OXFAM-
EXPRESSION OF INTEREST FOR CONSULTANCY SERVICE FOR COMPARATIVE EVALUATION OF LINE COMMUNITY NUTRITIONAL STATUS
EXPRESSION OF INTEREST FOR CONSULTANCY SERVICE FOR COMPARATIVE EVALUATION OF LINE COMMUNITY NUTRITIONAL STATUS
MERCY CORPS NIGERIA -REQUEST FOR BIDS
NIG/ABV/TEN44 SUPPLY OF LAPTOPS FOR MERCY CORPS RRA
Mercy Corps, an International Non-Governmental Humanitarian Organization That Works in 40 countries around the world to alleviate suffering, poverty, and oppression by helping people build secure, productive, and just communities. Since 2012, Mercy Corps has worked to tackle Nigeria’s complex and evolving needs through a range of dynamic, multi-sector programs. In Nigeria, Mercy Corps is addressing the immediate humanitarian needs of vulnerable communities; enabling conflict-affected populations to transform from relief to resilience using market-driven approaches; and supporting community-led peace-building efforts.
Mercy Corps Nigeria hereby wishes to invite suitably qualified companies to bid for the procurement as indicated below:
MERCY CORPS
TENDER NOTICE
Mercy Corps is a non-religious, non-profit and non-governmental international relief and development organization working in over 40 countries worldwide helping people build secure, productive and just communities. Mercy Corps in Nigeria implements a variety of programs with the ultimate goal of Addressing Diverse and Acute Primary Threats (ADAPT) to Human Security in Northeastern Nigeria.
Mercy Corps is seeking for a legally registered companies specialized in the underlisted fields to obtain and submit tenders for the following market:
SOCIETY FOR FAMILY HEALTH NIGERIA
INVITATION TO BID FOR THE SELECTION OF COMMUNITY BASED ORGANISATIONS (CBOs) FOR PROGRAMMING WITH KEY POPULATION IN ABIA STATE
Society for Family Health (SFH) was incorporated in 1985 and is one of the foremost Non-Governmental Organisations (NGOs), that provide support to the Nigerian government in key areas of public health: HIV&AIDS prevention, social services, family planning and maternal & child health (malaria, water and sanitation, and diarrhoea control).
SFH is a Sub-Recipient (SR) to FHI360 as Principal Recipient (PR), under the Global Fund National Aligned HIV/AIDS Initiative (NAHI) Grant from January 1, 2021, to September 30, 2023. The goal of the grant would be achieved through provision of Comprehensive Community-based HIV Service Package which includes prevention, care and support, referrals, and linkages to treatment services in the One-Stop-Shop (OSS), as well as support community and institutional system strengthening through the identification and capacity building of Key Population (KP)-Led Community-Based Organizations (CBOs), for effective programming. The grant would be implemented in seven (7) States namely: Abia, Gombe, Kaduna, Kano, Kwara, Oyo and Plateau. The grant would require the services of one FSW-led CBO, one MSM-led CBO, and one PWID-led CBO per State.
NATIONAL EMERGENCY MANAGEMENT AGENCY (NEMA)
FEDERAL MINISTRY OF HUMANITARIAN AFFAIRS, DISASTER MANAGEMENT, AND SOCIAL DEVELOPMENT
10, ZAMBEZI CRESCENT, MAITAMA, ABUJA
INVITATION TO TENDER/EXPRESSION OF INTEREST
1. INTRODUCTION
The National Emergency Management Agency (NEMA) a Parastatal of the Federal Ministry of Humanitarian Affairs, Disaster Management and Social Development, in compliance with the provisions of the Public Procurement Act (PPA) 2007, invites reputable contractors/firms/companies with proven records of accomplishment to tender for the under-listed projects appropriated in the Agency’s 2021 Budget:
2. SCOPE OF WORK /PROJECT TITLE
CATEGORY A: INVITATION TO TENDER | |
LOT 1 | Procurement of 13 Nos. Mobile Intensive Care Unit (MICU) |
LOT 2 | Procurement and Installation of Strategic Communication Equipment |
LOT 3 | Procurement and Installation of ICT Data Collection Tools and Data Information Dashboard |
LOT 4 | Upgrade of Geographic Information Systems Laboratory |
LOT 5 | Procurement of 6. Nos. Incident Response Vehicles |
LOT 6 | Procurement of Personal Protective Equipment |
LOT 7 | Procurement of Extrication Equipment |
LOT 8 | Procurement of SAR Inflatable and Speed Boat |
LOT 9 | Procurement of Life Locator |
LOT 10 | Procurement of Probe Camera and Breaching System |
CATEGORY B : EXPRESSION OF INTEREST (INSURANCE BROKERS AND UNDERWRITERS) | |
LOT 11 | Provision of Group Life Insurance Cover for Staff |
LOT 12 | Provision of Group Personal Accident Insurance Cover |
LOT 13 | Provision of Insurance Cover for property and assets |
LOT 14 | Provision of Aviation Insurance Cover |
3. ELIGIBILITY REQUIREMENTS
Interested and competent bidders are required to submit the following minimum qualification, which may be subjected to verification and Due Diligence by the Agency:
(a) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Form CAC2 and CAC7;
(b) Evidence of Company’s Income Tax Clearance Certificate for the last 3 (three) years valid till 31st December 2021; with a minimum average turnover of N50,000,000 (Fifty Million Naira) only;
(c) Evidence of Pension Clearance Certificate valid till 31st December 2021 (applicable where number of staff is at least 15);
(d) Evidence of Industrial Training Fund (TTF) Compliance Certificate valid till 31st December 2021 (applicable where number of staff is at least 5 or at least N50m turnover);
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2021;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2021 or valid Certificate issued by BPP;
(g) Sworn Affidavit:
• disclosing whether or not any officer of the relevant committees of the National Emergency Management Agency or the Bureau is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirming that all information presented in its bid are true and correct in all particulars; and;
• that the Company does not have any Director who has been convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
(h) Company’s Audited account for the last three years (2018,2019,2020) duly stamped by Licensed Auditors;
(i) Reference Letter from a reputable commercial Bank indicating willingness to provide credit facility for the execution of the project when needed;
(j) Company’s Profile with Curriculum Vitae of key staff to be deployed for the project including copies of their Academic /Professional qualifications;
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years, including Letters of Award, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
(l) For Supply of Equipment: Letter of Authorisation as representative of Original Equipment Manufacturers (OEM);
(m) Lots 3 & 4: Evidence of current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
(n) Lot 5: Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorised representatives should bid for the vehicles;
(o) Letter of Authorization from the Original Equipment Manufacturers listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria, for bidders of Lot 1;
(p) Insurance Companies/Insurers/Underwriters:
– Operational Licence issued by NAICOM
– Valid and adequate re-insurance Treaty arrangement
– Certified True Copy of Audited Accounts approved by NAICOM
(q) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR& Sworn Affidavit are compulsory for each JV partner);
(r) All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firm’s Letter Head paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm.
4. COLLECTION OF TENDER DOCUMENTS (CATEGORY A)
Interested Companies are to collect the Standard Bidding Document (SBD) from the Procurement Unit, NEMA Headquarters, Annex Building, Blocks A, B, and C WAEC Building, 10. Zambezi Crescent, Maitama, Abuja, after providing evidence of payment of a non-refundable tender fee of N 10,000 only, per Lot, to be paid into NEMA’s Remita account in any reputable commercial bank in Nigeria.
5. SUBMISSION OF TENDER DOCUMENTS (CATEGORY A)
Prospective bidders are to submit their bids in 2 (two) hardcopies each of the technical and financial bids, with soft copy of financial bids only, in MS Excel format, packaged separately in sealed envelopes, and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, the two sealed envelopes should be placed together in a bigger sealed envelope addressed to:
The Head Procurement Unit,
National Emergency Management Agency,
WAEC Building,
10 Zambezi Crescent, Maitama, Abuja
The Envelope should be clearly marked with the Name of the Project. Furthermore, the reverse of each sealed envelope should bear the Name and Address of the Bidder/Company and should be dropped in the designated Tender Box located in the Procurement Unit of the Agency, NEMA Headquarters, Annex Building, Blocks A, B and C WAEC Building, 10. Zambezi Crescent, Maitama, Abuja, not later than 10:00 a.m. on Monday, 27 September 2021.
6. OPENING OF BIDS (CATEGORY A)
Only the technical bids will be opened immediately after the deadline for submission at 10:00 a.m. on Monday, 27 September 2021, while the financial bids will be kept unopened.
7. SUBMISSION OF EOI DOCUMENTS (CATEGORY B)
Interested firms are to submit spiral-bound hard copies of One (1) Original and three (3) other copies of the Expression of Interest Documents arranged as indicated above and packaged in four separate envelopes and marked “EXPRESSION OF INTEREST FOR THE PROVISION OF INSURANCE BROKER/UNDERWRITER SERVICES FOR (insert the policy/insurance cover) the National Emergency Management Agency (NEMA), for THE YEAR 2021/2022” and should be put in a bigger sealed envelope, stating the Company Name and Policy of Interest on the reverse side and addressed to
The Head Procurement Unit,
National Emergency Management Agency,
WAEC Building,
10 Zambezi Crescent, Maitama, Abuja
The envelope should be dropped in the designated Tender Box located at the Agency’s Procurement Unit, NEMA Headquarters, Annex Building, Blocks A, B, and C WAEC Building, 10. Zambezi Crescent, Maitama, Abuja, not later than 12:00noon on Monday, 30 August 2021.
You must be logged in to post a comment.
WhatsApp us
Join the Daily Tender Update WhatsApp Group
No Comments