Request for Expressions of Interest HIV/AIDS Programme Development Project II (HPDPII) (World Bank Assisted) at Taraba State Aids Control Agency (TACA)

Taraba State Aids Control Agency (TACA)

 

Request for Expressions of Interest HIV/AIDS Programme Development Project II (HPDPII) (World Bank Assisted)

 

IDA Credit No.45960NG

 

Advertisement for Civil Society Organizations (CSOs) including Non-Government Organizations, Faith Based Organizations, Private Sector Organizations and Umbrella Organizations to Provide HIV/AIDS Related Services

Issuance Date: 15/04/2013

 

The Taraba State AIDS Control Agency (TACA) coordinates the response to HIV/AIDS epidemic in the state. It has received financing from the World Bank to coordinate the HIV/AIDS Program Development Project (HPDP II) and intends to apply part of the proceeds for consultant services.

 

Assignment Description and Services Requested (Scope of Work)

 

This is a call for Expression of Interest from qualified and competent Civil Society Organizations (CSOs) including: Non-Government Organizations (NGOs), Faith Based Organizations, Private Sector Organizations and Umbrella Organizations, to provide support to Taraba SACA in implementing the HIV/AIDS Fund (HAF). The focus is on prevention of new HIV infections and is for an initial two years. Organizations are expected to identify and work with any or all specified target populations within the specified geographic coverage areas, to deliver evidence based HIV intervention packages in line with international standard and best practices. The areas of focus are:

 

A. HIV Prevention of New Infections

1.       Most At Risk Population (M ARPS). The target population are:

1. 1    Female Sex Workers (FSW),

Geographical Area: Gassol, Sardauna, Jalingo, Wukari, Bali and Gashaka LGAs

Intervention Package:

Behavioral:

  • Peer outreach and education on HIV
  • Condom programming, to ensure efficient and effective condom promotion and distribution; consistent and correct use of condom

Biomedical:

  • HIV Testing and Counseling
  • STI control and management

Structural:

  • Community dialogue

2.       Other Vulnerable Groups (Client of FSW) The target population are:

2.1     Transport Workers (Long Distance Truck Dn4rs)

Geographical Area: Gassol, Jalingo, Wukari and Bali LGAs

Intervention Package:

  • HIV Counseling and Testing (HCT)
  • Condom promotion and distribution to ensure consistence and correct use
  • Referrals
  • Peer outreach and education models

 

2.2     Prevention of Mother-to- Child Transmission (PMTCT) of HIV

The target populations are: Pregnant Women; Traditional Birth

Attendance (TBA): Traditional rulers: and Religious Leaders.

Geographical Area: Yorro, Ibi, Lau. Karim Lamido, Donga and Ussa LGAs

Intervention Package:

  • Advocacy to allow/encourage women to attend antenatal clinic, which is an entry point for PMTCT services
  • Referral of HIV positive pregnant women to receive ARVs during delivery
  • Counseling for breast feeding options and infant follow up
  • Referrals for BID services and infant tracking
  • Provision of HCT services at every opportunity to women of reproductive age and couple HCT

 

B.      Care and Support

1.0     Target Population: People living with HIV/AIDS

i)       Geographical area: Sardauna, Gashaka, Bali, Wukari, Donga, Jalingo, Zing and Karim Lamido LGAs

ii)      Intervention packages

  • Peer education outreach and home based care
  • Volunteer referral for HIV and STI services
  • Community advocacy and sensitization on stigma and discrimination

 

2.0     Target Population: Orphans and Vulnerable Children (OVCs)

i)       Geographical area: Kurmi, Ussa, Takum, Karim Lamido, Lau,Yorro and Jalingo LGAs

ii)      Intervention packages:

  • Education support and school enrolment
  • Health care and nutrition support
  • Establishing link to skill acquisition training

 

2.       Duration of the Project: The assignment is for a period of two years.

 

3.       Short-Listing Criteria

 

Taraba State Aids Control Agency (TACA) invites eligible organizations to express their interest in providing any of the above mentioned services. To be eligible, an NGO, umbrella CSOs, FBOs, Professional Association/unions, Community Based Organizations (CBOs) should have evidence of registration with the State Ministry of Information, Youth and Sports or equivalent body in the state for not less than two years and registration with Corporate Affairs Commission (CAC) of Nigeria for at least one year.

 

Interested organizations must also provide brochures / organizational profile containing: area of expertise; description of similar assignments with delivered results; demonstrable logistics, and infrastructural capacity to deliver; experience in execution of similar projects; availability of adequate staff with appropriate skills; office accommodation  located within the state; operational governance structure and process; understanding the culture and traditional values including local languages of the project areas; evidence of working in a community and   evidence of financial management. Organizations are encouraged to associate to enhance their qualifications.

 

4.       General Terms and Conditions

Organizations will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (January 2011 edition). Expressions of Interest must be in English language only and submitted in two (2) copies (one original and one photo copy) in a sealed envelope. The outer sealed envelope must be clearly marked HPDP II/HAF III/2012. The inner envelopes should be marked “original” and “photo-copy” accordingly.

 

Only shortlisted organizations would be contacted and required to send a detailed proposal based on the Request for Proposal (RFP).

 

Interested Organizations may obtain further information at the address stated below from 9:00am to 4:00 PM on Mondays to Fridays (except public holidays). Electronic submission of EOI shall not be entertained.

 

The expression of interest should be addressed and delivered not later than 4:00pm on 6th May /2013 to the address stated below:

 

The Project Manager,

Taraba State HIV/AIDS Programme Development Project II,

Taraha State AIDS Control Agency,

Off Donga Road, Behind Bureau for Lund and Survey,

Jalingo Taraba State.

Invitation to Tender at National Broadcasting Commission

Federal Republic of Nigeria

 

National Broadcasting Commission

 

Invitation to Tender

 

1.0 Introduction

 

As part of the execution of its 2013 capital appropriation, the National Broadcasting Commission Headquarters, Abuja intends to undertake the procurement of works in the lot listed below; interested contracting firms are hereby invited to submit bids for the following project.

 

2.0 Scope of Work

Reconstruction of NBC Benin Zonal Office

 

The work comprise of the re-construction of the Benin Zonal office with all the necessary facilities to meet NBC standard. It also includes demolition and alteration of the existing building, Gatehouse and Generator House and Rehabilitation of the existing fence.

 

3.0 Location of Projects

 

NBC Benin Zonal Office, 12A Aiguobasimwin Crescent, off Ikpopan Road GRA, Benin City

 

4.0 Requirements

 

Interested contracting firms are hereby required to submit their firms’ profile which must include but not limited to the following documents.

 

i)                   Evidence of incorporation of the company with Corporate Affairs Commission (CAC).

ii)                Evidence of current tax clearance certificate up to 2012.

iii)              VAT Certificate and Evidence of remittance to FIRS,

iv)              Specify the minimum turn over for the last three years,

v)                Evidence of Pension Certificate with evidence of remittance,

vi)              Details of staff strength including the curriculum vitae and profile,

vii)           Details of experience in jobs of similar nature and complexity undertaken in the last three (3) years.

viii)         List of equipment

ix)              Clear indication of Head office address,

x)                Audited accounts for the last three (3) years up to 2012

xi)              Sworn affidavit that the firm is not bankrupt,

xii)           Sworn affidavit that none of the directors of the company is an ex-convict or bankrupt,

xiii)         Bid security in an amount no more than 2% of the bid price by way of a bank guarantee issued by a reputable bank acceptable to NBC

xiv)         Evidence of financial capacity and banking support (bank reference, recent statement of account).

xv)           That at anytime the Commission discovers that the information submitted for pre-qualification is false, the Commission reserves the right to disqualify the company.

xvi)         Original documents mentioned in Paragraphs 4(i) and 4 (iii) above must be produced for citing at any requested time before the completion of the procurement exercise.

 

 

5.0 Method of Application

 

All interested contractors will be required to submit detailed technical and financial proposals in accordance with standard request for proposed submission along with their company profile

 

The Contractor is expected to pay a non-refundable financial bid fee of N20, 000.00 only for each lot to the Commission .using a bank draft addressed to the National Broadcasting Commission.

 

6.0 Collection of Bidding Documents

 

Bidding documents for the proposed job shall be collected at the Procurement Unit located at the National Broadcasting Commission Headquarters located at 20 Ibrahim Taiwo Road, Aso Villa, Asokoro-Abuja.

 

 

7.0 Opening of Bids.    

 

Submission of bid documents shall take place at the Procurement: Unit of the Commission and collection of bids shall end by 12:00noon on Monday May 26, 201 3. Opening of bids shall take place immediately following the deadline stipulated for submission of bids in the NBC Board Room.

 

 

8.0 Submission of Tenders

 

The Technical and Financial Documents should be submitted in separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” respectively, both put in a third sealed envelope marked “Technical and Financial Tender for Re-construction of NBC Benin Zonal Offices” which should be addressed to:

 

The Secretary

Tenders Board

Procurement Unit

National Broadcasting Commission

Plot 20, Ibrahim Taiwo Road

Asokoro District-Abuja

 

9.0 Additional Information

i.        Failure to satisfactorily meet the conditions in the tender document will result to invalidation of such tender.

ii.       Tender for the items should be in accordance with the detailed description in the price schedule.

iii.      NBC shall reserve the right to verify the authenticity of claims made by bidders and to disqualify any bid based on false or unverifiable claim or information.

iv.      NBC shall not be liable for any expenses incurred by prospective bidders in preparing the tender document.

v.       The NBC reserves the right to inspect or verify claims/information submitted as it deems necessary. Similarly, the Commission in not bound to shortlist any bidder and reserves the right to annul the selection process when unforeseen and justifiable developments warrant such action, without incurring any liability and assigning reasons thereof.

 

Signed

Yomi Bolarinwa, FNSE

Director – General

 

National Broadcasting Commission

Your right to quality broadcasting

Invited to Tender at Delta State Ministry of Environment and UNDP Programme 2013

Delta State Ministry of Environment and UNDP Programme 2013

 

Suitably qualified consultants are invited to tender for the implementation of the following activities.

 

1.       Framework for Integrated Environmental Hazards and Risks Management in Delta State. TERMS OF REFERENCE (TOR)

 

  1. Generation of Baseline data on Environmental hazards and risks in Delta State.
  2. Evaluate degree of impacts and Environmental hazards/risks generating activities.
  3. Evaluate institutional collaboration in environmental hazards and risks management (NEMA, NGOs, NYSC, CBOs, CSOs)
  4. Review of existing regulatory guidelines for hazards management.
  5. Organize stakeholders workshop for the review of environmental hazards data generated.

 

2.  Development of wastes to Wealth strategic plans in Delta State TERMS OF REFERENCE (TOR)

 

  1. Generate baseline data on wastes generation and disposal.
  2. Develop Wealth creation strategies.
  3. Organize waste to wealth stakeholders workshop

 

 

3.  Capacity Building on Coastal Flooding Management for selected coastal communities in Delta State. TERMS OF REFERENCE (TOR)

 

  1. Identification of coastal flood prone communities
  2. Identification of causative factors
  3. Evaluation of degree of impacts
  4. Organize Stakeholders workshop and prefer remediative measures.

 

 

4.       Environmental Publicity Media Faith Based Organized

 

  1. Identification of relevant faith based organizations
  2. Identification of print and electronics media practitioners/outfits and grassroots communicators in the state
  3. Train media personnels and faith based organization on environmental coverage, reporting and advocacy.

 

Qualification / Experience for Consultancy

 

For Activity 1:

Consultant must be an Environmental or Engineering firm with at least 4 years post CAC registration and MUST have handled UNDP, UN or Bilateral Agencies activities.

 

For Activity 2:

Consultant must be an Environmental firm with at least 2 years post CAC registration possess Doctorate degree in relevant field among the directors and must have handled UNDP, UN or Bilateral Agencies activities. Membership of NES or and EMAN will be advantage must have worked in Niger Delta State (s).

 

For Activity 3:

Consultant must be vast in environmental general advocacy, sensitization. Must be a General contracting firm that can work in the Niger Delta with at least 5 years experience and or an Individual with Geology, Industrial chemistry or Urban and regional Planning back ground.

 

For Activity 4:

Consultant must be environmentally oriented with at least 4 years experience with UNDP jobs and must have worked in Niger Delta in the past. Method of Application: Interested Consultant should submit detailed proposals with their bids using the two- envelop method. Each for technical and financial bids clearly marked and addressed to the undersigned on or before 29th April, 2013.

 

The UNDP Focal Person

Overseas Development Assistance Department

Ministry of Economic Planning

Asaba Delta State, Nigeria

 

 

Invitation to Tender for the Construction of Okarki- Kparaki -Odau-Obedum-Aminigboko-Anyu-Ekunuga-Okolomade-Emelego Adada Road at The Rivers State Ministry of Works

Government of Rivers State of Nigeria

 

Ministry of Works

 

Office of the Permanent Secretary

Rivers State Ministry of Works,

P.M.B 5045 Port Harcourt

 

Invitation to Tender for the Construction of Okarki- Kparaki -Odau-Obedum-Aminigboko-Anyu-Ekunuga-Okolomade-Emelego Adada Road

 

The Rivers State Ministry of Works is desirous to undertake the construction of Okarki-Okparaki-Odau-Obedum-Aminigboko-Anyu-Ekunuga-pkotamade-Emelego-Adada Road in Ahoada West and Abua/Odual Local Government Areas of Rivers State.

 

Tenders are hereby invited from interested reputable contractors who wish to participate in the construction of the above-mentioned road project. Tender documents for the project can be obtained from: The Office of the Director, Civil Engineering, Rivers State Ministry of Works, Podium Block 6th Floor, Secretariat Complex, Port Harcourt, upon the payment of a non-refundable Tender Fee of N250.000.00 in Bank Draft, made payable to Rivers State Government.

 

Completed Tender documents are to be signed, sealed and delivered to the Office of the Permanent Secretary, Ministry of Works, Podium Block, 5th Floor, Secretariat Complex, Port Harcourt, not later than 27th of May, 2013 (Six weeks).

 

Contractors are mandatorily required to enclose along with their tender, copies of the following documents:

 

  1. Certificate of Registration of the Company with the Corporate Affairs Commission;

 

  1. Evidence of registration with the Rivers State Contractors’ Registration Board, Category ‘A’;

 

  1. Evidence, of payment of Tender Processing fee;

 

  1. Contractor’s current Tax Clearance Certificate and VAT Registration Certificate;

 

  1. List of plants, equipment and technical staff available for the project;

 

  1. Cash flow, programme and projections period for the project;

 

  1. Experience of similar project executed;

 

  1. Bank reference from reputable Bank.

 

Please, be informed that the Ministry is not bound to accept the lowest tender and Tenders submitted after the closing date 27th of May 2013 will not be accepted.

 

Signed:

Permanent Secretary

Invitation for Bids (IFB) at Commercial Agriculture Development Project

Commercial Agriculture Development Project

Nigeria

 

Invitation for Bids (IFB)

 

Nigeria 4539 – UNI

 

Procurement of Utility Vehicles CADP/NCO/VEH/01/2013

 

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. WB 3108 – 756/09,  of 22nd July, 2009

 

  1. The Federal Government of Nigeria has received a credit from the International Development Association toward the cost of Commercial Agriculture Development Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Utility Vehicles.

 

  1. The National Coordinating Office of Commercial Agriculture Development Project now invites sealed bids from eligible and qualified bidders for

 

Lot Description Qty (Unit) Location Delivery Period Bid Security
1 4×4 Wheel Deliver Double Cabin Pick – Up 11 NCO-CADP, No. 6 Lord Lugard Street areas 11 Graki, Abuja FCT, Nigeria 60 Days Three(3) Percent of Bid Price
2 Mini Bus 1 NCO-CADP, No. 6 Lord Lugard Street areas 11 Graki, Abuja FCT, Nigeria 60 Days Three(3) Percent of Bid Price

 

 

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines Procurement under IBRD Loans and IDA Credits, and are open to all bidders from Eligible Source Countries as defined in the Guidelines;

 

5.        Interested eligible bidders may obtain further information from National Coordinating Office (NCO) – Commercial Agriculture Development Project (CADP);  Procurement  Specialist ngcommagric.ida@gmail.com   and  inspect  the  Bidding Documents at the address given below:

 

6.       Qualifications requirements include, technical Capability -related past experience, financial status – last 3 years audit report; legal documents and other related supporting documents. A margin of preference for certain goods manufactured domestically shall not be applied, Additional details are provided in the Bidding Documents.

 

7.       A complete set of Bidding Documents in English Language may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of

N10,000.00 (Ten Thousand Naira) only, or $80.00 (Eighty United State Dollars) only. The method of payment will be Cash. The Bidding Documents will be collected by hand.

 

8.       Bids must be delivered to the address below on or before 12.00 noon, Friday, May 12, 2013, Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 12.00 noon, Friday, May 10, 2013. All bids must be accompanied by a Bid Security of 3% of bid price or an equivalent amount in a freely convertible currency.

 

9.       The address(es) referred to above is (are):

Attention:      

Dr.  A.M.   Babandi    –   National Project Coordinator

National Coordinating Office

No. 6 Lord Lugard Street, Area 11,

Garki, Abuja – FCT, Nigeria.

 Tel: 234803666051

 

The deadline for the submission of bids is

Date: Friday May, 10th 2013

Time: 12.00 Noon