Provision of Consultancy Services at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

Invitation to Participate In the Tendering Exercise for

Supplies and Consultancy Services in 2010 Statutory Budget for Area Council Staff Pension Board

Federal Capital Territory Administration (FCTA) through the Area Councils Staff Pension Board has provisions in the FCT 2010 Statutory Budget and is hereby inviting competent and interested companies to submit Technical and Financial Bids for the following project: –

Expression of Interest (EOI) in respect of provision of consultancy services for the actuarial valuation of LEA Staff.

2.0 Technical (Pre qualification) Requirements

Interested companies are to forward copies of the following documents and the originals to be made available for sighting during the tender opening: –

  1. i.            Evidence of Registration with Corporate Affairs Commission (CAC) and Articles and Memorandum of Association.
  2. ii.            Interested Companies should have up to date returns with the CAC and be informed that due diligence could be conducted.
  3. iii.            Company’s Audited Account for the last three years from a Chartered Accounting firm (2007,2008 & 2009),
  4. iv.            Tax Clearance Certificate for the last three years, expiring December 2010.
  5. v.            Verifiable documentary evidences of similar jobs successfully executed within the last three years (enclose copies of letters of contract award, payment certificates, and / or completion certificates).
  6. vi.            Reference Letter from a reputable Nigerian Bank and Statement of Account for the last 12 months.
  7. Letter of Authority of FCT Administration to cross-check the company’s Account.
  8. Interested companies shall provide evidence of registration with and remittance of pension fund to the National Pension Commission in line with Section 16, subsection 6 Clause (d) of the Public Procurement Act, 2007.
  9. ix.            Sworn Affidavit in line with the provisions of Part IV, section 16, subsection 6(e-f) of the Public Procurement Act, 2007.
  10. x.            Letter of introduction of an authorized representative of the bidder with his/her sample signature and position in the company.

3,  For Consultancy Services

In addition to the above requirement listed in B(i-xi) above, the following should be included:-

  1. i.            Full details of the firm’s profile which should include, Name, Verifiable contact address, e-mail, Telephone number and website (if any).
  2. ii.            Work plan and technology capacity.
  3. iii.            The Technical Bid for the consultancy services should be sealed and labeled as “TECHNICAL BID” and drop in the Tender Box  at the office of the Secretary, FCT Tenders Board, Room 043, former Public Building Block, FCTA Secretariat, Area 11, Garki Abuja not later than 10.00 (specify date). This tender is for the period of three (3) weeks. The representatives of the bidding company are invited to witness the opening of the EOI on the same day at 12.00 noon.

4. Collection of Tender Documents:

Interested companies should collect Tender Documents (from the Office of the Director, FCT Area Council Staff Pension Board, New Bussa Close, Area 3 Garki Abuja, upon the presentation of evidence of payment of N 10,000.00 (Ten thousand naira only) non-refundable Tender Fee into Treasury Revenue Account at Fidelity Bank (Central Area) Account No: 051503010000426.

5.       Submission & Opening of Tenders

The prequalification and Financial bid documents should each be sealed and labelled Technical and Financial bids as appropriate separately, and the two separate envelopes be put in another envelope that should be sealed and labeled as Tender for,, “(Project Title)”. The financial bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duty endorsed by the bidder. The document is to be dropped in the Tender Box in the office of the Secretary FCT Tenders Board, Room 43, FCT Procurement Department (Former Public Building Department), First Floor, Block B, FCT A Secretariat, Area 11, Garki- Abuja not later than 10.00 am of 30th November, 2010. The representatives of the bidding companies are invited to witness the opening of the tenders on the same date at G9, Archives and History Bureau Building, near AGIS, peace Drive, Area 11, Garki Abuja by 12.00 noon.

NOTE:

  1. i.            Successful companies could be requested to provide Performance Guarantee whose value shall not be less than 10% of the Contract sum before signing the Contract
  2. ii.             Interested members of the general public, especially the Civil Society Organizations are invited to attend the opening  exercise   but shall adhere to  the Code of Conduct for Public Procurement Observers issued by Bureau of Public Procurement
  3. iii.            Company’s  representatives  are to  come  along  with a letter of introduction indicating name, rank and sample signature to the Venue of the opening exercise.
  4. iv.            This advertisement shall not be construed as a commitment on the part of FCTA nor shall it entitle responding Company to seek any indemnity from FCTA by virtue of such company having responded to this advertisement            The FCT Administration is not bound to accept the lowest or any other Tender.

Signed: Management

#..-&

Call for Proposal for Selection as Logistics Agent at Society for Family Health

CALL FOR PROPOSAL FOR SELECTION AS LOGISTICS AGENT

Society for Family Health was founded in 1985 and is a foremost Non-Governmental Organization(NGO) that supports Nigerian governments’ public health interventions in three key areas: HIV/AIDS prevention, family planning and maternal & child health (malaria and diarrhoea control).

SFH has been appointed as a Principal Recipient (PR) for the Round 9 consolidated grant of the Global Fund to fight AIDS, Tuberculosis and Malaria in Nigeria.

SFH is nominated as PR to provide HIV Counseling and Testing (HCT) services for a total of about 2,500,000 persons over 5 years in all the states of Nigeria including FCT. Contract for this proposal will be for the first three years for a total of 1,301,344 persons to be tested. SFH will coordinate funding and provide technical support to successful organizations approved as logistics agents. To implement the Round 9 Grant, SFH invites proposals from qualified organizations from the public and private sectors, civil society including non­governmental organization with relevant experience in the area of supply chain management (Logistics).

Interested organizations are expected to send proposals for these services in the following areas:

Objective of service: To deliver commodities in the right quantity and quality that supports scale-up of HCT services to a total of about 2.5 million people in 37 states (including FCT) of Nigeria over 5 years

Specific Activities

  1. 1. Undertake distribution of HIV rapid test kits and related commodities necessary for the conduct of HIV testing services.
  2. 2. Provide warehousing facilities appropriate for HIV test kits and other reagents prior to distribution to the health facilities.
  3. 3. Distribute the HIV Rapid test kits and other relevant commodities from central and regional warehouses to implementing health facilities across the country.
  4. 4. Maintain real-time Logistic Management Information System (LMIS) which is fully operational and able to record client and inventory information system at all levels throughout the supply chain for which it is responsible for and provide data required for prompt, accurate and complete forecasting of health products requirements for programme of this nature.
  5. 5. Develop and maintain Standard Operating Procedures (SOPs) for inventory management of the health products. These SOPs should be made available and used at all levels of the supply chain throughout the duration of this project.
  6. 6. Ensure that the supply chain system is fully in line with the WHO Guideline for Good storage practices and Good Distribution practices for Health Products

ELIGIBILITY CRITERIA

To be eligible for consideration, proposal must provide the following details:

a)     Profile of the organization including organization’s certificate of incorporation (Not required for government establishment), physical address, organogram of management structure, ownership (including  Board   membership), key contacts (telephone  and email) and their profile.

b)    Copy of current strategic plan and details of operating budget for 201 0.

c)     Financial management systems (accounting, internal control, and audited financial

EVALUATION AND SELECTION OF THE LOGISTICS AGENCIES

Proposals will be reviewed by a technical review committee within SFH using the under-listed criteria:

  • Economic and financial capacity of organization
  • Evidence of infrastructure (vehicles, equipment, storage system, etc) on ground
  • Evidence of Logistics previously carried out
  • Evidence of capacity to execute large international and local Logistics works

Submission of Application/closing Date

The code LOG RND 9- GFATM should be boldly written on the top right comer of the proposal envelope, This sealed envelope containing two hard and one soft copy (CD) of all documents required, should be addressed to the Deputy Director Procurement and received in our Abuja office address below, on or before 5.00pm 28th of October, 2010.

Successful organizations will be invited for further discussions. Unsuccessful organizations will be notified in writing.

Deputy Director, Procurement

Society for Family Health

8, Port Harcourt Crescent

Area 11, Garki, Abuja

P.M.B 5116, Wuse Abuja

Execution ot Projects at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

P.M.B 24 Garki, Abuja.

09-3141266, Fax: 09-3141266

Abuja – Tel. 09 3141266

Invitation to Tender for the 2010 Education Secretariat Capital Projects (Decongestion)

The FCT Education Secretariat is inviting competent and interested companies to submit technical and financial bids for the under listed projects under the Education Secretariat and its Agencies:

Education Secretariat Headquarters

Lot 8 (a-j)   Construction of blocks of classrooms for FCT Schools

Lot 9 (a-t)   Renovation of blocks of classrooms for FCT Schools

Lot 10         Construction of Admin Block at JSS Apo Resettlement

Lot 11 (a-b)          Construction of Admin Blocks at JSS Wuse, Zone 3

Lot 12         Renovation of Zonal Education Office, Kuje

Lot 13         Provision of Access Road at JSS Wuse, Zone 3

Lot 14         Landscaping, provision of drainages and Parking at JSS Wuse, Zone 3

Lot 15         Reconstruction of Fence at JSS, Area 11, Garki

Lot 16         Landscaping and provision of drainages at JSS, Area 11, Garki

Lot 17         Renovation of Projects Division Office at Area 11, Garki-Abuja

Lot 18         Furnishing of Projects Division Office at Area 11, Garki-Abuja

Lot 19         Supply of Vehicles to Education Secretariat

Lot 20         Purchase of office equipment for the Department of Policy and Implementation, Jabi

Lot 21         Provision of vehicles to the FCT University of Technology, Abaji

Lot 22(a-h) Completion of blocks of houses/classrooms at the FCT University of

Technology, Abaji

Lot 23         Furnishing of office at the FCT University of Technology, Abaji      Lot 24          Landscaping and provision of drainages for JSS Apo Resettlement

Lot 25(a-b) Construction of a library block at Apo Resettlement at GSS & JSS

Lot 26(a-b) Furnishing and Equipping of the Library blocks at Apo Resettlement and JSS Apo Resettlement

Lot 27(a-f) Provision of office furniture for Admin Blocks

College of Education, Zuba

Lot 8           Provision of Borehole, underground tank and overhead tank including reticulation to College of Education, Zuba

Lot 9           Provision of 100KVA Generator and Generator House to College of Education, Zuba

Lot 10         Landscaping/External works for the Library Complex at College of Education, Zuba

Lot 11         Supply of Periodicals to College of Education, Zuba

Lot 12         Provision of Fire Extinguishers/Smoke detectors for the Library Complex at College of Education, Zuba

Lot 13         Supply and installation of CCTV for the Library Complex at College of Education, Zuba

Agency for Science and Technology

Lot 40         Procurement of workshop equipment at GSTC Garki

Lot 41         Procurement of Laboratory equipment at GSTC Garki

Lot 42         Procurement of materials for training

Lot 43         Furnishing and equipping of Technical Drawing Room at ITV, Utako

Lot 44         Procurement of equipment for Production Centre at ITV, Utako

Lot 45         Furnishing and equipping of Dining Hall at ITV, Utako

Lot 46         Procurement of Laptop Computers

Lot 47         Procurement of Vehicles for Research and IJSO

Pre-Qualification Requirements

  1. Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC);
  2. Photocopies of three (3) years current Tax Clearance Certificate issued by the Federal Inland Revenue Services;
  3. Photocopy of Value Added Tax (VAT) Certificate;
  4. Company resume including details of key staff to be deployed for execution of the contract and GSM phone number (s)/e-mail addresses;
  5. List of Equipments to be used for the project and their locations. State whether the Equipments are on lease, hire or owned by the company with evidence;
  6. Evidence of execution and experience of similar work (s) done by the contractor, stating contract sum and showing evidence of award and timely completion;
  7. Audited accounts for three (3) years from a Chartered Accounting Firm;
  8. Evidence of financial capability from the company’s Bankers; and
  9. Evidence of remittance of employee’s pension

Collection of Tender Documents

Interested companies should collect tender documents from the Project Division, Education Secretariat, Former CAC Complex, First Floor Block D Annex Area 11, Garki-Abuja, upon the presentation of evidence of payment of N20, 000.00 (Twenty thousand naira) only non-refundable tender fee in FCTA Account no. 051503010000426 with Fidelity Bank Central Area-Garki.

Submission:

The pre-qualification and tender documents should each be sealed and labeled (Technical and Financial Bids as appropriate) separately and the two envelopes be put in another envelope that should also be sealed and labeled:   “Tender for. (Lot No. and the Agency)” the tender documents (Financial

Bid) should be submitted in three (3) copies (one original and two other copies) and all pages duly endorsed by the bidders. Completed tender documents should be Addressed to: Head, Procurement Unit, Education Secretariat, Area 11 , Garki-Abuja & dropped in the Tenders box stationed in the Procurement Unit, Ayangba Street beside Mangal Plaza, Area 11 , Garki-Abuja within the official hours (9:00am to 4:00pm).s

Closing Date:

All submissions must be received at the address on or before 1 2:00noon on Wednesday, 3rd November 2010. All bids will be publicly opened on the same day at 2:00pm in the presence of Bidders or their representatives

Please Note:

  1. Contractors can only apply for a single project listed in paragraph 1 A-C
  2. Late submission will be rejected.
  3. This advertisement to tender shall not be construed to be a commitment on the part of Education Secretariat nor shall it entitle the submitting tender to make any claims what-so-ever and or seek any indemnity from the Secretariat by virtue of such tenders having responded to the advert.
  4. Bid should be very clear about the bidder’s areas and proven competence and interest.
  5. Tenders’ Register must be signed on the submission of Tender(s).
  6. Education Secretariat, May at its own discretion, reject any bid which does not conform to the basic bidding rules.
  7. Jobs between N50, 000.000.00 (N50m) and above must be accompanied by bid security of 2% of bid price.
  8. All bids that deviate less than 1 5% from the in-house estimate will not be   accepted.

Signed:

Management

Procurement of Agent at Society for Family Health

Society for Family Health

CALL FOR PROPOSAL FOR SELECTION AS PROCUREMENT AGENT

Society for Family Health was founded in 1985 and is a foremost Non-Governmental Organization (NGO) that supports Nigerian governments’ public health interventions in three key areas: HIV/AIDS prevention, family planning and maternal & child health (malaria and diarrhoea control). SFH has been appointed as a Principal Recipient (PR) for the Round 9 consolidated grant of the Global Fund to fight AIDS, Tuberculosis and Malaria in Nigeria.

SFH is nominated as PR to provide HIV Counseling and Testing (HCT) services for a total of about 2,500,000 persons over 5 years in all the states of Nigeria including FCT. Contract for this proposal will be for the first three years for a total of 1,301,344 persons to be tested. SFH will coordinate funding and provide technical support to successful organizations approved as procurement agent. To implement the Round 9 Grant, SFH invites proposals from qualified organizations from the public and private sectors, civil society including non-governmental organization with relevant experience in the area of supply chain management (Procurement).

Interested organizations are expected to send proposals for these services in the following areas:

Objective of service; To procure and deliver commodities in the right quantity and quality that supports scale-up of HCT services to a total of about 2.5 million people in 37 states (including FCT) of Nigeria over 5 years.

Specific Activities

  1. Undertake procurement of HIV rapid test kits and related commodities necessary for the conduct of HIV testing services
  2. Clear products at ports at deliver appropriately in warehouses Maintain real-time Logistic Management Information System (LMIS) which is fully operational and able to record client and inventory information system at all levels throughout the supply chain for which it is responsible for and provide data required for prompt, accurate and complete forecasting of health products requirements for programme of this nature.
  3. Develop and maintain Standard Operating Procedures (SOPs) for inventory management of the health products. These SOPs should be made available and used at all levels of the supply chain throughout the duration of this project.
  4. Ensure that the supply chain system is fully in line with the WHO Guidelines for Good Storage Practices and Good Distribution Practices for Health Products,

ELIGIBILITY CRITERIA

To be eligible for consideration, proposal must provide the following details:

  1. Profile of the organization including organization’s certificate of incorporation (Not required for government establishment), physical address, organogram   of  management structure, ownership (including Board membership), key contacts (telephone and email) and their profile,
  2. Copy of current strategic plan and details of operating budget for 2010.
  3. Financial management systems (accounting, internal control, and audited financial.

EVALUATION AND SELECTION OF THE PROCUREMENT AGENCIES

Proposals will be reviewed by a technical review committee within SFH using the under-listed criteria:

  • Economic and financial capacity of organization
  • Evidence of infrastructure on ground
  • Evidence of procurements previously carried out
  • Capacity to execute large international and local Procurements

Submission of Application/closing Date

The code PROC RND 9- GFATM should be boldly written on the top right corner of the proposal envelope. This sealed envelope containing two hard and one soft copy (CD) of all documents required, should be addressed to the Deputy Director Procurement and received in our Abuja office address below, on or before 5.00pm, on 28th October, 2010.

Successful organizations will be invited for further discussions. Unsuccessful organizations will be notified in writing

Deputy Direct Procurement

Society for Family Health

8, plot Harcourt Crescent

Area 11, Garki, Abuja

P.M.B. 5116, Wuse, Abuja

Renovation and Construction of Projects at Lere Local Government Council, Kaduna

Lere Local Government Council

Kaduna

Tender Notice

The Local Government Council wishes to invite qualify contractors from LERE LOCAL Government AREA for pre-qualification to the execution on the under listed project:

LOT:                   DESCRIPTION OF PROJECTS

Lot Details of Project
1. Step down of electrification at Tashan Dogara/Kantau, Tashan Itace, Arg Madugu, Kurmin Jele & Mahanga/Tabo-Tabo, Kaura/Auguwan Kora, Yadin Lere, Kwaftara and Kawere
2. Construction of Kayarda Market
3. Construction of small bridges and culverts at Kakun Kurama, Kukun Kasa,

Kayarda, Jurawa, Katari, Dan Alhaji, Hahin Masallacin Idi Saminaka and

Saminaka Market, Sugau, Sobon Kaura Natere & Kwaftara

4. Renovation of classrooms at LGAE Primary School Jure, Juran Kan. Dan, Alhaji II, Kadaru Federe, Gure, Saminaka B, Tudunwada Saminaka, Secretariat, Dokan Lere, Kafin Tudai Garu, Abadawa, Hayin Gada, Saminaka, Missau, Dokan Danbala, Jahunu, LGEA Secretariat, Paa Kurama and Agaji
5. Completion of corpers lodge (community works)  at Govt. Junior Secondary School Kayarda
6. Completion of laboratory and classroom Blocks (Community work) at

Jura, A bad aw a, Dan’Alhaji, Maigamoh and Anguwan Shawara

7. Construction of classroom block at Mai-bindiga, Anguwan Ishaya, Dandore Jurawa, Koion Sabon – Birni, Jaja, Amon Kasa, Ang Tambaya II, Ali mai Hula, Ang Magaji, Karimbu & Were
8. Construction of laboratory at Community Secondary School Domawa,

Lagga and Ishame.

9. Construction of Maternity Hearth Clinks at Kakun Kurama
10. Renovation of Health Clinks at Maskawa, Bundu,  Fanda  Kahugu, Tsurutawa and Ukissa.
12. Construction of Health Clinics at Piti, Kwanan Bakoshi/Malumfashi, la nkasa, Gasa, kora, Jama’ar Iya & Ashema
13. Construction of Drainages at Kwanana Bauda, Tudun Ramin Kura Nasarawan Saminaka, Labadiya, Katirje Mariri, Bulokara/Ang Mele Sabon Layi Saminaka, Ang Mall Audu Kayarda & Bakin Dogo Kayarda
14. Renovation of offices at the Department of ESD and WORKS SIECON and NDLEA and the centre for Disabled workshop
15. Construction of police out-post at warsa Piti and Yarkasuwa
16. Renovation of Lere Town Hall
17. Renovation VIP Lodge Saminka
18. Furnishing of District He ads House at Kayarda, Saminaka Tudai, Lazuru, Gure, Wuroko, Kahugu, Ukissa and Doka
19. Renovation of District Heads house at Lere
20. Supply of Hospital Materials
21. Extension of Electricity at Sabon Layi, Saminaka, Tudun Fulani Saminaka, Dokan Lere, Wurko Kakun Kasa Abadawa and Kauran Danjaba
22. Renovation of Staff quarters at ESD, DPM and NYSC Lodge
23. Construction of Women Devt. Centre and Fencing at Saminaka Women Centre
24. Construction of Pit Toilets at Saminaka, Mariri and Yarka Suwa Markets

Qualification:

All prospective contractors must satisfy the following pre-conditions

  1. Evidence of registration with Lore Local Government tender committee
  2. Evidence of corporative if registered company
  3. Company audit account if registered company
  4. Evidence of contractor registration with Lere Local Government
  5. VAT registration and remittance if registered company
  6. Evidence of equipment and experienced key personnel enquired for the execution of the project
  7. Community and social responsibility support
  8. Other additional information that could enhance the contractor,

NB:

1    Prospective contractors can bid for the whole lot or partially

2   Other contractors can be considered as the need arises,

Method of Application

Interested contractors are to collect tender document/forms and return to the office of Head of Administration Lere Local Government Saminaka Kaduna State in a sealed envelope to be marked “TINDER” to reach him on or before 29th October 2010

Important notice

This advertisement should not be viewed as contract award; or commitment on the part of the Local Government to nay contractor to make any claim whatsoever from Lere Local Government by virtue of having responded to this advertisement.

Signed:

Chairman

Local Government Tender Committee