Request for Expression of Interest at Communication for Change (C-Change)

Personal Services Contractor (PSC) for Rapid Appraisal for Minimum Package of Prevention Intervention (MPPI)

 

 

Request for Expression of Interest

 

 

Communication for Change (C-Change) is USAID’s project for improving  the -effectiveness  and  sustainability  of communication programs across multiple sectors: population, health, environment and civil  society.  The program is implemented by FHI Development 360 LLC (FHI 360). C-Change is supporting the Government of Nigeria (GoN) to carry out a rapid appraisal of the Minimum Prevention Package of Intervention (MPPI). The purpose of this solicitation is to contract the services of a personal services contractor (PSC) with requisite technical experience in HIV prevention to work with the designated NACA prevention technical  team  to  conduct  a  rapid appraisal  of the implementation of MPPI in Nigeria, The preferred candidate shall be responsible for putting together a team of qualified personnel for the purpose of this assignment and should have the necessary skills, education and experience to conduct the following tasks.

 

To ascertain how the MPPI is being implemented across the country

To identify the intervention mixes that are being used for each target population/group

To determine the rationale for the choices of intervention mixes for each target population

To ascertain the challenges to implementation of MPPI.

To ascertain the nature of policy support-environment and the extent to which it facilitates the implementation of the MPPI.

 

 

Person Specification for PSC:

  1. At least ten years1 experience in HIV/AIDS project/program- development   and management;
  2. At  least   five   years’- experience   in   HIV prevention programming
  3. Relevant experience in Public Health research including data management
  4. Experience in developing and applying HIV prevention   program   success   measures or indicators.
  5. Evidence of similar work done
  6. At least a Master’s Degree or advanced degree in Social   Sciences,   Public   Health,   Health Economics or Epidemiology.

 

Method of Application

Interested and qualified personal services contractors (PSCs) should send an expression of interest e-mail to solujimi@fhi360.org on or before 5.00PM on Thursday August 9, 2012. The full request for proposal (RFP) will be sent BY e-mail to all interested candidates by Friday August 10th 2012.

Execution of Projects at Environmental Health Officers Registration Council of Nigeria

Environmental Health Officers Registration Council of Nigeria

P.M.B 627 Garki, Abuja, 900001

 

Preamble:

The Environmental Health Officers Registration Council of Nigeria hereby invites interested, reputable, experienced and capable contractors/consultants to tender for 2012 capital projects below:

 

2.         Section A: Project for Tender

Lot1:

PHASE ONE: procurement of equipment and material to strengthen Environmental Health programmes in selected universities one per zone.

 

PHASE TWO: purchases of equipment for Environmental Health National institute.

 

PHASE THREE: procurement of Environmental Health practice equipment.

 

3.         Section: Expression of Interest

Lot 2: hands-on group training on biogas digester design, actual construction and training for Environmental Health officers of 3 different design types.

 

4.         Eligibility to Participate

Interested   reputable   contractors/consultants   must   have  necessary competences and possess the following:

i).        Certificate of the. company’s Registration/incorporation.

ii)         Company’s current tax clearance certificate (2012 TCC)

iii)        Evidence of membership of relevant professional organization and association (compulsory for lot 2)

iv)        Copy of VAT registration certificate and TIN Number

v)         Company profile with CVs of key officers,

vi)        A sworn affidavit disclosing whether or not any officer of EHORECON is a former or present Director, share holder has pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct,

vii)       Audited account for the last three years,

viii)      Verifiable documentary evidence of similar and other jobs executed

e.g. contract agreement or letter of award.(compulsory for lot 1)

ix)        Evidence of financial capability (compulsory for lot 1)

 

5.         Collection of Tender Documents

Interested contractors are required to pay the sum of N10,000.00 for a detailed bidding documents between 9am till 3.00pm (Monday to Friday) except public holidays from the procurement unit.

 

6.         The bidding will be conducted through National Competitive bidding (NCB) procedure as specified in 2007 public procurement Act.

7.         The general public is also invited

 

8.         Submission of Tender

Interested and reputable  companies are required to submit all tender documents in a sealed envelope after checking the envelop content by our security men on duty, also sign the register at the point of submission, tender document must be appropriately marked tender for Lot 1 and please indicate the phase or EOI on the left side of the envelop and addressed to:

 

The Registrar,

Environmental Health Officers Registration

Council of Nigeria

No 17 Kinshasa Street,

Wuse Zone 6,

Abuja FCT.

 

9.         Closing date and time for submission of Tender Documents

All tender documents must be hand delivered on or before 11th September 2012 by 12 noon. Any document received after the date and time  specified above stands automatically disqualified, please endeavor to sign the register as you submit your Tender documents also for Lot 2 all Expression of interest to reach the Council on or before 23rd September, 2012.

 

10.       Opening of Tender Documents

Tender documents shall be opened at 1.30pm immediately after the close of submission on 11th September, 2012 at the address below in the presence of applicants or their representatives.

 

Conference Room

EHORECON Headquarters

17 Kinshasa Street

Wuse Zone 6, Abuja

 

11.       Note

a.         Submission of tender does not commit EHORECON to awarding contract to a tender

b.         EHORECON reserves the right to verify claims made by contractors

c.         Tendering of fake documents is an offence and will lead to disqualification and prosecution

d.         Failure to adhere with the instruction stated in the bid documents will earn automatic disqualification.

 

Signed

Regsitrar

EHORECON

 

 

 

Invitation for Bids (IFB) at ECOWAS COMMISSION

COMISAO DA CEDEAO

 

ECOWAS COMMISSION

101, Yakubu Gowon Crescent,

Asokoro District

P.M.B 401,

Abuja Nigeria

 

COMMISSION DE LA CEDEAO

Tel:     (234-9)314-7647-9

            (234-9) 314-7427-9

Fax:    (234-9)314-7646

            (234-9) 314-3005

 

Invitation for Bids (IFB)

1.         The ECOWAS COMMISSION has allocated own funds towards the cost of the Construction of Phase I of the ECOWAS Logistic Depot at Lungi, Republic of Sierra Leone comprising Construction of Administrative/Headquarters Building, Generator House, Water Supply System, External Works and Perimeter Fencing of the two (02) plots (The works).

 

2.         The ECOWAS Commission therefore invites sealed bids for The Works as described above in one lot. The Bidding documents may be obtained at the ECOWAS Commission   Headquarters ,Directorate of General Administration,   Procurement Division , 101 Yakubu Gowon Crescent , Asokoro, Abuja, Nigeria   upon submission of a written request and payment of a non-refundable fee of a total amount of Three hundred (300 USD) US Dollars, inclusive of shipping of the bidding documents to the bidder.

 

3.         Interested Bidders may obtain further information at the address below, during office hours: Monday to Friday from 9.00am (8.00am GMT+1) to 4.00pm (3.00pm GMT+1). ECOWAS Commission, Directorate of General Administration, Procurement Division, 1st Floor, Plot 101, Yakubu Gowon Crescent, Asokoro District, PMB 401 Abuja Nigeria. E-mail:’ ahmed.halima@gmail.com  nkuakor@yahoo.fr ; bangoura53@yahoo.fr;

 

4.         Bids shall be valid for a period of 120(days) after Bid Opening and must be accompanied by a bid security of US$30,000.00 (Bank Guarantee or Insurance Bond).

5.         Bids shall be delivered in sealed envelope and deposited in the ECOWAS Tender Box located in the Office of the Director, General Administration (Room No117, First Floor), ECOWAS Commission 101 Yakubu Gowon Crescent, PMB 401, Asokoro District, Abuja, Federal Republic of Nigeria on or before October 8th 2012, at 11.00 am (10.00 am GMT+1) and clearly marked “Regional Tender for Construction of ECOWAS Logistic Depot at Lungi /Republic of Sierra Leone” Do Not Open. Except in Presence of the Committee.

 

6.         Bids will be opened in the presence of the bidders who wish to attend on October 8th  2012, at 12.00 noon (11.00 am GMT+1).

 

Directorate of General Administration

 

General Procurement Notice for The Execution of 2012 Projects at National Health Insurance Scheme

National Health Insurance Scheme

Corporate Headquarters, Abuja

 

General Procurement Notice for The Execution of 2012 Projects

The National Health Insurance Scheme is an agency of the Federal Government of Nigeria established for the purpose of Facilitating easy access to quality healthcare services for all Nigerians. The Scheme intends to undertake the procurement of various Goods, Works and Consultancy Services under the 2012 Projects.

 

In compliance with the Public Procurement Act 2007, the Scheme hereby invites interested and reputable contractors and consultants with relevant experience and good track record to submit documents necessary for consideration for the execution of its 2012 projects.

 

Description of Projects

Lot A   Provision of Cleaning and Fumigation Services at Abuja offices.

Lot B   Procurement of Office Furniture

Lot C   Wood Paneling of Offices, Utako Abuja

Lot D   Procurement of 2 nos Toyota Prado Jeeps

Lot E   Procurement, Installation  and Training   of CCTV/Security cameras for Utako and Wuse II Offices

Lot F   Supply and installation of 350KVA generator for Utako/Repositioning of existing one

Lot G   Consultancy services for the Conduct of feasibility studies  for  the  Roll-Out of Community  Health Insurance Proaramme (CBHI) in Selected LGAs

Lot H   Provision of one year support and maintenance of Wuse II Date Centre

 

Lot I     Procurement & Installation of ICT Power House and 3-Phase stabilizer in Wuse II Office

Lot J    Consultancy services to carry out statutory Annual Audit of the Scheme’s Accounts

Lot K   Procurement of Laptops/Desktop Computers and Hardware accessories.

Lot L   Consultancy Services for the Verification of Health Maintenance Organisation (HMO) Payments to Health Care Facilities (HCF) in 2011.

 

Requirements

Prospective bidders are required to submit the following documents:

i.          Certificate of incorporation/Registration with Corporate Affairs Commission (CAC)

ii.         Evidence of Compliance with PENCOM Act of 2004 (or Exemption).

iii.        Tax Clearance Certificate for the last three (3) years (2009, 2010 & 2011) showing annual turnover.

iv.        Company Audited Accounts for the last three years (2009,2010 and 2011) showing annual turnover,

v.         Evidence of VAT Registration with TIN No. and past remittance for the last 3 years,

vi.        Verifiable list of similar jobs successfully executed in the last three year including letters of award, project cost and contact address of the clients

vii.       Evidence of financial capability to execute the projects (Bank guarantees from reputable banks will form part of the evaluation criteria)

viii       Company profile and Technical qualification of key personnel with evidence of experiences on similar jobs

viii       A Sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence

xv        For the Annual Audit, companies must have ICAN certified personnel.

 

Submission of Tenders and Closing date.

Two copies of the documents in a sealed envelope and clearly marked “Pre-qualification Documents” with appropriate Lot number marked with project title boldly written at the right hand corner of the envelope should be addressed to:

 

The Head, Procurement Division

National Health Insurance Scheme (NHIS)

Plot 297, Shehu Yar’Adua Way

Utako District,

Abuja.

 

The sealed envelope should be deposited in the Tender Box in the office of the Head, Procurement Division, Room 209, National Health Insurance Scheme (NHIS), Plot 297,

Shehu Yar’Adua Way Utako District, Abuja on or before August 22nd 2012 by 11.30am.

Late submissions will not be accepted please.

 

Opening

Opening of the received documents will commence at 12.00 noon same day at the NHIS Board Room. All bidders and/or their representatives, Relevant Professional Bodies and NGOs are invited to witness the Public Opening exercise accordingly.

 

Please Note:

i.          All CAC, VAT, PENCOM and TAX clearance Certificate may be referred to the security agencies, Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission and other relevant bodies for verification.

ii.        The NHIS reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

iii.       The Evaluation of the received documents shall be strictly based on the requirements as specified above; and

iv.       Only companies that have been successfully screened and found competent will be given financial bid documents

 

Signed

Head, Procurement Division

For: Executive Secretary

Invitation to Tender for 2012 Recurrent/Capital Projects at Nigeria Police Force Headquarters Purchasing and Tenders Board

Nigeria Police  Force Headquarters Purchasing and Tenders Board

Shehu Shagari Way, Louis Edet House, Force Headquarters, Abuja

 

Invitation to Tender for 2012 Recurrent/Capital Projects of the Nigeria Police Force

 

A.      Preamble:

Furtherance to earlier adverts and in compliance with Due Process requirement for the certification of procurement of goods and services in Federal Government Ministries and Parastatals, the Nigeria Police Force invites Pre-qualified Contractors to tender in Lots 1-21 for Consultancy/Procurement of Goods and Services.

 

B.      Publication of Pre-Qualified Contractors

Reference earlier adverts in national newspapers and the Federal Tenders Journal on Pre-qualification of contractors, the Nigeria Police Force Headquarters Purchasing and Tenders Board wishes to announce the publication of pre-qualified contractors.

Contractors are hereby advised to check the names of their companies at the Notice Board at the above address.

 

C.      Invitation to Tender (ITT)

Contractors who were pre-qualified are required to report at designated Sections in-charge of appended Lots to obtain letters of Invitation to Tender to enable them submit quotations for detailed specification of goods and services to be procured.

 

D.      Financial Bid Opening

Dates of Financial Bid Opening shall be communicated to contractors through the Sections and the Notice boards according to applicable Lots.

 

E.      Financial Bid Requirements

Submission of Financial Bid documents shall contain the following:

1.       Evidence of compliance with the provisions of the Industrial Training Fund (ITF) Amendment Act 2.11

2.       Revenue Receipt obtained from FHQ, procurement office.

3.       Bill of Quantify (BOQ)/Price Quotation where applicable

 

F.      Submission of Financial Bid Documents:

The Financial Bid documents should be neatly packaged in a sealed envelope stating the Lot and addressed to “The Secretary, Nigeria Police Procurement Committee, ‘C’ Department (Procurement), FHQ, Nigeria Police Force, Louis Edet House, Abuja.

 

The sealed envelope should be deposited in the tender box provided for this purpose while bids shall be opened at the same venue. Bidders or their representatives are strongly advised to be present on the date that shall be announced by Sections.

 

G.      Please Note

Notwithstanding the submission of Invitation to Tender Information, the Nigeria Police is neither committed nor obliged to include any company’s name in any bid list or award any contract to any Company on the bid list. There shall be no mobilization fees as any payment shall strictly be based on evaluation of work already done on site. Force Headquarters Purchasing and Tender Board reserves the right to reject any or all Invitation to Tender packages. This notice of ‘Invitation to Tender’ shall not be construed as commitment on the part of the FHP and TB, nor shall it entitle any company to make claims whatsoever or seek any indemnity from the Nigeria Police.

Bid must be submitted on or before 15th August, 2012.

 

Signed:

Secretary

Force Headquarters

Tenders Board,

The Nigeria Police,

Force Headquarters

Shehu Shagari Way

Louis Edet House, Abuja.

26th July, 2012.