Background Image

CORPORATE AFFAIRS COMMISSION-

EXPRESSION OF INTEREST: DESIGN, DEVELOPMENT AND IMPLEMENTATION OF ENTERPRISE REGISTRY SOFTWARE AND PROVISION OF MANAGED DEDICATED INFRASTRUCTURE FOR THE HOSTING OF THE COMMISSION ONLINE SERVICES

CORPORATE AFFAIRS COMMISSION
(ESTABLISHED UNDER THE COMPANIES AND ALLIED MATTERS ACT 1990)
PLOT 420 TIGRIS CRESCENT, MAITAMA DISTRICT P.M.B 198 GARKI, ABUJA-NIGERIA
EXPRESSION OF INTEREST: DESIGN, DEVELOPMENT AND IMPLEMENTATION OF ENTERPRISE REGISTRY SOFTWARE AND PROVISION OF MANAGED DEDICATED INFRASTRUCTURE FOR THE HOSTING OF THE COMMISSION ONLINE SERVICES

1.0 INTRODUCTION
The Corporate Affairs Commission was established by the Companies and Allied Matters Act (CAMA) of 1990 to regulate and supervise the formation, incorporation, registration, management and winding of companies in Nigeria. In compliance with the provisions of the Public Procurement Act 2007, the Commission hereby invites competent companies to submit Expression of Interest for the following projects:

LOT NO. PROJECT TITLE
Lot 1 Design, development and implementation of Enterprise Registry Software
Lot 2 Managed Dedicated Infrastructure for the Hosting of the Commission Online Services

2.0 ELIGIBILTY REQUIREMENTS
Prospective bidders should submit the under-listed requirements to be eligible to participate in this procurement:-
(a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Memorandum & Articles of Association, Forms CAC 7 & CAC 2 or Form CAC 1.1 (Certify True Copy)
(b) Evidence of payment of up to date Annual Returns to Corporate Affairs Commission (CAC);
(c) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2017, 2018 & 2019) expiring on 31st December, 2020, with minimum average annual turnover of N500 Million.
(d) Evidence of current Pension Compliance Certificate expiring on 31st December, 2020;
(e) Evidence of current Industrial Training Fund (ITF) Compliance Certificate expiring on 31st December, 2020.
(f) Evidence of current National Social Insurance Trust Fund (NSITF) Compliance Certificate expiring on 31st December, 2020.
(g) Evidence of Registration on the National Database of Contractors, Consultants and Service Providers by inclusion of Interim Registration Report (IRR) expiring on 31st December, 2020 or valid Certificate issued by the Bureau of Public Procurement (BPP);
(h) Original copy of Sworn affidavit disclosing whether or not any officer of the relevant committees of the Corporate Affairs Commission or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
(i) Company’s Audited Accounts for the last (3) years – 2017, 2018, 2019, whose turnovers must correspond with those in Tax Clearance Certificate;
(j) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
(k) Company’s Profile with the Curriculum Vitae of key Staff to be deployed for the project, including copies of their Academic/Professional qualifications.
(l) Evidence of Firm’s registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
(m) Verifiable documentary evidence of at least three (3) relevant jobs executed in the last five (5) years including Letters of Awards and Job Completion Certificates;
(n) All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC) Contact Address, Telephone Number (preferably GSM No.) and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.

You need to login to view the rest of the content. Please . Not a Member? Join Us

NORWEGIAN CHURCH AID-

REQUEST FOR PROPOSAL (RFP), FOR GROUP LIFE INSURANCE SERVICES (NGA/MDG/029/2020)

NORWEGIAN CHURCH AID
ACT ALLIANCE

Norwegian Church Aid (‘NCA’) is a member of the ACT Alliance, and works with people and local actors, especially Faith-based actors in many countries where it works in their struggle to eradicate poverty and injustices. We provide humanitarian assistance in disasters and work for long-term development in local communities and societies. In order to address the root causes of poverty, we advocate for just decisions by public authorities, businesses, and religious leaders.

NCA has a presence in Nigeria to respond to the Humanitarian crisis in Northeast Nigeria. NCA has its core competencies in Gender Based Violence and Water Sanitation and Hygiene. NCA has its strengths in works and invest in local partners ensures building their capacities are built from the onset of response, to enable them to have the capacity to respond in a long-term intervention including recovery and development.

REQUEST FOR PROPOSAL (RFP), FOR GROUP LIFE INSURANCE SERVICES (NGA/MDG/029/2020)

Proposals are invited from suitably qualified service providers, for Group Life Insurance Services. Prospective vendors interested, are expected to meet the following requirements:
• Mirror NCA’s corporate philosophy and business principle
• Offer competitive pricing and cost-savings solutions.
• Have proven service record.
• Have proven quality assurance systems.
• Be financially viable.
• Offer value added capabilities.
• Maintain the highest possible standard of integrity and fairness.
• Honour all contractual obligations; and
• Comply both with the letter and spirit of the laws of Federal Republic of Nigeria.

SCOPE OF SERVICE FOR LIFE INSURANCE
• Permanent Disability
• Temporary Disability
• Critical Expenses
• Funeral Expenses
• Life

MANDATORY REQUIREMENTS
• 5 Years’ experience in relevant area of service
• Company must have been in existence for 5 years after incorporation
• Company must have functional office address
• Company must have updated tax clearance certificate
• Company must operate a cooperate account with account name same as company name
• Company must have a functional TIN number

You need to login to view the rest of the content. Please . Not a Member? Join Us

PRO-HEALTH INTERNATIONAL-

EXPRESSION OF INTEREST/INVITATION TO PREQUALIFY FOR SELECTION AS COMMUNITY BASED ORGANIZATION FOR IMPLEMENTATION OF OVC PROGRAM

PRO-HEALTH INTERNATIONAL
EXPRESSION OF INTEREST/INVITATION TO PREQUALIFY FOR SELECTION AS COMMUNITY BASED ORGANIZATION FOR IMPLEMENTATION OF OVC PROGRAM

Pro-Health International is a faith-based, non-profit organization that has provided free health care services to underserved populations in Nigeria for over 28 years, PHI has received funding support from CDC, USAID, and other donor organizations for various interventions to implement HIV/AIDS prevention, treatment, and care projects and Global Health security projects.

Pro-Health International is inviting Community Based Organizations based in Adamawa and Bauchi states for pre-qualification for implementation of it newly awarded USAID funded OVC project: Integrated Child Health and Social Services (ICHSSA) to be implemented in Adamawa and Bauchi States.

You need to login to view the rest of the content. Please . Not a Member? Join Us

MANAGEMENT SCIENCES FOR HEALTH (MSH)-

REQUEST FOR EXPRESSION OF INTEREST FOR SUPPLY, INSTALLATION AND TEST RUNNING OF GENERATOR (4 STATES CAPITALS- NASARAWA, BENUE, PLATEAU AND ZAMFARA)

MSH
REQUEST FOR EXPRESSION OF INTEREST
REOI TITLE: SUPPLY, INSTALLATION AND TEST RUNNING OF GENERATOR (4 STATES CAPITALS- NASARAWA, BENUE, PLATEAU AND ZAMFARA) – REOI-AUG2020-12
DATE OF ISSUE: AUGUST 20, 2020

1. INTRODUCTION
MANAGEMENT SCIENCES FOR HEALTH (MSH), a global health nonprofit organization, uses proven approaches developed over 40 years to help leaders, health managers, and communities in developing nations build stronger health systems for greater health impact. We work to save lives by closing the gap between knowledge and action in public health. Since its founding in 1971, MSH has worked in over 150 countries with policymakers, health professionals, and health care consumers to improve the quality, availability and affordability of health services. Working with governments, donors, non-governmental organizations, the private sector, and health agencies, MSH responds to priority health problems such as HIV & AIDS: tuberculosis; malaria, maternal, newborn and child health; family planning and reproductive health; and chronic non-communicable diseases such as cancer, diabetes, and lung and heart disease. Through strengthening capacity, investing in health systems innovation, building the evidence base, and advocating for sound public health policy, MSH is committed to making a lasting difference in global health.

The MSH PMI-S Project is requesting interested and qualified companies that meet the eligibility criteria below express their interest and submit supporting documents (please see section 2.0 below) for the supply, installation, and test running of generators as specified below: SUPPLY, INSTALLATION, AND TEST RUNNING OF GENERATORS (4 STATES CAPITALS NASARAWA, BENUE, PLATEAU, AND ZAMFARA)

S/N Description Quantity Specification
1 Diesel Generator Sets Range 40KVA Supply, Installation (Including cabling, Manual Change over switch and all required accessories, Estimated distance between Generator and Manual Change Over Switch is (Two Options 40m and 50m) + Test running + 3000 Liters external diesel Tank connected with accessories to the Generator.  4(1 per state)   Fuel Type: DieselCylinders: 4Phase: Three PhasePower Rating Range: 40Internal Fuel Tank Capacity Range: 110 LitresWeight Range: 1570Speed: 1500 rpmBattery Capacity: 32 AhStyle: Standby GeneratorsDisplacement CC: 3600LxWxH(Weight): 2800x1150x1450Rating Range (kVA): 40Rated Range kW: 32External Diesel Tank Capacity: 3000 Litres

You need to login to view the rest of the content. Please . Not a Member? Join Us

FEDERAL GOVERNMENT GIRLS COLLEGE, IPETUMODU, OSUN STATE-

INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

FEDERAL REPUBLIC OF NIGERIAFEDERAL MINISTRY OF EDUCATIONFEDERAL GOVERNMENT GIRLS COLLEGE, IPETUMODU, OSUN STATEINVITATION TO TENDER FOR 2020 CAPITAL PROJECTS 1. INTRODUCTION:The Federal Government of Nigeria has allocated funds to the Federal Government Girls College, Ipetumodu, Osun State, in the 2020 Appropriation Act for the procurement of...

Read More

LAGOS STATE MINISTRY OF HEALTH-

INVITATION FOR BIDS FOR PROCUREMENT OF ANTI-MALARIA DRUGS

LAGOS STATE GOVERNMENT
MINISTRY OF HEALTH
INVITATION FOR BIDS (IFB)
LSMOH- PROCUREMENT OF ANTI-MALARIA DRUGS
IFB: LSMOH/G/NCB/003/20
Date of Issuance Wednesday 19th August, 2020

1.0 BACKGROUND
The Lagos State Ministry of Health has secured necessary approval from Mr. Governor in order to achieve its State Malaria Elimination Programme (SMEP) and promote a Malaria Free Lagos.

You need to login to view the rest of the content. Please . Not a Member? Join Us

ECOWAS COMMISSION- TENDER: SUPPLY AND DELIVERY AS WELL AS, INSTALLATION AND TESTING WHERE APPLICABLE OF OFFICE AND NETWORK EQUIPMENT FOR ECOWAS INSTITUTIONS BASED IN ABUJA –

CLARIFICATION 1

ECOWAS COMMISSION
TENDER: SUPPLY AND DELIVERY AS WELL AS, INSTALLATION AND
TESTING WHERE APPLICABLE OF OFFICE AND NETWORK EQUIPMENT
FOR ECOWAS INSTITUTIONS BASED IN ABUJA
CLARIFICATION 1

FIND THE FULL NOTICE HERE: https://www.ecowas.int/wp-content/uploads/2020/08/Clarification-1-IT-Tenders-August-2020.pdf

You need to login to view the rest of the content. Please . Not a Member? Join Us

PUBLIC SERVICE INSTITUTE OF NIGERIA (PSIN), ABUJA-

REQUEST OF EXPRESSION OF INTEREST

FEDERAL REPUBLIC OF NIGERIA
PUBLIC SERVICE INSTITUTE OF NIGERIA (PSIN), ABUJA
(OFFICE OF THE HEAD OF CIVIL SERVICE OF THE FEDERATION)
KM 12, ABUJA- KUBWA EXPRESSWAY, DUTSEN- ALHAJI JUNCTION, ABUJA
REQUEST OF EXPRESSION OF INTEREST (EOI)

1.0 INTRODUCTION
The Public Service Institute of Nigeria wished to invite qualified, interested and eligible training consultants to submit Expression of Interest (EOI) for specific procurement as follows:

S/NO LOT LOCATION
CATEGORY A- CONSULTANCY SERVICE
1 Lot A- 3 Training of Community Development Agents in selected location in Taraba State PSIN, Abuja
2 Lot A- 4 Individual/ Consultant Resources Person PSIN, Abuja
3 Lot A- 5 Catering Service provider PSIN, Abuja

2.0 ELIGIBILITY REQUIREMENTS FOR CATEGORY A- EOI
Intending Training Consultant Organization
(i) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC 7 ( or Business Name):
(ii) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all partners) for the last three (3) years 2017, 2018 & 2019, valid till 31 s December, 2020:
(iii) Evidence of Company’s Pension Compliance Certificate valid till 31st December, 2020:
(iv) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020;
(v) Evidence of current Nigeria Social Insurance trust Fund (NSITF) Compliance Certificate vali till 31st December, 2020.
(vi) Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2020 or valid Certificate issued by the Bureau of Public Procurement (BPP);
(vii) Sworn Affidavit disclosing whether or not any officer of the relevant committees of Public Service Institute of Nigeria or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars
(viii) Evidence of Company’s registration with relevant professional bodies e,g CMD, IMN etc (applicable to training consultants only); and
(ix) Company’s profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications:
(x) Audited Account for the Last three years 2017, 2018 & 2019;
(xi) Verifiable Previous experience of Three (3) similar jobs executed in the last Five (5) years- attach letter of award and completion Certificate.
(xii) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed: and
(xiii) All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.) and e-mail address.
The Letter headed Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page duly signed by the authorized officer of the firm.

You need to login to view the rest of the content. Please . Not a Member? Join Us

OBAFEMI AWOLOWO UNIVERSITY TEACHING HOSPITALS COMPLEX-

INVITATION TO TENDER FOR THE 2020 CAPITAL PROJECTS

OBAFEMI AWOLOWO UNIVERSITY TEACHING HOSPITALS COMPLEX
P.M.B. 5538, ILE- IFE, NIGERIA
INVITATION TO TENDER FOR THE 2020 CAPITAL PROJECTS

1. INTRODUCTION
The Obafemi Awolowo University Teaching Hospitals Complex was Appropriated Funds in the 2020 Appropriation Act (Revised) for the execution of its projects. In compliance with the Public Procurement Act 2007, the Obafemi Awolowo University Teaching Hospital Complex hereby Invites all interested and eligible Suppliers with relevant experience to tender for the following Capital Projects.

2. SCOPE OF SUPPLY

CATEGORY PROJECT TITLE
LOT 1 Furnishing and Equipping of Dental Hospital
LOT 2 Furnishing and Equipping of 75-Bed Orthopaedic Ward with one Theatre Suite
LOT 3 Furnishing and Equipping of Cardiac Centre
LOT 4 Supply of Medical Equipment, Drugs and Consumables

Projects listed above will be subjected to Due Process mechanism, which would be transparent to all interested and eligible bidders who wish to participate.

3. ELIGIBILITY REQUIREMENTS
(i) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC, including Form CAC 2 and CAC7 (or CAC 1.1);
(ii) Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years valid till 31 December, 2020 (2017,2018 and 2019)
(iii) Evidence of current Pension Compliance Certificate valid 31st December, 2020
(iv) Evidence of current Industrial Training Fund (I.T.F.) Compliance Certificate valid till 31st December, 2020
( v) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31* December, 2020
( vi) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2020 or valid Certificate issued by Bureau of Public Procurement
(vii) Sworn Affidavit disclosing whether or not any Officer of the relevant Committees of the OAUTHC lle-Ife Osun State or the Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary Interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
(viii) Company’s Audited Accounts for the last three (3) years (2017, 2018 and 2019)
(ix) Evidence of financial capability to execute the Project by submission of Reference Letter from a reputable Commercial Bank indicating willingness to provide credit facility for the execution of the Project when needed;
(x) Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the Project including copies of their Academic/Professional qualifications;
( xi) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Job Completion Certiifcates, Final Maintenance Certificates and Photographs of the Project.
(xii) Letter of Authorization from the Original Equipment Manufacturers listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria, for bidders;
(xiii) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate , IRR & Sworn Affidavit are compulsory for each JV partner.
(xiv) All documents for submission must be transmitted with a Covering/Forwarding Letter from under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affair’s Commission (CAC), Contact Address, Telephone Number (preferably GSM No.) and e-mail address. The Letter Head Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page duly signed by the authorized Officer of the Firm.

4. COLLECTION OF TENDER DOCUMENTS
Interested Companies are to collect the Standard Bidding Documents from the office of Director (Procurement Department) Room 7, Behind Administrative Block, Phase 1, OAITHC, Ile-Ife between the working hours of 8:30 a.m. and 4:00p.m daily on the payment of a Non-refundable Tender Fee of N10, 000.00 per Lot into OAUTHC TSA INTERNALLY GENERARED REVENUE ACCOUNT. The photocopy of teller for this payment should be attached to the Tender Documents

You need to login to view the rest of the content. Please . Not a Member? Join Us

SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED

– TENDER OPPORTUNITY: PROVISION OF HOTEL AND CATERING FOR SEA EAGLE FPSO

THE SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED
OPERATOR OF THE NNPC/SPDC/TEPNG/AGIP JOINT VENTURE
TENDER OPPORTUNITY: PROVISION OF HOTEL AND CATERING FOR SEA EAGLE FPSO
NIPEX TENDER NUMBER: SPDC.00000353
TENDER REF: CW388061

1. INTRODUCTION
The Shell Petroleum Development Company (SPDC) as Operator of the Joint Venture between itself and the Nigerian National Petroleum Development Corporation (NNPC), on behalf of the Joint Venture hereby invites reputable and competent registered Nigerian companies (DPR registered and licensed) with proven experience in INDUSTRIAL CATERING, HOUSEKEEPING AND HOSPITALITY SERVICES to apply for inclusion into the bid list of the tender for the PROVISION OF HOTEL AND CATERING FOR SEA EAGLE FPSO listed in the scope of work below.

2. SCOPE OF WORK
Provision of Hotel Services:
• Provide services for accommodation units; establish and continuously manage accommodation fixture and fitting inventory.
Provision Catering Services
• Provide Catering and Hotel Services on Sea Eagle FPSO only.
• Supply and delivery of fresh and wholesome food commodities, continental and national Meals, canteen meals, takeout/packed meals, coffee, tea, beverages, milk, bottled water, fruit juice, etc.
• Provision of off menu meals to Sea Eagle employees, contractors and visitor’s due to valid medical reasons as may be required.
• Provision of catering services for any special event function on Sea Eagle FPSO as may be required.
• Maintain on the FPSO a stock of food and materials to be able to provide a complete catering service for a minimum of 14 days (2 weeks’ stock-level).
• Provide of contractor’s cost special movable containers, freezers and chillers meeting the specifications of BS EN 12079 for the transportation of dry and frozen items to the FPSO.
Provision of Janitorial & Laundry Services
• Provide cleaning materials, supplies and equipment to industry standards.
• Provide janitorial services to offices and designated work areas.
• Cleaning of urinals and toilets in offices and residential areas at all times.
• Move furniture and deep clean spaces according to offshore industry standards, including windows, curtains, walls, floors and ceilings, light fixtures, etc. according to schedule,. Office space and rooms clearly, daily, deep cleaning carried out monthly.
• Operate laundry and associated machinery, wash and press Sea Eagle employees, contractors and visitors clothing and work coverall; wash, manage and distribute all bed linen (sheets, blankets, pillows, spread, towels etc.)
• Provide residential and office waste management and disposal services.
• Provide pest eradication services using the shell approved chemicals (Alpha-Cypermethrin and Lambda-Cyhalothrin).
• Provision of Inventory Management Services
• Provide purchasing and warehouse management for consumable, spare parts, and Contractor supplied materials/equipment to do the work.
• Provide management and administration of beddings, cooking wares and equipment supplies as provided by Sea Eagle.
• Maintain at contractor’s cost, the inventory of all kitchen tools, high qualify utensils (Cutleries, mug, cups, plates), and consumable equipment as agreed in the tender document.
• Maintain at contractor’s cost, the inventory of oil sheets, pillows, pillowcases, mattress, covers, duvets, and other items.
• Deliver to cargo embarkation point all food, provisions, laundry, and materials required to execute the contract.

3. MANDATORY REQUIREMENTS
(1) To be eligible for this tender exercise, interested tenderers are required to be pre-qualified as essential service vendor in the Catering & Housekeeping Services in the NJQS Catering Services – Product Group 3.18.03- categories in NipeX Joint Qualification System (NJQS) data base. Only successfully pre-qualified suppliers in this category will receive Invitation to submit Technical and Commercial bids.
(2) To determine if you are pre-qualified and view product/service category you are listed for, open http://vendors.nipex-ng.com and access NJQS with your login detail, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.
(3) If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX office at 8-10 Boyo Kuku Street, Ikoyi, Logos with your DPR certificate as evidence for necessary update.
(4) To initiate the JQS prequalification process, access www.nipex-ng.com to download the application form, make necessary payments and contact NipeX office for further action.
(5) To be eligible, all tenders must comply with the Nigerian Content Requirements in the NipeX system.

You need to login to view the rest of the content. Please . Not a Member? Join Us