Request for Expressions of Interest (Consulting Services – Firms Selection) at Nigeria-Polychlorinated Biphenyl (PCB) Management (Federal Ministry of Environment)

Nigeria-Polychlorinated Biphenyl (PCB) Management (Federal Ministry of Environment)

 

Request for Expressions of Interest (Consulting Services – Firms Selection)

 

Country: Nigeria

Name of Project: Nigeria Polychlorinated Biphenyl Management Project

Grant No.:           TF 099856.

 

Assignment Title:          Communication and Awareness Strategy (Including Development of Tool Kits) on Polychlorinated Biphenyls (PCBs)

Reference Number:       EOI No. PCB/EOI/01/12

The Government of the Federal Republic of Nigeria has received a grant in the amount of USD 6.3Million from Global Environment Facility Trust Fund towards the cost of the Nigeria Polychlorinated Biphenyls Management Project and intends to apply part of the proceeds for consulting services.

 

The consulting services (“the Services”) include Communication and Awareness Creation on (Including Development of Tool kits) on Polychlorinated Biphenyls (PCBs)

 

The Federal Ministry of Environment now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The short listing criteria are: Experience of the firm, Qualifications, experience in region & adequacy for the assignment organization.

 

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants (under IBRD Loans and IDA Credits & Grants) by World Bank Borrowers January, 2011 (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.

 

Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications.

 

A Consultant will be selected in accordance with the Consultant Qualification Method (CQS) set out in the Consultant Guidelines.

 

Further information can be obtained at the address below during office hours 9.00A.M to 4.00P.M. Monday to Friday.

 

Expressions of interest must be delivered in a written form to the address below on or before 21st December, 2012.

 

 

Invitation for Pre-qualification at Nigerian Communications Commission

Nigerian Communications Commission

 

Invitation for Pre-qualification

Ref. No NCC/WRKS/Vol.1/011/2012

 

In compliance with the requirements of the public Procurement Act 2007, the Nigerian Communications Commission invites tenders from reputable companies with proven experience to undertake the under-listed projects/works.

 

 

Lot No           Project Description
ECW 1

 

Supply and installation of Transformer and connection of Emergency Communication Sites in the South-West Zone to , the National Grid.
ECS1

 

Supply and installation of Transformer and connection of Emergency Communication Sites in the South-South Zone to the National Grid
ECE1

 

Supply and installation of Transformer and connection of Emergency Communication Sites in the South-East Zone to the National Grid.
ECNW1

 

Supply and installation of Transformer and connection of Emergency Communication Sites in the North-West Zone to the National Grid.
ECNC1

 

Supply and installation of Transformer and connection of Emergency Communication Sites in the North-Central Zone to the National Grid.

 

ECNE1

 

Supply and installation of Transformer and connection of Emergency Communication Sites in the North-East Zone to the National Grid.

 

ECW 2 Provision of Electric Power Generator Maintenance Services at Emergency Communication Centers in the South-West Zone

 

ECS 2 Provision of Electric Power Generator Maintenance Service: at Emergency Communication Centers in the South-South Zone

 

ECE 2 Provision of Electric Power Generator Maintenance Services at Emergency Communication Centers in the South-East Zone

 

ECNW 2 Provision of Electric Power Generator Maintenance Services at Emergency Communication Centers in the North-West Zone

 

ECNC 2 Provision of Electric Power Generator Maintenance Services  at Emergency Communication Centers in the North-Central Zone

 

ECNE 2 Provision of Electric Power Generator Maintenance Services ] at Emergency Communication Centers in the North-East Zone

 

 

 

 

Eligibility Criteria

Interested Contractors are required to submit the following documents in the order stipulated below:

  • Evidence of Incorporation and registration with CAC.
  • Genuine Tax Clearance Certificate for the preceeding 3 years i.e 2009, 2010 and 2011.
  • Evidence of Pension Fund/ ITF Contribution.
  • Companies audited account for the preceeding 3 years.
  • Number of years of experience of similar work of the same magnitude
  • List of Similar Works Performed in the last five(5) years

 

 

Eligibility Criteria

  • Profile of the Company including list of Professional Staff qualification and competence for the assignment
  • Evidence of financial capability supported with bank statements for the last six months from a reputable bank.
  • Evidence of membership with Electrical Contractors of Nigeria in the case of LOTS ECW1, ECS1, ECE1, ECNW1, ECNC1 and ECNE1
  • Interested Firms MUST NOT submit bids for more than ONE (1) Lot.
  • Every submission must be accompanied with an affidavit that all information and documents submitted are true and correct and that no officer of the Commission is a former or present Director, Shareholder or has any pecuniary interest in the bidder.

 

 

Submission of Documents

The prospective Bidders shall enclose one (l) original and one (l) photocopy of the proposal in one envelope and enclosed in one sealed outer envelope which shall bear the Lot description, the name, address of the Company and addressed to:

 

The Executive Vice Chairman

Nigerian Communications Commission

Plot 423, Aguiyi Ironsi Street,

Maitama, Abuja.

 

The documents should be submitted at the Bid box in the reception of the Commission’s Head office at Plot 423, Aguiyi Ironsi Street, Maitama, Abuja not later than 12 noon 30th November, 2012.

Disclaimer

  • Late submission shall be rejected
  • This advertisement is published for information purposes only and should not be considered as a commitment or obligation on the part of the Commission to award a contract.
  • The Commission reserves the right to annul the bidding process at any time without incurring any liabilities and assigning any reason thereto.

 

All enquiries should be directed to:

Director,

Human Capital and Infrastructure Group,

Nigerian Communications Commission  

3rd Floor, Plot 423, Aguiyi Ironsi Street,

Maitama, Abuja.

 

Signed:

Tony Ojobo

Director, Public Affairs

Invitation for Pre-qualification at Nigerian Communications Commission

Nigerian Communications Commission

 

Invitation for Pre-qualification

In compliance with the requirements of the public Procurement Act 2007, the Nigerian Communications Commission intends to pre-qualify competent vendors and/or solution providers with proven experience to carry out specific works related to its 2012 capital budget. To this end, competent vendors and/or solution providers are invited to submit documents for pre-qualification to tender for the project described below.

 

Supply, implementation, integration and support of a quality of service tool infrastructure for mobile telecommunication services.

 

 

Pre-Qualification Requirements:

Interested Vendors and / or solution providers that wish to participate in the exercise are required to submit the following documents:

  • Evidence of Incorporation and registration with CAC.
  • Current Tax clearance Certificate for the preceeding 3 years i.e 2009, 2010 and 2011.
  • Companies audited account for the preceeding 3 years.
  • Evidence of compliance with the statutory Pension Act.
  • Profile of company including list of similar projects executed, Letters of award, completion certificate and curriculum vitae of professionals in the company’s employment.
  • Evidence of implementing a quality of experience tool for a regulator and/or an operator
  • List of relevant equipment with evidence of purchase if owned or leased agreement.
  • Evidence of financial capability supported with bank statements for the last six months from a reputable bank

 

 

Submission of Documents

The prequalification documents should be submitted in a sealed envelope clearly marked “Pre-Qualification for Works” on the right hand corner and the name of the company should be clearly written at the reverse side of the envelope. The documents should be addressed to:

The Executive Vice Chairman

Nigerian Communications Commission

Plot 423, Aguiyi Ironsi Street,

Maitama, Abuja.

 

The documents should be submitted at the Bid box in the reception of the Commission’s Head office at Plot 423 Aguiyi Ironsi Street, Maitama, Abuja not later than 12.00 noon on December 14, 2012.

 

Please note that only qualified vendors and / or solution providers will be contacted in writing to tender for the relevant projects, which shall attract appropriate administrative and tender fee

 

All enquiries should be directed to:

Director,

Human Capital and Infrastructure Group,

Nigerian Communications Commission,

3rd Floor, Plot 423, Aguiyi Ironsi Street,

Maitama, Abuja.

 

Signed:

Tony Ojobo

Director, Public Affairs

 

Nigerian Communications Commission

Plot 423, Aguiyi Ironsi Street, Maitama, Abuja.

Tel: 09 – 4617000 – 29. Fax: 09 – 2344589.

E-mail: ncc@ncc.gov.ng

http: www.ncc.gov.ng

Call for Expression of Interest for the Implementation of Ekiti State HIV/AIDS Fund (HAF) at Ekiti State AIDS Control Agency (EKSACA)

Ekiti State HIV/AIDS Programme Development Project (HPDP 2)

(World Bank Assisted)

Ida Credit No: 45960NG

 

Ekiti State AIDS Control Agency (EKSACA)

Office of the Executive Government, No 7, Ajibade Lane, opp NOVA International Nursery & Primary School, GRA, Ado_Ekiti

 

Call for Expression of Interest for the Implementation of Ekiti State HIV/AIDS Fund (HAF)

 

Issuance Date: 30-11-2012

 

Background

Ekiti State AIDS Control Agency (EKSACA) has received financing from the World Bank toward the cost of the second HIV/AIDS Programme 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 NGOs, PBOs, CBOs, Support Group and PSOs that earlier participated in the CSOs mapping exercise in Ekiti State and new entrants to provide support to Ekiti SACA in project implementation for a period of 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.

 

Programme Areas

1.       Prevention

CSOs are required to identify and work with the following populations within priority LGAs delivering specific services as follows:

 

A.      MARPs in Ekiti State includes: Sex Workers and their clients (SW), Men Having Sex with Men (MSM), Injection Drug Users (IDUs), Youth and Young Adults with high levels of partner change, Babies born to HIV Positive Women in the following priority Communities- Irona, Idemo, Ijigbo, and Odo in Ado LGA; Oke Osun, Anaye, Moshood in Ikere LGA; Oke Qja, Aramoko and Iworoko in Ekiti West, Other LGAs are Ijero, Ekiti East and Efon.

 

B.      Vulnerable Population in Ekiti State are Women with Special Needs (Widows, Separated, Divorced, and Singles Mothers), Mobile Population (Uniform Service Personnel (USP), Transport Workers (TW), Development workers), Incarcerated Population, Children and Persons with Special Needs (Physically or mentally challenged) and Health workers m the following LGAs Ado, Ijero, Ekiti East, Ise/Orun, Emure, Ikere, Ekiti South West, Gbonyin, and Moba Local Government Areas.

 

C.      Priority general population are pregnant women, Men and Women of Reproductive ages, Students of tertiary institution across the 16 LGAs.

 

  • The state priority intervention for MARPs include the followings: peer outreach and education for HIV prevention, condom promotion and distribution, HIV counseling and testing, HIV treatment referral and follow-up, STI treatment services, structural interventions including crisis response, community mobilization, access to social entitlements, skills education, etc.

 

  • The priority intervention for Vulnerable key population includes: outreach and education for HIV prevention, condom promotion and distribution, HIV counseling and testing, HIV treatment referral, STI treatment services (referral or direct provision).

 

  • The priority intervention for General Population includes Information and education for HIV risk reduction, condom promotion and distribution (including social marketing), HIV counseling and testing, Advocacy referral and support for PMTCT services where available, referral for HIV treatment where available in the State.

2.       Care and Support

Organizations are expected to deliver evidence based Care and Support services to People Living with HIV/AIDS and/or Orphans and Vulnerable Children within a specified geographic coverage area. They are as follows:

 

A.      Demand creation for HIV services-HCT, HBC, ART, PMTCT, TB and STI interventions for Men and Women of Reproductive Ages in Ise-Orun Moba, Ilejemeje and Emure.

 

B.      HIV impact mitigation services for indigent PLWHAs and PABA, Positive Pregnant women, Care Givers including OVC in Oye, Moba, Ilejemeje and Ise-Orun.

The Activities may include but not limited to the followings: strengthen activities of the six support groups in the state in the areas of Home Based Care, Counseling, strengthen Referral linkages, and create community involvements thereby enhancing the fight against stigma and discrimination, support monthly coordination meeting of care providers/support group within the cluster so as to encourage best practices, increase information sharing, and data collection and programme accountability. Also promoting treatment literacy and adherence enhance social mobilization to create demand for the utilization of TB/STI/HIV services, strengthen linkages between services available in the state for PLHIV, OVC and PABA and the NEPWHAN member’s organization such as NAPEP, NDE, Micro Credit Agency and SUBEB etc.

 

Selection Criteria

Ekiti 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.

Organization should also indicate their interests focusing on their area of competency through a formal letter.

 

General Terms and Conditions:

The HAF implementing 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).

 

The Expression of interest must be submitted in three sets, one CD-Rom and delivered to Ekiti State AIDS Control Agency (EKSACA).

  • The selected envelope must be clearly marked EKSACA Expression of interest for HAF implementation.
  • Only shortlisted organizations for the next stage would be contacted for further details.

 

The Expression of interest should be addressed and delivered on or before 30th December, 2012 at the EKSACA Secretariat as addressed below between the hours of 0800 to 1700 hours.

 

The Project Manager,

Ekiti State AIDS Control Agency (EICSACIA)

Attention: Community Mobilization Officer,

Ekiti State AIDS Control Agency

7, Ajibade Lane, GRA

Ado-Ekiti

Tel: 08032296212

E-mail: ekitihivaids@yahoo.com , Website: www.eksaca.org.ng

Pre-qualification of Service Providers at AHF Nigeria

AHF Nigeria

 

Pre-qualification of Service Providers

 

Foundation for AIDS Care, Prevention and Advocacy in Nigeria (AIDS Healthcare Foundation (AHF) Nigeria is an NGO working in collaboration with the Federal Ministry of Health to provide HIV/AIDS care, including antiretroviral treatment, basic palliative care, psychosocial support, HIV Testing and Prevention, training and other related services. Our country Program Office is based in Abuja and our operational sites are in rural settings in Benue and Kogi as well as a Free HIV Clinic in Abuja.

 

 

The Program now invites sealed bids from all  eligible firms/persons for prequalification of service providers for works, services, and supplies for the year

2013.

 

 

  1. A.   SUPPLIES
  2. Drugs for treating Opportunistic Infections (Ol’s)
  3. Antiretroviral Drugs
  4. Medical Sundries and Supplies
  5. Laboratory Reagent including but not limited to HIV Test Kits, Reagents for Hematology, Clinical Chemistry and Parasitoiogy.
  6. Stationary -All Types
  7. Printing Services
  8. Computer & IT equipment
  9. Toner and Cartridge (for Photocopiers, Printers)
  10. Office Equipment
  11. Electrical Materials (Fixtures and Fittings)
  12. Furniture’s and Fittings for Office and Clinics
  13. Protective Wears (Head gears, safety Laboratory shoes, Clinical Coats, Life Jackets/Vests)
  14. Clinical Reference Materials (Books, Charts and Cards)
  15. Supply and maintenance of fire extinguishers
  16. Kitchen/Grocery Items and Toiletries
  17. Tyres and Tubes

 

 

 

  1. B.   SERVICES
  2. Hotel Services (Abuja, Makurdi, Lokoja)
  3. Fumigation Services
  4. Repair and Servicing of Generators
  5. Repair and Servicing of Air Conditioners
  6. Repair and Servicing of Motor Vehicles
  7. Motorcycles Repair and Maintenance
  8. Clearing and Forwarding Services
  9. Tours and Travel Services
  10. Taxi Services
  11. Clearing and Forwarding Services
  12. Courier Services
  13. Service /Maintenance of the Electrical System
  14. Engraving of Assets
  15. Corporate Uniforms
  16. Designing, Printing and Branding of IJE.C Materials and Promotional items
  17. Computer and Software Maintenance
  18. Repair, Servicing and Maintenance of Clinical Laboratory Equipments and Instruments
  19. Medical Waste Management and Waste Disposal

 

 

C       WORKS

1.       Provision of Building and Construction Works (Medically Oriented)

2.       Carpentry Works

3.                Plumbing Fixtures and Fittings

 

 

Terms and Conditions to Bidders

All valid applications MUST be accompanied by the following:

  • Certificate of Incorporation or Registration
  • VAT Registration where applicable
  • Valid Income Tax Clearance for 2011/2012
  • Five (5) Reputable Organizations to act as References

 

Method of Submission

Bids are to be delivered in Properly Sealed Envelopes and marked “Prequalification for Provision of (nature of business)”. These should be addressed to:

The Country Program Manager,

AHF Nigeria Country Office

6 Odeina close, Off Libreville Street (Near DSTV Office)

Wuse II, Abuja

 

 

Deadline for Submission:

14th December, 2012 by 3:00pm