Invitation to Submit Technical and Financial Bids at Presidential Committee on Flood Relief and Rehabilitation

Federal Republic of Nigeria

Presidential Committee on Flood Relief and Rehabilitation

Invitation to Submit Technical and Financial Bids

Corrigendum

 

Introduction

The Presidential Committee on Flood Relief and Rehabilitation was set up by the President of the Federal Republic of Nigeria to provide assistance and relief to victims of  the flooding that affected residents in various parts of the country.

The Committee is desirous of executing several projects / programmes in line with its Terms of Reference (TOR) and therefore invites interested reputable and qualified companies (Manufacturers, Suppliers, Contractors, e.t.c.) to submit Technical and Financial Bids for the procurement and construction of the LOTS listed below:

Scope of Work

Housing

Lot 1: Construction of Units of 2-Bedroom flats in each of the 22 affected states Lot 2: Construction of units of 3-Bedroom flats in each of the 22 affected states

 

Community Centres

Lot 3: Construction of Community centres in each of the 22 affected states

 

Requirements:

To qualify for consideration, interested companies are required to supply the following under listed information/documents:

  1. Receipt of Non-Refundable fee of fifty thousand naira (N50, 000.00) per LOT.
  2. Certificate of Incorporation with the Corporate Affairs Commission (CAC)
  3. Current Tax Clearance certificate
  4. Evidence of VAT Registration & Remittances
  5. Evidence of Registration and remittance of employees contributory pension scheme
  6. Evidence of compliance with the provisions of the Industrial Training fund (Amendment) act, 2011.
  7. Evidence of Registration and current practice license with appropriate professional bodies.
  8. Last three years Audited financial results (Balance Sheet Profit & Loss)
  9. List of Project history (activity description, client, location, value, status, complete or ongoing)
  10. Not have any Director(s) who has been convicted in any country for criminal offence related to fraudulent or corruptive   practices, or criminal misrepresentation or falsification of facts relating to any matter.
  11. Details of Company profile, partnerships, organogram and curriculum vitae with evidence of qualification and experience of key personnel to be involved with the relevant projects where applicable.

 

Lot 4:          Rehabilitation of existing Boreholes in each of the 22 affected states

Lot 5: Construction of solar powered Boreholes in each of the 22 affected states

Lot 6:          Procurement of Generator powered mobile Water Treatment Plant in each of the 6 geo- political zones

Lot 7:          Procurement of solar powered mobile Water Treatment Plant in each of the 22 affected states

 

Other Requirements:

i.        Evidence of technical capability

ii        Verifiable list of similar jobs successfully executed in the last three (3) years including letter of award of contracts,  project costs, job completion certificates and payments (please provide contact addresses of the clients who may be contacted for reference)

iii.      Evidence of financial capability to execute the projects

iv.      Company profile and Technical qualification / curriculum vitae of key personnel with evidence of experiences on similar jobs

v.       Submission of relevant Technical Specifications and detailed brochures of equipment being offered (where applicable)

vi.      List of verifiable equipment indicating ownership or on lease (for construction works only)

vii.     A sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence

viii.    A sworn Affidavit confirming that all information presented and attached are true and correct of the company.

 

Bid Documents:

  • Bid Documents can be obtained from the Secretariat, Presidential Committee on Flood Relief and Rehabilitation No 38 Jimmy Carter Street, Asokoro Abuja, upon receipt of Bank teller or downloaded from the official website of the Committee using the issued access code.:

 

Submission of Bid:

  • Technical and Financial bids should be enclosed in a sealed tamper proof envelope indicating the LOT NUMBER at the TOP Right Hand corner of the envelope and address to:

The Chairman,

Presidential Committee on Flood Relief and Rehabilitation

No. 38, Jimmy Carter Street Asokoro, Abuja

  • Bids documents should be obtained between (19th – 26th June, 2013)
  • The documents should be deposited in the Tenders Box at the Office of the Secretariat, Presidential Committee on Flood Relief and Rehabilitation. Company names should also be written on the reverse side of the envelope.
  • Closing time for submission is on/or before 12 noon Wednesday, 3rd July, 2013. Late submission shall not be entertained.

 

Opening:

Opening of received bids will commence at 1.00 p.m. on the same day, (Wednesday, 3rd July, 2013) at the Committee’s Secretariat. All bidders and/or their representatives and interested members of the public and civil societies are encouraged to attend the bid opening session.

 

Note:

  • Preference will be given to contractors from the affected States.
  • Selected bidders must provide bank guarantee as collateral before the award of contract.
  • AIICAC, VAT, PENCOM, ITF and TAX Certificates may be referred to the security agencies, Corporate Affairs Commission and other relevant bodies for verification.

 

The Presidential Committee on Flood Relief and Rehabilitation reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

 

The Evaluation of the received documents shall be strictly based on the requirements specified above.

Prospective contractors should ensure they sign the register provided on submission of bid documents.

This advertisement shall neither be construed as commitment on the part of the Presidential Committee on Flood Relief and Rehabilitation, nor shall it entitle any firm to make any claims whatsoever, and / or seek any indemnity from the Presidential Committee on Flood relief and Rehabilitation by virtue of having responded to the advertisement.

 

All expenses incurred in preparing bid documents in response to this advertisement shall be borne by the prospective Contractors.

 

THIS ADVERT SUPERSEDES ALL PREVIOUS PUBLICATIONS

 

Signed

Secretary

Presidential Committee on Flood Relief and Rehabilitation

Expression of Interest at Management Science for Health

Management Science for Health

Expression of Interest

Civil Society Organizations (CSO) and Faith Based Organizations (FBO) working in one or more of the following states: FCT Abuja, Gombe or/and Akwa Ibom.

 

Grant Outcomes:

  1. Strengthened institutional capacity for increased access to PMTCT and ANC services in select communities
  2. Strengthened organizational systems for increased community PMTCT in select communities especially for women living with HIV/AIDS
  3. Strengthened institutional capacity for increased adherence to PMTCT by women living with HIV/AIDS

 

Program Objective:

PLAN Health is a USAID-financed program to strengthen the institutional capacity of the Government of Nigeria and Civil Society Organizations for improved HIV/AIDS and associated health services. To achieve this goal, PLAN-Health has two broad, but related, strategic goals: (1) Provide support and technical assistance to government agencies actively involved in the development and implementation of health policies and their respective frameworks; and (2) Develop local expertise to improve HIV/AIDS and other health services through strengthened institutional capacity in Nigeria.

 

Rationale for the grant:

PLAN Health is awarding grants to CSOs that will be committed to strengthening organizational systems, and whose mission includes providing HIV/AIDS and maternal/child services to women of child bearing age and People living with HIV (PLHIV) in local communities in Akwa Ibom or FCT or/and Gombe. Successful organizations will be expected to utilize the strengthened systems to achieve any of the three grant outcomes. This grant will be a contribution towards the total cost needed to provide services utilizing the strengthened systems in select communities.

 

PLAN Health is looking for fifteen organizations that will receive $20,000 each. Only successful organizations will be invited to the next phase of selection. The grant can be utilized in funding 30% of the administrative costs. The period of performance will be from April 2014 to April 2015.

 

Eligibility Criteria:

This opportunity is open to only non-governmental organizations, faith based organizations and community based organizations in the locations indicated above.

 

Essential requirements:

  • Duly registered and provide services in Nigeria as indigenous organizations
  • Available to benefit from a 5-month system strengthening intervention that will focus on finance, M & E, board governance and proposal writing interventions prior to receiving the grant
  • Shows significant evidence of utilization of the systems strengthened in delivering services to beneficiaries
  • Have a registered board that is willing to provide governance oversight
  • Willing to be mentored on how to adhere to generally accepted accounting principles

 

Desirable Requirements:

  • The mission of the organization includes services to women and children.
  • Have over three years demonstrated commitment to addressing key challenges of the HIV/AIDS epidemic especially PMTCT and ANC services for women, adherence to treatment services and provision of decentralized services to people living with HIV (PLHIV) in hard-to-reach terrains.
  • Are willing to commit resources including time towards the process of their institutional development.

 

Selection Process and Criteria:

The selection process will conform to the USG procurement Integrity Standards of transparency and fairness. Selection will be based on the eligibility criteria and responsiveness to the guidelines for submission.

 

Interested organizations should kindly:

  1. Download a Prequalification questionnaire from

http://mshinnigeria.org/index.php/plan-health-small-grant-application-form

  1. Fill the questionnaire and submit to bids_nigeria@msh.org, with the subject title “Expression, of Interest”
  2. Deadline for expression of interest and submission of Prequalification questionnaire is 2nd July 2013

 

Request for Expression of Interest:Production of PMTCT Demand Creation Materials at Communication for change (C-Change)

FHI 360

The Science of Improving Lives

FIRM for formative Research on PMTCT Services Uptake in Nigeria

Request for Expression of Interest

Production of PMTCT Demand Creation Materials 

(posters leaflets, cue cards, TV and radio Spots)

Communication for change (C-Change) is USAID’s project for improving the effectiveness and sustainability of communication programs across multiple sectors: population, health, environment and civil society. The program is implemented by FHI Development-360 LLC (FH1360),

C-Change was recently commissioned by USAID to implement a demand creation campaign for the increase of Prevention of Mother to Child Transmission (PMTCT) services uptake in Nigeria, C-change in collaboration with the Government of Nigeria, PMTCT implementing partners and donor organisations have developed a draft Communication strategy, visual brand and media materials for generating demand for ANC/PMTCT services in Nigeria. To this end, the purpose of this solicitation is to contract the services of an organisation with requisite technical experience for Production of PMTCT demand creation materials and draft visual brand and media materials among select audience in the 6 geo-political zones of Nigeria.

The preferred organisation should have the responsibility of putting together a team of qualified personnel to complete the stated tasks of assignment and should possess the necessary skill, education and experience to accomplish assigned tasks.

Requisite Qualification

  1. At least 5 years’ experience in pre-testing media materials
  2. A minimum of 5 years’ experience of pretesting Public Health media materials.
  3. Evidence of similar work
  4. A minimum of 5 years’ experience in pretesting USAID funded media materials
  5. The organisation should have a Tax Identification Number (TIN)

How to Apply:

Interested and qualified organisation should send an expression of interest email to: euzim@fhi360.org on or before 5:00PM on Monday, June 24th 2013, the full request for proposal will be sent by email to all interested organisation by Tuesday. June 25, 2013.

 

Request for Expression of Interest:Pre-test of PMTCT Demand Creation Materials at Communication for change (C-Change)

FHI 360

The Science of Improving Lives

FIRM for formative Research on PMTCT Services Uptake in Nigeria

Request for Expression of Interest

Pre-test of PMTCT Demand Creation Materials

 (posters leaflets, cue cards, TV and radio Spots)

Communication for change (C-Change) is USAID’s project for improving the effectiveness and sustainability of communication programs across multiple sectors: population, health, environment and civil society. The program is implemented by FHI Development-360 LLC (FH1360),

C-Change was recently commissioned by USAID to implement a demand creation campaign for the increase of Prevention of Mother to Child Transmission (PMTCT) services uptake in Nigeria, C-change in collaboration with the Government of Nigeria, PMTCT implementing partners and donor organisations have developed a draft Communication strategy, visual brand and media materials for generating demand for ANC/PMTCT services in Nigeria. To this end, the purpose of this solicitation is to contract the services of an organisation with requisite technical experience for Pre-testing of draft visual brand and media materials among select audience in the 6 geo-political zones of Nigeria.

 

The preferred organisation should have the responsibility of putting together a team of qualified personnel to complete the stated tasks of assignment and should possess the necessary skill, education and experience to accomplish assigned tasks.

 

Requisite Qualification

  1. At least 5 years’ experience in pre-testing media materials
  2. A minimum of 5 years’ experience of pretesting Public Health media materials.
  3. Evidence of similar work
  4. A minimum of 5 years’ experience in pre-testing USAID funded media materials
  5. The organisation should have a Tax Identification Number (TIN)

How to Apply:

Interested and qualified organisation should send an expression of interest email to: euzim@fhi360.org on or before 5:00PM on Monday, June 24th 2013, the full request for proposal will be sent by email to all interested organisation by Tuesday. June 25, 2013.

 

 

Invitation to Tender at Federal Science and Technical College Michika, Adamawa state

Federal Ministry of Education

Federal Science and Technical College Michika, Adamawa state

Invitation to Tender

Tenders are invited from reputable contractors for the construction and supply of the under­-mentioned jobs in the college.

Lot 1.          Completion of 1 No. Block of Sickbay

Lot 2.          Supply and Installation of Electrical/Electronic Equipment

Lot 3.          Supply and Installation of Furniture and Craft Equipment.

Lot 4.          Supply and Installation of Radio and Television Equipment.

Lot 5.          Supply and Installation of ICT Laboratory Equipment.

Lot 6.          Supply and Installation of Mechanical Automobile Workshop Equipment.

Lot 7.          Supply and Installation of Sports Complex Equipment.

Lot 8.          Supply and Installation of 3 Nos. Of Two Bedroom Staff Quarters.

2.0     All applicants are to pay a non – refundable Tender Fee of N10, 000.00 for each tender in Bank Draft in favour of the Principal FSTC Michika. Closing date for submission and opening of Tender is 3rd July, 2013 by 10:00am Each Tender should be bidded for and submitted in a separate envelope addressed to the Principal FSTC Michika.

3.0     Interested Tenderers are to collect Tender documents at the Bursary Section FSTC Michika before Tendering.

4.0       Qualification to Tender

Interested contractor should submit the following qualification/information/documents along with their proposal.

  1.   Evidence of registration with Corporate Affairs Commission
  2.   Evidence of similar contract executed in the last three (3) years
  3.   Evidence of financial capability/strength to execute projects.
  4.   Evidence of registration and remittances to Industrial Training Fund (ITF)
  5.   Evidence of registration and remittances to Pension Commission of Nigeria (PENCOM)
  6.   Tax clearance certificate for the last three (3) years to be valid up to December 31st 2013
  7.   VAT Clearance Certificate
  8.   Evidence of payment of non-refundable Tender Fee of N 10,000 in favour of Principal FSTC Michika.
  9.   Any additional information that may enhance the chances of the Company/Contractor
  10.   Please note that no successful bidders will be given more than two contracts
  11.   Interested members of the public are hereby invited to the proceedings of the Tender

Opening on the 19th July, 2013 at the college compound

Signed:

Chairman School Tenders Board