Call for Proposals at Catholic Relief Services (CRS)

Call for Proposals

 

Global Alliance for Vaccines and Immunization (GAVI) Civil Society Strengthening Project 2013-14

 

Catholic Relief Services (CRS) is issuing a Call for Proposals for registered civil society organizations in Nigeria to create a national civil society network and/or strengthen existing network’s capacity to:

 

  • Engage in immunization- and health system- strengthening processes
  • Influence and engage with country governments and development partners
  • Link communities with immunization and health systems
  • Act as key partners in implementing the Global Vaccine Action Plan (GVAP) at the country and community level

 

Grants are for a maximum of US$60,000 and will cover the period January 1, 2013 -December 31, 2014. Please send completed applications to: Brenda.hegarty@crs.org and Jennifer.overton@crs.org,

CC-ingjulie.ideh@crs.org, zeluwa.maikori@crs.org not later than 7th December 2012.

 

Eligibility

Sub-grantees must be registered civil society organizations in Chad, Nigeria, India, Haiti, Liberia and Uganda and meet all or most of the below criteria:

 

 

  • Participation in the National Health Sector Coordination Committee (HSCC) or equivalent body
  • Experience in mobilizing NGO networks and coordinating CSO feedback into national health sector planning and policy dialogue
  • Experience with advocacy with collective NGO partners at various levels
  • Focus on immunization; MNCH- Maternal New-born and Child Health is an added advantage
  • Engagement in social mobilization activities to increase demand and address immunization inequities issues
  • Demonstrated experience and capacity in project oversight and financial management
  • Experience in developing and monitoring a corresponding work plan and implementing activities as sub-grantees
  • Familiarity with HSFP and country’s application history
  • Awareness of new vaccine introduction in the country and ideas for how CSOs can support this process.

 

Note:

Interested CSOS should send an E-mail to E-mails listed above to receive Proposal Application Package.

Invitation for Tenders at Nigerian College of Aviation Technology, Zaria

Nigerian College of Aviation Technology, Zaria

PMB 1031, Zaria Aerodrome, Kaduna State

 

Invitation for Tenders

 

  1. The Federal Government has provided funds in the 2012 Appropriation for the Nigerian College of Aviation Technology, Zaria (NCAT). NCAT intends to use the funds for Procurement of various Works, Goods and Services as listed below. NCAT hereby invites

 

Lot

 

Project Title

 

Tender Fee

 

Location

 

1.

 

Upgrading of Aero-medical Centre

LOT A:  Renovation

LOT B: Equipping

 

 

 

N20,000.00

N20,000.00

 

NCAT, Zaria

 

 

 

  1. 2.     Tendering Requirements:

Interested and competent contractors wishing to carry out any of the above jobs are to submit the following documents (strictly in the order presented below) attached with their bid, which will be subjected to verification by NCAT:

1.       Evidence of registration/incorporation with Corporate Affairs Commission (CAC).

2.       VAT registration Certificate.

3.       Current Tax Clearance Certificate.

4.       Names of Bankers with References.

5.       Comprehensive Company Profile with CV’s of key personnel   including photocopies of relevant professional/technical qualifications.

6.       Verifiable evidence(s) of successful completion of similar works within the past three (3) years and attached copies of letters of awards and certificates of successful completion

7.       Refundable Bid Security of 2% of Bid Sum in Bank Guarantee, valid for 180 days.

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

9.       Affidavit disclosing whether or not any officer of NCAT or BPP is a former or present director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct.

10.     Evidence of compliance with the provisions of the Amended Industrial Training Fund Act 2011.

 

 

3. Collection of Tender Documents

To collect bid documents, a prospective bidder is required to contact the Procurement

 

 

Unit’ NCAT, Zaria Aerodrome, Zaria, between the hours of 8am-4pm, Monday to Friday, from Monday, 12th November, 2012 to Monday, 24th December 2012 after a payment of a non-refundable tender fee of N20, 000.00 for each LOT, payable only to the Nigerian College of Aviation Technology, Zaria, Account Number: 0034478357, ECOBANK.

 

 

Deadline for Submission of Documents

The completed Tender Documents should be submitted in two (2) envelopes marked

“Original” and “Copy” and addressed to:

The Secretary,

NCAT Tenders Board,

Nigerian College of Aviation Technology,

PMB 1031, Zaria Aerodrome,

Kaduna State

 

All documents should be dropped in the Tenders Box at the Procurement Unit, NCAT, Zaria Aerodrome, Zaria on or before 12 noon on 24th December, 2012.

 

5.       Opening Tender Documents

Opening of Tender Documents will hold immediately after the deadline in the presence of Bidders or their Representatives and other interested members of the public at the ATS/COM School Lecture Theatre, NCAT Zaria at 12 noon, 24th December, 2012. For enquiries please call: 07030445056.

 

 

6.       Important Notice

Please note that:

  1. Bidding  will  be conducted  through   National  Competitive  Bidding (NCB)

Invitation for Pre-Qualification and Tender at Federal Polytechnic Ilaro

Federal Polytechnic Ilaro

Ogun State, Nigeria

 

Invitation for Pre-Qualification and Tender

 

The Federal Polytechnic, Ilaro is desirous of awarding contracts for the under-listed projects for Tertiary Education Trust Fund (TETFUND) 2011 Special interventions.

 

Breakdown   of   Projects   on   the   Year   2011   Special Intervention

Lot 1           Construction of School of Engineering

Lot 2           Construction of School of Agriculture

 

In view of the above, the Polytechnic is inviting competent and interested Tenderers for pre-qualification to tender for the above listed projects. Each Tenderer must clearly identify which of the projects its company is interested in.

 

 

The pre-qualification documents which must be well bound and arranged in this order must contain the following:

(a)     Company’s Tax Clearance for the last three (3) years with Evidence of payment (2009, 2010&2011)

(b)     Evidence of Company Registration with Corporate Affairs Commission

(c)     Verifiable list of similar and other jobs successfully executed with their locations

(d)               Verifiable list of plants/machinery with years of manufacture and locations of the equipment to be used in the project. Please state whether the equipment are on lease, hire or owned by the company with evidence of purchase where applicable List of key staff with their Curricula vitae and relevant positions that will execute the project

(f)      Company’s financial details and audited accounts for the last three years (2009, 2010&2011)

(g)     Value Added Tax Certificate (VAT Certificate) with Evidence of payment.

(h)     Evidence of registration with Pensions Commission in compliance with the provisions of section 16 (6) d of the Public procurement act 2007.

(i)      Evidence of financial capabilities and bank support (Bank Reference)

(j)                An affidavit disclosing whether or not any officer of the relevant committees of the Federal Polytechnic, Ilaro or the Bureau of Public Procurement is a former or present director, shareholder or has any pecuniary interest in the bidding company.

 

Verification of Claims

Interested Contractors must note that Federal Polytechnic, Ilaro and its Consultant reserve the right to verify claims made in the Pre-qualification Documents submitted by them.

 

Submission of Pre-Qualification/Tender Documents

The relevant pre-qualification and tender documents should be neatly packaged in binders and sent in separate sealed envelopes for each project and clearly marked at the top left corner “Pre-Qualification Or Tender Document For The Project On The Year 2011 Tertiary Education Trust Fund (Tetfund) Special Intervention to the undersigned on or before 7th Jan, 2013.

 

The companies submitting the Pre-qualification and Tender documents should write the name of the company at the bottom left corner of the 2 envelopes for easy identification.

 

Interested contractors should collect the bid documents at the office of the Ag Director of Works and Services, Federal Polytechnic, Ilaro upon the payment of a sum of Fifty thousand naira (N50, 000.00) only per project payable to The Bursar, Federal Polytechnic, Ilaro, Ogun State.

 

The packages should be delivered to the address given below not later than 7th January, 2012 at 12.00 noon.

The Registrar,

Registrar’s Office,

Administrative Building Federal Polytechnic, Ilaro

 

Please note:

  • The Pre-qualification and Tender document will be opened on 7th Jan 2013, by 2p.m at the Polytechnic board room. West Campus. All those who had submitted their

Request for Expression of Interest (EOI)/Prequalification Documents for Consultancy Services on Automated and Integrated Information Technology (IT) System for the Federal Government of Nigeria (FGN) Bond Market and Its Interconnectivity with the IT Systems of other Market Regulatory Agencies and Participants at Debt Management Office

Debt Management Office

Nigeria

 

Request for Expression of Interest (EOI)/Prequalification Documents for Consultancy Services on Automated and Integrated Information Technology (IT) System for the Federal Government of Nigeria (FGN) Bond Market and Its Interconnectivity with the IT Systems of other Market Regulatory Agencies and Participants

 

 

Background

The Debt Management Office (DMO) hereby invites submission of Expression of Interest (EOI) for prequalification from qualified and reputable consultants with proven competence in the field of IT for the financial market for the provision of consultancy services in respect of the procurement and installation of an Automated and Integrated Information Technology (IT) System for the primary Federal Government of Nigeria (FGN) Bond Market at the Debt Management Office, Abuja, Nigeria.

 

As part of its debt management strategy and in line with the government’s Transformation Agenda, the Debt Management Office (DMO) proposes to procure,   install and operate an Automated and Integrated Information Technology (IT) system that will handle all activities in the primary FGN Bond market on an on-line and real time basis. The IT system is also expected to interconnect with  the IT Systems  of,  and  ensure sustained interface with, regulatory bodies and market participants, provide other functionalities including  data  gathering  and  analysis, information dissemination to domestic and international investors and the general market. One of the main objectives of the proposed IT system is to further develop the FGN bond market through automation in order to support the DMO’s strategies in achieving its mandate.

 

In order to achieve the above objective and as this is a highly specialized area of operations which requires competent supervision of its configuration and implementation, it is necessary for the DMO to engage the services of a Nigerian Information Communications Technology (ICT) Consultant with vast experience in this area, at the international level, as well as hands-on experience in IT project implementation in Nigeria, to guide and support the DMO in this venture.

 

 

Scope of Work

The Scope of the work for the consultancy services will include but not limited to:

  • Carrying out a study of the critical areas required to allow for an enabling environment for a fully automated integrated IT system for all activities in the primary FGN bond market and its interconnectivity with the IT systems of relevant regulatory agencies and other major participants in the FGN bond market.
  • Aiming at mitigating operational risks at the FGN bond market via the enabling IT infrastructure which will include STRAIGHT-THROUGH-PROCESSING (STP), linking all relevant offices   within   the   DIVIO   and   the   DMO   to   external stakeholders.
  • Working with and guiding the DMO throughout the entire process of procuring, installing and managing, up to six months after the successful test-run, of the installed IT System.

 

 

Critical Deliverables

The critical deliverables of the consultancy services will mainly be derived from the scope of work and will include but not limited to:

 

(i)      Report on the ideal infrastructure platform that will provide for on-line and real-time automation.

(ii)     Report on a regulated environment that enforces fair competition on the FGN bond market which will address transparency, default-free transactions, zero abuse of privileges, enforcement of rules and regulations, non-repudiation of deals, etc.

(iii)    Report on a structured Local Area Network (LAN) and Wide Area Network (WAN) that will be dedicated to the proposed automated bond auction and other activities with the appropriate software and hardware. This will include a schematic drawing of a dedicated structured local area bond auction and other activities network at the DMO or any designated place and also a dedicated and secured wide area/internet network to securely and reliably interconnect all counterparties and associated hardware, software and peripherals.

(iv)    Report on the Primary Dealer Market Maker (PDMM) system and in particular the IT systems currently being used by the PDMMs.

(v)     Report on the IT systems currently being used by Nigerian relevant regulatory agencies in the FGN bond market.

(vi)    Report on the logistic aspect of connecting a hub based in the United Kingdom as against the provision of local node.

Required Expertise

The required expertise and experience for the consultancy services being required will include but not limited to:

  • Good knowledge of the operations of the financial market with   particular   emphasis   on   the   FGN   bond   market auctioning and other operations.
  • Experience in mapping fixed income securities primary market processes and in specifying IT system function and interface requirements.
  • Knowledge of the Nigerian financial markets, its various actors, stakeholders, practices and processes and the inter­relationships between its various actors and stakeholders.
  • Experience   in   developing   system   interfaces   and configuring databases and developing data marts.
  • Previous exposure to the functionalities of IT systems for the activities in the fixed income securities market.
  • Any other relevant knowledge that will engender providing top of the range relevant consultancy services.

 

 

Mandatory Requirements

Consultancy firms which wish to respond to this request for Expression of Interest should submit EOIs providing or detailing the following documents or information as a basis for pre-qualification.

  1. Evidence   of registration with the Corporate Affairs Commission (CAC) of Nigeria.
  2. Evidence of similar projects handled in the past in relevant areas, including status of the project.
  3. Evidence of current registration with and having the Certificate of Compliance from, the Pension Commission of Nigeria (PENCOM) with regard to compliance with the 2004 pension Act, 2004.
  4. Tax clearance certificates and VAT certificate for the last three years (2009-2011).
  5. Company profile, which should include CVs of key personnel which must have experience in the financial market and IT.
  6. Evidence that some of the Principal staff of the Consulting firm have the following:

(i)      Current registration with COREN

(ii)     A minimum of Microsoft Certified Technology Specialist (MCTS) Certification.

(iii)    A minimum of Information Technology Infrastructure Library (ITIL) v2 Foundations Certification.

 

g.       Financial capability showing profitability, including audited accounts for the last three years (2009 – 2011).

h.       Bank reference from any of the money deposit banks in Nigeria.

i.        Exhibit knowledge of the FGN bond market and the Primary Dealer Market Maker (PDMM) system of the FGN bond market.

j.        Exhibit knowledge of the IT infrastructure currently being used by the PDMMs and the relevant regulatory agencies in respect of the operations of the FGN market.

 

Submission of Expression of Interest

Expressions of Interest/Pre-qualification documents, which are to be in English Language, must be submitted in six (6) copies in a sealed envelope clearly marked:

 

 

“Expression of Interest/Pre-qualification Documents for IT Consultancy Services to the DMO for the FGN Bond Market”.

 

The Expression of Interest/Prequalification Documents should be addressed and delivered not later than 12 noon (Nigerian Time) on Monday, December 10, 2012 to the following address:

 

The Chairman,

DMO Tenders Board,

Debt Management Office,

NDIC Building, (1st Floor),

Plot 447/448 Constitution Avenue,

Central Business District, Abuja.

 

Tel: 09-8766786; 09-8761611, Email: enauiries@dmo.gov.ng

Website: www.dmo.gov.ng

 

Important Notice

  • Companies which have submitted   EOIs within the stipulated time are invited to witness the public opening and evaluation of the EOIs by 1p.m. (Nigerian Time) in the DMO Conference Room at the address where the EOIs are to be submitted. This serves as a notice and invitation to all interested stakeholders to observe the bid (EOI) opening.
  • After the evaluation of the EOIs, a short list of companies which have met the criteria will be drawn up on the basis of the evaluation of the EOIs.
  • Companies on the short list will be invited to submit a Technical Bid and a Financial Bid which will be used as a basis for the selection and subsequent appointment of the company to provide the IT consultancy services being sought for.
  • Furthermore, the DMO will not enter into any dialogue with any firm for not being Shortlisted or pre-qualified.

 

Signed:

DEBT MANAGEMENT OFFICE

NDIC Building (First Floor), Plot 447/448, Constitution Avenue Central Business District, P.M.B. 532, Garki, Abuja

 

Tel: 09-8766786; 09-8761611,

Email: enquiries@dmo.gov.ng

Website: www.dmo.gov.ng

General Procurement Notice and Invitation to Tender for Dualization of Ikot Ekpene-Ikot Umo Essien Road at Akwa Ibom State Government

Akwa Ibom State Government

 

General Procurement Notice and Invitation to Tender for Dualization of Ikot Ekpene-Ikot Umo Essien Road

 

 

  1. 1.     Introduction:

In compliance with the Public Procurement Act 2007, the Akwa Ibom State Government wishes to notify the public of its desire to dualize the Ikot Ekpene-Ikot Umo Essien Road. In view of the above, interested and established Construction Companies, with proven experience, expertise personnel profile and requisite equipment for timely execution are hereby invited to collect the tender documents as listed in item 3 below.

 

  1. 2.     Scope Of Work:

The scope of work shall include but are not limited to Road Works inclusive Outfall drains, as follows:

(a)     22km dual main-carriageway both sides with hard shoulders; total 4 lanes with median, shoulder, kerbs, drainage, street lighting on main-carriageway, inclusive surface drainage.

 

3.       Requirements:

Competent Contractors refer to those registered with Akwa Ibom State Finance and General Purposes Committee under Civil Works, CATEGORY II (Building/Civil Engineering) and are in possession of valid Registration Certificates.

 

Interested construction companies may wish to Tender for this project by paying a non-refundable Tender fee of N1,000,000,00 (One Million Naira) only, to the Sub-treasury, Uyo and thereafter submit the original Treasury Receipt with photocopies to the Secretary, Finance and General Purposes Committee (FGPC), Governor’s Office Complex, Uyo for collection of tender documents.

 

4.       Completed and signed tenders should be accompanied with the following:

i)       Evidence of Registration with the Corporate Affairs Commission (CAC).

ii)      Evidence of current registration with the Akwa Ibom State Finance and General Purposes Committee in Category “II” as Building/Civil Contractor, iii)    Tax clearance certificate for the last three (3) years verifiable from Federal Inland Revenue Service.

iv)     Article of Memorandum of Association of Company, v)    List and verifiable documentary evidence of similar jobs, particularly Road and

Bridge Works successfully executed (or being executed) in the last five (5) years with a minimum contract   sum of N5, 000,000,000.00 (Five Billion Naira) each including their letters of award, contract agreement and relevant completion certificates or valuation where the jobs are on-going,

vi)     List of equipment to be used for the projects and their locations. State whether the equipment is on lease, hired crowned,

vii)    List of key professionals registered with COREN to be attached to the project, their qualifications and   experience.   Enclose photocopies of professional certificates where applicable.

viii)   Audited account of the bidder for the last three years duly endorsed by a firm of Chartered Accountants. A requirement is a turnover of at least N 10bn in each of the last three years.

ix)     Bank Statement of the company for the last two (2) years

x)      Letter authorizing the Akwa Ibom State Government and their representatives to cross check the submitted company’s account: The completed bid must be sealed in an envelope and clearly marked “TENDER FOR THE DUALIZATION OF IKOT EKPENE- IKOT UMO ESSIEN ROAD”.

 

 

5.       Bid Security:

All Tenders must be submitted with a Bid Security in the amount of 1 % of the Bid Price.

6.       All documents submitted will be subjected to verification from relevant agencies

7.0     The COMMITTEE may at its discretion, reject any Tender which does not conform with the basic tendering rules.

7.1    Akwa Ibom State Government is not bound to accept the lowest tender or any tender.

7.2    Late Tenders will not be accepted.

8.       Only technically qualified companies will be allowed to participate in the financial tender opening.

9.      Bid can only be submitted within working hours.

10.     This advertisement shall not be construed as a commitment on the part of the client nor shall it entitle responding bidders to seek any indemnity from the client by virtue of such bidder having responded to this advertisement.

 

 

Submission of Completed Tender Documents

Completed Tender Documents (Technical and Financial Bids:

Two sets of hard copy and one Electronic copy in compact disc and Microsoft Office) shall be submitted in two different sealed envelopes and labeled “Technical Bid” and “Financial Bid” and both sealed in a third envelope marked “DUALIZATION OF IKOT EKPENE-IKOT UMO ESSIEN ROAD” at the top right hand corner and addressed to:

The Secretary

Finance and General Purposes Committee

Governor’s Office Complex

Uyo.

 

 

Return of completed Tender Documents must be submitted not later than 12 noon on 8th January, 2013 to the undersigned. Only bidders whose Technical Bids meet the cut-off qualifying mark shall have their bids opened. The Financial Bids of the unsuccessful bidders shall be returned unopened.

 

The Secretary

Finance and General Purposes Committee

Governor’s Office

Uyo.