Request for Expressions of Interest at MTN Nigeria Foundation

MTN Nigeria Foundation

Implementation of Phase 1 of the Y’ello Doctor Mobile Medical

Intervention Scheme in 6 geopolitical Zones of Nigeria

Request for Expressions of Interest

The MTN Nigeria Foundation (MTNF) Limited by Gurantee (MTNF) was established by MTN Nigeria Communications Limited in July 2004 to drive MTN Nigeria Corporate Social Investment (ICSI) initiatives aimed at improving the quality of life in communities across the country.

 

Project Description and Location

MTN Foundation seeks to support the Nigerian Primary health Care System, intervening by way of Public Private Partnership (PPP), to improve access to primary health care through the platform of mobile medical clinics

 

This is the first phase of the project which is  to implemented in six states across the 6 geopolitical zones of Nigeria.

 

Project Objectives

The objectives of the Y’ello Doctor Mobile Medical intervention include

Provision of basic health education and counseling services to under served communities

Provision of some communities with improved access to Primary Health Care (PHC) facilities in the country

Provision of an effective communication/awareness platform to improve immunization coverage for the beneficiary communities

Direct referrals to PHC’s/General hospitals and other MTNF centres nationwide (i.e Mammography/Dialysis Centres, SCF Clinics)

Promotion of volunteerism among health care workers/medical doctors

 

Scope of Work

MTNF, through the Y’ello Doctor Mobile Medical Intervention Scheme, will provide the following:

1.         Finance the deployment of 6 state-of-the-art mobile medical clinics in 6 states across the 6 geopolitical zones of Nigeria.

2.         Work in communities/LGAs to provide the following primary health care services:

a.         General health education/awareness campaigns on breast cancer, kidney disease, malaria prevention, HIV, STIs, Sickle cell disorder & healthy living

b.         General health checks to include: Blood pressure screening, diagnosis and treatment of malaria

c.         Offer primary maternal and child health services (pre & post natal care and treatment of childhood killer diseases e.g malaria, diarrhea etc) and make referrals  to other health institutions in emergency situations

d.         Work with the relevant Federal and State Authorities to spread public awareness about the importance of immunization and Vitamin A supplementation.

 

Special Mandatory Requirements

MTN Foundation now invites submission of Expressions of interest from State Ministries of Health who are interested in being shortlisted for consideration. To be considered as a beneficiary of the Y’ello Doctor Mobile Medical Intervention Scheme each state Ministry of Health primarily must provide the following:

1.         A justification on why the State should be considered for the project. Justification should cover the following:

a)         Current primary health challenges/priorities including local prevalence, trends and other relevant data analysis

b)         Geographical distribution of primary

Supply and Installation of Three Phase and Single Phase Prepaid Meters at (PHCN) Abuja Electricity Distribution Company

Power Holding Company of Nigeria Plc.

Abuja Electricity Distribution Company

No. 1 Ziguinchor Street, off IBB way, Wuse Zone 4,

P. M. B. 631, Garki – Abuja

 

Public notice

Invitation to tender

 

1.0. Introduction

The Federal Government of Nigeria in its bid to improve service delivery to electricity to Electricity customers nationwide has granted approval for the Procurement of energy meters under the MYTO Fund initiative. Consequently, Abuja Electricity Distribution Company hereby invites interested, competent and qualified manufacturers and companies with sufficient pedigree in this field to tender for the supply, installation and management of the following categories of energy meters:

 

 

LOT No. Description of Project Tender Fee (=N=)
1 Supply and Installation of three Phase and Single Phase Prepaid meters including Vending stations in the FCT (Garki, Apo and Gwarimpa) 200,000.00
2 Supply and Installation of three Phase and Single Phase Prepaid meters including Vending stations in Lafia Business Unit. 200,000.00
3 Supply and Installation of three Phase and Single Phase Prepaid meters including Vending stations in Lokoja Business Unit. 200,000.00
4 Upgrading of existing server and management of customer database 150, 000.00

 

 

3.0. Requirements

i.        Evidence of company registration / certificate of incorporation

ii.       Photocopies of Current Company Tax Clearance Certificate for the last (3) Three Years, 2008, 2009, 2010 and VAT Certificate (for Companies operating in Nigeria).

iii.      Evidence of remitting  Employee   pension   Contributions  to  the appropriate Pension Fund Administrator, (for Companies operating in

Nigeria).

iv.      Evidence of Payment of Non-Refundable Tender Fee.

v.       A sworn affidavit affirming that none of the Directors of the Company was ever convicted in a court of Law.

vi.      A sworn affidavit affirming that none of the information provided is

false, faked or forged.

vii.     Verifiable Evidence of similar jobs successfully executed, showing letters of award and related completion certificates.

viii.    Evidence of financial capability to execute the proposed work/supply with certified bank statement to buttress claim.

ix.      Company’s Audited Account for the last (3) three years (2008, 2009,

2010).

x.       Companies or affiliates to handle installation works must submit evidence that at least one of Its Directors is registered with COREN.

xi.      Evidence of International quality Certification of meters and other equipment proposed.

xii.     Evidence of technical, operational and managerial capabilities (with

detailed profile of key management and technical staff) to be deployed

on this work.

xiii.    Any other related document that will enhance verification of experience and competence.

 

Method of Application:

Soft Copies of Tender documents are available for collection upon payment of the appropriate Non-Refundable Tender Fee from the office of:

 

The Principal Manager (Procurement)

Abuja Electricity Distribution Company

No. 1 Ziguinchor Street, Off IBB way, Wuse Zone 4,

P. M. B. 631, Garki – Abuja

 

Note:

Bid documents will ONLY be sold to interested companies upon presentation of bank draft in the sum of the appropriate Non –Refundable Tender fee and submission of photocopies of both certificate of Incorporation and Tax clearance certificate for year 2008, 2009,2010 (for companies operating in Nigeria).

 

 

4.0 Submission of Documents

Interested Tenders should submit their bound documents arranged in the order stated in 6.0 below, in sealed envelopes marked “Tender for…………” indicating the LOT No. and description of the project on the left hand corner of the envelope Name, Telephone number and mailing address of shall be clearly stated on the reverse side of the envelope(s).

This shall be addressed to:

The Chief Executive Officer

Abuja Electricity Distribution Company

No. 1 Ziguinchor Street, Wuse Zone 4

Abuja.

 

 

5.0     Closing Date for Tender Submission

The Tender must be delivered by hand or mail but MUST reach the following address on or before 5.00PM on 4th October, 2011

The Chief Executive Officer

Abuja Electricity Distribution Company

No. 1 Ziguinchor Street, Wuse Zone 4

Abuja.

 

6.0     Tender Packaging

The Tender submissions shall be packaged as follows:

6.1     Technical bid: Two sets (Original and Copy) of the technical bid duly marked Original and Copy respectively shall be sealed in one envelope and addressed to:

The Chief Executive Officer

Abuja Electricity Distribution Company

No. 1 Ziguinchor Street, Wuse Zone 4

Abuja.

 

 

The top left hand corner of the envelope shall be marked “TECHNICAL BID” stating the Lot No. and Job description. The name, Telephone Number and address of the Tenderer shall be written on the reverse side of the envelope.

 

6.2 Financial bid: Two sets (Marked Original and Copy respectively) plus soft copy of the Financial bid shall be sealed in another envelope and addressed as in 6.1 above.

 

The top left hand corner of the envelope shall be marked “FINANCIAL BID

Stating the Lot No.  and Job description. The name, Telephone Number and address of the Tenderer shall be written on the reverse side of the envelope.

 

 

6.3     The two sealed envelopes viz: TECHNICAL BID AND FINANCIAL BID shall be enclosed in a third envelope. This final envelope shall be addressed as in 6.1 above, stating the Lot No. and job description on the top left corner of the envelope while the reverse side shall bear the Name, Telephone number and mailing addressed of the Tenderer.

 

Please adhere strictly to the packaging instructions of the bid documents.

 

7.0 Tender Opening

Tender documents shall be opened on 5th October, 2011 at Arewa Suite, Central Business District Abuja.

 

Note:

1.       Items I – VII under 3.0 are mandatory requirements for any submission to be considered as responsive

2.       No bidder will be considered for more than Two (2) Lots at award.

3.       Any submission that is not substantially responsive will not be disqualifed

4.       Non compliance with the provision of the Procurement Act 2007 will result in automatic disqualification.

5.        Any Tenderer that submits fake document shall be disqualified.

6.       Only Technically qualified companies/manufactures  shall have their Financial Bids Opened.

7.       Notice of Financial Bid opening will be communicated to ONLY Companies/Contractors that emerge successful from the Technical bid evaluation.

 

This Advertisement shall not be construed as a commitment on the part of Abuja Electricity Distribution Company’s Management nor shall it entitle responding Tenderers to seek any indemnity from Abuja Electricity Distribution Company by virtue of such Tenderers having responded to this advertisement.

 

Further clarification can be obtained from:

 

Principal Manager (Procurement)

Abuja Electricity Distribution Company

Floor, No. 1 Ziguinchor Street, Wuse

Zone 4, Abuja. Phone: 0803 314 1459

E-mail: aedcprocom@yahoo.com

 

Signed

Management

Abuja Electricity Distribution Company

 

 

Procurement of Goods at Corporate Affairs Commission

Corporate Affairs Commission

(Established under the Companies and Allied matters Act 1990)

Plot 420 Tigris Crescent, Maitama District

P.M.B 198 Garki, Abuja-Nigeria

Invitation for Bids

 

As part of the execution of its 2011 budget, the Corporate Affairs Commission intends to undertake the procurement of goods on Lots Packages listed below. Interested contracting firms are hereby invited to submit bids for the following items:

 

S/N Package Number Description of Items

Scope of Specifications/ Works
1 014/G/11 and 015/G/11 Supply of Generator set to the Commission 4 Nos 100KVA three (3) sets and 65KVA at various locations
2 034/G/11 Supply of operational vehicle to the Commission. 10 Nos1.8LXTAT Petrol Engine capacity. Automatic Transmission and full option with Leather seats at various locations.
3 007/G/11 and  010/G/11 Supply of 4 Drawer Cabinets, 4 Drawer cabinets (New Cline) to the Commission Supply and Installation of 22 Nos Gubabi cabinets and 63 Nos Drawer cabinets (New Clime) at various locations,
4 022/G/11 Supply of Executive visitors chairs, 3 Setter chairs, Conference chairs and Conference Tables to the Commission 22Nos Executive visitors chairs, 4 Nos 3 Setter chairs, 34 Nos Conference chairs and 2 Nos Conference Tables at various locations.
5 050/G/11 Supply of office furniture to the Commission 30 Nos Office Chairs, 10 Nos Office Tables,5 Nos Armless Chairs at various locations
6. 051/G/11 Supply of Sharp Photocopier (AR5320E) to the Commission 11 Nos Sharp Photocopier machines at various locations.
7. 009/G/11 and 048/G/11 Supply of Sharp multipurpose photocopier MX350 Heavy Duty to the Commission, Sharp multipurpose photocopier MX350 Heavy Duty to the Commission Supply and installation of 3Nos sharp multipurpose photocopier at various locations, 3Nos Sharp multiple photocopier at various locations

 

8. 028/G/11 and 059/G/11 Supply of office furniture to the Commission, Semi- Executive chairs and Semi-Executive chairs /Tables to the Commission 151 Nos Tables/Chairs  at various locations, 16 Nos Semi- Executive chairs and 6 Nos Tables at various locations
9. 045/G/11 Supply of plastic mould to the Commission Supply and installation of 10,000 Nos of plastics moulds
10. 018/W/11 Installation of panorama lift at Maitama. Supply and installation of 2 Nos 800kg (10 persons) panorama lift and 2 Nos 40kva UPS online.

 

 

2) Requirements:

Interested bidders are required to submit the following with their bids:

 

I.       Evidence of company incorporation with the Corporate Affairs Commission;

II.      Evidence of VAT Registration;

III.     Evidence of valid Tax Clearance certificates for the last three(3) years;

IV.     Original copies of documents listed I – iii above must be presented for sighting during the opening of Tenders

 

The Corporate Affairs Commission reserves the right to inspect to verify claims/ information submitted as it deems necessary, Similarly, the office is not bound to shortlist any bidder and reserves the right to annul the selection process when unforeseen developments warrant such action, without incurring any liability and assigning any reasons thereof.

 

3)      Bid Documents containing full specification on all the lots or packages can be obtained from the office of Head of Procurement located on the fifth (5th) floor of the main office build of plot 420, Tigris Crescent, Maitama, Abuja upon payment of a non-refundable sum of Five Thousand Naira(N5,000.00) for each lot or package bided.

 

4)      Submission of Bids

Bids are to be sealed with wax in envelope indicating the package number and specification to the Secretary Tenders Board, Procurement Unit, Corporate Affairs Commission, Plot 420, Tigris Crescent, Maitama, P.M.B. 198 Garki Abuja. Submission of bids shall close at 2.00pm on Thursday 29th September, 2011 to be immediately followed by bid opening on the same day. Representatives of all bidding firms will be expected to be present at the bid opening session.

 

Management

Consultancy Services for Rural Roads Maintenance Study under the Second Rural Access and Mobility Project (RAMP II) at Federal Ministry of Agriculture and Rural Development

Federal Government of Nigeria

Federal Ministry of Agriculture and Rural Development

Reissuance

This notice replaces the notice published in Thisday and The Nation Newspapers with issuance Date 12th August 2011 on the Consultancy Services entitled “Road Maintenance Study under the Second Rural Access and Mobility Project (RAMP 2)

 

Request for Expressions of Interest (EOI)

Consultancy Services for Rural Roads Maintenance Study under the Second Rural Access and Mobility Project (RAMP II)

 

 

Project ID No; P095003

Issue Date, 18th August 2011

 

This request for Expression of interest (EOI) follows the General Procurement Notice (GPN) for the above mentioned Project that appeared in the Guardian and Thursday Newspapers of July 24th 2007 and the dg market web site as number 608 of August 16th 2007.

 

The Federal Ministry of Agriculture and Rural Development has received a Project Preparatory Advance (PPA) from the World Bank and a Project Preparation Fund from the French Development Agency (AFD) towards the cost of the preparing the Rural Access and Mobility Project II (RAMP II). and intends to apply part of the proceeds on Consultancy Services to prepare a Rural Roads Maintenance Study in the four (4) selected states The states selection process is still ongoing., The four selected states that will participate in RAMP II out of the under listed 12 states will be known before the issuance of the RFP:-

 

 

A. North-East;

1. Adamawa State

2. Bauchi State

B. North-West;

3. Kebbi State

4. Jigawa State

 

C. North-Central

5. Niger State

6. Kogi State

 

South-West

7. Ondo State

8. Osun State

E. South-South

9. Bayelsa State

10. Edo State

F. South-East

11. Enugu State

12. Anambra State

 

The expected duration of this assignment will be 3 months.

 

The RAMP-FPMU on behalf of Federal Ministry of Agriculture and Rural Development now invites eligible consulting firms to indicate their interest in providing the services. Interested consultant must provide information (brochures, description of similar assignments, availability of appropriate skills and experiences, etc,) indicating that they are perform the services.

 

 

The overall objective of the Consultancy services is to design the maintenance arrangements for the roads to be rehabilitated by the RAMP-2 project, so that the sustainability of these investments can be ensured. The consultants should evaluate the different possible maintenance alternatives (including a community-based approach to routine maintenance) and propose the preferred technical, and financial arrangements that could be supported as part of the second of the RAMP-2 project As part of the proposed assignment, the consults will also be involved in the monitoring of an on-going community-based maintenance pilot in Osun and Enugu States.

 

 

In their expression of interest, consultants are encouraged to indicate in which one(s) of these 12 states mentioned above they would be interested to perform the proposed assignment. The evaluation of EOI will be based on competence. Shortlisted Consultants will be requested to re-confirm their interest in performing the proposed assignment in any of the four final states selected for participation in RAMP II,

 

 

Submission of Expressions of Interests (EOls)

One original and five copies of the Expression of Interest must be submitted in a sealed envelop clearly marked “Expression of Interest – Consultancy Services for Rural Roads Maintenance Study” and should be deposited in the tender box located at the FPMU Office at the address below.

 

The closing date for submission of the EOI is 5th September, 2011 by 12:00pm. LATE SUBMISSIONS WILL NOT BE ACCEPTED.

The Consulting Firm will be selected in accordance with AFD legal obligation, and with the procedures sat out in the World Bank’s Guidelines: Selection and Employment o Consultants by World Bank Borrowers published in May 2004 and revised October 1, 2006, May 1, 2010 and January 2011.

 

 

Interested Consultant may obtain further information at the address below during office hours 8:00 am to 5:00 pm (Monday to Friday),

 

The Federal Project Management Unit is not bound to short-list any consultant National Coordinator, RAMP

 

Federal Project Management Unit (FPMU)

Rural Access and Mobility Project (RAMP)

NAIC House (First Floor), Plot 590, Zone AO,

Airport Road, Central Area,

Abuja, Nigeria.

Telephone; 09-8726059, +234 803 701 4956, + 234 809 650 2821,

Email; info@namp.gov.ng

 

 

Consultancy Services for Institutional and Capacity Building Assessment under the Second Rural Access and Mobility Project (RAMP 2) at Federal Ministry of Agriculture and Rural Development

Federal Government of Nigeria

Federal Ministry of Agriculture and Rural Development

 

 

Reissuance

This notice replaces the notice published in Thisday and The Nation Newspapers with issuance Date 12th August 2011 on the Consultancy Services entitled “Consultancy   Services Institutional and Capacity Building Assessment Study under the Second Rural Access and Mobility Project (RAMP 2)

 

Request for Expressions of Interest (EOI)

Consultancy Services for Institutional and Capacity Building Assessment under the Second Rural Access and Mobility Project (RAMP 2)

 

 

Project ID No; P095003

Issue Date, 18th August 2011

 

This request for Expression of interest (EOI) follows the General Procurement Notice (GPN) for the above mentioned Project that appeared in the Guardian and Thursday Newspapers of July 24th 2007 and the dg market web site as number 608 of August 16th 2007.

 

 

 

The Federal Ministry of Agriculture and Rural Development has received a Project Preparatory Advance (PPA) from the World Bank and a Project Preparation Fund from the French Development Agency (AFD) towards the cost of the preparing the Rural Access and Mobility Project II (RAMP II). and intends to apply part of the proceeds on Consultancy Services  in order to prepare an Institutional and Capacity Building Assessment in the four (4) selected states (first –tier states) as well as a institutional support package for the eight states that passed the first selection  stage but were not selected as part of the final four (second-tier states). The State selection process is still ongoing. The four selected states that will participate in RAMP II out of the under listed 12 states will known before the issuance of RFP:-

 

 

A. North-East;

1. Adamawa State

2. Bauchi State

B. North-West;

3. Kebbi State

4. Jigawa State

 

C. North-Central

5. Niger State

6. Kogi State

 

South-West

7. Ondo State

8. Osun State

E. South-South

9. Bayelsa State

10. Edo State

F. South-East

11. Enugu State

12. Anambra State

 

 

The expected duration of this assignment will be 3 months.

 

The RAMP-FPMU on behalf of Federal Ministry of Agriculture and Rural Development now invites eligible consulting firms to indicate their interest in providing the services. Interested consultant must provide information (brochures, description of similar assignments, availability of appropriate skills and experiences, etc,) indicating that they are perform the services.

 

 

 

The objective of this study is to assess the capacity of the State Project implementation (SPlU’s), as well as of other state and local institutions in charge of rural transport policies, in to help design the third component of the RAMP-2 project. This component entitled “State and Federal institutional strengthening, program’s scaling up and promotion of rural transport policies” aims at providing a comprehensive institutional development package at the state level  (and possibly also at the local level) in order to support the implementation of the project, the dissemination of best practices and sound rural transport policies, as well as to prepare the scaling up of the project. The component will be split in two sub-components, Subcomponent 3.1will provide direct support to the 4 selected states In implementing the project as well  as sound rural transport policies (at state but also possibly local levels), Subcomponent 3.2 will be implemented at the federal level and will provide technical support to second-tier states in order to prepare them for a eventual future scaling up of RAMP-2.

 

 

Consultants will assess the fiduciary technical and operational capacity of SPlUs, provide basic training to key SPIU staff and will design a comprehensive technical assistance package to promote and implement sound rural transport policies.

 

 

In their expression of interest, consultants are encouraged to indicate in which one(s) of these 12 states mentioned above they would be interested to perform the proposed assignment .The evaluation of EOI will be based on competence. Shortlisted Consultants will be requests to reconfirm their interest in performing the proposed assignment in the four final states selected for participation in RAMP II.

 

 

Submission of Expressions of Interests (EQIs)

One original and five copies of the Expression of Interest must be submitted in a sealed envelop clearly marked “Expression of Interest – Consultancy Services for institutional and Capacity Building Assessment”  and should be deposited in the tender box located at the FPMU Office at the address below.

The closing date for submission of the EOI is 5th September, 2011 by 12:00pm. LATE SUBMISSIONS WILL NOT BE ACCEPTED.

The Consulting Firm will be selected in accordance with AFD legal obligation, and with the procedures sat out in the World Bank’s Guidelines: Selection and Employment o Consultants by World Bank Borrowers published in May 2004 and revised October 1, 2006, May 1, 2010 and January 2011.

 

 

Interested Consultant may obtain further information at the address below during office hours 8:00 am to 5:00 pm (Monday to Friday),

 

The Federal Project Management Unit is not bound to short-list any consultant

 

National Coordinator, RAMP

Federal Project Management Unit (FPMU)

Rural Access and Mobility Project (RAMP)

NAIC House (First Floor), Plot 590, Zone AO,

Airport Road, Central Area,

Abuja, Nigeria.

Telephone; 09-8726059, +234 803 701 4956, + 234 809 650 2821,

Email; info@namp.gov.ng