Request for Expressions of Interest at Niger State Agency for the Control of AIDS (NGSACA)

Request for Expressions of Interest

 

Advertisement for CSOS and PSOS to Provide HIV/AIDS

 

Federal Government of Nigeria

 

Nigeria State Second HIV/AIDS Program Development Project (NG HPDP II)

 

Credit No: CR4596 -NG

 

IFB No: NGSACA/GD/NCB/01/13

(Issuance Date: 5th April, 2013)

 

Background

Niger State Agency for the Control of AIDS (NGSACA) 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 2) and intends to apply part of the proceeds for consultant services

 

Assignment Description & Services Requested (Scope of Work)

This is a call for Expression of interest from qualified and competent organizations to respond to

(i)      HIV Prevention of New infections and (ii) Care and Support Under the two service categories mentioned above, organizations are expected to 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.

 

A.      HIV Prevention of New Infection

1.       Most at Risk Populations (MARPs)

 

i.        Target population – Female Sex Workers

  • Intervention Package Per Target Population – Peer outreach and education for HIV prevention, condom promotion and distribution, Priority for Local AIDS Control Effort (PLACE) Approach, HIV Counseling and Testing (HCT), interpersonal Communication and Sexually Transmitted Infections and Treatment services.
  • Geographical Area – Tafa, Borgu, Mokwa, Bida, Mariga, Rafi, Suleja, Kontagora, Chanchaga, Bosso (LGAs).

 

ii.       MSM

  • Intervention Package Per Target Population – Peer outreach and education for HIV prevention, condom promotion and distribution, Priority for Local AIDS Control Effort (PLACE) Approach, HIV Counseling and Testing (HCT). Interpersonal Communication and Sexually Transmitted infections and Treatment services.
  • Geographical Area – Tafa, Suleja Chanchaga, Bosso, Bida, Kontagora (LGAs).

 

2.       Other Vulnerable Groups

i.        Target population – clients of FSW (e.g. long distance drivers and migrant workers) and Out of School Youths

 

ii.       Geographical Area – Agale, Agwara, Bida, Borgu, Bosso, Chanchaga, Edati, Gbako, Gurara, Katcha, Kontagora, Lapai, Lavun, Magama, Mariga, Mashegu, Mokwa, Muya, Paikoro, Rafi, Rijau, Shiroro, Suleja, Tafa, Wushishi LGAs

 

3.       Prevention of Mother to Child Transmission of HIV

i.        Target population – Pregnant women, Health care providers, Traditional Birth Attendants (TBAs), house hold heads, traditional and religious leaders.

 

ii.       Geographical Area – identified communities with documented evidence of low up­take of PMTCT services within 25 LGAs.

 

B.      CARE AND SUPPORT

1.       Care and Support of PLWHA

i.        Target populations – People Living with HIV/AIDS (PLWHA)

  • Intervention Package Per Target Population – home base care, income generation support, and psycho-social support (counseling).

 

ii.       Geographical area – Agaie, Agwara, Bida, Borgu, Bosso, Chanchaga, Edati, Gbako, Gurara, Katcha, Kontagora, Lapai, Lavun, Magama, Mariga, Mashegu, Mokwa, Muya, Paikoro, Rafi, Rijau, Shiroro, Suleja, Tafa, Wushishi LGAs.

 

2.       Care and Support for OVCs

i.        Target groups – Children and who lost one or both parent (physically or mentally challenged, school drop-out).

  • Intervention Package Per Target Population – Medical support, nutritional support, psycho-social support, economic strengthening, protection, shelter education support, (please, note that intervention service package will be based on needs)

 

Geographical area – Agaie, Agwara, Bida, Borgu, Bosso, Chanchaga, Edati, Gbako, Gurara, Katcha, Kontagora, Lapai, Lavun, Magama, Mariga, Mashegu, Mokwa, Muya, Paikoro, Rafi, Rijau, Shiroro, Suleja, Tafa, Wushishi LGAs.

 

Selection Criteria:

Niger SACA invites eligible organizations to express their interest in providing any of the above mentioned services. Interested Organization must provide information indicating they are qualified to perform the services which include evidence of registration with CAC of not less than one year old, brochures / organizational profile containing area of expertise, description of similar assignments with delivered results, demonstrate logistics, and infrastructural capacity to deliver, experience in 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 and with the community and evidence of financial management. Organizations are encouraged to associate to enhance their qualifications.

 

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).

  • All Expression of Interest must be submitted in triplicates (three hard copies), one CD -Rom and delivered to NGSACA not later than 19th April 2013.
  • The sealed envelope must be clearly marked (NGSACA- Expression of Interest for HAF grant.
  • Only Organizations shortlisted for the next stage would be contacted for further details.

 

 

Interested applicants may obtain further information at the address below from 8.00am to 4pm Monday- Friday (Except public holidays).

 

Expression of Interest through email or fax will not be entertained.

The expression of interest should be addressed and delivered not later than 4pm on 19th April, 2013 at the NGSACA office as addressed below.

 

The Project Manager,

Niger State Agency for the Control of AIDS

Opposite Mypa Junction, Bosso Road, Minna, Niger State

 

Tel: 08035888068, 08097146382

 

Website: www.ngsaca.org

Invitation for Pre-Qualification for the Execution of 2013 Capital and Recurrent Projects at Independent National Electoral Commission

Independent National Electoral Commission

Plot 436 Zambezi Crescent, Maitama District, Abuja

 

Invitation for Pre-Qualification for the Execution of 2013 Capital and Recurrent  Projects

 

  1. 1.     Introduction:

The Independent National Electoral Commission (INEC) in pursuance of its statutory obligations invites interested, registered and reputable consultants and contractors with relevant experience and good track records to prequalify for the under-listed works

 

LOT NO

 

PROJECT DESCRIPTION

 

1 Project Consultants for INEC building projects
2 Maintenance of Residential/Office building
3 Maintenance of Plant/Generators
4 Construction of (5nos.) National Commissioners Residences
5 Construction of (4nos.) Resident Electoral Commissioner’s Residence as follows: Kogi, Ondo, Yobe, Katsina states
6 Construction of (10nos) INEC LGA offices as follows: Eket, Nassarawa, Warji, Itesiwaju, Kolokuma/Opokuma, Gokana, Alimosho, Ajaokuta, Kudan, Osisioma
7 Supply and installation of 40 KVA generator sets (6 nos.) REC’s residences
8 Reconstruction of (5nos) burnt LGA Offices nationwide as follows: Funakaye, Umunneochi, Jere, Gubio, Makarfi
9 Renovation of (5nos) INEC State Offices as follows: Kano, Plateau, Oyo, Ogun and Kebbi
10 Supply and Installation of 150KVA Gen sets for (5) state offices
11 Construction of perimeter fence, provision of Electricity and construction of drainage/sewage at Commission members Housing Estate at Guzape

 

 

B.       Pre-Qualification Requirements

Interested consultants and contractors are required to submit the following documents:

i.        Evidence of registration with Corporate Affairs Commission (CAC)

ii.       Evidence of technical capability (equipment)

iii.      Last three (3) years Company’s Audited Account (2010, 2011 and 2012)

iv.      PENCOM’s CERTIFICATE OF COMPLIANCE, confirming company’s fulfillment of statutory obligations to the employees with respect to pensions

v.       Detailed information on technical personnel and key staff of the company

vi.      Evidence of financial capability and banking support, including annual turn-over

vii.     Experience/Technical Qualification of key personnel

viii.    Three (3) years Tax Clearance certificate (2010, 2011, 2012)

ix.      Evidence of experience with similar jobs in the last (3) years (letters of award and completion certificate)

x.       VAT registration and past remittances

xi.      Telephone (gsm) number(s) of contractor/company’s representative

 

 

C.        General Information:

(i)                For further enquiries, interested company representatives should contact the Director of Estate & Works, INEC Headquarters, Maitama, Abuja, between the hours of 10.00am and 4.00pm, daily from Monday to Friday during the period covered by this advertisement.

(ii)               The closing date for submission of pre-qualification documents is Monday 22nd April, 2013 at 1.00pm

(iii)              The Pre-qualification/Tender documents submitted on or before the closing date and time shall be opened at the Commission’s premises on the same Monday, 22nnd of April, 2013 at 2.00pm

(iv)              Only firms/companies that are successful from the Pre-qualification exercise will be contacted and invited for the financial bidding exercise

 

 

D.       Submission of Pre-Qualification Document:

All submissions must be delivered in two (2) neatly bound hard copies in sealed envelopes Marked Pre-Qualification/Tender Documents for the (indicate the contract at the Top Right Hand corner of the Envelop) and addressed to:

 

The Secretary of the Commission,

Independent National Electoral Commission,

Plot 436, Zambezi Crescent, Maitama

District, Abuja

 

Signed:

Secretary of the Commission

 

2013 Invitation for Pre-Qualification for Tender at National Judicial Council

National Judicial Council,

Abuja

 

2013 Invitation for Pre-Qualification for Tender        

 

The National Judicial Council wishes to pre-qualify interested Contractors and Service Providers as follows:

 

1.       Furniture and Equipment

a)      Supply of Furniture,

b)      Supply of Office Equipment,

c)       Supply of Computer Equipment

2.       Constructions

3.       Printing of Documents

4.       Maintenance and Other Services

5.       Supply of Office Stationeries

6.       Supply of Office Consumables and Computer Materials

7.       Supply of Motor Vehicles

8.       Uniforms and Other Clothing

9.       State Training

10.     Consultancy

a)       Financial Consulting

b)      Information technology

c)       Legal Services

d)      Building Consulting

 

 

Pre-Qualification Requirements

Prospective Contractors shall posses the following pre- qualification documents:

a)       Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC)

b)      For Limited Liability Companies, Memorandum and Article

c)       Current (3) years (2010-2012);

d)      Evidence of VAT Registration and Remittances for the past three (3) years (2010-2013);

e)       Audited Accounts for the last three (3) years (2010-2012);

f)       Current bank Reference and Statement of Account for the last 12 months;

g)       Company’s profile which should include (1) names of current Directors as registered with CAC (2) names, qualifications and experience of key Personnel and (3) list of verifiable projects successfully executed in the immediate PAST THREE YEARS;

h)      Certificate of Compliance with Pension Reforms Act, 2004, issued by the Pensions Commission;

i)       For Consultancy Services, in addition to above requirements, the firm is expected to show evidence of “Certificate of Practice” from relevant Professional Body and up-to-date payment of Dues;

j)       A sworn affidavit indicating that:

 

  • None of the Directors of the Company has been convicted in any court for any criminal offence including fraud and financial impropriety.
  • No Officer of the National Judicial Council is a former or present Director, Shareholder or has any pecuniary interest in the Company.
  • The Company is not in receivership, insolvent or bankrupt.

 

k)      Details of Equipment and Plants;

I)       Evidence of involvement and experience in similar contract jobs; stating contract sums and showing evidence of award and duration of completion.

 

Submission of Pre-Qualification Documents:

Pre-qualification documents should be enclosed in a sealed envelope marked “2013 PRE-QUALIFICATION” and must be returned to The Office of The Head of Procurement, National Judicial Council, Supreme Court Complex, Abuja, on or before 19th April, 2013 and addressed to:

 

THE Secretary,

National Judicial Council,

Supreme Court Complex, Abuja.

 

All Pre-qualification envelopes will be opened on 19th April, 2013, at 10.00am in the banquet Hall of the Merit House 22, Aguiyi Ironsi Street, Maitama, Abuja.

 

Please Note:

a)       Late submission will be rejected.

b)      The Advertisement for “Pre-qualification to tender” shall not be construed to be a commitment on the part of the National Judicial Council, Abuja nor shall it entitle the tenderer to make any claim whatsoever and to seek any indemnity from National Judicial Council by virtue of such tenderer having responded to this advert.

c)       Pre-qualification bid should be very clear about the area of proven competence and interest.


Signed:

Procurement Officer For:

Management

Invitation for Pre-Qualification at The National Board for Technology Incubation (NBTI)

National Board for Technology Incubation

 Invitation for Pre-Qualification

 

1        Introduction

The National Board for Technology Incubation (NBTI) invites interested and credible Companies to apply for pre-qualification for the various projects of the Board for the 2013 Fiscal year.

 

2.       Scope

The scope of Work includes:

 

Lot 1:          Provision of Library Facilities

Lot 2:          Provision of Quality Control Laboratories in Centers

Lot 3:                   Provision of Stand-by Generators in 21 Centers

Lot 4:          Fire Fighting Equipment for Centers

Lot 5:          Acquisition of Demonstration Equipment for Incubatees

Lot 6:          Development of Permanent Site

Lot 7:          Provision of Engineering Workshop

Lot 8:          Prototype Development

Lot 9:          Establishment / Rehabilitation and upgrading of Centres.

Lot 10:        Establishment of New Centers and its Consultancy works

 

3.    The Following Requirement for Pre qualification must be submitted:

 

  1. Evidence of Company’s Certificate of Incorporation it
  2. Three years (3yrs) Tax Clearance and VAT Registration Certificate
  3. Tax Identification Number (TIN) Certificate,
  4. Evidence of Registration with the Board as a Contractor.
  5. Evidence of Registration with Industrial Training Fund (ITF)
  6. Company Profile with list of Technical and Management Staff. Please include Membership Certificates (NSE, COREN, Degree, HND e.t.c) as evidence of technical capability.
  7. Previous work done with evidence in form of photocopy of letter of award of any Contract.
  8. Evidence of Financial Capability

 

4.       Submission

Pre-qualification documents must be in sealed envelope marked: CONFIDENTIAL PRE-QUALIFICATION FOR NBTI 2013 FISCAL YEAR CAPITAL PROJECTS and the LOT of interest clearly printed at the top left corner of the envelope and submitted on or before 26th April, 2013 to:

 

The Director – General/CEO

National Board for Technology

Incubation

10 Zambezi Crescent, Maitama Abuja

 

Note:    

Submission for the pre-qualification documents is not a guarantee for the award of contract. Only pre-qualified Companies shall be invited in writing.

 

Signed:

Director General/CEO

National Board for Technology

Incubation, Abuja

 

Invitation for Pre-Qualification of Contractors for the Leasing of Skills Acquisition Centre at Ministry of Niger Delta Affairs

Ministry of Niger Delta Affairs

Federal Secretariat, Shehu Shagari Way, CBD Abuja

 

Invitation for Pre-Qualification of Contractors for the Leasing of Skills Acquisition Centre

 

As part of its mandate to improve the living condition of the people of the Niger Delta region and the crucial role of the Private Sector in the national transformation, the Ministry of Niger Delta Affairs is desirous to lease out four of its Skills Acquisition Centres located in Akwa Ibom, Bayelsa Cross River and Delta States to competent individuals or organizations for an initial period of three years, renewable subject to good performance.

 

The centres are designed to accomplish training in specialized skills in the fields of Oil and Gas, Commerce, Tourism and Entertainment, Dredging/Marine studies and Agriculture. The centres and their specialized activities are as follows:

 

State

 

Location Activity
Akwa Ibom

 

Iwu achang,   Ibeno LGA

 

Oil & Gas

 

Bayelsa

 

Otuoke Ogbia LGA

 

Oil & Gas

 

Delta

 

Tuomo Burutu LGA

 

Oil & Gas

 

Cross River

 

Ikot Nakanda Akpabuyo LGA Tourism and Entertainment

 

2.0       Requirements for Pre-qualification:

Interested and competent Contractors are required to submit technical proposal along with their Company’s profile which must include but not limited to the following documents:

 

  1. Evidence of incorporation of the Company with Corporate Affairs Remission (CAC).
  2. Evidence of Current Tax Clearance Certificate (2010, 2011, 2012)
  3. VAT Certificate/Remittance.
  4. Current Company Audited Account for the past three (3) years.
  5. key/Professional Staff,
  6. Evidence of Financial capability and Banking support.
  7. Clear indication of Head Office Address
  8. Evidence of PENCOM Registration/remittances
  9. Evidence of registration/remittance to Industrial Training fund (ITF)
  10. The interested Leaseholder must have affiliation or working relationship with Institutions that are nationally and internationally accredited and recognized.

 

3.0     Administrative Charges:

Interested Companies are required to pay a non-refundable fee of Twenty   Thousand (N20, 000.00) Naira only to the Ministry’s Account below to cover administrative charges:

 

Bank Name:                   Zenith Bank Plc

Account Number: 60113700137

Acct Name:          MNDA/FGN INDEPENDENT REVENUE ACCOUNT

 

4.0     Submission of Technical Proposal:

Technical Proposals should be submitted on or before 12 noon on 17th May, 2013 at the location stated below. Bids will be opened publicly same day by 2p.m. at the MTB Secretariat located on the ground floor.

 

  1. Technical proposals should be placed in one envelope, sealed and clearly marked “TECHNICAL BID” for leasing of Skills Acquisition Centres with the name of the Company clearly written on the reverse side of the envelope sealed and should be addressed to:

 

Deputy Director (Procurement)

Ministry of Niger Delta Affairs Federal Secretariat Complex,

Phase I

Shehu Shagari Way, (CBD)

Abuja, Nigeria. Room 4A 31


5.0     Note:

(i)      Response to this advertisement shall not oblige the Ministry of Niger Delta Affairs to consider any firm for qualification. All costs incurred as a result of response to this advertisement and any subsequent requests for information shall be borne by the responding firm,

(ii)     Only short-listed Companies will be invited to discuss further on the terms of lease and may be required to demonstrate through a video presentation their capabilities to manage the centres.

 

Permanent Secretary

Ministry of Niger Delta Affairs