Execution of Projects at Federal Medical Centre Jalingo

Federal Medical Centre, Jalingo

P.M.B. 1061 Hospital Road Jalingo

Invitation to tender for 2010 capital projects

Introduction

The Federal Medical Centre Jalingo hereby invites interested and reputable contractors, companies/firms with relevant experience and good tract records to tender for the following projects:

Details of Projects

A Construction Work:

  • Construction of Medical Records Department.
  • Construction of Dental Unit
  • Construction of Library
  • Sinking of Borehole
  • Completion of Roads drainages and Landscaping
  • Parameter Fencing
  • Dedicated PHCN Line
  • Construction of House Officers Quarters, Amenity Ward and

Accident and Emergency Unit,

B.      Procurements

  • Theater Equipment
  • Intensive Care Unit Equipment
  • Office Furniture for Pharmacy Complex
  • Laboratory Equipments
  • Obstetric & Gynaecological Equipments
  • Ophthalmology Equipments
  • Radiology Equipments
  • Supply of Utility Vehicles
  • Procurement of 500KVA Generator

Prequalification Requirements:

Interested Bidders are to submit the following:

  1. i.            Name/Address and telephone number.
  2. ii.            Certificate of Registration with Corporate Affairs Commission
  3. iii.            Evidence of Tax Clearance for 3 years
  4. iv.            Evidence of experience with similar jobs in the last 3 years
  5. v.            Evidence of financial capability to handle the job,
  6. vi.            Evidence of VAT registration Certificate,
  7. Name (s) and address(s) of Bankers.
  8. Company Profile with names and qualification  (s) of key personnel
  9. ix.            Evidence of Registration with Federal Medical Centre, Jalingo
  10. x.            Evidence of payment twenty five thousand naira (N25,000) pre-qualification fee to the Account Department of Federal Medical Centre, Jalingo,

The pre-qualification documents should be submitted in sealed envelopes and to be addressed to the Medical Director Federal Medical Centre, Jalingo. Tenders should indicate at the right hand corner of the envelope Pre-qualification documents. Bidders documents will only be given to contractors that have qualify.

On or before 21st May, 2010

Pre-qualification documents will be opened at 12.00 noon

NB: The Federal Medical Centre, Jalingo is neither committed nor obliged to reply any company not found suitable,

Also all expenses incurred in preparing a pre-qualification response and all expenses otherwise associated with the response, shall be born solely by the contractors/suppliers concerned.

Singed

Dr. Idris D. Balasa

Medical Director.

Construction and Supply of Items at Niger State College Of Agriculture

Niger State College Of Agriculture,

PMB 109, Mokwa

Invitation for Pre-Qualification

This invitation for pre-qualification follows approval in principle by Education Trust Fund (ETF) for 2008, 2009 projects.

Therefore, the College invites interested Contractors to submit the following documents for the purpose of pre-qualification:

a)     Certificate of incorporation of Company

b)    Up to date registration with the College

c)     Tax clearance certificate for the last three (3) years

d)    Evidence of past performance of the Company

e)     Company profile, financial, technical, equipment and managerial

f)      capacity to handle the project

g)     Audited account for the company signed by banker

h)    Evidence of VAT registration

Lot No. Contract No. Item Description Duration
01 NSCOA/MOKWA/ETF/08-08/01 Construction of an ICT complex 4 months
02 NSCOA/MOKWA/ETF/08-09/02 Supply, Installation and fitting of ICT Equipments 1 month
03 NSCOA/MOKWA/ETF/08-09/07 Supply and installation of Laboratory and irrigation equipments 1 month

Important Notice

  1. This is not an invitation to tender
  2. Only technically qualified firms whose documents fulfill the minimum requirement will be invited to tender for the proposed project

Prospective contractors should submit the sealed documents to the College on or before 10th May, 2010

Signed

DR. M.T. NAGYA

PROVOST

Projects Execution at Nigerian Shippers’ Council

Nigerian Shippers’ Council

4 Park Lane Apapa Lagos

Invitation To Tender For Various Works, Goods And Services

The Nigerian Shippers’ Council in line with the Public Procurement Act of 2007 hereby invites reputable and experienced suppliers and contractors to tender in respect of these lots indicated below:

Lot 1.0

Computerization Supply, Installation of Computer Hardware and

Software Systems, Peripherals and Accessories

Lot 2.0

Advance Cargo information system (ACIS) Development, supply and installation.

Lot 3.0

Supply of   Project Vehicles (Toyota Hilux Trucks)   for Inland Container Depots

Lot 4.0

Digitalization of the Maritime Resource Library- Supply and installation of Hardware and Software Systems.

Lot 5.0

Supply and installation of various Conference Centre Equipment.

Lot 6.0

Supply of Utility Vehicles (Toyota Hilux Trucks, Haice Buses, Coaster Buses, Honda Motorcycles)

Lot 7.0

Supply and installation of Electricity Generating Sets- (500KVA Sound proof).

Lot 8.0

Supply of Elevators- (10 Persons, 12 Stops/12 Openings)

Lot 9.0

Supply of Medical Equipment

Lot 10.0

Improvement on Building (Renovation Works) – Shippers Towers, Lagos.

Lot 11.0

Improvement on Building (Renovation Works) – Shippers’ Plaza,

Abuja.

Lot 12.0

Control of Erosion (Remedial works) – Jos Zonal Office Land.

2.0      Requirements

Interested suppliers and contractors   wishing to carry out any jobs in the above listed areas must submit the following:

  1. i.            Certificate of Registration/Incorporation with Corporate Affairs Commission
  2. ii.            Current Tax clearance Certificate for the last three (3) years
  3. iii.            Evidence of previous experience for similar jobs,
  4. iv.            Evidence of registration with relevant professional Bodies
  5. v.            (Where applicable)
  6. vi.            Reference from banker,
  7. Any other information that will further confirm the qualification of the company.

3.0     COLLECTION OF BID DOCUMENTS

Bid documents/detailed specifications of the required goods and works are obtainable from the office of the

  1. i.            Secretary, Procurement Planning Committee, (7th Floor) Nigerian Shippers’ Council, No. 4 Park Lane, Apapa Lagos OR
  2. ii.            Abuja Liaison Office, Nigerian Shippers’ Council, Shippers’ Plaza Plot 438, Michael Okpara Way, Wuse Zone 5, Abuja

on payment of a non-refundable bid processing fee of N20/000.00 for each Lot through bank draft payable to Nigerian Shippers’ Council, Lagos.

4.0 Submission of Tender Documents

The Tender documents are to be enclosed in a sealed envelope clearly marked at the top left hand corner “TENDER FOR————————– “The job for which the tender is submitted should be clearly indicated on the envelope (e.g. “TENDER FOR THE SUPPLY OF UTILITY VEHICLES LOT 6.0”). The tender documents should be submitted to any of the addresses listed above not later than 4 p.m.  Friday 4th June, 2010.

5.0 Opening of Tender

The opening date of the tenders will be at 12.00 noon, Wednesday 9th June, 2010 at the Board Room of Nigerian Shippers’ Council (9th Floor) 4 Park Lane, Apapa, Lagos.

Please note

  1. i.            No submission will be entertained after 4pm Friday 4th June, 2010.
  2. ii.            This notice shall not be construed to be a commitment on the part of Nigerian Shippers’ Council to award any form of contract to any respondents nor shall it entitle any organization submitting any documents to claim any indemnity from the Council.

Consulting services at RSDT

FEDERAL MINISTRY OF WORKS, NIGERIA

ROAD SECTOR DEVELOPMENT TEAM (RSDT)

REQUEST FOR EXPRESSIONS OF INTEREST

CONSULTANCY SERVICES FOR DETAILED DESIGN OF

REHABILITATION OF THREE ROADS: MOKWA-BIDA,

AKURE-ILESHA & GOMBE-BIU

Federal Republic of Nigeria

Federal Roads Development Project Transport Sector

CONSULTING SERVICES

Project ID No.: PO90135

Expressions of Interest (EOI)

The Federal Government of Nigeria has received financing from the World Bank towards the cost of the preparation of the Federal Roads Development Project (FRDP) and intends to apply part of the proceeds for consultancy services.

The objective of the consultancy services is to carry out detailed engineering design of the proposed rehabilitation of the three roads by upgrading the fast track studies and preliminary designs that have been earned out to detailed design status. The assignment will therefore involve the survey of the roads, detailed road inventory data collection pavement evaluation, materials survey and testing, detailed design of the roads, preparation of detailed working drawings, bidding documents, confidential cost estimates, detailed work programs and complete bills of quantities. The roads in the proposed contracts are:

  1. Mokwa-Bida Road (approx, 121 km)
  2. Kure-Ilesha Road (approx. 74 km)
  3. Gombe –Biu Road (approx. 117 km)

The RSDT, on behalf of the Federal Ministry of Works, now invites eligible consulting -firms to submit their expressions of interest (EOI) and relevant documents. Interested consultants must submit a Letter of Submission and provide information (consultancy firm details, brochures, description of similar assignments in the past ten years, experience in similar conditions, projects completed with the details of professional staff provided and services rendered, availability of appropriate skills among staff, etc.), indicating that they are qualified to perform the services. Consulting firms may associate with other firms to enhance their qualifications.

Consultants will be selected in accordance with the Quality and Cost-Based Selection (QCBS) procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (May 2004 edition, Revised Oct 1, 2006). Shortlisted firms will be required to submit technical proposals along with the financial proposals.

A consultant may express interest for only one, or two or the three roads together, and this should be clearly indicated in the submissions.

Interested consultants may obtain further information at the address below during office hours 08.00 a.m. to 5.00p.m. or by email to unitmgr.rsdt@yahoo.co.uk.

The deadline for the submission of the EOI is 2.00pm (local time) on or before Monday. 10th May.2010 to the address below:

The Unit Manager,

Road Sector Development Team,

6 Niagara Close, off Erie Crescent, off Nile Street

Maitama, Abuja, Nigeria

Tel: +234 7034044403

Email: unitmgr.rsdt@yahoo.com

Organizational Capacity Development Services at HWWN

EXPRESSION OF INTEREST

ORGANIZATIONAL CAPACITY DEVELOPMENT SERVICES

HOPE worldwide Nigeria (HWWN) is one of the leading NGOs in Nigeria established to bring hope to vulnerable people affected by negative social circumstances, including HIV and AIDS, through innovative Health, Education, Children and Social Development programs that are sustainable and replicable. With the support of United State Agency for International Development (USAID),

HWWN is implementing the Assistance and Care for Children Orphaned and at Risk (ACCORD) Program in 6 states in Nigeria including the FCT.

The goal of the program is to strengthen NGO capacity to respond to HIV/AIDS in their communities, and provide quality comprehensive and compassionate care for AIDS Orphans and Vulnerable Children (OVC). HWWN hereby seeks to sub-grant to a qualified organization to provide services on organization capacity development. Such services are expected to strengthen skills and build capacity in the identified key management systems and leadership practices.

SCOPE OF WORK

The scope of work will cover the following:

Organizational management system assessment

Organizational development and strategic planning

Leadership and governance

Development of organizational policies and procedural manuals with all HWWN sub-partners

Development of appropriate financial and management structures and systems,

Training on Networking and Advocacy

Provision of Technical Assistance on store management

Training and mentoring of partners to set up small grants administration unit.

Proposal development and project management training- Guide partners to respond to USAID solicitation

Technical Assistance on research and development.

Training on Risk Management and Safety Process

Development and training on use of tools for tracking and monitoring of the organization capacity development provided to HWWN and its partners

Eligibility Criteria

To be eligible for consideration, applications must provide the following details,

a)     profile of your organization, including certificate of incorporation, physical address ownership (including board membership), organogram of management structure, and contacts (telephone, facsimile and email).

b)    Evidence of Resource and Technical Capability including details of your work force and office location.

c)     Documentation/Evidence of relevant and verifiable prior experience on similar service mentioned above,

A concept paper on how the above goal will be achieved.

Important Notes

Note that pre-qualification of the applicants will be undertaken first and afterwards the qualified organization will be invited to submit a full proposal with detailed activities and work plan, budget and time frame for accomplishing the project.

Method of Submissions

Interested organizations should make their submission in both hard copy and soft copy. E-copy submission should reach the Admin/HR Manager, e-mail: info@hwwnigeria.org Six (6) Hard copies should be submitted in a sealed envelope clearly marked “Expression of interest to carry out Organizational Capacity Development Services” to the address given below. All Submissions must be received on or before 30th April 2010

The Project Manager,

HOPE Worldwide Nigeria

230, Ikorodu Road,

Obanikoro, Lagos.