Request for Proposals (RFP) at OVC Operations Research in Nigeria

Request for Proposals (RFP):

OVC Operations Research in Nigeria

Cost Reimbursable Subcontract

Ref NO: GHH-I-02-07-0058-00-AFR-SC-01

Issuance Date: May 26, 2011

 

 

Subject: Request for Proposals for Operations Research (OR) on Effective Approaches to Supporting Adolescent Female Orphans and Vulnerable Children (OVC) and Female Heads of OVC Households

 

The Community-Based Support (CUBS) for Orphans and Vulnerable Children (OVC) in Nigeria Project (herein referred to as “the Project”) under Management Sciences for Health (MSH) as the Prime Contractor and Africare as a Sub-Contractor is soliciting proposals for the provision of services as described in the attached Statement of Work. The Project is funded by the United States Agency for International Development (USAID) and is subject to all applicable Federal Acquisition Regulation (FAR) and AID Acquisition Regulations (AIDAR). Africare is issuing this Request for Proposals (RFP) for a 32- month subcontract to undertake operations research (OR) as described in this RFP subject to the availability of funds. The range of allowable proposed costs is $250,000-$5350, 000 (USD). This is a full and open competition, under which any type of organization, international or local, large or small commercial (for profit) firms, non-profit organizations, and academic institutions are eligible to compete.

 

Please submit your most competitive proposal in accordance with the attached instructions, with all required certifications. Any subcontract issued as a result of this RFP will be subject to all instructions, certifications, terms and conditions, and specifications included in this RFP.

 

Closing Date for Submitting Proposals: 16th June, 2011

 

Submissions: All applications responding to this RFP should be electronically by emailed by 5:00 pm West Central Africa Time (GMT +1) on June 16, 2011 to the following Africare staff:

 

Victoria Alifia, Executive Assistant Africare Nigeria

cubsgenderdpps@africare-ng.org

 

 

To download the full RFP, including a budget template, go to http://www.africare.org/our-work/what-we-do/PRP-OVC-Nigeria.php

Request for Bids/Proposals at ODSG/UNDP-State Partnership Implementation Committee

Government of Ondo State,

Nigeria/United Nations Development Programme (UNDP)

Request for Bids/Proposals

 

in furtherance to UNDP assisted Development Programmes in Ondo State, the State Partnership Implementation Committee (SPIC) has endorsed for implementation activities in the 2011 Annual Work Plan (AWP) under Capacity for Governance Programme (CGP), Economic Governance Programme (EGP) Private Sector Development Programme (PSDP) and Sustainability and Risk Management Programme (SRMP) – (Environment Risk). Consequently, the SPIC invites Technical and Financial Bids/Proposals from suitably Bidders on any of the following activities:

LOT I         Capacity for Governance Programme (CGP)

  1. i.            Training of CSO, NGO and relevant Government Agencies on Budget Tracking in Ondo State.

LOT II       Sustainability   and    Risk   Management Programme (SRMP) – (Environment Risk)

  1. Conduct Climate Change Vulnerability impact assessment for the State.

LOT III      Private Sector Development Programme (PSDP)

  1. Improving access to affordable and reliable source of Renewable Energy to offer off grid power to SMEs and potential small rural and urban settlements scaled up.

LOT IV      Economic Governance Programme

  1. Conduct MDG based costing Capacity Building including mainstreaming MDGs into the State Annual Budget.
  2. Fiscal  policy Capacity:   Development  of  Fiscal  Policy Management Tool Kit
  3. Conduct training on Aid Coordination/ Management Conduct training on Project Management
  4. Production   of  Socio-economic   report  –   update  of compilation of State Statistical Year Book (2009, 2010 and 2011).

 

 

LOT V       Governance of the Country Response to HIV/AIDS

  1. Procurement of a consultant to organize SACA/LACA (State Agency for the Control of AIDS) and CSO (Civil Society Organization)   forum   review   2010 implementation of HIV activities and develops and CSO 2011-2012 operations plans.
  2. Procurement of a consultant to train Data entry clerks and M&E Officers and CSO on use of nationally adopted Delta Software
  3. Procurement of a consultant to study Ondo State SSP2 (State Strategic Plan -2) and develop a costed M&E plan for HIV/AIDS work in Ondo State.

 

 

NOTE: Interested   Bidders   should   contact   the   SPIC (Partnership  Manager)  Office  at  the  Intergovernmental  Office at the Intergovernmental Affairs &  Multilateral  Relations, Governor’s Office, Akure for the Reference and other details. Five (5)    copies   of  the Technical and  Financial Bids packed separately and enclosed in one envelope, marked at the top left corner (written boldly the Lot(s) of interest) should be submitted to the address below:

 

 

The Chairman/Partnership Manager,

ODSG/UNDP-State Partnership Implementation Committee

Intergovernmental Affairs & Multilateral Relations (IG&MR),

Governor’s Office,

Akure,

Ondo State,

 

Please note that the closing date for the submission of bid(s) is 14th June, 2011.

Pastor Edmund Akintunde

For: State Partnership Manager

 

 

Ondo, State Government ,

Invitation for Pre-Qualification to Tender for 2011 Capital Projects at Federal Polytechnic, Bali

The Federal Polytechnic, Bali

Taraba State

(Office of the Registrar)

Invitation for Pre-Qualification to Tender for 2011 Capital Projects

In compliance with the due process requirements of the Federal Government of Nigeria, Federal Polytechnic, Bali hereby Invites Interested qualified and reputable contractors with relevant experiences to apply for pre-qualification for the following projects;

(i)      Construction of Classrooms blocks/Offices & Toilets

(ii)     Construction of perimeter fence phase III

(iii)    Supply of office furniture and audio visual aids

(iv)    Supply and Installation of Laboratory furniture and equipment

(v)     Provision of low / high tension poles / cables and service wire at Permanent site

(vi)    Supply of tractor and accessories

 

Pre-qualification Requirement

i)       Evidence of incorporation with Corporate Affairs Commission (C AC)

ii)      Evidence of Tax Clearance and Banking support

iii)     Evidence of Registration as contractor with Federal Polytechnic, Bali

iv)     Evidence(s) of compliance with the provision of the Pension Reform Act 2004,

v)      Company’s Audited Account for (3) Years 2008 -2010

vi)     Verifiable proof of ownership/unhindered access to essential equipment required for the job

vii)    Verifiable proof of experience as prime contractor in the construction industry of at least  three (3) works of a nature and complexity equivalent to the works mentioned above

viii)   Tax Clearance Certificate

ix)     Experience and Technical Capabilities of personnel

x)      Vat Registration Certificate

xi)     Local Resource with Utilization

 

Submission of Pre-qualification Documents

All pre-qualification documents must be submitted in sealed envelope(s) clearly marked pre-qualification for “construction of —————“ or “Supply of —————-“ on the left hand corner and must be delivered to the address below on or before 14th June, 2011. Only qualified contractors will be chosen and will be invited to competitively tender for the works.

 

Important Notice

The Federal Polytechnic Bali shall not bear the cost of preparation and submission of application for pre-qualification, the Federal Polytechnic, Bali is neither committed or obliged to undertake the the works described in this adverts.

 

The Registrar

Federal Polytechnic, Bali

P.M.B 05, Bali, Taraba State.

 

Signed: Registrar

 

 

General Procurement Notice and Invitation to Tender at Federal University of Technology, Owerri

Federal University of Technology, Owerri

P.M.B. 1526, Owerri, Imo State

General Procurement Notice and Invitation to Tender

 

 

In compliance with the Public Procurement Act 2007, the Federal University of Technology Owerri (FUTO) wishes to notify the public on the private support received to construct a Public Procurement Research Centre (PPRC) at its permanent site. The works shall consist of the Construction of Multi-purpose single-level structure sited on a floor area of approximately 763 m2.

In pursuit of the above, PPRC, FUTO wishes to invite Interested, Competent, Reputable and Qualified Contractors to tender for this work.

 

Scope of Work

The scope of work shall include but not limited to the following:

  • Excavation
  • Foundation work
  • Block work
  • Concrete work
  • Roof work
  • Finishing
  • Electrical/Mechanical
  • External works

Tender Requirements:

i.     Evidence of incorporation with Corporate Affairs Commission

ii.    Copy of current Company Tax Clearance Certificate verifiable from Federal Inland Revenue Service

iii.   Evidence of Value Added Tax (VAT) remittance

iv.   Copy of the Company’s Audited Account for the past three years

v.    Copy of Letter of Pension Compliance verifiable from National Pension Commission

vi.   Evidence of Social Security contributions

vii.  Company profile including among others names of Directors and key professional staff, qualifications, experiences in handling these types of projects, company staff and equipment

viii. Copies of Letters of Contract award and Certificates of Job completion for previous similar jobs executed.

ix.   Evidence of key professional staff registration with COREN, ARCON, QSRBN, CORBON etc. by inclusion of necessary photocopies

x.    Verifiable evidence of financial capacity to handle such projects from a reputable Bank

xi.   Sworn affidavit affirming that information being provided by bidders is correct

xii.  Any other relevant information that will place the bidder on a comparative

advantage over others

xiii. Bidders are to provide confirmable bid security in the format of Standard Bid Security specified in the Standard Bidding Document or bank draft in an amount of 2% of the bid price.

 

Important Information

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

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

3.   Bid can only be submitted within working hours

4.   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.

Collection of Tender Documents

Interested Contractors are to collect Standard Bidding Documents (Technical and Financial) upon provision of evidence of payment of a non-refundable fee of N20,000.00 to Public Procurement Research Centre, FUTO, Diamond Bank current Account no. 0172010015109 as a pre-requisite for collection of Tender Documents. Tender Documents will be collected by hand from the Secretary, Tenders Board, Office of the Director, Physical Planning Department, Federal University of Technology, Owerri (FUTO),

 

Submission of Tender Documents

Completed Tender Documents (Technical and Financial bids: Two sets of hard copy and One Electronic copy in compact disk 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 “Project Name” at the top right hand corner and addressed to:

 

Director,

Physical Planning Department

Federal University of Technology Owerri

Into State

 

Return of completed Tender Documents must be submitted on or before 11th July 2011 by 12 noon to the above address. The Technical Tenders shall be opened immediately after the submission deadline. Only bidders whose technical Bids meets the cut-off qualifying mark shall have their financial bids opened. The Financial Bids of the unsuccessful bidders shall be returned unopened

Disclaimer and Conclusion: The announcement is published for information only and does not constitute an offer by the Proponent to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the Proponent to procure concession services

The client will not be responsible for any cost or expenses incurred by any interested party (ies) in connection with any response to this invitation and or preparation or submission in response to an enquiry.

The client is not bound to shortlist any bidder and reserves the right to annul the selection process at anytime without incurring any liabilities and assigning any reason thereof.

Director,

Physical Planning Department

Federal University of Technology Owerri

Imo State

Design and Build a New Two Lane Bridge Over the Cross River at the Cameroon/Nigeria Border (EKOK/MFUM) with Approach Roads

Invitation for Bids

IFB No. 01/JTC/IFB/Cameroon-Nigeria/2011 May, 2011

Federal Republic of Nigeria, Republic of Cameroon, ECOWAS/ECCAS/CEMAC

Design and Build a New Two Lane Bridge Over the Cross River at the Cameroon/Nigeria Border (EKOK/MFUM) with Approach Roads

 

1.   This Invitation for Bids follows the General Procurement Notice for this project that appeared in UN Development Business Issue No.73X 31 August 2008. The Federal Republic of Nigeria and the Republic of Cameroon have received loan from the African Development Fund toward the cost of the Transport Facilitation Programme on the Bamenda- Mamfe-Ekok – Abakaliki -Enugu Road Corridor and intend to apply part of the proceeds of this loan to payments under the contract for Design & Build of A New Two Lane Bridge over the Cross River at the Cameroon/Nigeria Border (Ekok/Mfum) with Approach Roads – Contract No. 01/JTC/Cameroon-Nigeria/20ll. Any payments made under the proposed contract will be subject, in all respects, to the terms and conditions of the D and B and related documents, including restrictions on the use of ADB funding and conditions to the disbursement

 

2.   The Design and Build (D and B) bridge project includes a new Two Lane Bridge over the Cross River of approx length 276 m with approach roads (single carriageways of approx, 1.5 km length) on either side of the bridge. The width of the bridge carriageway should not be less than 11.a m.

Two types of bridge design are proposed as the main works and these are:

Alternative A: Pre-stressed Concrete continuous Box Girder (Integral or Semi-Integral) Bridge type with Approach Roads or

Alternative B: Suspension or Cable-Stayed Bridge with Approach Roads

The contract completion duration is 18 months.

 

3.   The Employers represented by the Road Sector Development Team (RSDT) now invite scaled bids (“Bids”) from eligible and qualified entities (“Bidders”) to provide the design-build referenced above (the “Works”), which is being offered as a fixed price contract. Bidding will be conducted through the international competitive bidding procedures specified in the current African Development Bank’s Rules of Procedure for Procurement of Goods and Works and is open to all bidders from eligible member countries as defined in the Rules.

 

4.  The Bidding Documents consist of the following:

 

Part 1 – Bidding Procedures: Section I –   Instructions to Bidders (ITB)

Section II –            Bid Data Sheet (BDS)

Section III –          Evaluation and Qualification Criteria

Section IV –          Bidding Forms

Section V –           Eligible Countries

 

Part 2 -Employers Requirements: Section VI Requirements

 

Part 3 –Conditions of Contract and Contract Forms: Section VII- General Conditions of Contract

Section VIII- Particular: Conditions

Section XI   -Contract Forms

 

5.    Interested eligible bidders may obtain further information form and inspect the bidding documents at the Road Sector Development Team at the address stated at end of this document commencing May 31, 2011 from 09.00 to 4.00pm local time during working days.

 

6.    A complete set of bidding documents in English language may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of Naira 10,000.00 or its equivalent in an acceptable convertible currency (USD, GBP, Euro CFA). The method of payment will be by Bank Draft or Certified Cheque. The set of bidding documents will be handed over upon receipt of payment.

 

7.    Bids must be delivered to the address below by 2.00 pm local time, August 31, 2011. All bids must be accompanied by a bid security amounting to Naira 60 million or an equivalent amount in a freely convertible currency. Late bids will be rejected. Bids will be opened in the presence of bidders’ representatives and anyone who choose to attend at the address below on August 31, 2011 at 2:00 to 3:00 pm local time.

 

8.    Bids shall be valid for a bid period of one hundred eighty (180) days after Bid Opening.

 

9.    Post-qualification will be based on meeting all the following minimum pass criteria regarding the Applicant’s general and particular experience (successful experience as a main or principal contractor in the execution of at least two projects of a similar nature and complexity comparable to the proposed contract within the last five years), personnel (the Applicant must have suitably qualified personnel with a minimum experience of 12 years in the execution of similar works) and equipment capabilities (the Applicant must have suitably qualified personnel with a minimum experience of 12 years in the execution of similar works) and equipment capabilities (the Applicant should own, or have assured access through hire, lease, purchase agreement or other means to key items of equipment in full working order), and financial position (the Applicant shall demonstrate that it has access to, or has available, liquid assets, lines of credit and other financial means to meet the construction cash flow).

 

10. A site visit and pre-bid conference are scheduled for 10.00 hours local time, July 01, 2011 commencing at the existing suspension bridge on the Nigeria Cameroon border at Mfum (Nigerian side). All bidders are recommended to attend.

 

11. Clauses relating to Preference for Domestic or Regional Bidders are not applicable

 

The Unit Manager,

Road Sector Development Team (RSDT)

6. Niagara Close, Off Erie Crescent, Off Nile Street,

Maitama. Abuja, Nigeria.

Attn: Engr. L. A. Audi, Unit Manager, RSDT

Tel: +234-7034044403

E-mail: unitmgr.rsdt@yahoo.co.uk or unitmanager@rsdt.gov.ng