Procurement of Goods at Bauchi State Malaria Control Booster Project

Request for Expression of Interest

(Consultancy services)

Country:        Nigeria

Project:          Malaria Control Booster

Project sector:    Health

Consulting services:     Hiring of Health Institution

Credit Number: 4250-UNI

Project Id Number:       P970921

Date:    20th September, 2010

Expression of Interest

The Federal Government of Nigeria has received a credit from the International   Development Association (IDA) towards the cost of Malaria Control Booster Project and intends to apply part of the Credit to cover eligible payment for consulting services to support the training of PMVs in the State.

A)  The Health Institution would with the collaboration of the PMV Consultant and PMV Association Plan and implement the Conduct of trainings in batches, of the PMVs on the HMM and delivery of malarial control commodities,

B)   It can engage other special cadre of health workers e.g. Doctors, Pharmacists etc. in the teaching of some modules that would need the input of such group of health workers

C)   At the end of each training. The Institution would prepare a report and submit to the PMV Consultant.

The Bauchi State Malaria Control Booster Project now invites eligible Institutions to indicate their interest in providing services in Training. The consulting services are to extend over a period of One Year

The Institution for this assignment should have the following expertise: Must have been involved in the training of middle and lower level health workers e.g. School of Health Technology or Hygiene, must have graduated at least 5 sets of students from inception, must, have at least 2 academic staff members, with at least a diploma each in either community medicine, health science, pharmacology or sociology. Presence of degree holders or HND in the mentioned fields above would be an added advantage: Previous experience in community mobilization and training would also be another added advantage.

Method of application

Interested Institutions must provide information indicating that they are qualified to perform the services (brochures, description of similar assignment/ experience in similar condition, availability of requisite skills, etc).

Institution will be selected in accordance with the procedures set out in the World Bank

Guidelines: Selections and employment, of Consultants by World Bank Borrowers (current edition).

Interested Institution may obtain further information at the address below during office hours between 09.00-4.00 daily, except on public holidays.

Expression of Interest must be submitted in four hard copies to the address below on or before the 4th October 2010 with inscription on the envelopes SUBJECT Expression of interest for the Hiring of Health Institution.

Bauchi State Malaria Control Booster Project

Project Implementation Unit,

No. 4 Yandoka Road, BACA TMA, Bauchi

Attention:

Project Manager

GSM No: 088 58622243

Email: aubabuga@yahoo.com

Execution of Goods at Federal Road Safety Corps

Federal Road Safety Corps

National Headquarters Wuse Zone 7, Abuja

Invitation to Bid

The Federal Road Safety Corps intends to procure Communication Equipment for its formations nationwide and therefore invites competent companies to bid for the supply of the following:

Item Description Quantity
VHP Base Radio (Repeater) complete with all accessories a) V45-55watts

b) 134-174mhz

c) Base station antenna- 6db gain

d) RG 8 Coaxial cable 60hms

Radio Mast a) Self supported pyramidal mast with foreign galvanised pipe & rods guy wires – 45m (150ft)

b) Aviation light

c) Lightening Arrester

12
VHP Mobile a) 45-55watts

b) 134 174MHz

c) Mobile whipping antenna 6db gain

d) RG 8 coaxial cable 60hms

e) Mobile Station power supply 30amps

12
Walkie Talkies-Hand held, Portable a) 5 watts

b) 136-174mhz

c) 7.5v nickel battery

37

148

Extra batteries for Walkie Talkie a) Medium battery

b) 7.5 nickel battery with belt clips

148

Pre-Qualification Requirements

Prospective contractors are to submit the following requirements for pre- qualification along with their financial bids:

  1. Certificate of Registration with Corporate Affairs Commission.
  2. Tax Clearance Certificate for last three (3) years.
  3. Evidence of VAT Registration/Remittance Certificate.
  4. Company’s profile which includes names, qualifications and experience of key personnel.
  5. Verifiable proof of company’s financial capacity to deliver (Bank Reference or Statement of Accounts for the last three years).
  6. Evidence of experience in other similar jobs.

Submission of Bids

Bids in triplicates should be in sealed and appropriately marked envelopes stating the preferred lot and dropped in the Bid Box in the Corps Procurement Office, Head Quarters Annex, Wuse II Abuja on or before 4th October, 2010.

Opening of Bids

Opening of bids shall take place at 2:00pm on the day of expiration of deadline. The venue will be the Conference Room, FRSC Head Quarters, Wuse Zone 7, Abuja.

Important Information

  • Each lot should be packaged and submitted separately.
  • For ease of identification, the reverse side of envelopes should bear the company’s name, address and phone number of company representative.
  • Late submission of bids will not be entertained.
  • Submissions of less than 1 original and 3 photocopies of bids would rejected.

Signed:

Management

Procurement of Goods at Federal Road Safety Corps

Federal Road Safety Corps

National Headquarters Wuse Zone 7, Abuja

Pre-Qualification as Insurance Brokers and Underwriters for the Federal Road Safety Corps for the 2010/2011 Insurance Year

The Federal Road Safety Corps is the lead paramilitary agency charged with road safety management. The hazardous nature of the job schedule of the Corps requires that insurance policies be annually taken out for the personnel.

Interested Insurance firms are hereby invited to submit pre-qualification documents to enable the FRSC renew the insurance policies for her staff.

Pre-Qualification Requirements

Prospective firms are to submit dossiers of pre-qualification documents in compliance with the following requirements:

  1. Evidence of Registration with Corporate Affairs Commission.
  2. Evidence of Tax Clearance in the last three (3) years.
  3. Evidence of VAT Registration/Remittance.
  4. Company’s profile which includes firm location address, names, qualifications and experience of key personnel.
  5. Verifiable proof of company’s financial capacity to deliver (bank reference or Company’s audited accounts).
  6. Evidence of experience in other similar jobs.
  7. Copy of current National Insurance Commission (NAICOM) license.
  8. Copy of Nigerian Council of Registered Insurance Brokers (NICRIB) certificate.
  9. Evidence current professional indemnity.

Submission of Pre-Qualification Documents

Pre-qualification documents should be in sealed and appropriately marked envelopes and dropped in the Bid Box of the Corps Procurement Office, Head Quarters Annex, Wuse II Abuja, on or before 4th October, 2010.

Opening of Pre-Qualification Documents

Opening of the pre-qualification documents shall take place at 2:00pm on the day of expiration of the deadline. The venue will be the Conference Room, FRSC Head Quarters, Wuse Zone 7, Abuja.

Important Information

  • For ease of identification, the reverse side of envelopes should bear the firm’s name, address and phone number of firm representative.
  • Only successful pre-qualified firms will be invited to tender.
  • Firms should note that tie pre-qualification exercise is not an invitation to tender and does not imply any commitment by the Corps to any firm.
  • Late submission of pm-qualification documents will not be entertained.
  • Submissions of less than 1 original and 3 photocopies of pre-qualification documents would be rejected.

Signed:

Management

Supply of Various Items at Federal Road Safety Corps

Federal Road Safety Corps

National Headquarters Wuse Zone 7, Abuja

Invitation to Bid for Servers and Network Printers

The Federal Road Safety Corps intends to procure servers with accessories and network printers for use at its National Headquarters, Abuja and therefore invites competent vendors to bid for the supply of the following items:

Lot Item QTY Specifications
1 x DB Node & Storage 1      HP DL 380 G6 LFF CTO

1      HP E5540 DL 380 G6 FIO Kit

4      HP 2GB 2RX8 PC3 -10600R-9 Kit

2      HP 500GB 3G SATA 7.2K 3.5in MDL

HDD
2 HP 160GB 3G SATA 7.3K 3.5in ETY HDD

1 HP P410/256 FIO SA Cntrir w/Battery

2 HP 460W HE 12V Hotplg AC Power

Supply Kit 1 RHEL1-2 SKT 9×5 1 Year RHN Mm SW
1 x Mediation & Application Server 1 DL 120 G5 NHP CTO

1 HP X3330 DL 120 G5 FIO Kit

4 HP 2GB UB PC2-6400 1x2GB Kit

2 HP 160GB 3G SATA 7.2K 3.5m NHP ETY

HDD 1 HP Slim 12.7mm SATA DVD Optical Kit

1 HP Smart Array E200/128MB Controller

1 MS W 2008 Srv Std Ed FIO Npi Eng SW

1 HP 3y Nbd Proliant DL 120 HW Support

1 HP 1y 9×5 MS SW Tech Support

HP Network Printer 3 HP LaserJet 4515n

Bidding Requirements

Prospective contractors are to submit the following requirements along with their financial bids:

  1. Certificate of Registration with Corporate Affairs Commission.
  2. Tax Clearance Certificate for last three (3) years.
  3. Evidence of VAT Registration/Remittance Certificate.
  4. Company’s profile which includes names, qualifications and experience of key personnel.
  5. Verifiable proof of company’s financial capacity to deliver (bank reference or Statement of Accounts for the last three years).
  6. Evidence of experience in other similar jobs.

Submission of Bids

Bids in triplicates should be in sealed and appropriately marked envelopes stating the preferred lot and dropped in the Bid Box in the Corps Procurement Office, Head Quarters Annex, Wuse II Abuja on or before 4th October, 2010.

Opening of Bids

Opening of bids shall take place at 2:00pm on the day of expiration of deadline. The venue will be the Conference Room, FRSC Head Quarters, Wuse Zone 7, Abuja.

Important Information

  • Each lot should be packaged and submitted separately.
  • For ease of identification, the reverse side of envelopes should bear the Company’s name, address and phone number of company representative.
  • Late submission of bids will not be entertained.
  • Submissions of less than 1 original and 2 photocopies of bids would be rejected.

Signed:

Management

Construction of Intermediate Staff Houses and Library at Federal Road Safety Corps

Federal Road Safety Corps

National Headquarters Wuse Zone 7, Abuja

Invitation for Pre-Qualification

Construction of Facilities at FRSC Academy, Udi, Enugu State (Phase III)

Federal Road Safety Corps intends to embark on the Phase III of the Construction of Facilities at FRSC Academy, Udi and therefore invites competent construction firms for pre-qualification with regards to the following projects:

Lot No Project Quantity
Roads, Drains and Walkways Lot
External Power and Water reticulation Lot
Construction of Library 1 unit
Construction of Cafeteria 1 unit
Construction of Intermediate Staff Houses 7 units

Pre-Qualification Requirements

Prospective contractors are to submit dossiers of pre-qualification documents in compliance with the following requirements:

  1. Certificate of Incorporation
  2. Tax Clearance Certificate for last three (3) years.
  3. Evidence of VAT Registration/Remittance Certificate.
  4. Company’s profile which includes names, qualifications and experience of key personnel and technical team.
  5. Verifiable proof of company’s financial capacity to deliver (bank reference).
  6. Proof of completion of previously executed jobs.

Submission of Pre-Qualification Documents

Pre-qualification documents should be in sealed and appropriately marked envelopes stating the preferred lot(s) and dropped in the Bid Box in the office of the Corps Procurement Officer, Head Quarters Annex, Wuse II Abuja, on or before 4th October, 2010.

Opening of Pre-Qualification Documents

Opening of the pre-qualification documents shall take place at 2:00pm on the day of expiration of the deadline. The venue will be the Conference Room, FRSC Head Quarters, Wuse Zone 7, Abuja.

Important Information

  • Each lot should be packaged and submitted separately.
  • For ease of identification, the reverse side of envelopes should bear the Company’s name, address and phone number of company representative.
  • Only successful pre-qualified companies will be invited to tender.
  • Companies should note that the pre-qualification exercise is not an invitation to tender and does not imply any commitment by the Corps to any company.
  • Late submission of pre-qualification documents with not be entertained.
  • Submissions of less than 1 original and 3 copies of pre-qualification documents would be rejected.
  • Companies which fail to comply with the above instructions will be disqualified.

Signed:

Management