Invitation for Expression of Interest at United Nations Development Programme (UNDP)

Invitation for Expression of Interest

 

The United Nations Development Programme (UNDP) on behalf of the UN Common Services in Nigeria is calling for Expression of Interest from registered service providers for the following services:

 

a)     Airlines/Travel Agent Services on long term arrangement.

b)    Electrical Maintenance Works;

c)     Civil Works, Construction companies

d)    Supply and installation of Electrical Parts;

e)     Customs Clearing Services

f)      Newspaper Adverts and Publications

g)     Courier Services

h)    Air-conditioning Sales and Services Maintenance Works;

i)       Supply and installation of Air-conditioning Parts;

j)       Generator Repairs and Servicing;

k)    Supply of Generator Repair and Servicing Parts;

l)       Rewinding and Recoiling of Electric Motors and Coils;

m)  Carpentry Maintenance & Services;

n)    Supply of Locks and Keys;

  • o)    Plumbing and Sanitary Installations and Repairs;

p)    Supply and Installations of Plumbing and Sanitary materials

q)    Supply of sundry consumable items such as:

 

 

  1.        i.            Hand Wash Soap, Tissue Paper,
  2.      ii.            Air Fresheners,
  3.   iii.            Batteries;
  4.   iv.            Office Stationeries;
  5.      v.            Bottled drinking water

 

r)      Provision of Cleaning Services;

s)     Provision of fumigation services

t)      Provisioning of Gardenings Landscaping;

u)    Supply, Installation and Maintenance of Fire Extinguishers

v)    Supply, Installation and Maintenance of Smoke Detectors Fire Alarms & Panic Alarms;

w)  Supply, Installation and Maintenance of Security equipment and Products such as:

 

  1.        i.            Access Control Security Systems including Baggage Scanners
  2.      ii.            Shatter-proof Resistance Films;
  3.   iii.            Closed Circuit TV Systems
  4.   iv.            Repairs of Motorized Equipment such as Electric Sliding Gates and Supply,
  5.      v.            Installation and Maintenance of Elevators and Spare parts.

 

All companies/service providers interested are requested to download the pre-qualification   application   form   from   the   UNDP   Website http://procurement-notices.undp.org/index.cfm or http://procurement-notices.undp.org/view_notice.cfm?notice_id=10484

 

 

The closing date for this expression of Interest is 12.00 noon local time, 31st of January, 2013. All submission must be made in compliance with the instruction as stated on the EOI form and addressed to:

The Service Centre Manager

UNDP- Nigeria,

19, T.Y Danjuma Street,

Asokoro, Abuja

Nigeria

 

For any clarification on any aspect of this Expression of Interest advert, please send an e-mail to vdmssupport.ng@undp.org quoting “Expression of Interest UNDP Nigeria” the subject of the e-mail. As part of the prequalification process, UNDP may visit the locations of the vendors to access their capacity as stated on the EOI form. Only the pre-qualified vendors would be invited to participate in the Invitation to Bid and/or the Request for Proposals. Any unsolicited attempt to influence UNDP internal selection process in favour of a particular vendor will result in the immediate disqualification.

 

Nothing in this EOI shall be taken to form a binding legal contract. The potential subsequent procurement will be governed by the rules and regulations of the United Nations Development Programme (UNDP).

 

We thank you for your interest.

 

This call for Expression of Interest does not amount to a commitment on the part of the UNDP either financially or otherwise. UNDP reserves the right to accept or reject any or all the Proposals without any obligation to inform the affected applicants of the ground for the acceptance or rejection.

Consultancy Announcement at Pact Nigeria

Consultancy Announcement

Open To: All interested Consulting groups/firms

 

Assignment: Baseline Assessment of PMTCT services in selected Local Government Areas Bayelsa state for Pact’s Community Based Prevention of Mother to Child Transmission of HIV project.

Location:   Bayelsa state

 

Opening Date:     January 10, 2013

 

Closing Date:       January 18, 2013

 

Pact Nigeria, located in Abuja, is the Nigerian Country office of Pact Inc, which is an independent International non-profit Organization headquartered in Washington, DC, USA. Pact Nigeria is implementing a 3-year program- Community Based Prevention of Mother to Child Transmission of HIV project in Bayelsa State funded by Chevron. Pact Nigeria is inviting applications from consultancy groups/firms to carry out a comprehensive baseline assessment for the project, on a short term basis.

 

Purpose of Consultancy Assignment

The purpose of this assignment is to conduct a baseline assessment for the project on current uptake and structure of PMTCT services across selected Local Government Areas of Bayelsa state. This is to establish a clear starting point for the PROMOT project. The specific objectives for this assignment will be:

  • Review existing analyses or assessments reports on PMTCT service delivery and uptake in Bayelsa State to inform implementation of PROMOT program activities.
  • Establish benchmarks for PROMOT project performance indicators against which project success will be measured at the end of the project
  • Conduct a community level baseline assessment of current PMTCT uptake and barriers to access for ANC / PMTCT services in the Bayelsa State which will include an assessment of current service structure for PMTCT, community perceptions of ease of access and quality of service delivery for ANC and PMTCT services at facilities, rapid capacity assessment of selected LGAs and Ministry of Health to deliver on its roles in PMTCT service delivery
  • Identify innovative approaches to generate demand and address barriers to access PMTCT services at community level

 

 

Consultancy Firm Profile/ Qualifications

Only consultancy firms located in Nigeria are prioritised for this assignment as Pact will not cover international travel costs for external firms. The following qualifications and skills will guide selection of the consultancy firm for this assignment:

 

 

Consultancy Firm Profile/ Qualifications

Only consultancy firms located in Nigeria are prioritised for this assignment as Pact will not cover international travel costs for external firms. The following qualifications and skills will guide selection of the consultancy firm for this assignment:

a) Interested firms must have cognate experience in development, implementation and assessment of public health interventions with evident capacity in conducting baseline assessments, surveys for health-related projects using qualitative and quantitative methods.

b) The individual consultants in the team proposed to work on this assignment must have a minimum of:

  • Advanced degree in Public health, development, social science or other relevant fields
  • Minimum of five years of relevant experience in quantitative and qualitative data analysis. The Lead consultant for the team should have a minimum of eight (8) years’ experience.
  • Excellent analytical and research skills with demonstrated technical report writing skill
  • Experience with HIV prevention, care and treatment programs. Knowledge of gender issues is an asset

 

How to apply:

Interested and qualified consultancy group/firm should send a mail requesting for the Terms of Reference (TOR) for this assignment to-cohene@pactworld.org  download the TOR from our website www.pactworld.org.  Using the TOR as a guide, each applicant consultancy group/firm should send in a complete application comprising of a technical proposal and a detailed budget. All Applications should be submitted by email to pactnigeriainfo@pactworld.org  not later than 4pm Nigerian time on January 15, 2013. Applicant organizations MUST indicate on the SUBJECT of the mail (BASELINE ASSESSMENT CONSULTANCY). Note that only the short-listed candidates will be contacted

 

Waiver:

Distributing this announcement does not mean there is any commitment on the part of Pact Nigeria to select an organization, nor does it mean that Pact Nigeria will pay for any costs incurred by any organization in the process of submission of an application. Furthermore. Pact Nigeria reserves the right to reject any or all applications, or to award the consultancy without further discussion or negotiations if it is considered being in the best interests of the project. Pact reserves the right to recall this solicitation at any time or adjust the terms to meet project needs and resource availability.

 

Request for Applications at Pact Nigeria

Request for Applications

 

Assignment: Midline Assessment of Rapid and Effective Action Combating

HIV/AIDS (REACH) program

 

Date of issue: Thursday, January 10th, 2013

 

Deadline for submission: Friday, January 24th, 2013

 

Pact Nigeria is inviting applications from Consultancy groups/firms for the work assignment described in the Terms of Reference (see below). To enable you to prepare an application for this assignment, each applicant consultancy firm/group should send in an application comprise of:

 

(a)     A Technical Proposal:

  • The approach and methodology proposed by the consulting group for the assignment and comments on the Terms of Reference if any (max 4 pages).
  • Proposed implementation plan
  • An up-to-date curriculum vitae of key individuals who will be engaged in the assignment, and

 

(b)     A detailed budget on excel sheet stating the amount to be charged for personnel time and all activities related to the assignment, which should be quoted in Nigeria naira only. Please show any travel costs separately.

 

 

Your proposal and any supporting documents must be in English Language.

 

Pact Nigeria places great emphasis on ensuring that the objectives of the work assignment, as described in the Terms of Reference, are met. Accordingly, in evaluating the proposals for the assignment, attention will focus first and foremost technical elements. From those proposals deemed suitable in terms of the Terms of Reference, Pact shall select the proposal that offers the organization best value for money.

 

 

Your proposal should be submitted by e-mail no later than midday (12:00) Nigeria time on 18th January, 2013. E-mail proposals should not exceed 5MB.The e-mail submissions are: oaweda@pactworld.org, cohene@pactworld.org and pactnigeriainfo@pactworld.org.

 

It is the responsibility of each applicant to ensure that the proposal is received by the deadline. Thank you for your interest in this assignment; and we look forward to receiving your proposal.

 

 

 

Request for Quote at Abt Associates

Request for Quote

Bold Thinkers Driving Real – World Impact

 

 

Abt Associates, a major American business and government research, technical assistance, and consulting company, manages the USAID-funded Indoor Residual Spraying (IRS2 TO4) Project, which seeks to reduce the burden of malaria in 14 African countries through cost-effective commodities procurement and logistics systems, access to technical expertise, and implementation of Indoor Residual Spraying (IRS) by its field office located in Lafia. Nasarawa State, Nigeria.

 

Abt Associates is planning for the next spray campaign in the first quarter of 2013 and desires to utilize the services of potential and responsive organizations in transportation logistics for safe and secure movement of commodities and field staff during the IRS operation.

 

Abt Associates hereby solicits quotes from Motor vehicle transport logistics vendors for Buses with Drivers in line with specifications and requirements outlined in the following RFQ.

 

Scope of Work

The selected bidder(s) shall undertake the dispatch of commodities (spray equipment and materials) from project warehouse in Lafia to 17 operational sites spread across Doma and Nassarawa Eggon LGAs, in Nasarawa State. In addition, the bidder shall be responsible for the daily transportation of field staff

 

 

Lot 1 Duration Type Qty Specifications
Filed staff transportation Not more than 40 days Buses 32 18-seater, sound engine neat cabin, robust chasis, equipped with accessories & service kits, spare tyres, fire extinguisher, valid vehide and driver’s license and GSM.
Lot 2 commodities transportation Not more than 5 days JS-Loader Bus 12 Enclosed, neat & spacious cabin, sound engine, neat cabin, robust chasis, equipped with accessories & service kits, spare tyres, fire extinguisher, valid vehide and driver’s license and GSM

 

 

General Requirement

I.       Evidence of registration with Corporate Affairs Commission.

II.      Provide detailed profile of the organization including registered address, functional contact email address and GSM.

III.     Cost-effectiveness of price quotation.

IV.     Evidence of registration with FIRS and other relevant bodies.

V.      Verifiable evidence/copy of similar jobs successfully executed in the past.

VI.     Knowledge of the local terrain is a mandatory requirement

VII.   Vendors are required to fully review all instructions and comply with all requirements as specified in this RFQ. Abt reserves the right to reject any and all quotes due to incomplete documentations.

 

 

Specific Requirement for IRS

  1. All vehicles must be in good working condition for movement of field staff throughout the operation.
  2. All drivers will be trained on the peculiarity of IRS commodities transportation
  3. Daily schedule of activities is strictly time-bound. Vehicles must be at their operational base as from 6.30a.m to maximum of 6.00p.m
  4. Emergency vehicle replacement plan within two (2) hours in case of vehicular breakdown.

 

 

Conditions for Pre-Qualification

  1. Presentation of array of vehicles for inspection
  2. Identifiable park location

 

Instructions/Submission Procedure

All quotes must be submitted in two (original and duplicate) in a sealed envelope and marked RFQ-18 Seater Bus and RFQ-Loader for Buses and J5 Buses respectively. All quotes must be received by 5.30pm on or before 24th January, 2012. All quotes must be submitted in hard copies to:

The Procurement & Logistics Coordinator,

Abt Development Foundation,

Behind Police Commissioner’s House,

Off Shendam Road, Lafia,

Nassarawa State.

Tel: 081 08479672

 

 

Response will be given to all requests for clarification up to the deadline date stated above. All requests can be referred to above Abt designee.

 

Note: This RFQ shall not be misconstrued to be commitment on the part of Abt Associates to award any form of contract to any respondent, nor shall it entitle any organization to claim indemnity from Abt Associates

 

Invitation to Prequalify and Tender for the Construction of the Proposed Minna City Centre Tower at Ministry of Works and Infrastructural Development, Niger State

Niger State Government

Ministry of Works and Infrastructural Development

Block E, Abdulkareem Lafene Secretariat Minna.

 

Invitation to Prequalify and Tender for the Construction of the Proposed Minna City Centre Tower

 

 

Introduction:

In line with the Niger State Government’s vision of attaining the status of being among the three best economies in Nigeria by the year 2020, the State Government is desirous of construction a lower referred to herein as Minna City Centre Tower, located at the proposed Minna City Centre along Paiko Road, by Mobil Round About Minna, Niger State. In pursuit of its urban renewal programme, the State Government is envisaging a re-development that will take advantage of the City Centre of the State Capital, Minna with a tower and adjoining befitting shopping arcade or nail for which designs and architectural conceptualization have completed.

 

Accordingly, Niger State Government is inviting reputable and competent bidders that are experienced in tower construction to bid for the construction of proposed Minna City Centre Tower.

 

 

2.0     Project Description

2.1     General Design Concept

The proposed Minna City Tower is conceived within the Local “Calabash and Ludayi” concept housing communal facilities at the lower levels and observatories and restaurant along the tower section which rises up to 70 meters above ground level.

 

 

2.2    Design Responsibility

Within the provision of the contract for this project and as stipulated in the contract conditions, the successful bidder shall be required to provide detailed designs of structural and engineering service of the tower in line with outline design and specification given by the consultants referred in the contract conditions.

 

2.3    Construction

The work includes the construction of the Minna City Centre Tower consisting of concrete and steel structural frames, main central core in concrete and steel elements on raft and pile foundation, both lower and tower sections constructed in precast concrete and structural steel skeleton covered in Alucobond cladding. The observatories and restaurant arc to be cladding in clear sheet glaring. The work also comprises vertical transportation and ventilating systems, mechanical and plumbing installations, communication and fire fighting installation amongst others.

 

3.1     Pre-qualification Requirements

In order to pre-qualify, prospective firms must supply the following information:

  1. Proof of registration with Niger State Public
  2. Company profile containing contract number and e-mail address;
  3. Copy of CAC registration certificate;
  4. Evidence of three years tax clearance;
  5. Evidence of three years audited account;

 

3.2 Technical & Financial Bid Requirements

  1. Track record of successful investment in construction and redevelopment;
  2. Evidence of financial capability from a reputable bank.
  3. Brochure showing tasks accomplished in relevant sectors;
  4. Composition and profile of management team showing qualification and years of experience in construction/ hospitality industries;
  5. Schematic  drawings  of proposed  construction  with proposed period of development;
  6. Work Plan and  Methodology  for undertaking the assignment;
  7. Evidence of previous work done;
  8. A non-refundable bank draft of tender fees of Five Hundred Thousand Naira (N500,000.00 only, payable to Niger State Ministry of Works  and  Infrastructural Development;
  9. Completed bidding document; and
  10. Any other additional information that may enhance the bidding process.

 

3.3     Bid Security

a refundable bid  security amount  of One Million naira (N1,000,000.00) only shall be provided.

 

4-0    Bidding Document Collection & Submission

4.1     Collection

The interested firms are requested to collect complete set of bidding documents from the office of the Director Public Building, Ministry of Works & Infrastructural Development, Block & Abdulkareem Lafene Secretariat Complex, P.M.B. 60, Minna, Niger State.

 

 

4.2     Submission

The technical and financial bid proposals must be prepared as separate document as provided for in the Instruction to Bidders.

The technical and financial proposals must be SEPARATELY packaged in sealed envelopes, clearly marked as. “Financial” and “Technical” as appropriate and put together in a SINGLH (bigger) envelope which should be marked TENDER FOR TEE PROPOSED MINNA CITY CENTRE TOWER. All bids should be submitted not later than 19th February, 2013 by 12:00 noon. All bids shall be publicly opened on Wednesday 20th February, 2013 at the conference hall of the Ministry of Works & Infrastructure Development in the presence of bidders and/or their representatives by 10:00am.

 

All bids lo be addressed and submitted to the office of the

Permanent Secretary, Ministry of Works and Infrastructural

Development, Block E, Abdulkareem Lafene Secretariat, Minna,

Niger State.

 

Signed:

Permanent Secretary,

Ministry of Works and Infrastructural Development,

State Secretariat,

Minna, Niger State.