Request for Applications at USAID Nigeria

USAID Nigeria

From the American People

Request for Applications (RFA) # RFA-620-13-000004

Local Partners for Orphans and Vulnerable Children Project

The United States Government, represented by the United States Agency for International Development (USAID)/Nigeria, is seeking applications from eligible Nigerian Non-Governmental Organizations (NGOs), to carry out activities in support of the Local Partners for Orphans and Vulnerable Children project.

Over the years, USAID has occupied a niche for providing quality orphans and vulnerable children programming support to the people and Government of Nigeria (GON).

The purpose of the Local Partners for Orphans and Vulnerable Children project is to support local Nigerian civil society partners to improve the accessibility and quality of services for children orphaned and   made  vulnerable by HIV/AIDS   in   Nigeria   through:  the improvement of the systems and structures at communities, local government authorities and states for providing responsive quality care, protection and support services for vulnerable children and their households in selected Nigerian states; improvement of the organizational and technical capacity of local Nigerian partners and other local providers to offer services to vulnerable children and families; and facilitating local Nigerian civil society partners to engage more effectively with local government and private partners. The proposed activity will constitute a key component of USAID/Nigeria’s program for vulnerable children, and work closely with existing PEFPAR partners, other HIV programs and the Nigerian Government to address gaps in programming for this population using evidence-based practices and approaches.

Only Nigerian non-governmental organizations are eligible to apply.

Interested applicants may download the complete Request for Application (RFA)/Solicitation and any future amendments from http://www.grants.gov. To access the RFA document, from the website, select “Find Grant Opportunities,” click on “Browse by Agency,” select “Agency for International Development,” and search for the RFA. Organizations that are unable to retrieve the RFA from the Internet can request an electronic copy (as attachment via e-mail) by contacting USAID at abujasolicitations@usaid.gov. The  RFA contains all relevant information and instructions for preparation and submission of an application.

While for-profit firms may participate, it is USAID policy not to award profit under assistance instruments such as cooperative agreements. However, all reasonable, allocable and allowable expenses, both direct and indirect, which are related to the agreement program and are in accordance with applicable cost standards for non-profit organizations, may be paid under the agreement.

Questions concerning the RFA should be submitted in writing to USAID at the above e-mail address. The deadline for receipt of questions is July 4th, 2013 at 4:00pm.

Applications in response to the RFA must be submitted to USAID no later than August 2nd, 2013 at 2:00pm.

Thank you for your consideration of this USAID initiative.

Expression of Interest (EOI) at United Nations Children’s Fund (UNICEF)

United Nations Children’s Fund

Nigeria Country Office

Expression of Interest (EOI)

Reference: EOI-NGR-2013-006

Subject: Development of Logo/Brand for Nigeria’s Polio Eradication Programme

Background

With the declaration of polio as a public health emergency, Nigeria is intensifying its efforts to ensure polio is stopped for good. Communication and mobilization are critical elements of the polio eradication programme, particularly communicating with families and communities about the importance of taking the oral polio vaccine to prevent polio. Polio eradication continues to suffer from inadequate visibility and does not have a clear identity or brand/logo that resonates with all stakeholders – caregivers, service providers and leaders.

Scope of work:

UNICEF and partners in Nigeria is requesting the services of an innovative design agency to design a package of communications materials to support polio activities in 2013. The scope of work and key deliverables will include the development of a logo/brand for Nigeria’s polio eradication programme, together with the design of a package of communication materials which will include a slogan, flyers, banners, signposts, an advocacy package, a package of EC materials to support communications activities in communities, radio and TV materials, job aides for health workers.

Qualifications, Specialized Knowledge and Experience:

  • Creative Director with more than 10 years of experience
  • Visualizer with experience in developing national brands
  • Adequate composing, designing, indoor/outdoor shooting, editing and other relevant facilities
  • Retaining a very efficient and professional team
  • Ability to oversee basic field testing of materials

 

Mandatory Requirements for Pre-qualification

  • Duly registered and legal entity with minimum of 10 years of experience in the field of design, advertising and Communications
  • Minimum of 7 years of experience in provision of similar services and implementation of similar contracts.
  • Personnel: office organogram and CVs of minimum of three (3) key staff

 

Submission of Expression of Interest (EOI)

Interested service providers should complete and submit the Supply Profile Form (SPF), which can be downloaded from http://www.unicef.org/nigeria/about_3841.html, along with supporting documents. EOIs should be sent to e-mail: abujasupply@unicef.org, not later than 05 July, 2013. Please quote “EoI -NGR-2013-006” as subject in your correspondence.

 

This EOI does not constitute a solicitation. We do not require bids or proposals at this stage; we merely seek your expression of interest in participating in the tender.

A response to this Request for Expression of Interest does not automatically ensure that you will be selected to participate in the tender.

 

UNICEF reserves the right to change or cancel the requirement at any time during the EOI and/or solicitation process. UNICEF also reserves the right to require compliance with additional conditions as and when issuing the final tender document.

 

If you have any additional question about this EOI, please contact Bakhtiyor Sharipov, Supply Manager, e-mail: abujasupply@unicef.org

 

Invitation for Pre-Qualification of Contractors for Years 2009 – 2012 Tertiary Education Trust Fund (Tetfund) Normal Intervention Projects at Adeyemi College of Education, Ondo

Adeyemi College of Education, Ondo       

Invitation for Pre-Qualification of Contractors for Years 2009 – 2012 Tertiary Education Trust Fund (Tetfund) Normal Intervention Projects

1.0  Introduction

Adeyemi College of Education, Ondo intends to undertake pre-qualification exercise for the under-listed Years 2009 – 2012 Tertiary Education Trust Fund (TETFUND) Normal Intervention Projects

Interested and reputable contractors are hereby invited to forward their documents for the purpose of PRE-QUALIFICATION for the under-listed Projects:

(i)      Construction of Sports pavilion and upgrading of sports facilities for Physical and Health Education, Academic Sporting activities

(ii)     Construction of a twin 500-seater Lecture Theatre (1000 total capacity)

(iii)    Construction and furnishing of academic staff offices and classroom block. „

(iv)    Furnishing of 500-twin lecture theatre, block of academic staff offices and classroom.

(v)     Furnishing of Sports pavilion and adjoining offices.

(vi)    Furnishing of other academic staff offices.

2.0     Pre-Qualification Requirements

Prospective Contractors shall be required to submit the following pre-qualification documents:

(i)          Evidence of Registration with Corporate Affairs Commission (CAC).

(ii)         Evidence of Tax Clearance Certificate for the last three (3) years,

(iii)        Evidence of VAT Registration and Remittances

(iv)        Evidence of Company’s audited accounts for three (3) years and its annual turnover,

(v)         Evidence of similar projects successfully executed with their location (copies of letters of award to be attached),

(vi)        Technical qualifications and experience of key personnel.

(vii)       Evidence of financial Capability and Bank Support

(viii)      Equipment and Technical Capacity

(ix)           Evidence of Compliance with Pension Reform Act 2004.

3.0     Submission of Pre-Qualification Documents

Contractors are allowed to apply for the projects on payment of a non-refundable processing fee of N20,000.00 (Twenty Thousand Naira) only per project made payable to Adeyemi College of Education, Skye Bank Investment Account No. 2121770005379.

Pre-qualification documents should be neatly packaged in a sealed envelope marked “PRE-QUALIFICATION FOR TETFUND 2009 2012 NORMAL INTERVENTION PROJECT” (indicate specific project) at the top left hand corner of the envelope to:

The Registrar,

Adeyemi College of Education,

Ondo

And submitted to the office of the Registrar not later than 18th July, 2013 by 12.00 noon and will be opened as follows:

Closing Date/Time: 18TH JULY, 2013 – 12.00 NOON

Opening Date/Time: 18TH JULY, 2013 – 1.00P.M

Opening Venue: COUNCIL CHAMBERS

Interested companies are, by this notice, invited to attend the opening exercise.

4.0     Verification of Claims

Note that Adeyemi College of Education, Ondo reserves the right to verify claims made in the pre-qualification documents submitted by interested contractors.

Please Note:

(i)                Adeyemi College of Education is not bound to pre-qualify any contractor,

(ii)             Only successful pre-qualified contractors would be required to proceed with the main tenders.

(iii)           This invitation for pre-qualification is NOT an invitation to tender for the projects.

F. E. Aderinboye

Registrar

Request for Expression of interest for Consultancy Services and invitation to Tender for the Procurement of various Goods and Services at National Power Training Institute of Nigeria (NAPTIN)

Federal Republic of Nigeria

National Power Training Institute of Nigeria (NAPTIN)

Request for Expression of interest for Consultancy Services and invitation to Tender for the Procurement of various Goods and Services

1.0      Introduction

The National Power Training Institute of Nigeria (NAPTIN) under the Ministry of Power wishes to request for Expression of Interest for Consultancy Services and to embark on Procurement of some goods and services under the 2013 Budget Appropriation.

In compliance with the public Procurement Act of 2007, the Institute therefore invites interested and reputable consultants, suppliers and service providers with relevant experience to submit Expression of Interest and bids for the following:

2.0      Expression of Interest for Consultancy Services

 

S/N

 

DESCRIPTION

 

TENDER PERIOD

 

LOT A1

 

Consultancy Sconces for Research. Curriculum Review 4 Development 4 Weeks
LOTA2

 

Consultancy Services for institutional Development and Legal Framework 4 Weeks

 

LOTA3

 

Consultancy Services for Accreditation. Product and Policy Development

 

4 Weeks

 

3.0               Submission of Expression of Interest

All expression of Interest must be submitted in triplicates (three hard copies), and a soft copy in CD-Rom and delivered to the office of the Director General. National Power Training Institute of Nigeria (NAPTIN). Plot 1124, Eldoret Close, Off Aminu Kano Crescent, Wuse II. Abuja not later than 24th July, 2013.

The sealed envelope must be clearly marked “EXPRESSION OF INTEREST FOR ………. (Lot A-“. Interested applicants may obtain further information at the address below from 8.00am to 4.00pm Monday – Friday (except public holidays).

4.0     Invitation to Tender for Goods & Services

Lot No. Project Description
1 Supply of 5rro. Saloon Cars for CHQ, Kano & Oji RTCs and 1 no 30 – seater bus for Kainji RTC

 

2 Supply of 3no Pick up covered double cabin for CHQ, Kainji RTC Executive Student Hostel, & Akangba RTC Executive Student Hostel

 

3 Procure and install 1no. 200KVA, 11/0.415KV Transformer at Kainji Hostel 2, and 1no 500KVA, 33/0.415KV Transformer at NAPTIN’s Permanent Site, Idu

 

4(A)

 

 

(B)

 

 

(C)

Construction of internal road reticulations with drainages and landscape   of NAPTIN CHQ Complex

 

Construction of water and electricity distribution networks with street lights within the complex

 

Provision of water treatment plant taking the raw water from River WUPA

5 Supply of Off/Classroom Wooden Furniture items for RTCs

 

6 Construct of 30-Room en-suite Student Hostel at JOS

 

7 Construction of Classroom, Workshops, Laboratories and fencing of 10,000sqm land for RTC Kaduna

 

8 Renovation of 3no dilapidated buildings for Kano RTC

 

9 Construction of Classroom, Workshops, Laboratories etc, at Afam RTC

 

10 Procure and install a Combined – Cycle Gas Turbine Simulator at AFAM RTC,

 

11 Construction of house to accommodate Simulator at Afam Regional Training Centre

 

12 Construction of 30-Room en-suite Student Hostel at  OJI RTC

 

13 Procurement and installation of Electrical Engineering Tracing LAB and Transmission al Oji RTC

 

14 Construction of Classroom, Workshops, Laboratories, offices with the fencing of 50000m2 land at GEMBU, TARABA STATE

 

15 Supply and Installation of Test and Maintenance Equipment, Relays etc for Various RTCs

 

16 Development of a complete Communication Training Centre with all training equipment and training of the Trainers at Orji RTC

 

17 Supply of Office Appliances for CHQ and RTCs

 

18 Construction  of House to accommodate  Engineering Training laboratories and Communication Training Centre Oji RTC

 

19 Procurement, Installation and Commissioning  of Transmissions/Distribution Training  Laboratory and Simulator for KANO RTC

 

20 Construction of 30-Room en-suite Student Hostel al KANO RTC

 

21 Supply of IT/Electronics Equipment for CHQ and RTCs

 

22 Drilling of 1no industrial Borehole at Kainji RTC (Dam site)

 

23 Renovation of Kitchen and Restaurant at Kainji Hostel 2, New Bussa

 

5.0     Eligibility

Eligible and interested companies wishing to express interest/Tender in providing the above mentioned services must provide the following:

a)       Certificate of incorporation with Corporate Affairs Commission

b)      Evidence Tax Clearance Certificates for the recent past 3 years

c)       Evidence of VAT payment for the recent past 3 years

d)      Verifiable evidence of similar jobs successfully executed or being executed in Nigeria within the past five years with delivered results

e)       Logistics and infrastructural capacity to deliver

f)       Operational governance structure with clear indication of technical and administrative staff strength of key personnel that would be involved in the project

g)       Evidence of financial capability and references from Banker

h)      Evidence of Pension Fund Administration and remittances

i)       Evidence of compliance with the Industrial Training Fund (ITF) amended

Act 2011

6.0     Collection Tender Documents

Interested companies should collect tender documents from the office of the Director General, National Power Training Institute of Nigeria (NAPTIN), Plot 1124, Eldoret Close, Off Aminu Kano Crescent, Wuse II, Abuja, upon the payment of non-refundable tender fee of Twenty-five thousand Naira (N25,000.00) only per for in certified Bank Draft in favour of National Power Training Institute of Nigeria as from Wednesday, 26th June, 2013.

7.0     Submission of Tender Documents

Completed technical and financial Bids shall be submitted in two separate envelopes, sealed and clearly marked “Technical Bid for Lot No. — and Financial Bid for Lot No.—” inserted in a bigger 3rd envelop. The project titles, Lot number and Contractor’s name must be clearly written on top of each envelop. Tender shall be submitted to the office of the Director General, National Power Training Institute of Nigeria (NAPTIN), Plot 1124, Eldoret Close, Off Aminu Kano Crescent Wuse II, Abuja.

8.0     Closing Date/Bids Opening/Venue

Submission of tender shall close on 12th August, 2013 by 12 noon. The Technical bid shall be publicly opened by 1.00 PM same day (12th August, 2013) at NAPTIN Classroom 1, 2nd Floor, Plot 1124, Eldoret Close, Off Aminu Kano Crescent, Wuse II, Abuja. Tenderers or their representatives, interested members of the public and Civil Society Organisations (CSOs) are invited to witness the bids opening.

9.0     Important Information

a)                Only companies whose Technical Bids are successful will be invited to proceed to the opening of their Financial Bids.

b)     All Bidders are expected to sign the Submission Register.

c)       Incomplete documents and/or late submission of bid documents will not be entertained.

d)      This advertisement shall not be construed to be a commitment on the part of NAPTIN nor shall it entitle the bidding companies to any claim whatsoever and/or seek indemnity from NAPTIN by virtue of such company having responded to the advert.

Submission made by e-mail and all late submissions will be rejected.

Note that only short listed firms would further be contacted

Disclaimer:

NAPTIN reserves the right to reject/accept any/all applications/proposals without assigning any reason whatsoever.

 

Management

National Power Training Institute of Nigeria (NAPTIN)

Plot 1124 Eldoret Close, Off Aminu Kano Crescent, Wuse II, Abuja

Tel: 09-87599300

e-mail: info@naptin.org.ng

Website: http://www.naptin.org.ng   

 

 

 

Invitation to Tender at Nigeria Immigration Service (NIS)

Federal Ministry of Interior

Nigeria Immigration Service

Headquarters, Sauka-Abuja

Public Notice

Invitation to Tender

A.      Introduction

The Nigeria Immigration Service (NIS) intends to award various contracts for Goods, Works and Services for Service Headquarters, Zonal and State Command formations all over the Federation.

B.      Objectives

The jobs required are aimed at improving office and residential conditions as it affects tools, communication, monitoring systems and conducive working environment for all staff.

In the light of the above, the NIS wishes to invite submission of Tender from suitable and reputable companies possessing the experience cum Technical and financial capability to undertake defined scope of works, supplies and services needed.

C.      Scope of Work

S/No Lot No Project Title Location
Lot 1 Construction of one (1) block of 4nos one (1) Bedroom with ; Borehole Reticulation and Overhead Tank

 

Calabar, Cross River command
Lot 2 Construction of One (1) block of 4nos one (1) Bedroom with Borehole Reticulation and Overhead Tank

 

Baucni, Bauchi State

 

Lot 3 Partitioning of Offices at Service Headquarters /Annex Headquarters budding

 

Gusau, Zamfara Command

 

Lot 4 Fencing of Command Office (Phase 1)

 

Abeokuta, Ogun State

 

Lot 6 Renovation of CIS Residence

 

Lokoja, Kogi State
Lot 7 Fencing of Command Office Complex

 

Katsina, Katsina State

 

Lot 8 Re-Roofing and maintenance of CIS Residence

 

Seme, Lagos State

 

Lot 9 Construction of Immigration Divisional Office

 

Zaria LGA, Kaduna

State

Lot 10 Construction of 2nos 1 block of 6nos one (1) Bedroom Apartments with Borehole Reticulation and Overhead Tank

 

Sokoto, Sokoto

Command

Lot 11 Renovation of burnt three (3) Bedroom Bungalow with Boys quarters

 

Jibya, Katsina State

 

Lot 12 Provision of Borehole with Overhead Tank and Reticulation

 

Immigration Divisional office, Azare, Bauchi State

 

Lot 13 Provision of Borehole ; with Overhead Tank and Reticulation

 

New Command Office, Katsina, Katsina State

 

NIS/PCM/2013/013
Lot 14 Supply & Installation of HF (Long Range) Voice + Data Radio

 

Chikanda Control Post and Command Office Ilorin, Kwara State

 

NIS/PCM/2013/014

 

Lot 15 Supply & Installation of HF (Long Range) Voice + Data Radio

 

Ekiti and Ondo Command Office

 

NIS/PCM/2013/015
Lot 16 Supply & Installation of HF (Long Range) Voice + Data Radio Zone ‘F’ Headquarters Ibadan and Command Office Oshogbo, Osun State

 

NIS/PCM/2013/016
Lot 17 Supply & Installation of HF (Long Range) Voice + Data Radio

 

Seme Control Post, Lagos State

And Command Office Ibadan, Oyo

NIS/PCM/2013/017
Lot 18 Supply & Installation of Mobile HF Voice Radio in Border Patrol Vehicles

 

Service Headquarter, Sauka-Abuja

 

NIS/PCM/2013/018
Lot 19 Purchase of Motorcycles

 

Service Headquarters, Sauka, Abuja

 

NIS/PCM/2013/019
Lot 20 Procurement of Walkie Talkies Service Headquarters, Sauka, Abuja

 

NIS/PCM/2013/020
Lot 21 Purchase of Office furniture for New Passport Office

 

Gwagwalada, Abuja NIS/PCM/2013/021
Lot 22 Purchase of Intelligence gathering equipment

 

Service Headquarters, Sauka, Abuja

 

NIS/PCM/2013/022
Lot 23 Supply of Air conditioners for Service headquarters/Annex Building

 

Service Headquarters, Sauka, Abuja

 

NIS/PCM/2013/023
Lot 24 Supply of Office Stationery Service Headquarters, Sauka, Abuja

 

NIS/PCM/2013/024
Lot 25 Supply of Computer consumables Service Headquarters, Sauka, Abuja

 

NIS/PCM/2013/025
Lot 26 Printing and Supply of Non-Security documents

 

Service Headquarters, Sauka, Abuja NIS/PCM/2013/026

 

 

 

Lot 27 Supply of Field & Camping materials

 

Service Headquarters, Sauka, Abuja

 

NIS/PCM/2013/027
Lot 28 Supply of Vehicle Spare parts

 

Service Headquarters, Sauka, Abuja NIS/PCM/2013/028
Lot 29 Supply of Tractor with Lawn Mower Service Headquarters, Sauka, Abuja

 

NIS/PCM/2013/029
Lot 30 Upgrade of NIS network operation monitoring/Data centre

 

Service Headquarters, Sauka, Abuja

 

NIS/PCM/2013/030
Lot 31 Upgrade of power inverter back-up at MMIA, Lagos

 

Lagos, Lagos State NIS/PCM/2013/031

2.       Qualification Criteria and Tender Requirements

All bids must be accompanied with the f allowing documents as requirement for consideration.

(i)      Evidence of registration with Corporate Affairs Commission (CAC).

(ii)     Tax clearance certificate for the past three (3) years (i.e. 2011, 2012 and 2013) verifiable from Federal Intend Revenue Service (RRS).

(iii)    VAT registration certificate.

(iv)    Company Tax Identification Number (TIN) obtainable from FIRS.

(v)     Provide detailed company profile including Technical/Financial qualification and experience of key professional staff.

(vi)    Company Audited Accounts for the last 3 years duly endorsed by an Accounting firm.

(vii)   Evidence of verifiable past experience in handling similar projects (Past award letters and job completion certificates as proof).

(viii)  Evidence of payment of Training contributions to Industrial Training Fund (ITF) in compliance with the provisions of ITF Amendment Act 2011.

(ix)    Evidence of financial capability and banking support.

(x)     Evidence of compliance with pension Act 2004 for registration/remittances.

(xi)    Evidence of payment of a non-refundable Tender fee of N10,000 00 only in favour of Nigeria Immigration Service.

(xii)   A sworn Affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the Service is a former or present director, staff or a shareholder of the company.

(xiii)  Any other additional information /documentation that will enhance the company’s application.

3.       Collection of Tender Documents

Eligible contractors and suppliers are to collect tender documents from Room A66, Ground floor, Immigration Headquarters, Sauka-Abuja upon presentation of an evidence (original receipt) for the payment of a non-refundable tender fee of N10,000.00 per lot obtainable from cash office at Service Headquarters, Sauka – Abuja from 9.00am – 3.00pm working days.

4.       Submission of Tender Documents

Bids submission must be submitted in two (2) separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” with appropriate project title, lot number and project code at the top right hand corner addressed and delivered in the tender box to the address below, not later than 10:00am of Tuesday 6th August, 2013. Note that, All bids not so marked will be rejected:

The Secretary,

Immigration Service Tenders Board,

Room A66, Ground floor,

Nigeria Immigration Headquarters,

Sauka-Abuja.

5.       Opening of Bid Documents

(a)     The “Technical Bid” documents will be publicly opened in the Conference Room, First Floor, Service Headquarters, Sauka-Abuja at 12:00 noon immediately after the close of bids submission on Tuesday 6th August, 2013.

(b)    Contractors/Suppliers or their representatives, interested members of the Pubic, Civil Societies and relevant Non-Governmental Organisations (NGOs) are invited to witness the opening of the “Technical Bids” as scheduled above. However, only prequalified companies and relevant NGOs will be subsequently invited to witness the opening of the “Financial Bid” documents.

6.       Additional Information

(a)     This advertisement of invitation to tender shall not be construed as a commitment on the part of the Ministry of Interior/Nigeria Immigration Service nor shall it entitle potential bidders to make any claim(s) whatsoever and/or seek any indemnity from the Ministry/Immigration Service and/or any of their partners by virtue of such, bidders having responded to this advertisement. Neither win the Ministry nor Nigeria Immigration Service incur any liability in an event that a particular procurement is cancelled.

(b)     Contractors that had cases of contracts abandonment, non-completion and poor projects execution with the Ministry or the Service need not tender for any of these projects.

(c)      Late submission of bids will not only be rejected but returned unopened to the bidders.

Signed:

Comptroller-General

Nigeria Immigration Service

For: Honourable Minister of Interior