Procurement of Good at Gombe State Malaria Control Booster

Request for Expression of Interest

(Consultancy Services)

Country: Nigeria

Project: Malaria Control Booster

Project Sector: Health.

Consulting Services: Ngo/Firm to Implement Community Driven Interventions (CDI)

Credit Number: 4250-Uni

Project Id Number: P970921

Expression of Interest

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Malaria Control Booster Project and intends to apply part of the Credit to cover eligible payment for consulting services for engagement of NGO/Firm to implement Community Driven Interventions (CDI)

The NGO/Firm is to

  1. Conduct training for PIU on CDI process, LGA implementation teams on delivery of malaria control and prevention services through the CDI approach, community volunteers on delivery of malaria control and prevention services through the CDI approach.
  2. Conduct advocacy and introductory meetings in the LGAs and communities, educating them on the CDI approach and participate in community mapping
  3. Ensure timely reporting between communities and health centers, and health centers and LGAs, monitor and facilitate adequate supply of commodities between LGAs and health centers and down to communities to avoid stock-outs Conduct supportive supervision to the LGAs and communities, monitor implementation of intervention; provide reporting to the State PIU.
  4. Identify and involve all key stakeholders in malaria control in the state and assist in the meeting of all stakeholders with potentials for contributing to malaria control

The Gombe State Malaria Control Booster Project now invites eligible NGO/Firm to indicate their interest in providing services in Ngo/Firm to Implement CDI. The consulting services are to extend over a period of 12 months initially renewable as needed.

The NGO for this assignment should have the following expertise: at least one staff skilled in M& E with 5 years experience in community based intervention, at least one staff member with a minimum of a degree in public health, sociology, social work, community development, nursing or related field. Staff with excellent writing, analytical and communication skills. Previous experience in working in community development, Previous experience in community mobilization and training, Previous experience in implementing CDI, Understand the local cultures of the State, able to communicate in one of the major local languages of the State

Method of application

Interested NGO Firms must provide information indicating that they are qualified to perform the services (brochures, description of similar assignment, experience in similar condition, availability of requisite skills, etc).

NGO/Firm will be selected in accordance with the procedures set out in the World Bank Guideline Selections and employment of Consultants by World Bank Borrowers (current edition).

Interested NGO/Firm may obtain further information at the address below during office hours between 09.00-2:00, except on public holiday

Expression of interest must be submitted in four hard copies to the address below on or before 24th August 2010, with inscription on the envelopes SUBJECT Expression of Interest for NGO/Firm to implement Community Driven Intervention. (CDI)

Gombe State Malaria Control Booster Project

Project Implementation Unit,

New GRA, Behind Bulma Guest Inn, Gombe

Gombe State

Attention: Propel Monomer

GSM No: 0823706184, 07062518618

E-mail: arnobel95@yahoo.com

Execution of Goods at Federal Ministry of Health

Federal Republic of Nigeria

Federal Ministry of Health

Request for Expression of Interest (EOI) For Consultancy Services

BACKGROUND

  1. The Federal Government of Nigeria through the Federal Ministry of Health (FMOH) signed on to the implementation of Global Fund Round 8 on Health Systems Strengthening (HSS). The Principal Recipient (PR) of the fund is NACA, while the Department of Health Planning, Research & Statistics (DPRS) of the Federal Ministry of Health is a Subsidiary Recipient (SR) for the Strengthening Health Management Information System (SDA 3) component of the HSS.
  1. There is provision in the approved work plan for the appointment of long term Consultants as embedded-staff to support the work of the DHPRS-NHMIS in the FMOH. The Consultants will be under the contract of the grant and will work throughout the duration of the grant. The contract of the Consultants will be renewable every year subject to satisfactory performance. The posts for Consultants required are listed below:
  • Senior NHMIS Advisor
  • Monitoring & Evaluation Advisor
  • Statistical Advisor
  • Capacity Building Advisor
  1. Eligible and qualified competent Consultants with cognate experience are invited to submit their Expression of Interest (EOI) along with their Financial Proposal for only one of the posts listed above. The various work streams entailed in these consultancies will be elaborated in the various Requests for Proposal (RFP) that will contain the Terms of Reference for the assignments. PRE-QUALIFICATION requirements for SUMISSION OF expression of INTEREST/FINANCIAL PROPOSALS
  1. The Prequalification Requirements for the submission of Expressions of Interest (EOIs) from prospective consultants include the following:
  2. Curriculum Vitae of individual consultants/staff who will be assigned to the requested services(s), Including qualification, individual experience in handling assignments and attestation of availability;
  3. Capacity profile of the consulting firm;
  4. Summary of similar projects/assignments executed or under execution by the firm/Individual to include brief descriptions of the role played in the execution of the assignment:
  5. Full name and nationality (country of registration) of the company and contact person,
  6. postal address, telephone number(s) and e-mail address for international firms;
  1. Copy of Certificate of Incorporation with CAC and Forms CO7 for Nigerian firms;
  2. Evidence of Registration with PENCOM and remittances of RSAs to PFAs; for Nigeria firms
  3. Evidence of Company Audited Account for the last 3 years;
  4. Evidence of Tax Clearance Certificate for the last 3 years for Nigerian Companies,
  5. Company profile. Including ownership structure with the copy of Article of Association. Memorandum of Understanding and Firm’s registration with COREN if applicable, NES for Nigerian firms or its equivalent for International firms.
  6. Any other relevant information to support the application.

6. Consulting Firms/individuals will be selected in accordance with the procedures set out in the BPP Standard Request for Proposals for the selection of Consultancy firms, January 2008 SUBMISSION OF EXPERSSION OF INTEREST (EOIs)/FINANCIAL PROPOSALS

7. Expressions of interest (EOIs)/ Financial Proposals must be submitted in six (6) copies each; Including one (1) original and five (5) copies in 2 separate sealed envelopes clearly marked “Expression of Interest and Financial Proposals FOR ONLY ONE OF THE 4 POSTS” and delivered on or before 12.00 Noon Nigerian time (11.00am GMT), on 23rd August 2010 to the address below:

The Secretary;

Ministerial Tenders Board,

Federal Secretariat Complex,

Phase III, Podium G1, 1st Floor, Room 1.2,

Ahmadu Bello Way, CBD, Abuja.

OPENING OF PREQUALIFICATION DOCUMENTS/ FINANCIAL PROPOSALS

8.      Prequalification documents will be opened by the Evaluation Committee immediately after the close of the submission date. Only prequalified consultants, a relevant NGO and a CSO will be invited to witness the public opening of the financial proposals

Please Note:

9.      Invitations to tender for Goods, Works and Services within the threshold of the Permanent Secretary will be published on the Ministry’s Notice Boards for interested contractors, suppliers and consultants to bid.

10. This advertisement shall not be construed as a commitment on the part of the Ministry nor shall it entitle a tenderer to make any claims or seek any indemnity from the Ministry by virtue of his/her response to the Advert.

Signed:

LN Awute mni;

Permanent Secretary

Supplies of Motor Cycles, Computers/Accessories and 5.20kva Electric Generators at Federal Ministry of Health

Federal Republic of Nigeria

Federal Ministry of Health

Invitation to Tender for Printing Works:

Supplies of Motor Cycles, Computers/Accessories

and 5.20kva Electric Generators

  1. The Federal Government of Nigeria through the Federal Ministry of Health (FMOH) signed on to the implementation of Global Fund Round 8 on Health Systems Strengthening (HSS). The Principal Recipient (PR) of the fund is NACA, while the Department of Health Planning, Research & Statistics (DPRS) of the Federal Ministry of Health is a Subsidiary Recipient (SR) for the Strengthening Health Management Information System (SDA 3) component of the HSS.
  1. There is provision in the approved work plan under NHMIS minimum package for Printing Works; Supplies of Motor Cycles; Micro-Computers/Accessories and 5.20KVA Electric Generators for Strengthening Hearth Management Information System (SDA 3) component of the HSS. Jobs have been categorized into four (4) lots,
  1. The Ministry, therefore, invites eligible and competent contractors to tender for not more than one (1) of the 4 project lots as specified below:

LOT 1: Printing of 4 set each of the NHMIS Forms for 365 Facilities. Specifications are available for collection at Room 1.12, 1st floor, Podium G, Phase III, from 9.00a.m. to 3.30p.m daily.

LOT 2: Supply of 38No Suzuki Motor Cycles; model JC 125B Engine; Single cylinder stroke; 4 power; 13.5 HP ignition; CDI starter for 38 LGAs;

LOT 3: Supply of 38No Micro computers with one each of the following accessories for 38 LGAs; 1No Smart UPS 500KVA; 1No Stabilizer Binatone 2000 WT; 1No HP LaserJet 2015 printer and 1 No EST Nod Anti-Virus;

LOT 4: Supply of 38No Honda 5.20 KVA Generator sets for 38 LGAs,

Pre-Qualification and Tender Requirements

4.       The requirements for the submission of pre-qualification and tender documents are as follows.

  • Evidence of registration with Corporate Affairs Commission (CAC) and forms C07;
  • Evidence of Registration with PENCOM and  remittances of RSAs to PFAs;
  • Company Audited Accounts for last 3 years;
  • Evidence of Tax Clearance Certificate for the last 3 years
  • Evidence of VAT Registration & past VAT remittances;
  • Letter of Financial Capability & Banking support;
  • Evidence of payment of Tender Fee of N10,000.00 only in favour of Federal Ministry of Health;
  • Evidence of similar job (s) previously executed or currently being executed (inducing letters of award, completion certificates, payment);
  • Submission of technical details & brochures of items being tendered for;
  • Any other document to support the pre-qualification and tender requirements documents.

Submission of Pre-Qualification and Tender Documents

5. The pre-qualification and tender requirements documents must be submitted in six (6) copies each; including one (1) original and five (5) copies in 2 separate sealed envelopes clearly marked “Pre-Qualification” and “Tender” Documents FOR ONLY ONE OF THE SPECIFIED 4 POSTS” and delivered on or before 12.00 Noon Nigerian time (11.00am

GMT),  23rd August 2010 to the address below;

The Secretary;

Ministerial Tenders Board,

Federal Secretariat Complex,

Phase III, Podium G1, 1st Floor, Room 1.2,

Ahmadu Bello Way, CBD, Abuja.

Opening Pre-Qualification and Tender Requirements Documents

6.       Prequalification documents will be opened by the Evaluation Committee immediately after the dose of the submission date. Only pre-qualified bidders, a relevant NGO and a CSO will be invited to witness the public opening of the financial bids documents.

Please Note:

7.       Invitations to tender for Goods, Works and Services within the threshold of the Permanent Secretary will be published on the Ministry’s Notice Boards for interested contractors, suppliers and consultants to bid;

8.       Late submission of bids will be rejected and prospective bidders for Lot 1 can sight/collect sample documents from the MTB Secretariat,

9.       This advertisement shall not be construed as a commitment on the part of the Ministry nor shall it entitle a tenderer to make any claims or seek any indemnity from the Ministry by virtue of his/her response to the Advert.

Signed:

LN Awute mni

Permanent Secretary

Construction of Projects at Federal Government College, Azare, Bauchi State

Invitation for Tender

Federal Government College, Azare, Bauchi State.

In compliance with the Public Procurement Act 2007, Federal Government College, Azare, Bauchi State invites competent and interested contractors to bid for the following; Description/Scope of work.

S/N Project Lot Number
1. Construction of 500 Perimeter Fencing Lot 1
2. Renovation of Burnt Classroom Blocks Lot 2
3. Construction of Internal Road Network Lot3
4. Renovation of College library Lot4

  • A. Pre-Qualification Criteria

    All prospective Contractors are expected to submit the following documents as they would serve as basis for consideration.

    • Registration with Corporate Affairs Commission (CAC)
    • Tax Clearance Certificate for the last three (3) years and VAT registration certificate.
    • Bidder should indicate the job category they intend to bid for.
    • Evidence of experience on similar project execution, giving names of clients, contract sums and evidence of practical completion.
    • Company profile to include, among others, office address, current telephone numbers) and e-mail address.
    • Evidence of registration with federal Ministry of Works.
    • Evidence of registration with the college.
    • Any other relevant information that will be helpful in determining the company’s suitability for the works.
    • B. Payment of Tender Fee

      Bidder are to pay a non-refundable fee of N20, 000.00 (Twenty Thousand Naira) to Account Department Federal Government College, Azare.

        • C. Collection of Tender Documents
        • Interested companies should collect tender document from the secretary, school tender board, federal Government College, Azare upon payment or twenty thousand naira (N20, 000.00) non-refundable fee for bid documents.
          • D. Submission of Tender/Bids
          • All completed tender/bids, in sealed envelopes with the description of the project(s) being tendered for written on the top left hand corner (indicate the lot number and name of project). With all documents duly endorsed, are to be dropped in the tenders box in the guidance and counseling conference room, federal Government College, Azare on or before12:00 noon on Wednesday 22nd
          • September, 2010.

          • E. Closing of Submission

            Submission of tender closes at 12:00 noon on Wednesday 22nd September, 2010.

            Opening of Tenders

            • The tenders received will be publicly opened at 2:00pm on Wednesday 22nd September, 2010 in the Guidance and Counseling Conference room of Federal Government College. Azare. The bidders or representatives of the bidding companies are invited to witness the opening of the Tenders on Wednesday 22nd September, 2010 at 2:00pm, names of successful bidder shall be placed on the college notice boards within seven (7) days after opening of tender. Late bids will he rejected.
            • Failure to comply with the above stated instruction or to provide any of the listed documents may automatically result in disqualification.

            NB

            Submission of the pre-qualification documents is not a guarantee of the award of contract.

            AJOSE, T.E

            Secretary

            Tender Board, FGC, Azare

            Procurement of Good at National Planning Commission

            National Planning Commission

            Plot 421, Constitution Avenue, Central Business District, Abuja

            Expressions of Interest for Projects within the Framework of Eu-Africa Infrastructure Partnership

            The Commission of the African Union presents its compliments to all Member States and has the honour to announce that it is preparing to launch seven service projects within the framework of the EU-Africa Infrastructure Partnership.

            Details of the expected services, instructions and deadline for sending in Expressions of interest as well as eligibility criteria will be available in the official advertisement of the tenders to be posted on the websites of AUC

            (http:/www.africa-union.org/root/au/BIDS/AUCBIDS.htm) and EuropeAid (https://webgat e. ec.euro pa. eu /euro pea id/online -services/index.cfm?do=publi.welcome) on or after, 10 July 2010.

            The Commission, in the meantime, transmits herewith the titles and indicative budget of each project and requests Member States to draw the attention of potential tenderers in their respective states to the upcoming tenders and to the above mentioned website addresses:

            1. Operationalisation of the Executing Agency of the Yamoussoukro Decision. Indicative maximum budget: Euro 520,000
            2. Technical Advocacy and Support Activities for Gambia Bridge Project. Indicative maximum budget: Euro 800,000
              1. Feasibility Study for Western Section of Beira-Lobito Corridor, indicative maximum budget: Euro 1,850,000
              2. Regional Transport study of Trans-African Highway no. 3 with Pre-feasibility Study of Selected Road Sections and Strategic Options Study for Regional Ports. Indicative maximum budget: Euro 950,000
              3. Comprehensive Market Analysis and Options Study for Implementation, Operation and Financing of Cotonou-Niamey-Ouagadougou Railway. Indicative maximum budget: Euro 1,100,000
              4. Technical Assistance to AUC for African Energy Policy Agenda (Hydropower2020), Capacity Building Actions and Strategy for Development of Inga Hydropower Site. Indicative maximum budget: Euro 1,250,000
              5. Support for Development of African ICT Broadband Backbone and Related Policy Objectives and a System of Interconnected Regional Database for Infrastructure. Indicative maximum budget: Euro 950,000

            Sign:

            The Secretary,

            Procurement Planning Committee

            National Planning Commission

            Plot 421, Constitution Avenue

            Central Business District, Abuja.