Call for Expression of Interest at Civil Society Organizations for Vulnerable Children (OVC)

Call for Expression of Interest

Civil Society Organizations for Vulnerable Children in Kaduna, Bauhi, Sokoto, Plateau and Kano

 

Save the Children, Ministry of Women Affairs and Social Development (MWASD) are pleased to announce the release of its call for Expressions

Of interest for Nigerian Civil Society Organizations for Vulnerable Children (OVC). with this RFA, SC and MWASID are soliciting applications from civil society organizations to provide comprehensive, coordinated care for vulnerable children and youth in Kaduna, Bauchi, Sokoto, Plateau and Kano Successful organizations will work in collaboration with state and local government structures to deliver comprehensive and coordinated support to vulnerable children while building household capacity to care for their own children. Successful organizations will be contribution to the overall project goal of improving the quality of life for highly vulnerable children and their caregivers through interventions designed to increase household capacity to serve as frontline providers of care and support. The programs will contribute to the USAID funded Umbrella Grants Mechanism managed by Save She Children, Systems Transformed for Enabling and Empowering Responses for Orphans and Vulnerable Children

 

Guidelines for Expression of Interest

Applicants should submit expressions of interest no longer than 5 pages and detail.

  • Their current level of experience in vulnerable children program in the State for which they would apply.
  • The main issues faced by vulnerable children in the state for which they are applying
  • Demonstrate understanding of the mechanisms existing in the state and with which they would work
  • Describe how they would work with government and other civil society partners to deliver comprehensive and coordinated support
  • Demonstrate support from the LGA and State in which they propose to work
  • LGAs where they work
  • Their current organizational structure (organogram)
  • Successful applicants to the umbrella grants mechanism will be invited to a bidder’s conference at which time they will receive the full request for application packet. Successful applicants will
  • Demonstrate familiarity with the status of the national OVC response in the proposed state and its critical gaps
  • Demonstrate knowledge of LGAs where the most need exist (high HIV prevalence, High of numbers of highly vulnerable children)
  • Demonstrate  prioritization of essential gaps for OVC in the state that need to be addressed
  • Demonstrate  awareness of state and local government capabilities in the proposed zone
  • Demonstrate prioritization of the gaps in state/local government that need to be addressed.
  • Propose realistic and achievable solutions to the identified problems
  • Show clear linkages with other sectors including the private sector, government and other civil society organizations

 

SC and MWASD are soliciting applications from civil society organizations that meet the following:

 

Criteria:

1.       Applicants must have been legally registered in Nigeria before 01 January 2010

2.       Applicants must be working in the state where they propose to work

3.       Applicants must have at least three years of experience in OVC service delivery

4.       Applicants must be able to provide their most recent audited financial statement or certified annual financial report

 

SC anticipates making up to 5-10 awards per state, for an initial one year period beginning November 2013. Awards are based on selected partner’s capacity verified by an institutional capacity assessment. Grants are renewable based on performance for up to 5 years. Applicants seeking to support multiple states must submit separate and complete applications for each proposed state. No more than two applications (i.e. two states) will be accepted per applicant.

 

Applications are due by 3PM, Friday, September 6th, 2013 at Save the Children’s offices in Abuja.

 

Invitation for Bids (IFB) at Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos Urban Transport Project (LUTP)

 

1.       Construction of BRT Bus Depot at Majidun

2.       Construction of 6 Nos Pedestrian Bridges along BRT Corridor Mile 12-Ikorodu Roundabout

 

National Competitive Bidding (NCB)

 

Contract Nos: (1) LAMATA/WB/NCB/ML12-IKR/BUS DEPOT/LUTP11/ 04/13

(2) LAMATA/WB/NCB/ML12-IKR/Footbridges/LUTP 11/05/13

IDA Credit No.: 4767 -UNI.

 

Invitation for Bids (IFB)

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project titled NG Nigeria-LUTP-II (F Y10) that appeared in dg market publication of July 16, 2010.

 

2.       The Lagos State Government has received credit from the International Development Association towards the cost of Lagos Urban Transport Project (LUTP II), and it intends to apply part of the proceeds of this credit to payments under the contract for the (1) Construction of BRT Bus Depot At Majidun, (2) Construction of 6 Nos Pedestrian Bridges Along BRT Corridor Mile 12-Ikorodu Roundabout.

 

3.       The Lagos Urban Transport Project (LUTP) now invites sealed bids from eligible and qualified bidders for the two projects in the table below:

 

  Brief Description Project Duration

 

Bid Security

 

Validity Period

 

Average Annual Turnover

 

Cash Flow

 

1 Construction of BRT Bus Depot At Majidun

 

12 NGN 50 Million

 

120 NGN 4.5 billion

 

NGN 750 Million

 

2 Construction of 6 Nos Pedestrian Bridges Along BRT Corridor Mile 12 –

Ikorodu Roundabout

 

12 NGN 34 Million

 

12o NGN 3.2 Billion

 

NGN 500 Million

 

 

 The scope of works for each of the contract is detailed in section VI – works requirement of the bidding document. The bill of quantities, the drawings and specification describes in detail the works elements required for projects of this nature, magnitude and complexity.

 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 is open to all bidders from Eligible Source Countries as defined in the Bidding Documents.

 5.       Interested eligible bidders may obtain further information from Lagos Urban Transport Project (LUTP) and inspect the Bidding Documents at the address given below from 8am to 4pm Mondays through Friday from August 20, 2013.

 6.   Qualifications requirements include:

a.       Possession of experience as a Prime Contractor for at least the last five (5) years prior to the application submission deadline, and with work cited should be at least 70% complete.

 b.       Minimum average annual turnover in construction works as denominated in Nigeria currency in the table in paragraph 3 or its equivalent in three easily convertible international currencies in the last three years in works that have been successfully and substantially completed and that are similar to the proposed works under this Contract

 c.       Project Manager with B.Sc. Civil Engineering and at least 15 years experience in Works of equivalent nature and volume.

 d.       Provide Annual audited account for the last 3 years; to demonstrate the current soundness of the applicant’s financial position and its prospective long term profitability. The contractor must show evidence of sound Liquidity status and/or evidence of access to or availability of confirmed positive credit facilities of not less than the amount in the table in paragrapgh 3.

 A margin of preference for eligible national contractors/joint ventures shall not be applied.

 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 Thirty Thousand Naira (N30,000.00) for each contract in Bank draft payable to LAMATA. Interested Bidders may obtain further information at the address below.

 8.       Bids must be delivered to the address below at or before 10.00 AM, September 25, 2013. Electronic bidding shall not be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address below by 10:00am, on 25th September, 2013

 9.       All bids shall be accompanied by a Bid Security of the amount in the table above for each of the contract.

 10.     The address referred to above is:

 

Managing Director,

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd floor, Motorway center, 1, Motorways Avenue

Alausa, Ikeja, Lagos State

Telephone: 234-1-2702778-82, Fax: 234-1-270

adabiri@lamate-ng.com  

 

Invitation For Expression of Interest (EOI) at Federal University of Agriculture, Abeokuta

Federal University of Agriculture

Abeokuta

P.M.B. 224O, Abeokuta, Ogun State, Nigeria

www.funaab.edu.ng

 

 Invitation For Expression Of Interest (EOI)For The Construction, Completion and Management of Students’ Hostels, Staff Housing Estate, International Scholars’ Guest House and Filling Station Under Build, Operate and Transfer (BOT) Model

 

1.0     Background

The Federal University of Agriculture, Abeokuta (FUNAAB) was established in 1988 by the Federal Government with a tripodal mandate of Teaching, Research and extension Services.

The University moved to its permanent site along Alabata Road in 1997, in what has been termed as one of the fastest pace of permanent site development in the history of Nigerian University System and has since been expanding rapidly in infrastructural development, services, students and staff population.

In view of the above, FUNAAB is desirous of providing additional students’ hostels, residential accommodation for staff on campus (currently non-existent), International Scholars’ Guest House and also, establish a standard Filling Station within the campus to serve the University community.

 

2.0     The Call

Expression of Interest (EOI) is invited from reputable Companies/Investors, Ranks and Financiers in property development to Build, Operate and Transfer Students’ Hostels, Staff Housing Estate, International Scholars’ Guest House and Filling Station in line with the Federal Government policy on Public Private Partnership (PPP). Please note that apart from the provision of land, the PPP arrangement will be 0% (zero percent) financed by the University. The period and other terms of concession shall be negotiated between the University and successful investors, bearing in mind the cost of capital and the need to earn attractive returns on investment. The rent to be paid by students/staff/ tenants shall not only be affordable, but equally competitive; and shall generally fall within the range obtainable in other institutions for comparable facilities.

 

3.0     Proposed Projects

The Hostels will comprise of 500 self contained rooms each for male and female student in blocks of storey buildings (three-floors) and 200 self contained rooms in blocks of storey buildings (two-floors) for International Students’ Hostel. In all, 1,200 self contained rooms are required for the first phase of development.

 

The Staff Housing estate will comprise of 10Nos. duplex for professors, 20Nos. blocks of storey buildings (two- floors) having four(4) units of 3-bedroom flats per floor for senior staff and 20Nos. blocks of storey buildings (two-floors) having four(4) units of 2-bedroom flats per floor for junior staff. In all, 10 units of duplexes, 160 units of 3-bedroom flats and 160 units of 2-bedroom flats will be required for the first phase of development.

The International Scholars’ Guest House will comprise of 16Nos. standard rooms, 8Nos. suite, 1No. bar, 1No. Kitchen, 1No. laundry, 1No office and 1No. business centre.

The filling station shall have six(6) pumps comprising of four (4) petrol pumps, One(l) diesel pump and One(l) kerosene pump, with concrete pavement, steel framed canopy and adjoining service building.

 

4.0     Scope of Works

The scope of works and services to be provided include:

  • Sourcing and owning of funds for the complete development of the projects;
  • Completing the design of the hostel, housing estate, Guest House and filling station to the consent and approval of the University authority. The University’s brief will be made available for any potential investors
  • Ensuring that the finished designs is in consonance with the master plan and landscape of the University
  • Responsibility for the construction and complete erection of the hostels, housing estate, Guest House and filling station and making same ready for effective occupation and use.
  • Responsibility for the provision of electricity and water for the projects on completion, and Management of the facilities on completion including admittance of students/staff/tenants, provision of estate services, maintenance of all services and returning sound facilities to FUNAAB at the end of the concession period.

 

5.0     Requirement from Interested Investors

The potential Investor or Consortium of Investors MUST possess the premium requirement of a demonstrable financial and technical capacity and capability and the willing interest and commitment to execute the projects; and perhaps have track records m property development and management.

However, m order to be pre-qualified, interested Investors or Consortium of Investors are required to submit an EOI detailing the following information as basis for pre-qualification:

 

5.1     Profile and Legal Status

  • Full name of firm and contact person, office (location) address, telephone, and e-mail addresses of each corporate entity.
  • Company profile stating dearly the management team and organizational structure including names and resume of key personnel
  • Ownership structure detailing name(s) of shareholders and their shareholdings.
  • Evidence of incorporation with Corporate Affairs Commission including certified True copies of Memorandum and articles of Association.

 5.2     Financial Status

  • Provide current Company’s audited Statement of Accounts duly stamped by a registered Auditor
  • Provide evidence of compliance with Pension Commission (PENCOM) and Industrial Training Fund (ITF) Amendment Act
  • Provide evidence of payment of tax for the last three (3) years duly stamped
  • Provide copy of VAT registration and evidence of past VAT remittances for completed projects
  • Provide original Bank Statement for the past Twelve Months
  • Provide a letter from its Bankers that the Investor is financially sound and capable of financing the projects
  • Provide and attestation from its Bankers stating unambiguously:
  • That the bank is willing to support the projects,
  • The sum the bank will be willing to put at the disposal of the Investment for the projects; and
  • The willingness of the bankers to offer to the Investor the Bank’s Performance Guaranteed Bond in favour of FUNAAB for the sum and duration of the development of the project.

 5.3     Relevant Experience

  • Previous or on-going experience (if any) in Property Development and Management of similar projects
  • List of relevant Professional firms or persons, (that is, Architects, Engineers, Quantity Surveyors etc) that will undertake the Design and Supervision of the Construction of the projects; stating their qualification and experiences. All such professionals must be registered with relevant registration bodies and be members of their professional associations. Evidence of these must be attached.
  • The construction organization that the Investors intend to use for the erection of the projects: its organizational profile, stating its professional and managerial structures, experience, lists of equipment whether owned, leased or hired, list of past projects stating clients, projects costs, durations and completion certificates.
  • The profile of the Facility Management Organization mat the Investor intends using in the management of the completed project during the concessional period of agreement. The profile must state the names of the professionals of the organization, their qualifications, experience, and demonstrable ability to manage the facilities.

 5.4     Other Information

  • A statement on local contents policy
  • A statement on Environmental Assessment impact of the projects
  • A sworn affidavit from the High court of Justice that:
  • The information submitted is true in all material respect
  • None of the Directors of the company has been convicted of any criminal offence
  • The company is not under my receivership and/or subject to any winding –up proceedings; and that
  • None of the Officers of FUNAAB or BPP is a former or present Director of the company

 

Any indicative terms and conditions of proposed BOT partnership.

Any other information considered by the investors as necessary for the EOI.

 6.0     Submission of Documents

Duly completed and neatly packaged EOI shall be submitted in One (1) original copy and Two (2) other copies in a sealed envelope clearly marked “EOI- for (e.g Hostel or Staff Housing development)” boldly written on the top right hand corner of the envelope and delivered to:

The Head, Procurement Unit

Room A136, Unity Building ‘A’

Federal University of Agriculture,

P.M B 2240, Abeokuta, Ogun state

 

7.0     Further Enquiries

For further enquiries please contact:-

Directorate of Physical Planning,

Office of the Vice Chancellor,

Chief Olatunji Abodu Building, FUNAAB Main Campus, Ogun State

 To reach him not later than Thursday, 5th September, 2013 at 12.00 noon

 

8.0     Important Notes

Interested Investors are to note that:

FUNAAB reserves the right to;

  • Sight the original copy of any documents submitted or mentioned in the proposal.
  • Verify by any means the authenticity of any claims made.
  • Reject any or all documents submitted
  • Discountenance any proposal

 

(ii) All costs incurred by respondents in complying fully with the process shall be at the expense of the Investor only.

This advertisement shall never be construed as commitment on the part of FUNAAB to consider any proposal nor shall it entitle any Investor to make any claims whatsoever and/or seek any indemnity from FUNAAB.

 

(Signed)

Mr. Mathew O.AYOOLA (JP)

Registrar

Invitation for Expression of Interest (EoI) For the Operation of Pharmacies and Diagnostic Centres (Laboratories & Radiography Units) In the 13 General Hospitals at Cross River State Government (CRSG)

Cross River State Government (CRSG)

 Invitation for Expression of Interest (EoI) For the Operation of Pharmacies and Diagnostic Centres (Laboratories & Radiography Units) In the 13 General Hospitals in the State under Public Private Partnership (PPP) Arrangements

 1.0     Background

The Cross River State Government (CRSG) within its aspiration for accelerated healthcare delivery has embraced Public-Private Partnership (PPP) model as sustainable plank for qualitative and affordable primary and secondary healthcare services across the State.

 The 13 General Hospitals across the Local Government Areas in the State are currently owned and operated by the Government through the Ministry of Health (MoH) with the objective of providing access to primary and secondary health care across the State. Keeping faith with this objective, The Government recently procured and took delivery of new diagnostic equipment for some of the hospitals.

 To further improve on the efficiency of the General Hospitals and to ensure facilities meet expected service level; CRSG mandated the Bureau of Public Private Partnerships and MoH (the contracting authority) to concession the management of the pharmacies and diagnostic centers (laboratories and radiography units) in the various hospitals to eligible private operators (local and international) using cost based procurement method.

 The hospitals for the purposes of this concession project are split into the following three (3) Lots. Each Lot is distinct and expected to be operated separately by a concessionaire.

 

(A)    Lot 1 – Consists of:

1.       General Hospital Ogoja;

2.       Lutheran Hospital Yahe;

3.       General Hospital Okpoma; and

4.       General Hospital Sankwala, Obanliku.

 

The flagship hospital in this Lot in terms of size and average daily traffic volume is Ogoja.

 

(B)     Lot 2-Consists of:

1.       General Hospital Ugep;

2.       Eja Memorial Hospital Itigidi; and

3.       General Hospital Obubra.

 

The flagship hospital in this Lot in terms of size and average daily traffic volume is Ugep.

 

(C)     Lot 3- Consists of:

1.       General Hospital Calabar Municipality;

2.       General Hospital Akamkpa;

3.       Cottage Hospital Oban;

4.       St. Joseph Hospital, Ikot Ene, Akpabuyo;

5.       Cottage Hospital Akpet Central, Biase.

6.       Dr. Lawrence Henshaw Memorial Hospital, Calabar

 The flagship hospital in this Lot in terms of size and average daily traffic volume is Calabar Municipality.

 All Lots have pharmacies and diagnostic centers.

 2.0     Project Scope & Focus

The project overall focus is value for money for the people and government of the State. The highlights of the project scope include but not limited to the following:

(1) Efficient operations and maintenance of the pharmacies, medical laboratories and radiography units in the hospitals in conformity with best practices using appropriate technology and innovation against established benchmarks of performance;

(2) Full compliance with all statutory regulations, professional standards of related institutions such as the Pharmacists Council of Nigeria, Medical Laboratory Council of Nigeria, Radiology Council of Nigeria and applicable code of conduct as may be reviewed and required from time to time;

(3) Commitment to the Common Service Level (outline key performance indicators and milestones to be made available to interested bidders).

 

3.0     Requirements from Interested Bidders

For pre-qualification, prospective bidders must possess relevant and verifiable experience in the development, operations and management of clinical support services in a similar environment. The following information would be required from bidders:

 

  • Background information of the bidding entity including demonstration of competence in the required services;
  • Project team CVs indicating core specialization including schedule of planned staff utilization;
  • Evidence of at least (10) years satisfactory intervention in the required services stating (I)

(i)                Name of projects, brief description of recent services provided and client(s),

(ii)             Scope of work,

(iii)           nature of contract,

(iv)           name and address of related client’s referee.

(v)             Proposed business/operational model (methodology/work plan).

(vi)           Evidence of good banking support.

(vii)        Tax clearance for three years ended 2013.

 

It is important to note that preference shall be given to submissions that demonstrate exceptional value for money consideration and innovation.

 

4.0 Submission of Expression of Interest (EoI)

Interested bidders may obtain further background information via e-mail on the project prior to submission of interests within seven working days from the date of this publication on crsbppp@gmail.com, ntamu2002@yahoo.com.

 

The concession program is for a defined period under the Finance, Operate and Maintain model. Firms or Consortia may submit their EoI for each or a combination of the Lots. EoI submissions demonstrating technical competence only without financials at this stage must include:

Five (5) original hard copies of the technical submission and a soft copy (in CD or flash drive) of the submission to be delivered in a sealed envelope (of 40cm x 30cm) and submitted not later than 4:00 pm Nigerian time on Friday, September 20th, 201 3.

OFFICIAL RECEIPTS, signifying submission would be issued (at the point of submission) for all submissions.

The sealed envelope must be clearly marked:

Technical EoI – Concession of Pharmacies & Diagnostic Centers in CR-General Hospitals and addressed to:

 

Director General

Bureau of Public Private Partnerships

33, Nsefik Eyo Layout,

Off Ndidem Usang Road,

Calabar, Cross River State

Phone number: 081-5567-3995

 

Submission of the documents shall not entitle any of the interested parties to any claims against CRSG or its agencies by virtue of such bidders having responded to the EoI invitation.

Invitation to Tender at Oyo State Universal Basic Education Board (OYO SUBEB)

The Oyo State Universal Basic Education Board

(Oyo SUBEB)

P. M. B. 5150, Secretariat, Ibadan

E-Mail: chairman@oyosubeb.org

Invitation to Tender

The Oyo State Universal Basic Education Board (OYO SUBEB) intends to apply the 2011 First – Fourth Quarters UBE Intervention Funds for the following facilities to be provided in the ECD, Primary and Junior Secondary School Sub-Sectors.

Applications are therefore invited from competent companies to bid for the various works.

2.       Tender Qualification

Each tender should be accompanied with the following:

(a)     Evidence of Company’s Certificate of Registration with Corporate Affairs Commission (CAC).

(b)    Evidence of Company’s Registration with Oyo State Bureau of Public Procurement.

(c)      Evidence of verifiable previously executed jobs (Contractors with history of abandoned projects or poorly executed projects will not be considered.

(d)     Evidence of Registration of Business Premises with Oyo State Government.

(e)      Tax clearance certificate of at least 2 Directors (Limited Liability Companies) or the Proprietor/Partner (Enterprise) for the last three (3) years.

(f)      Evidence of payment of Tender Fee for each Lot.

A.      Lot I – Infrastructure

(i)      Construction of 3-Classrooms block with Terrazzo and Stucco Longspan Aluminium roofing sheet in selected Public ECCDB and Primary Schools across the State.

(ii)     Construction of 3-Classrooms, Office, Store & Resource room block with Terrazo and Stucco longspan Aluminium roofing sheet in selected Public Primary Schools across the State.

(iii)    Construction of 4-Classrooms block with Terrazo and Stucco longspan Aluminium roofing sheet in selected Public junior Secondary Schools across the State.

(iv)    Construction of 6-Classrooms block (storey building) with Terrazo and Stucco longspan Aluminium roofing sheet in selected Public Primary Schools across the State.

B.      Lot II – Infrastructure

(i)      Construction of 4-Compartment toilet (W/C) in selected Public Primary Schools across the State

C.      Lot III – Infrastructure

(i)      Sinking of deep well in selected Public Primary Schools across the State.

D.      Lot IV – Infrastructure

(i)      Supply of 2-Seater Pupils Desk and Benches, Teachers Table & 2 Chairs, Head Teachers Table & 2 Chairs to selected Public Primary Schools and Junior Secondary Schools across the State.

3.       Tender Modalities:

  • Tender documents and additional information may be collected from office of the Director, Planning, Research and Statistics Department
  • Tenderers may tender for more than one Lot or Lots seperately.
  • Tendering shall be by open tendering.
  • Tenderers should note that failure to include any of the required documents above renders the tender invalid for further consideration.

4.       Bid Submission:

All valid tenders should be submitted in 12” X 16” sealed envelope addressed to the Executive Chairman, Oyo State Universal Basic Education Board, Agodi, Ibadan with the Lot tendering for written on the right hand side of the envelope.

 

5.       Bid Opening:

Bid shall be opened publicly at the expiration of Tender period on 10th September, 2013 at 12 Noon at the premisies of Oyo State Universal Basic Education Board, Agodi, Ibadan. Bidders are advised to send representatives to the bidding exercise.

Note: Companies are advised to deal directly with OYOSUBEB Headquarters as no agent(s) or proxies have been appointed for this purpose. Any person or company who does contrary does so at his/her own risk.

2.       All bidders who have bought bids based on previous advert should please note that their tenders are still valid.

Signed

Dr. Busari Adebisi

Executive Chairman