Supply of Solar Refrigerators at Family Health International (FHI 360)

Fhi360

The Science of Improving Lives

 

Supply of Solar Refrigerators

 

A. Introduction

Family Health International (FHI 360) with funding from the United States Agency for International Development (USAID) is supporting the government of Nigeria (GON) to enhance sustained cross-sectional integration of HIV/AIDS and TB services by building Nigerian capacity to deliver sustainable high quality, comprehen­sive, prevention , treatment, care and related services in various states within Nigeria. FHI360 Hereby invites reputable companies with proven experience and expertise in this area of supply to participate in the prequalification process as described below

 

 

S/N Description of Item Specification Quantity
1 Solar Refrigerators
  • Volume of between 150 to 190 liters
  • Solar Array- Minimum 270Wp- Kyocera equivalent
  • Battery 12V – BAE 12V 2 PW 140 – maintenance free gel type or equivalent 30A (minimum) charge regulator
  • Module support frame with security tamper proof fixings – tilt mount for roof or ground
  • Battery box – plastic, lockable with padlocks
  • Cables and fixings
  • Earth Kit for lightning protection
  • Installation , operation and maintenance manual in English
  • System sizing calculations based on sunshine data for coverage across Nigeria.
  • Vendors should enumerate previous sustainable products in Nigeria
24
2 Solar Refrigerators
  • Volume of between 200 to 240 liters
  • Solar Array- Minimum 270Wp- Kyocera equivalent
  • Battery 12V – BAE 12V 2 PW 140 – maintenance free gel type or equivalent 30A (minimum) charge regulator.
  • Module support frame with security tamper proof fixings – tilt mount for roof or ground
  • Battery box – plastic, lockable with padlocks
  • Cables and fixings
  • Earth Kit for lightning protection
  • Installation , operation and maintenance manual in English
  • System sizing calculations based on sunshine data for coverage across Nigeria.
  • Vendors should enumerate previous sustainable products in Nigeria
 

 

 

C. Selection Criteria

The minimum eligibility criteria to participate in the prequalification process shall be as under and should be submitted along the price quotation in a sealed envelope

  1. Evidence of registration with Corporate Affairs Commission and other bodies with copies of form C07 & CO2
  2. Evidence of payment of tax for the last three years, 2012, 2011 & 2010.
  3. Detailed Company Profile with registered address, functional email, telephone numbers and point of contact for the organization.
  4. Verifiable evidence of similar jobs successfully executed in the past, including copy of job order and signed delivery note
  5. Recommendation Letter from the Bank stating ability to execute such supply.
  6. Current company’s audited statement of accounts
  7. Affiliation with any international organization or original equipment manufacturer, Vendors with in-country representation for after sales services will have an added advantage
  8. Provide recommendation letter of supply from past Organization for successful completion of supply order.

 

D. Instruction to Prospective Bidders:

The Vendor must have experience in the field of supplying item and below are instruction to be strictly complied with.

All quotations must be in Naira (NGN) and signed by Authorized representative of the bidding company.

 

Quotations must include the following conditions

I.       Delivery Schedule

II.      Payment terms

III.     Validity of Quote

IV.     Warranty of Equipment

 

 

E.  Deadline for Submission

All applicants must submit their proposal to: Associate Director, Procurement,

Contracts & Grant, FHI360, Plot 1073 JS Tarka Street, Garki, Area 3 Abuja.

 

All documents required by this RFQ must be received at the above designated location NO LATER THAN 5:00PM, 12th August, 2013.

 

 

No Facsimile (fax), e-mail documents or postmarked documents will be accepted.

 

Issuance of this RFQ in no way constitutes a commitment by FHI360 to award a contract.

 

NOTE: All Submitted Proposals must be Valid for a period of 90 days from the closing date indicated above. FHI360 Claims the right to vary number of items at time of award or split the award as may be deemed necessary in terms of Quantity to be delivered.

 

FHI 360 is Value added tax (VAT) exempted, but charges Withholding Tax (WTH) in compliance with relevant Nigerian laws.

 

FHI 360 designee will answer any questions up to the deadline date of this advert; hence any request for clarification should be referred to:

Senior Procurement Officer, Procurement Unit

FHI 360, Plot 1073 JS Tarka Street Garki

Area 3, Abuja

Procurement@sidhas.org

Tel: 09-4615555

Expression of Interest: Recruitment of an Individual Consultant for the Assessment of the Implementation of African Decade of Action on Road Safety: 2011-2020 at ECOWAS COMMISSION

COMISSAO DA CEDEAO

 

COMMISSION DE LA CEDEAO

TEL:   (234-9)314-7427-9 (234-9)314-7427-9

FAX:   (234-9)314-7646 (234-9) 314-30 05

 

 

ECOWAS COMMISSION

101, Yakubu Gowon Crescent,

Asokoro District

P.M.B. 401,

Abuja, Nigeria. E-Mail info@ecowas.int

Expression of Interest: Recruitment of an Individual Consultant for the Assessment of the Implementation of African Decade of Action on Road Safety: 2011-2020

   The transport in West Africa plays a key role in the economic development of the sub region and account for about six percent of its gross domestic product. At the same time, it is characterized by poor conditions and discontinuity of infrastructures and by a low level of efficiency of transport operations and services because of insufficient maintenance, numerous barriers to the fluidity of exchanges, different sets of rules and low level of confidence in transport. Such inefficiencies lead to high operational costs which compromise the objectives of inter-national competitiveness and regional integration.

 

 2.       In order to improve the road safety situation in Africa, The Economic Community of West African Slates (ECOWAS) seeks to engage the Services of an Individual Consultant for the Assessment of the Implementation of African Decade of Action on Road Safety: 2011-2020.

 3.        Objectives of the Assignment;

The objectives of the assignment are namely:

  • To undertake an assessment to Member States to determine the level of implementation of the African Road Safety Plan of Action based on the decades matrix;
  • To propose Resources mobilization strategy and a follow up mechanism for Members States that are deficient on the Action Plan;
  • To fine tune the Continental Road Safety Plan of Action to suit the realities of the ECOWAS region and;
  • To prepare Road Safety Policy for the ECOWAS region.

 4.       The Consultant selected to conduct this mission should, at least:

  • have a University Degree, at least Master;
  • be a competent and experienced Road Safety Expert with documented experience in providing the services required
  • have experience in five (5) or more similar projects with the last ten years;
  • have led a team at least once;
  • have been practicing tor up to ten (10) years;
  • good know ledge of French and English

 

5.       The EOW’AS Commission now invites eligible

 Consultants (Individual) to   indicate   their   interests   in providing these services. The interested Consultants must provide all information supporting their qualification to perform the services (Kindly attach detailed Curriculum

Vitae   that   highlights   the   following:   Curriculum   and Certificates Past Experiences of similar jobs over the past ten (10) years; IT knowledge; knowledge of the area; language   and   any   other   information   useful   for  the accomplishment of this project).

 

6.       The selection will be done on the basis of a comparison of curricula vitae and the selected Consultant will be invited to produce Technical and Financial Proposals which will serve as the basis for negotiation for the conclusion of the Contract Agreement. (Method Based on the Qualification of Consultant).

7.       Interested consultants may obtain further information at the address below during office hours: Monday to Friday from 9.00 a.m. (GMT+1) to 5.00pm (GMT+1).

ECOWAS Commission, Directorate of General Administration, Procurement Unit, 101, Yakubu Gowon Crescent, Asokoro District, P. M. B. 401 Abuja Nigeria,

Email: procurement@ecowas.int

 

 

8.       Expression of interest must be delivered in sealed envelope and clearly marked: “Recruitment Of An Individual Consultant For The Assessment Of The Implementation Of African Decade Of Action On Road Safety: 2011-2020, do not open except in presence of the Tender Committee” to the address below by Thursday, August 29, 2013 at 10.30 a.m (GMT+1),

 

The ECOWAS Tender Box is located in the Office of the Executive   Assistant   of   the   Commissioner, Administration & Finance, 5th Floor ECOWAS Commission, 101, Yakubu Gowon Crescent Asokoro District, P. M. B. 401 Abuja Nigeria.

 

9.       This request for EOI can also be viewed on this website: www.ecowas.int/services

 

Commissioner, Administration & Finance

Expression of Interest: Recruitment of a Consultant (Firm) For a Feasibility Study for the Extension of Gas Pipeline Network in West Africa at ECOWAS COMMISSION

COMISSAO DA CEDEAO

 

COMMISSION DE LA CEDEAO

TEL:   (234-9)314-7427-9 (234-9)314-7427-9

FAX:   (234-9)314-7646 (234-9) 314-30 05

  

ECOWAS COMMISSION

101, Yakubu Gowon Crescent,

Asokoro District

P.M.B. 401,

Abuja, Nigeria. E-Mail info@ecowas.int

 

 Expression of Interest: Recruitment of a Consultant (Firm) For a Feasibility Study for the Extension of Gas Pipeline Network in West Africa

 

The Economic Community of West African States (ECOWAS) includes fifteen (15) member states covering an area of over six (6) million square kilometers with an estimated population of about 300 million inhabitants. As regards energy, the sub-region has an abundance of hydrocarbon resources (oil and natural gas in particular).

 

 2.       Despite these resources, the sub-region has a significant deficit to meet up its energy requirements. Indeed, the energy coverage in West Africa meets up just 54% of the demand while the electrification coverage is at 30% with only less than 10% in rural areas. Thermal plants make up 23 of the production base.

 

 3.       It is taking into account this reality that, under the auspices of f COWAS, The West Africa Pipeline Project (WAPP) was initiated in the early 1980s. The objective of this project is to convey compressed natural gas from the areas of production in Nigeria to economically viable markets in Benin, Togo and Ghana.

 

4.       The implementation of this project is now in its operational phase. Although the project has not yet met the expectations of countries due to the low level of natural gas currently available in Nigeria with regard to the large demand expressed in the sub-region, ECOWAS, however, deems it necessary to consider now a feasibility study for the extension of the West Africa Gas Pipeline (WAGP) to other coastal countries of the community.

 

 5.       Potential hydrocarbon resources are available and numerous exploration activities are being conducted. This feasibility study will aim at providing an integrated view of the exploitation and transmission of the resources in the sub-region in order to efficiently meet energy needs.

 

 6.       The objective of the study is:

 

  • To analyze the current operation of the pipeline, identify all issues (availability of gas, safety of the pipeline, possible non-compliance of contractual arrangements) and to propose solutions for the optimization of this operation:
  • To analyze the technical and economic conditions for the extension of the pipeline network to other ECOWAS countries not party to the WAGP,
  • Where necessary, prepare a blueprint for the extension and interconnection of the network of pipelines in the ECOWAS region taking it into account consumption points and existing or potential sources of production.

  

7.       for the realization of the mission, the firm shall at least:

  • Be a consultancy office with extensive experience in design and planning of energy infrastructure projects
  • Have the following key staff with the relevant experience in the field: a Project or Team Manager (Expert in Construction Engineering), a Chemical or Fluid Mechanics Engineering Expert, an Expert in Financial and/or Economic Analysis
  • Have the capacity to produce and provide the reports in at least two of the    ECOWAS official languages, namely: English and French.

 

  1. The selection procedure will be based on Quality and Cost (SBOC) in accordance with the ECOWAS Tender Code. ECOWAS Commission is under no obligation to shortlist any Consultant who expresses interest.

 

  1. A shortlist of six firms which present the best profiles shall be drawn up after the expression of interest.

 

  1. The turns that are part of an international network are to submit one expression of interest.

 

  1. The ECOWAS Commission now invites eligible Consultants (Firm) to indicate their interest in providing these services, interested consultants must provide information showing that they are qualified to perform the services:
  • list of staff and expertise of the consultant for the mission;
  • list of verifiable technical references for similar to this mission benefits: list of previous clients and contacts for this type of mission slating the year and the cost of the mission;
  • the address of the Office (location, contact. BP, telephone. Fax, Email).
  1. Interested Consultants may wish to apply as a consortium to enhance their profile and chance of being qualified.

 

  1. Interested Consultants may obtain further information at the address below during office hours: Monday to Friday from 9.00 am (GMT+1) to 5pm (GMT+1), Procurement Division, Directorate of General Administration, ECOWAS Commission, Plot 101, Yakubu Gowon Crescent, Asokoro District, P. M. B. 401 Abuja Nigeria or by E-mail to this following addresses: procurement@ecowas.int

 

  1. Expression of Interest must be delivered in sealed envelope and clearly marked “Recruitment Of A Consultant (Firm) For A Feasibility Study For The Extension Of Gas Pipeline Network In West Africa”, Do not open except in the presence of the Tender Committee” to the address below latest by Wednesday, August 21, 2013 at 4.00pm (GMT+1):

 

 

The ECOWAS Tender Box is located in the Office of the Executive Assistant of the Commissioner, Administration & Finance, 5th Floor, ECOWAS Commission, 101, Yakubu Gowon Crescent, Asokoro District, P. M. B. 401 Abuja Nigeria.

 

  1. This request for EOI can also be viewed on the following websites: www.ecowas.int?srvices

 

 

Commissioner, Administration & Finance

 

Request for Proposal (RFP) as Concessionaire to Build, Operate and Transfer (BOT) the University Students’ Canteen under a Private Partnership Arrangement at Bingham University, Karu

Bingham University, Karu

Km 26 Abuja – Keffi Express Way

P.M.B. 005, Karu, Nasarawa State

 

Request for Proposal (RFP) as Concessionaire to Build, Operate and Transfer (BOT) the University Students’ Canteen under a Private Partnership Arrangement

 

1.       Bingham University as part of its development programme in the University intends to enter into a business relationship with qualified Companies/Consortium to undertake the development of the University Students canteen through the BOT Scheme.

 

2.       The Build, Operate and Transfer (BOT) Scheme is to be carried out in accordance with the specification of the University and relevant national and international standards to ensure smooth operation of the Canteen on a   financially sustainable basis over the agreed concession period.

 

3.       The University therefore invites Companies/Consortium with adequate funds and relevant experience to submit proposal towards the development of the university students’ canteen project.

 

4.       Interested companies are to pay a non refundable fee of N100, 000.00 (One Hundred Thousand Naira only) in bank draft to the University in order to collect the following Documents/Information/Drawings:

a.       BOT Policy of the University

b.       Request for Proposal details

c.       Information Memorandum

d.       Architectural Drawings of the Student Canteen

e.       Structural engineering drawings

f.       Mechanical engineering drawings

g.       Electrical engineering drawings

h.       Bill of Quantities

 5.       Collection of the relevant Documents/Information/ Drawings is from the:

 Office of the Registrar

Bingham University

KM 26 Abuja Keffi Express Way

P.M.B 055, Karu, Nasarawa State

 

6.       Collection shall be between 9.00 am and 4.00 pm daily from 29th July to 15th August, 2013.

 7.       Closing date for the submission of the proposal is 23rd August, 2013.

 8.       Completed bid documents must be submitted along with ten following:

a.       Certificate of incorporation

b.       Three (3) years Tax Clearance

c.       Company profile

d.       Evidence of similar experience (if any)

e.       Details of three (3) years audited accounts (if available)

 

Signed

S. S. Sule, MFR, MNIM

Registrar

 

International Tender Notice at Save the Children Organization

Save the Children

 International Tender Notice

 CDGP Lot 1 and 2

 Save the Children is the world’s leading independent organisation for children. We work in 120 countries. We save children’s lives; we fight for their rights; we help them fulfill their potential. We work together, with our partners, to inspire breakthroughs in the way the world treats children and to achieve immediate and lasting change in their lives. We have over two million supporters worldwide and raised 1.6 billion dollars in 2011 to reach more children than ever before, through programmes in health, nutrition, education, protection and child rights, also in times of humanitarian crises.

 Save the Children International in Nigeria is inviting submissions of tenders for contract(s) to preside the following services:

 This tender is split into 2 lots. Bidders may bid for 1 or both lots with no more than one bid from each company for each lot.

 Lot 1:          (To be eligible to bid for Lot 1, companies must be registered with the Central Bank of Nigeria and operate within the Regulatory Framework for Mobile Payment systems in Nigeria.)

  •  Reliable, secure and low cost delivery of monthly cash payments to up to 90,000 families at any one time in the Jigawa and Zamfara states of Nigeria over a period of 5 years using electronic payments.
  • A fully comprehensive networked support package to complement this that includes integrated management information systems a large network of distribution agents, and the provision of training and support for recipients.

 

Lot 2:          A framework contract for provision of up to 30,000 basic mobile phone handsets with a minimum requirement of USSD/SMS and dual solar and mains charging functionality over a 2 year period.

 Detailed technical specifications are included within the tender documents, which are available on request.

 If you are interested in submitting a bid, please contact Save the Children at the following address CDGPtender@gmail.com  copying CDGPtenderbackup@gmail.com  to express your interest and request the tender documents for the lot(s) concerned. Tender documents will be sent to you by return.

 Closing Date: Only bids submitted prior to 5.00 pm., on or before 6th September 2013 at Save the Children Nigeria Country Office, No. 20 Buchanan Crescent, Off Aminu Kano Way, Wuse II, Abuja will be considered valid unless SCI determines there were exceptional reasons for the delay in submission.