows:

(i)                Renovation of Nkporo health center (HC), ohafia LGA

(ii)             Ditto Eluoha Ama HC Arochukwu LGA

(iii)           Ditto Amokwe Item HC, Bende LGA

(iv)           Ditto Ibere Ibuohia HC, Ikwuano LGA

(v)             Ditto Umuakwu HC Isialangwa North LGA

(vi)           Ditto Ohiyinta HC, Ahaba  Imenyi, Isuikwuato LGA

(vii)        Ditto Nsirimo HC, Umuahia South LGA

(viii)      Ditto Amaogwugwu HC, Umuahia  Abayi Aba

(ix)           Ditto Cottage hospital Osisioma Abayi Aba

(x)             Ditto Primary health centre Isialangwa LGA

Tender/Pre-Qualification Requirement

Prospective Tenderers are required to Submit their pre-qualification bid containing the under listed documents in clearly marked envelope to the office of Reproductive Health unit of the Department of primary Health, Umuahia not later than 11th November

The opening of bids follows immediately after:

a)                 Evidence of payment of non-refundable deposit of ten thousand naira (N10, 000) only.

b)                Certificate of Registration with Abia State Ministry of Works as a contractor.

c)                 Certificate of registration with Corporate Affairs Commissions

d)                Company Profile including personnel and equipment

e)                 Details of verifiable experience on similar projects

f)                  Current tax clearance certificate

g)                 Fully priced bill of quantities

Tender Procedure

Tenderers are required to pay a non-refundable processing fee of five thousand naira (N5000) only in cash to the Reproductive health unit of the Department of Primary Health Care, Ministry of Health.

The bills of Quantities and other documents are obtainable from the office of the Head of Department (QS) Ministry of Housing upon the presentation of evidence of pre-qualification receipt.

Completed tenders should be sealed an envelope and clearly marked to indicate the project being tendered for and submitted to the office of the Reproductive Health unit of the Dept PHC, MOH before 12 Noon on the close of tender Please note that only contractors that are pre-qualified and found suitable for the award of contract.

Closing date for the submission is 11th November 2010.

Opening of tender follows immediately thereafter in the Reproductive Health Unit Conference hall at Abia Health and Population, Hospitals Management Board Complex Aba road Umuahia

Signed

Director Primary Health Care

Abia State Ministry of HEALTH

Umuahia

Supply of Goods at Adamawa State Agricultural Development Programme

Adamawa State Agricultural Development Programme

(AD.ADP) Fadama III Component IV Office

Third National Fadama Development Project

Invitation for Expression of Interest as Advisory Services Providers

Country                        Nigeria

State/Beneficiary           Adamawa State

Name of Project            Fadama III Component IV activities

Credit No                      04494 UNI

Date of issuance            27th October, 2010

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of implementing the third National Fadama Development Project (NFDP III). Part of the credit has been lent to Adamawa State Government who intends to apply part of the proceeds to eligible payment for contracts to be awarded for Advisory Services Activities (ASAs) in the 20 participating Local Government Areas of the State.

The Advisory Services Activities will include (but not limited to) the following:

  • Addressing soil fertility, salinity and erosion problems.
  • Addressing dry season live stock feed shortage.
  • Addressing problems of fish fingerlings production techniques, processing and preservation.
  • Lack of improved techniques for processing and preservation of perishable vegetables (Onions, Tomatoes and Pepper)
  • Inadequate breeds of local ruminants for meat/milk production.
  • Inadequate fish feed formulation techniques.
  • Control of ticks and FMD in ruminants and pox in poultry.
  • Control of storage pest in cowpea.
  • Improve Garri processing technology.
  • Improve techniques for budding and grating (Mango and Citrus)
  • Control of rice blast and smut in Sorghum.
  • Formulation and proper use of Agro-chemicals.

Service providers whose responses satisfy the requirements will be selected and engaged to deliver Advisory Services Activities under the project. Adamawa ADP therefore invites sealed Expressing of interest from interested firms, persons, NGOs or public agencies and institutions, stating clearly the field of interest and qualification with documentary evidence Original copies of submitted document may be required during selection exercise. Expression of Interest in sealed envelope marked ‘Expression of Interest for Advisory Services Activities’ should be submitted to the Programme Manager, Adamawa Agricultural Development Programme. P.O Box 956, No 77 Lamido Road, Yola, Adamawa State on or before 12th November, 2010.

Signed:

Programme Manager