Request for Expressions of Interest in Benue State AIDS Control Agency (BENSACA) Markurdi HIV/AIDS Programme Development Project 2 (HPDP 2)

Request for Expressions of Interest

 

Benue State AIDS Control Agency (BENSACA) Markurdi HIV/AIDS Programme Development Project 2 (HPDP 2)

(World Bank- Assisted)

 

Request for Expression of Interest

 

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: 30th JANUARY, 2013

 

Benue State AIDS Control Agency (BENSACA) 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.

 

 

  1. Assignment Description & Services Requested (Scope of Work) This is a call for Expression of Interest from qualified and competent organizations (Civil Society Organizations (CSOs) including Non Government Organizations, Faith Based Organizations, Private Sector Organizations and Umbrella Organizations) to provide support to Benue 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.

 

 

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

 

  1. i.                   Brothel and non brothel based Female Sex Workers (FSW),

Geographical Area: Makurdi, Otukpo, Vandeikya, Gboko, Ukum, Okpokwu and Kwande LGAs

 

  1. ii.                 Injecting drug users (IDU).

Geographical Area:   Gwer East, Makurdi, Otukpo, Tarka, Ukum and Vandeikya LGA

 

  1. iii.              Men having Sex with Men (MSM).

Geographical Area: Gboko, Makurdi, Otukpo, Okpokwu Ukum, Tarka, Gwer East, Vandeikya and Kwande LGAs.

 

 

  1. B.   Other Vulnerable Groups. The target population are:

 

  1. Female and male Youths in tertiary Institutions

Geographical Area: Makurdi, Gboko, Okpokwu, Oju, Katsina-Ala… LGAs

 

  1. v.                 Transport Workers (TWs)

Geographical Area: Ukum, Otukpo Kwande Ogbadibo Makurdi LGAs

 

  1. Out of school youths (males and females)

Geographical Area: Guma, Buruku. Oju, Apa, Gwer West LGAs.

 

  1. Prevention interventions for People Living with HIV&AIDS Geographical Area: Makurdi, Gboko, Gwer East, Tarka, Vandeikya, Kwande, K/Ala and Ukum, Oju, Logo, Konshisha, Ushongo, Otukpo, Obi, Ohimini, Okpokwu and Apa LGAs.

 

 

  1. C.   Prevention of Mother to Child Transmission (PMTCT) of HIV

The target population is: Pregnant Women, Traditional Birth Attendance (TBA), and Traditional & Religious Leaders in the following priority LGAs: Vandeikya, Taika, Makurdi, Otukpo and Okpokwu

 

  1. The assignment is for a period of two years.

 

  1. 3.     Eligibility Criteria

To be eligible an NGO, umbrella CSOs, FBOs, Professional Association/unions, Community Based Organizations (CBOs) should be currently working in Benue State. Such organization (s) should have been in existence for at least three (3) years and registered with the Corporate Affairs Commission for at least one (1) year. For those, who are registered at the State level they should have been in existence for three (3) years and must have been registered for at least two (2) years.

 

 

Interested organizations must provide information indicating that they are qualified to perform the stipulated services effectively. These include:

 

  1. Organizational Profile

Detailed organizational profile containing areas of expertise, experience in implementing similar projects, logistics and infrastructure capacity to deliver the intended result with infrastructural capacity to deliver the intended results with minimum of at least three (3) years of experience. This information should include background profile in area of expertise, description of similar assignments with verifiable letters from supporting organizations/donors, spelt out professional capacity of staff as well as appropriate resources to carry out the assignment.

 

 

  1. II.               Scope of work

The activities shall also be implemented in at least two (2) LGAs spread across at least two senatorial districts.

 

  1. III.           Legal Requirements

Provide evidence of Organization Registration.

 

IV.     The Organization was mapped by Benue SACA in the last mapping exercise

 

 

  1. 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 in the Tender Box provided with acknowledgement to BENSACA Office at the address below on or before 21st February, 2013. Only shortlisted organizations for the next stage would be contacted and required to send a detailed proposal based on the Request for Proposal (RFP) that would be issued to them.

 

 

Interested Organizations may obtain further information in the same address from 9.00am to 4:00pm local time Mondays to Fridays (except public holidays). EOI must be delivered to the same address on or before on 20th February, 2013 by 4.00pm.

 

 

  1. 5.     Sealing and marking of Bids.

The respondents shall place the original and one photo copy of their Expression of Interest in a sealed outer envelope containing two sealed envelopes, one marked “original” and one marked “photo-copy”, addressed to The Project Manager, Attn: The Procurement Officer, HIV Programme Development Project 2, Benue State AIDS Control Agency, No 2 Ahmadu Bello Way, (Old Ministry of Finance) Makurdi, Nigeria. The name and address of the Respondent should be clearly indicated on the reverse side of the outer envelope.

 

 

  1. 6.     Contact Information

The Executive Secretary,

Benue State AIDS Control Agency

No. 2, Ahmadu Bello Way, Old GRA,

PMB 102310, Makurdi

 

Tel- 08036804737

 

E-mail: benhpdp@yahoo.com

 

Invitation for Bids (IFB) at Federal Ministry of Education

Federal Republic of Nigeria

Federal Ministry of Education

Skills Training and Vocational Education Project

 

Invitation for Bids (IFB)    

 

Supply of Vocational Education Equipment

Loan No: 2100150010394

SPN No.: ICB/STVEP/ADF/EQT/01/2013

 

  1. This Invitation for Bids follows the publication of the General Procurement Notice (GPN) for this project that appeared in United Nations Development Business Issue No 662, of 16th September 2005.

 

  1. The Federal Government of Nigeria has received a loan from the African Development Fund in various currencies towards the cost of the Skills Training and Vocational Education Project. It is intended that part of the proceeds of this loan will be applied to eligible payments under the contract for the Supply of Vocational Education and other Learning Equipment to some of the beneficiary institutions.

 

  1. The Project Coordinating Unit on the behalf of the Federal Ministry of Education now invites sealed bids from eligible bidders for the Supply of various units of Vocational Education Equipment packaged into three lots. Each lot forms a separate contract as follows:

 

 

 

Lot No. Description Place of Delivery
EQT/01/13/lot 1 Supply of various units of Vocational Education Equipment including 70 straight sewing machines, 25 Industrial Sewing Machines, 25 Overlocking Machines, 19 zigzag sewing machines ,22Knitting Machine s,2 digital embroidery machines (using Monogramming Design and digitizing software) and other dress making equipment; 4 Deep freez ers, 4no 2 -door refrigerators, 2no 3 door refrigerators, 2 deep fryer, 2 cake mixers (20kg)

 

Abuja FCT and Kaduna State
EQT/01/13/lot 2 Supply of various units of Vocational Education Equipment including 40  straight sewing machines, 25 Industrial Sewing Machines, 25 Overlooking Machines, 14 zigzag sewing machines, 19Knitting Machine s,3 digital embroidery machines (using Monogramming Design and digitizing software) and other dress making equipment; etc Akwa Ibom Enugu and Lagos States
EQT/01/13/lot 3 Supply of,   10  Bellow smokers, 100 units each of different articles of dressing for bee keeping (boots, gloves, suits and hats), 100 top bar hives, 2 Langstroth type hives with accessories, 6no each of 5kg/hr, 20kg/hr, 50kg/hr capacity steam wax extractors, 10 manual centrifugal extractors, 2 satchet honey sealing machines and other bee keeping equipment; etc Kaduna

 

 

 

 

 

 

 

4.       Eligible bidders can bid for more than one lot, subject to their ability to satisfy the aggregate qualification requirements for the combination of lots bided for.

 

5.       The amount for the bid security for each lot is Ten Thousand US Dollars ($10.000) or One Million, Six Hundred Thousand Naira (N1,600,000.00) or an equivalent amount in other convertible currencies. A separate bid security shall be presented for each lot. Consolidating the values of bid securities of two or three lots into a single bid security will render the bids non- responsive.

 

6.       Interested bidders may obtain further information from and inspect the bidding documents at the office address below, A Complete set of bidding documents may be purchased by the interested bidders on the submission of a written application to the Project Manager, Project Coordinating Unit, ADF Assisted Skills Training and Vocational Education Project located at address below, and upon payment of a non-refundable fee of thirty thousand Naira only (N30,000.00) or Two Hundred US Dollars (US$200) or an equivalent amount in any freely convertible currency. All payments must be made into the following account:

 

Name:        FME/ADB Assisted Skills Training and Vocational Education

No.              0009010722,

Bank:           EcoBank Nigeria Ltd,

SORT Code: 056080207

 

7.       The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the African Development Bank Standard Bidding Document: Procurement of Goods, June 2010

 

8.       Bids shall be valid for a period of 120 (One Hundred and Twenty) days after bid submission closing date.

 

9.       Bids must be delivered to the Project Coordinating Unit at the address below before 12:00 noon local time on 11 March, 2013, and must be accompanied by a bid security in the required amount.

 

10.     Bids will be opened at the same office and at 12:30 p.m. local time on the same date of bid closing date and in the presence of bidder’s representatives who choose to attend. Please note that electronic bid submission shall not be entertained.

 

Project Manager

Project Coordinating Unit

Plot 644, Zambezi Crescent, Opposite ETF Building

Off Aguiyi Ironsi Way, Maitama, Abuja

Tel: +23498734821

Email: stvep@adf-stvep.org

Abuja, Nigeria

Notice of Extension of Bio Submission Deadline at Road Sector Development Team (RSDT)

Road Sector Development Team (RSDT)

Federal Ministry of Works

                          

Notice of Extension of Bio Submission Deadline 

 

 

Country: NIGERIA

Project: Federal Roads Development Project (FRDP)

Credit Number – IDA 44150

 

Title: Output and Performance-Based Road Contract (OPRC) for the Maintenance of IKOM-MFUM ROAD ROUTE A 4-2

 

No: FRDP/2012/OPRC/02

 

This notice refers to the advertisement of invitation for Bids for the procurement of Output and Performance-Based Road Contract (OPRC) for the IKOM-MFUM Road Route A 4-2-Contract No. FRDP/2012/OPRC/02 which appeared in the Punch (page 50), The Guardian (page 45) and THISDAY (page 47) of December 5, 2012 with a submission deadline of January 31, 2013,

 

2.       Due to request from prospective bidders, the bid submission deadline has been extended to February 18, 2013 at 4.00pm.

3.       Bids must be delivered to the address below by 4:00pm (local time) on 18th February, 2013. All bids must be accompanied by a bid security as contained in the earlier advertisements referred to above. Late bids will be rejected. Bids will be opened at 4:30pm (local time) at the address below on l8th February, 2013 in the presence of bidders’ representatives who choose to attend.

 

Engr. Ishaq D. Mohammed

Road Sector Development Team (RSDT)

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja, Nigeria.

Tel: +234-7036609082

E-mail: unitmgr.rsdt@yahoo.co.uk

Invitation for Pre-Qualification of Contractors for 2012 Tetfund Special Intervention Project at Federal University of Petroleum Resources

Federal University of Petroleum Resources

PMB 1221 Effurun, Delta State, Nigeria

 

Invitation for Pre-Qualification of Contractors for 2012 Tetfund Special Intervention Project

 

A.      Introduction

The Federal University of Petroleum Resources, Effurun (FUPRE), Delta State, has received a special intervention from the Tertiary Education Trust Fund (TETFUND) and it intends to apply these funds for the Construction and furnishing of a Workshop and Laboratory for the Department of Petroleum Engineering in the College of Technology.

 

FUPRE is desirous of executing the Project on contract basis and wishes to invite reputable contractors with good track record to bid for pre-qualification.

 

B.    Location of Project

The project is located at the University’s permanent site at Ugbomro in Uvwie Local Government Area of Delta State.

 

C.      Scope of Work – Contractors

Lot   1:        Construction and Furnishing of Workshops and Laboratories for Department of Petroleum Engineering in the College Of Technology (2012 Tetfund SI Project)

 

F.      Pre-Qualification Requirements for Contractors

Interested Companies are to submit the following documents along with their letters of intent for the project:

1.       Certificate of Incorporation from Corporate Affairs Commission

2.      Current tax clearance certificate for the past three (3) years: 2009 – 2011

3.       Audited company account with minimum annual turnover of N150 million in any of the last three (3)years : 2009-2011

4.       Bank reference letter indicating evidence of accessibility to credit facilities of up to N100 Million.

5.       Comprehensive company profile showing organizational structure with names of key personnel involved in project implementation stating qualifications and professional    registration where applicable (enclose photocopies of professional qualifications).

6.       Evidence of experience as a prime contractor on at least one project of similar nature and complexity within the last three years, (2009-2011) stating clients cost with completion certificate and photographs attached.

7.       Possess a substantial proportion of equipment required to successfully execute the contract.

8.       Certified true Copy of Memorandum and Articles of Association duly endorsed by the Corporate Affairs Commission.

9.       VAT registration certificate

10.     Consent to allow for verification of firm’s financial standing with the bankers

11.     Evidence of compliance with the provisions of the Pension Reform Act, 2004.

12.     Evidence of compliance with the provisions of the Industrial Training Fund

(Amendment) Act 2011

13.   HSE Community Affairs and security policies detailing the company’s procedure for handling HSE, community affairs and security issues

14.    A sworn affidavit that none of the Directors has been convicted in any country

15.    Quality assurance/quality control manual

16.    Any other proven evidence/document that would confirm the skill/competence of individual contractor.

 

G.        Method and Submission of Application

Interested   Contractors are   expected   to   submit Technical   Pre-Qualification documents. Pre-qualification documents of five (5) sets of photocopies each should be submitted in a sealed envelope, clearly marked “CONFIDENTIAL -Prequalification as Contractor (2012 Tetfund SI Project) LOT 1 Name and mailing address of the Company which shall be clearly stated at the back of each envelope and Lot number on the top left hand side of the envelope Failure to comply with the above requirements will automatically result in disqualification.

 

All submissions are to be addressed to:

The Ag Registrar

Federal University of Petroleum Resources

PMB 1221

Effurun, Delta State

 

H.        Deadline for Submission

The pre-qualification documents should be submitted in the “Tender Box” at the office of the Ag. Registrar not later than 13th February, 2013 at 12.00 noon

 

  1. i.                   Opening of Pre-Qualification Bids

The pre-qualification bids will be opened at 2.00 pm on the 13th of February, 2013 and Tenderers are invited to attend the ceremony for the opening of the Lots at the University Auditorium

 

Caveat

Response to this invitation shall not oblige the University to consider any responding Firm for qualification. All costs incurred as a result of response to this invitation and any subsequent requests for information shall be borne by the responding Firm.

 

Only pre-qualified Contractors would be invited for Financial Bidding.

 

Signed:

R. A. EGBORGE (MRS)

Ag. Registrar

 

 

Invitation for Pre-Qualification of Consultants 2012 Tetfund Special Intervention Project at Federal University of Petroleum Resources

Federal University of Petroleum Resources

P.M.B 1221 Effurun, Delta State, Nigeria

 

Invitation for Pre-Qualification of Consultants 2012 Tetfund Special Intervention Project

 

A. Introduction

the Federal University of Petroleum Resources   Effurun (FUPRE),  Delta State h received a special intervention from the Tertiary Education Trust Fund (TETFUND) and t intends to apply these funds for the Construction and furnishing of a Workshop and Laboratory for the Department of Petroleum Engineering in the College of Technology

 

FUPRE is desirous of executing the Project on contract basis and wishes to reputable consultants with good track record to bid for pre-qualification.

 

B.   Scope of Work- Consultants

The scope of work includes preparation of detail/full drawings including all necessary tests, preparation of contract/tender documents and supervision. The Consultants are also expected to provide other services that will facilitate the execution of the building project for workshop and laboratories for the Department of Petroleum Engineering in the College of Technology.

 

 

LOT 1:    CONSULTANTS FOR THE CONSTRUCTION AND FURNISHING OF WORKSHOP AND LABORATORY FOR THE DEPARTMENT OF PETROLEUM ENGINEERING IN THE COLLEGE OF TECHNOLOGY (2012 TETFUND SI PROJECT)

 

 

C.      Location of Project

The project is located at the University’s permanent site at Ugbomro in Uvwie Local Government Area of Delta State

 

D.      Pre-Qualification Requirements for Consultants.

Interested Architects, Civil, Service Engineers, Quantity Surveyors or a Consortium of these consultants who wish to participate in the project is required to submit their firms profile which must include but not limited to the following documents:

  1. Certificate of incorporation with Corporate Affairs Commission
  2. Evidence of qualification and registration with appropriate professional Bodies
  3. Evidence of current renewal of practicing license of principal consultant
  4. Evidence of similar jobs done within the past three (3) years:2009-2011
  5. Company profile and address/office location
  6. Audited accounts for the past three (3) years:2009-2011
  7. Tax clearance certificate for the past three years (2009-2011)
  8. Evidence of VAT certificate
  9. Curriculum vitae of the principal officers of the company
  10. Name and address of bankers and reference letter from such banks
  11. Evidence of compliance with the provisions of the Pension Reform Act, 2004
  12. Evidence of compliance with the  provisions of the Industrial Training Fund (Amendment) Act 2011.
  13.  Any other information to prove the company’s corporate and technical experience and capabilities

 

 

For additional information, please refer to “STANDARD REQUEST FOR PROPOSAL FOR THE SELECTION OF CONSULTING FIRMS (COMPLEX LUMP SUM) OF THE FEDERAL REPUBLIC OF NIGERIA BUREAU OF PUBLIC PROCUREMENT DOCUMENT”

 

The consultancy services will be executed with strict adherence to all contractual terms in the signed agreement by all parties. All invited consultants will be required to submit a Technical Proposal and a Financial Proposal.

 

E.         Method and Submission of Application

Interested Consultants are expected to submit Technical Pre-Qualification documents Pre-qualification documents of five (5) sets of photocopies each should be submitted in a sealed envelope, clearly marked “CONFIDENTIAL: Prequalification for Consultancy Services (2012 Tetfund SI Project) LOT 1 Name and mailing address of the Company which shall be clearly stated at the back of each envelope and Lot number on the top left hand side of the envelope

 

Failure to comply with the above requirements will automatically result in disqualification.

 

All submissions are to be addressed to:

The Ag Registrar

Federal University of Petroleum Resources

PMB 1221

Effurun, Delta State

G.        Deadline for Submission

The pre-qualification documents should be submitted in the “Tender Box” at the office of the Ag. Registrar not later than 13th February, 2013 at 12.00 noon

 

  1. H.  Opening of Pre-Qualification Bids

The pre-qualification bids will be opened at 2.00 pm on the 13th of February, 2013 and Tenderers are invited to attend the ceremony for the opening of the Lots at the University Auditorium

Caveat

Response to this invitation shall not oblige the University to consider any responding Firm for qualification. All costs incurred as a result of response to this invitation and any subsequent requests for information shall be borne by the responding Firm.

 

Only pre-qualified Contractors would be invited for Financial Bidding.

 

Signed:

R. A. EGBORGE (MRS)

Ag. Registrar