Request for Proposals (RFP) Proposal Guidelines Media Consultant at fhi360

fhi360

The Science of Improving Lives

Request for Proposals (RFP) Proposal Guidelines Media Consultant

A:      Introduction

FHI360 Uses TBCARE APA3 resources to support the Nigeria TB Program in community mobilization and sensitization to improve TB control and management Part of this activity includes Advocacy, Communication, Sensitization and Mobilization (ACSM) and this involves desk work for the development of relevant IEC materials, radio, and TV Jingles on TB, airing of TB messages

Objective

The purpose of this initiative is to increase awareness on TB in general and improve case detection at the community level

The strategy for implementing the initiative is a local media campaign utilizing TV, radio and print ads.

Consulting Companies will be evaluated on their approach to this project, in addition to their experience, budget and references.

The desired goals of the media campaign are to utilize the platform of TV, radio and print ads, by disseminating messages that address:

  • TB care, control and management at the community level &
  • TB/HIV related issues

Bids are welcome from qualified agencies that can demonstrate experience and expertise consistent with the priorities, deliverables, and qualifications detailed in this advert.

B: Qualification Criteria (Skills, Abilities and Qualifications)

The Consulting Company must demonstrate the following:

1.       Provide a detailed company profile of your organization including CAC cert, and tax clearance for the past 3years.

2.       Demonstrate Known Specialization of ACSM in Nigeria with evidence of executing similar contracts

3.       Knowledge and effective use of graphic standards, design criteria, and the use of multi-media communication tools.

4.       At least one reference for the organization (this must include name, designation, contact no and email address)

5.       An ability to be flexible in approach to project development and implementation.

6.       An ability to design and Implement projects in a cost efficient manner.

7.       A demonstrated ability to meet internal and project deadlines, major        milestones and overall project schedules.

8.       A creative and innovative approach to the project

9.       Schedule and timeline for completion of the project

10.     Detailed cost breakdown for each activity

11.     Payment terms (in milestone based on completion of each activity)

C:      Scope of Work/Deliverables

FHI360 seeks the expertise of a media consultant in developing scope of work activities and deliverables that result in a creative and innovative multi­media campaign that is highly effective in reaching the Nigerian Populace. The contract is intended to commence once the appropriate individual or agency has been secured. This award will be based on an all-inclusive contract comprising costs related to consulting time, production of copy-ready/color proof ads/materials, and purchase of media/advertising spots. All plans and products are to be reviewed by the FHI360 prior to release.

The Consulting company awarded a contract under this RFQ will manage and monitor the project on an ongoing basis to ensure quality and timely work. Regular reports on the progress and outcomes of the project will be required.

Scope of Work for Consulting Company

The Scope of Work for the company is as follows:

  • Adapt existing radio and TV Jingles on TB to nationally acceptable standard
  • Airing of radio jingles in 5 States (Kano, Adamawa, Lagos, Cross River, Edo) with a national radio station (three times a week for 6 months)
  • Televised broad cast of TB/HIV related messages in one public and one private TV network (three times a week for 6 months)
  • Development of NTBLCP/FHI360 advocacy kits for TB related advocacy visits to state and national stakeholders
  • Develop TB Control and management messages and Bulk SMS thorough one mobile network (80,000 messages @ 20,000 x 5 states)

Expected Deliverables

  • CD and DVD copies of radio jingles and TV messages
  • Proof of secured airtime with TV and Radio Station
  • Copy of advocacy Kit produced for TB
  • Proof of payment and proof of TB messages sent out as bulk SMS in a mobile network

D:      Proposal Narrative

All Proposals must include a proposal narrative for this activity.

Proposal Narrative – Required Format and Content

Submissions should be in a 12-point font equivalent to Arial in size, double spaced, one-inch margins, and numbered pages. There is no page limit requirement, but submissions should be as brief as possible, while providing a clear picture of the applicant’s qualifications to conduct the work required.

Start each section of your Proposal with the bolded headings in the section below and in the order below. Carefully following this format will aid the readers in reviewing the merits of your Proposal.

1.       Proposed Media Campaign

The narrative should be clear and succinct. The narrative should include, but is not limited to the following topics.

 

  • Focus of the Advocacy kits , TB related messages and Bulk SMS
    • How will you focus the message for an effective campaign? Explain the rationale behind your decision.

 

  • Community Profile-Target Population
    • Who will be reached? Are they members of a specific culture or group, How many people will be reached?
    • What geographic communities are to be impacted by the project based on the above scope of work?

 

  • Campaign Activities
  • Identify the types of media you will use; identify where and how frequently they will be run.
  • Describe the finished products (e.g., video, print ads).

2.       Applicant Capability

Provide a brief description, which includes the following information-

  • Qualifications to undertake the proposed project.
  • What are the qualifications of the individual(s) and/or agency? Include resumes and references for each. What role will each play and what is the estimated percentage of time they will spend on the project?
  •  Examples of relevant prior accomplishments and current projects.

E:      Deadline for Submission

All applicants submitting a Proposal must submit their proposal to:

 

Associate Director, Procurement, Contracts & Grants

FHI 360, Plot 1073 JS Tarka Street Garki

Area 3

Abuja

 

All documents required by this RFQ must be received at the above-designated location not later than 5.00 PM, Monday 20th May 2013.

 

No facsimile (fax), e-mail documents or postmarked documents will be accepted.

 

Issuance of this RFP in no way constitutes a commitment by FHI360 to award a contract.

 

Note: All Submitted Proposals must be Valid for a Period of 90 days from the closing date indicated above.

 

FHI 360 is Value added tax (VAT) exempted, but charges withholding Tax (WHT) in compliance with relevant Nigerian tax laws.

Invitation for Pre-Qualification to Tender for the 2013 Capital Appropriated Projects at National Centre for Energy Research and Development

Energy Commission of Nigeria

National Centre for Energy Research and Development

University Of Nigeria Nsukka

Invitation for Pre-Qualification to Tender for the 2013 Capital Appropriated Projects

Introduction

The National Centre for Energy Research and Development hereby invites interested and credible companies with verifiable track record of performance to apply for pre-qualification for the various projects of the Centre for the 2013 fiscal year.

Scope

The scope of work includes:

Lot1.           Establishment of Energy Reference Library, Books, Journals and

Specialized Softwares, Nsukka: to Achieve Effective Promotion and

Coordination of Renewable Energy Research and Development Activity.

Lot 2.          Landscaping, Fencing and Furnishing of Completed Administrative Block.

Lot 3.          Acquisition of Research Equipment for PV & Solar Thermal (NCERD, Nsukka),

Lot 4.          Completion and furnishing of Solar Photovoltaic Building.

Lot 5.          Completion and furnishing of Solar Thermal Building.

Lot 6.          Training Manpower Development on Energy Research and Development (Local and Foreign).

Lot 7.          Survey of Energy Potentials and Utilization Pattern of South East and

South South part of Nigeria.

Pre-Qualification Criteria

Interested companies should submit their detailed pre-qualification documents for assessment containing the under-listed documents:

  1. Evidence of incorporation of company with the Corporate Affairs Commission (CAC).
  2. Evidence of Recent Annual Returns to Corporate Affairs Commission (CAC).
  3. Evidence of Current tax Clearance Certificate i.e (2010, 2011 and 2012).
  4. Evidence of VAT Certificate and VAT remittances to Federal Inland Revenue Services (FIRS).
  5. Company profile with list of staff, including curriculum vitae, competence, qualifications, registration with relevant professional bodied and experience of key personnel.
  6. Evidence of previous similar projects undertaken in the past five (5) years including scope of projects, site of project, contract sum, evidence of successful completion of the project (interim/final valuation and certificate).
  7. Evidence of possession of plants and equipment and a listing of such plants as possesses/owned by firm. State location of the plants and equipment for ease of verification.
  8. Evidence of Current Audited Accounts of Firm for the last three (3) years i.e (2010, 2011 and 2012)
  9. Evidence of Financial Capability and Banking Support (bank reference), bank statements of account for the fast three months and letter authorizing the Center to verify same from the bank.
  10. Sworn affidavit that:          (a)     The Firm is not bankrupt;

(b)     Non of the Directors is an Ex-convict or bankrupt.

xi       Articulate work plan and methodology for the execution of the project.

  1. Evidence of Employees Retirement Savings Accounts (RSA) with a pension Fund Administrator.
  2. Evidence of remitting Employer and Employee Pension Contributions to the appropriate pension fund custodian.
  3. Evidence of transferring all pension funds and assets prior to the commencement of the pension Reform Act licensed pension operators.
  4. Please state clearly your company’s full contact address, GSM Phone number and E-mail address for ease of communication.

Submission:

Pre-qualification documents must be in a sealed envelope marked “Confidential Pre-Qualification for NCERD 2013 Capital Projects” and the LOT of interest clearly printed at the top left corner of the envelope to be submitted on or before 28th May, 2013. The document will be opened on the 29th May, 2013 at 2:00pm prompt in the Centre Conference Hall. All companies that submit their pre-qualification documents are therefore invited to attend the opening of the document on the date, time and venue stated above.

Address to:

The Ag. Director

National Centre for Energy Research and Development

University of Nigeria,

Nsukka

Note:

The submission of the pre-qualification documents is not a guarantee for the award of contract. Only pre-qualified companies shall be invited to pick the document.

Signed

ACTING DIRECTOR

National Centre for Energy R&D

University of Nigeria

Nsukka

 

Invitation for Pre-Qualification at National Hospital Abuja

National Hospital Abuja

(Procurement and Tender Division)

Invitation for Pre-Qualification

NHA/ADM/367.2/VOL.1

1.0     The National Hospital, Abuja intends to execute the approved Capital Project in the year 2013 and hereby invites competent an experienced Companies to apply for Pre-qualification.

2.0       Proposed Project:

The Construction of Wards extension at the National Hospital, Abuja

The Scope of Work for the proposed project shall consist of the following:

  1. Access Road and Landscaping
  2. Basement One, containing 35-Car parking area
  3. Basement Two, containing 35-Car parking area
  4. Ground Floor, containing Laboratories, Pharmacy, Re­cords and General Toilets
  5. First Floor, containing Theatres, ICU, Labour Ward and Offices
  6. Second Floor, containing Wards and Offices
  7. Third Floor, containing Wards and Offices
  8. Doom Area, containing Seminar Rooms and Offices

3.0     Pre-Qualification Requirements:

3.1 Interested Companies are required to submit the following documents with their written application:

  1. Evidence of incorporation with Corporate Affairs Com-mission (CAC)
  2. Evidence of Tax Clearance Certificate for the past 3 years
  3. Evidence of VAT Registration and Remittance
  4. Evidence of PENCOM Registration and Remittance
  5. Evidence of Compliance with ITF Registration
  6. Evidence of Audited Accounts for the past 3 years
  7. Evidence of Financial Capability /Banking Support
  8. Evidence List of Key Personnel showing their experi­ence and Technical qualification
  9. Evidence of three (3) similar projects executed in the past five (5) years
  10. List of Equipment and Technology Capacity

4.0     Submission of Pre-Qualification Documents

4.1     All applications with relevant documents are to be submitted in a sealed 15″x9.5″ envelope marked appropriately at the left hand corner as “Pre-Qualification for Ward Extension” and addressed to:

 

The Chief Medical Director

National Hospital

Plot 132 Central District (Phase II)

P.M.B. 425, Garki

Abuja.

And drop in the Tender Box in front of the Chief Medical Director’s Office to reach him on or before 12 noon, on 28th June, 2013. The envelopes containing the Pre-qualification documents shall be open at 2:00 pm on the same day at the Boardrooms, National Hospital, Abuja and repre­sentatives of interested Companies and the general public is invited to witness the exercise.

4.2     Please note that only Companies that are successful in the pre-qualification exercise shall be invited to tender for the project which shall attract appropriate processing fee.

 

Signed:

(Management)

Request for Expression of Interest at Enugu Capital Territory Development Authority

Government of Enugu State of Nigeria

Enugu Capital Territory Development Authority

Request for Expression of Interest

1. Background:

Enugu State Government is implementing a road network programme which is necessary for effective traffic management in order to adopt traffic strategies and policies for the actualization of these goals, a Pay & Display Controlled Parking

Management system has been approved by the State. The Scheme is comprehensive and innovative, and will enable the Enugu State Government deliver on its commitment of reducing traffic congestion in the state capital, creating employment for the youths and instilling the culture of orderliness on road users.

2. The Scope of Work

The Scope Work shall include the following:

  1. Demarcation of parking bays and on street parking areas
  2. Provision of street and traffic flow signage’s
  3. Provision of cashless pay and display smart card reader parking machines, handled terminals to be used by the parking enforcement officers to issue display tickets and log events in real time.
  4. Management of scheme to provide the required outcome of pay and display Controlled Parking Management System including Administrative, Technical and Financial platform.

3.       Eligibility Criteria

Interested Service providers should submit the following qualification documents along with their proposals.

  1. Evidence of registration with the Corporate Affair Commission (CAC).
  2. Company profile indicating organogram and details of key staff
  3. Evidence of similar projects executed in the last five years-including letters of award, certificates of completion, verifiable contact address/phone numbers of clients for information.
  4. Evidence of financial capability and bank support.
  5. Tax clearance certificate for the past three years.
  6. The company’s annual/immediate audited accounts for the last three years
  7. Value Added Tax (VAT) registration certificate and Tax Identification Number (TIN)
  8. Evidence of payment of non-refundable sum of N20, 000.00 (Twenty thousand Naira only) in bank draft in favour of Enugu Capital Territory Development Authority
  9. Authority to verify all documents submitted

4.     Proposal Document:

Every submission should include a proposal on the implementation methodology for the roll out of the Pay and Display controlled Parking Management system in the Enugu Capital Territory. Intending Service Providers are therefore advised to acquaint themselves with the peculiarities of the different areas of the city. Proposals may be for one or more areas of the city namely:

OGUI ROAD, ZIK AVENUE, CHIME AVENUE, and AGBANI ROAD)

Intending Service Providers are required to submit a detailed financial implication for successful implementation of the scheme including projected accruable income and expenditure forecast.

5.     Submissions:

Expression of interest proposals should be delivered in sealed envelopes to the address below on or before 12th June, 2013.

The Honourable Commissioner

Enugu Capital Territory Development Authority

1st Floor, former CCB Building

28 Okpara Avenue, Enugu State

Attention: Director, Planning, Research and Statistics Department

Intending Service Providers may obtain further information at Enugu Capital Territory Development Authority office during the hours of 10am-4.00pm during the expression of interest period.

Signed:

Director, (Planning Research and Statistics Department)

Enugu Capital Territory Development Authority

 

 

 

 

Request for Proposal at Ministry of Local Government & Chieftaincy Affairs

 

Kebbi State of Nigeria

Association of Local Governments of Nigeria (ALGON)

Kebbi State Chapter

(For and on behalf of the 21 Local Government Councils of Kebbi State)

C/O Ministry for Local Government and Chieftaincy Affairs

Birnin Kebbi

Kebbi State

Request for Proposal

For Supply of Drugs, Pharmaceutical Products and other Medical Consumables to Primary Care Delivery Institutions in 21 LGAS in Kebbi State

Statement of Purpose

The purpose of this Request for Proposal (RFP) is to solicit innovative and competitive proposals that will serve to establish a contract relationship between a Pharmaceutical Manufacturer/Distributor and the primary health care delivery institutions including MDGs purpose built clinics. Dispensaries etc in the 21 Local Government Areas of Kebbi State.

The respondents to this RFP will observe that the requested services substantially include those typical of the pharmaceutical wholesaler- hospital pharmacy customer relationship.

That being said, the 21 Local Government Councils through the State Ministry of Local Government & Chieftaincy Affairs is seeking a strategic business partner. This collaboration effort will serve the unique pharmaceutical service requirements of the primary health care delivery services in the 21 Local Government Areas.

 

The specific objectives of this RFP are to:

  • Assure a Safe and Secure pharmaceutical supply chain that provides the ultimate in medication safety that prevents diversion while optimizing the effectiveness of the primary health care delivery system/services and patient care operations in the 21 Local Government Areas;
  • Enable the sourcing of pharmaceutical products labeled with appropriate machine-readable codes that represent, at least, the “Triad of Safety” (i.e., the NAFDAC drugs approval code); Expiration Date and Manufacturer’s Lot/Control Number) and which are compatible with the scanning technologies and systems obtainable in the PHCs. Dispensaries etc;
  • Provide ordered medications in the exact quantities required by the respective pharmacy services areas in the Lowest Units of Measure (LUM);
  • Optimize the control and management of the pharmaceutical inventory through leading edge processes and technologies;
  • Facilitate the establishment and maintenance of perpetual inventory valuation in a manner that is compliant with the requirements of each of the 21 Local Government Councils;
  • Support the attainment of optimal inventory levels and medication product availability and appropriate packaging at and among the many PHCs, Dispensary and health care outposts in the 21 Local Government Areas;
  • Provide processes, systems and technologies to eliminate the paper processes requisite to acquisition of the necessary merchandise, including ordering, receiving, billing and issuing pharmaceuticals from the many pharmacy locations at the new Hospital; and
  • Standardize and minimize the turnaround time from order placement to receipt of pharmaceutical products.

 

Instructions:

General Instructions

Please respond to the RFP using the following guidelines. Deviation from the guidelines may result in being disqualified.

Please respond to the RFP using the list of drugs, pharmaceutical supplies and other medical consumables obtainable from:

The Chairman/Ceo

Kebbi State Primary Health Care Development Agency

Kebbi Health Project Complex

Birnin Kebbi

Kebbi State

 

The Pharmaceutical Manufacturer/Distributors are requested to provide a point person available to answer any questions that all or any of the Chairmen of the 21 Local Government Councils may have while reviewing the responses. Please ensure that this person is knowledgeable about all aspects of Pharmaceutical Manufacturer/Distributor’s organization and the RFP response.

All proposals must be submitted to the Permanent Secretary of the Ministry of Local Government & Chieftaincy Affairs, Birnin Kebbi on or before the 20th of June 2013 at 2:00pm.

If respondents have any questions, please contact:

The Permanent Secretary,

Ministry Of Local Government & Chieftaincy Affairs

Birnin Kebbi

Kebbi State

Permanent Secretary is the only individual authorized to answer any question regarding this RFP. Any other correspondence with any official of KBSG, staff members of the Ministry for Local Government & Chieftaincy Affairs or primary health care delivery institution or facility belonging to KBSG, except when so delegated, will be deemed reason for disqualification from the process.

Acceptance or Rejection of Proposals

The RFP is not an offer to contract. Acceptance of a proposal neither commits any or all the 21 Local Government Councils to award a contract to any Supplier nor limits any or all the 21 Local Government Councils’ rights to (1) accept or reject any or all proposals in part or whole; (2) request clarification on any specific response, omission, or claim made in a response to the RFP; (3) to further evaluate one or more proposals via additional interviews/presentations, site visits, reference checks, and other additional criteria; and (4) to further negotiate the terms submitted in a proposal, including price, prior to final award of an agreement in order to provide an optimum solution.

Supplier Response Guidelines

In replying to this RFP, Supplier shall make best effort to comply with the guidelines as follows:

All statements made regarding the Pharmaceutical Manufacturer/Distributor’s proposal and capabilities shall be considered as contractual commitments in the event that the Pharmaceutical Manufacturer/Distributor’s proposal is selected. Follow sections and numbering schema in responding to the items.

Supplier acknowledges that responses received after the proposal closing time and date indicated in the RFP will not be considered, No Exceptions Will Be Made for Late or Misdirected Submittals. Suppliers are encouraged to ask any questions that they may have with regard to the correct submittal of their proposal.

Supplier acknowledges and accepts that any costs incurred from the Supplier’s participation in this RFP shall be at the sole risk and responsibility of the Supplier.

Contract Terms and Conditions

The expected length of the agreement is (1) year with the option to renew for another (1) year at the discretion of all or any of the 21 Local Government Councils. The anticipated effective date of the Contract is October 2, 2013 or earlier.

 

Pre-Proposal Conference/Meeting

The information provided herein is intended to assist Pharmaceutical Manufacturer/Distributors in the preparation of proposals necessary to properly respond to this RFP. The RFP is designed to provide interested Pharmaceutical Manufacturers/Distributors with sufficient basic information to submit proposals meeting minimum requirements, but is not intended to limit a proposal’s content or to exclude any relevant or essential data from there. It is recognized that the Pharmaceutical Manufacturer/Distributor may need additional information to complete its response, which will be accommodated as any or all the Chairmen of the 21 Local Government Councils considers such requests both reasonable and applicable. Pharmaceutical Manufacturers/Distributors are at liberty and are encouraged to expand upon the specifications to give additional evidence of their ability to provide the services requested in this RFP.

There will be a Pre-Proposal Conference/Meeting on 25th of May 2013 at 9:00 am -11:00 am.

The location of the meeting is conference room of the Ministry of Local Government & Chieftaincy Affairs, Birnin Kebbi, Kebbi State. Bidders will be allowed to ask questions about the RFP to gain clarification on any points that they do not understand.

Only two (2) people may attend from each company. A selected tour of a PHC or Dispensary located within, Birnin Kebbi and distribution areas will be held immediately following. Please respond to Permanent Secretary, Ministry for Local Government & Chieftaincy Affairs, Birnin Kebbi with the names of the employees representing your company that will be attending.

 

Ministry for Local Government & Chieftaincy Affairs or Kebbi State Primary Health Care Development Agency will not provide tours on any other date other than the 25th of May 2013.

Decision of Chairmen of 21 Local Government Councils:

All or any of the Chairmen of the 21 Local Government Councils reserve the right to accept or reject any proposal submitted in response to this RFP without assigning any reason thereto.

Decision of all or any of the Chairmen of the 21 Local Government Councils will be based upon a combination of factors and issues all or any of the Chairmen of the 21 Local Government Councils deems relevant.

Chairman

Birnin Kebbi Local Government Council & Chairman

ALGON Kebbi State Chapter