Jobs Career Advice Signup
X

Send this job to a friend

X

Did you notice an error or suspect this job is scam? Tell us.

  • Posted: May 17, 2024
    Deadline: Not specified
    • @gmail.com
    • @yahoo.com
    • @outlook.com
  • Never pay for any CBT, test or assessment as part of any recruitment process. When in doubt, contact us

    Equal Access International (EAI) is a leading communication for social change International Non-Government Organization (INGO) that combines the power of media and behavior change with community mobilization. EAI addresses challenges within three key Practice Areas; (a) Peacebuilding & Transforming Extremism; (b) Championing Gender Equa...
    Read more about this company

     

    Request for Proposals (RFP) Trauma Destigmatization Video

    To: Offerors

    From: Equal Access International

    Subject: Request for Proposal (RFP) No. EAI-NG-2224-021

    RFF No: EAI-NG-2224-021

    Performance Period: Four weeks, within one month after receiving award

    RFP Issue Date: May 17, 2024

    RFP Closing Date: May 31, 2024

    RFP Closing Time: 5:00 PM – West Africa Time (WAT)

    WARNING: Prospective Offerors, who have received this document from a source other than the Equal Access to Knowledge Development Initiatives (Equal Access International), should immediately contact procurementng@equalaccess.org   and provide their name and mailing address to ensure that amendments to the RFQ or other communications can be sent directly to them. Any prospective Offeror who fails to register their interest assumes complete responsibility in the event that they do not receive communications prior to the closing date. Any amendments to this solicitation will be issued and posted via email.

    Synopsis of the Request for Proposal

    Equal Access International (EAI) – a non-governmental organization (NGO) headquartered in Washington, D.C. – partners with communities around the world to co-create sustainable solutions utilizing community engagement and participatory media and technology. With funding from bi-laterals, multi-laterals, foundations, and individual donors, EAI has a 23-year track record implementing social change projects around the world and currently operates through 12 countries across Asia and East and West Africa.

    EAI invites qualified vendors to submit proposals for Trauma Destigmatization Videos to develop two short Trauma Destigmatization videos, one in Hausa and the other in Pidgin, each 15 to 18 minutes in length, to be used for our community viewings under the Securing Nigerian Communities (SNC) project in the states of Benue, Kaduna, Kano, and Plateau States.

    The main purpose of the assignment is to support the SNC program implement its activities on raising awareness on trauma and basic strategies for support, building trauma resilience, addressing social norms around trauma, and above all, trauma destigmatization.

    The assignment will be delivered by an organization with experience of implementing social behavior change programming - with a focus on social cohesion, trauma awareness, peacebuilding and/or conflict management – using innovative approaches including multimedia, community engagement and the mass media. The organizations must have local knowledge of the contexts and conflict dynamics in target states.

    The approximate assignment duration is four weeks upon signing the contract agreement.

    Synopsis of the RFP:

    1. RFP No.

    No. # RFP-EAI-NG-2024-0021

     

    2. Issue Date

    May 17, 2024

     

    3. Title

    Trauma Destigmatization Videos for EAI’s SNC Project

     

    4. Issuing Office & Email Address for Submission of Quotations

    Equal Access to Knowledge Development Initiatives - (Equal Access International - EAI)

    No.28 Wada Aliyu Road Off Ahmadu Bello Way Off Suleiman Crescent Nassarawa GRA Kano.

     Email for submission of quotes: procurementng@equalaccess.org

     

    5. Deadline for Receipt of Questions

    The deadline for receiving questions is no later than 5:00pm WAT on Monday, 20 May 2024

     

    6. Deadline for Receipt of Proposals

    Proposals are due by 5:00 pm WAT Friday, 31 May 2024.

     

    7. Contact Person

    Okee Friday Enemona

    procurementng@equalaccess.org

     

    8. Anticipated Award Type

    EAI anticipates issuing to organization experienced in implementing social behavior change programmings, have local knowledge of the contexts and conflict dynamics in target states.

     

    9. Basis for Award

    An award will be made based on the Trade Off Method. The award will be issued to the responsible and reasonable offeror who provides the best value to EAI and its client using a combination of technical and cost/price factors.  

     

    10. General Instructions to Offerors

    1. Submission of Proposals – Vendors wishing to submit proposals must do so on or before 31May 2024 at 5:00 pm WAT. Later offers will be rejected except under extraordinary circumstances at EAI’s discretion. Proposals must be in English, soft copy sent to  procurementng@equalaccess.org with the subject line “RFP No. RFP-NG-2024-021 – Trauma Destigmatization Videos”. Or shall be sealed in an envelope and clearly labeled as ““RFP No. RFP-NG-2024-021 – Trauma Destigmatization Videos”.
    2. Offerors shall confirm in writing that the Offeror fully understands that their proposal must be valid for a period of ninety (90) days by signing the Attachment B: Cover Letter.
    3. Offerors shall sign, date, and stamp their proposals.
    4. Offerors shall complete Attachment C: Price Schedule Template.
    5. Offerors shall complete Attachment D: Past Performance Details.
    6. Please see Attachment A: Scope of Work for reference as to required components of this task.

    11. Questions Regarding this RFP

    Each Bidder is responsible for reading very carefully and understanding fully the terms and conditions of this RFP. All communications regarding this solicitation are to be made solely through the Issuing Office and must be submitted via email or in writing delivered to the Issuing Office no later than the date specified above. All questions received will be compiled and answered in writing and distributed to all interested Bidders.

    Questions for this RFP are due 5 P.M. WAT, 20 May 2024.

    12. Invoice Payment and Withholding Tax (WHT)

    Payment will be made and will include the deduction of Withholding Tax (WHT) that EAI will remit to the Federal Inland Revenue Service on your behalf, as you will provide your Tax Identification Number (TIN).

    13. Scope of Work Requirements for Technical Acceptability

    EAI seeks to obtain reasonable assurance that will implement its activities on raising awareness on trauma and basic strategies for support, building trauma resilience, addressing social norms around trauma, and above all, trauma destigmatization for the SNC project. The Offeror shall undertake this engagement in accordance with the minimum Terms of Reference in Attachment A.

    A complete offer must include all requirements in Attachment F. Failure to adhere with instructions described therein may lead to disqualification.

    14. Compliance with Terms and Conditions

    Offerors shall be aware of the general terms and conditions for an award resulting from this RFP. The selected Offeror shall comply with all Representations and Certifications of Compliance listed in Attachment E.

    15. Procurement Ethics

    By submitting a proposal, Offerors certify that they have not/will not attempt to bribe or make any payments to EAI employees in return for preference, nor have any payments with terrorists, or groups supporting terrorists, been attempted. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Offeror or the EAI staff may report violations to EAIGlobal@equalaccess.org .

    16. Offeror’s Agreement with Terms and Conditions

    The completion of all RFP requirements in accordance with the instructions in this RFP and submission to EAI of a quote will constitute an offer and indicate the Offeror’s agreement to the terms and conditions in this RFP and any attachments hereto. Issuance of this RFP in no way obligates EAI to award a purchase order, nor does it commit EAI to pay any costs incurred by the Offeror in preparing and submitting the quote. EAI has the right to increase or decrease the services mentioned in this RFP.

    17. Determination of Responsibility

    EAI will not enter into any type of agreement with a vendor prior to ensuring the vendor’s responsibility. When assessing a vendor’s responsibility, the following factors are taken into consideration:

    1. Provide copies of the required valid business licenses to operate in the host country.
    2. Evidence of a UEI number (explained below and instructions contained in the Annex).
    3. The source, origin and nationality of the services are not from a Prohibited Country (explained below).
    4. Ability to comply with required or proposed delivery or performance schedules.
    5. Have a satisfactory past performance record.
    6. Have a satisfactory record of integrity and business ethics.
    7. Have the necessary organization, experience, accounting and operational controls, and technical skills.
    8. Be qualified and eligible to perform work under applicable laws and regulations.

    18. Geographic Code

    1. EAI must verify the source, nationality, and origin, of goods and services and ensure (to the fullest extent possible) that EAI does not procure any services from prohibited countries listed by the Office of Foreign Assets Control (OFAC) as sanctioned countries. The current list of countries under comprehensive sanctions include Cuba, Iran, North Korea, Sudan, and Syria. EAI is prohibited from facilitating any transaction by a third party if that transaction would be prohibited if performed by EAI.
    2. By submitting a proposal in response to this RFP, Offerors confirm that they are not violating the Source and Nationality requirements and the exclusions for prohibited countries.

    19. Unique Entity Identifier (UEI)

    All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders with a value of $25,000 and above are required to obtain a UEI number prior to signing of the agreement. Organizations are exempt from this requirement if the gross income received from all sources in the previous tax year was under $300,000. EAI requires that Bidders sign the self-certification statement if the Offeror claims exemption for this reason.

    2. Introduction and Purpose

    2.1 Purpose

    Equal Access International (EAI) – invites qualified offerors to submit proposals for the production of two short drama videos on Trauma Destigmatization, one in Hausa and the other in Pidgin each 15 to 18 minutes in length to be used for community viewing in our Securing Nigerian Communities (SNC) project states. The purpose is to support the SNC program implement its activities on raising awareness on trauma and basic strategies for support, building trauma resilience, and addressing social norms around trauma and above all trauma destigmatization. The requirements for this RFP are described in the “Statement of Work” in Attachment A. EAI encourages your organization to indicate its interest in this procurement by submitting a proposal according to the instructions in this RFP. EAI will make an award to the responsible Offeror submitting an offer which provides best value to the project: both technical merit and price will be considered.

    2.2 Issuing Office

    The Issuing Office and Contact Person noted in the above synopsis are the sole point of contact at EAI for purposes of this RFP. Any prospective Offeror who fails to register their interest with this office assumes complete responsibility if they do not receive direct communications (amendments, answers to questions, etc.) prior to the closing date.

    2.3 Type of Award Anticipated

    EAI anticipates a Firm fixed price contract. This contract type is not subject to change during the course of implementation or negotiation.

    1. General Instructions to Offerors

    3.1  General Instructions

    “Offeror”, and/or “Bidder” means a firm proposing the work under this RFP. “Offer” and/or “Proposal” means the package of documents the firm submits to propose the work.

    Offerors wishing to respond to this RFP must submit proposals, in English, in accordance with the following instructions: Offerors are required to review all instructions and specifications contained in this RFP. Failure to do so will be at the Offeror’s risk. If the solicitation is amended, then all terms and conditions not modified in the amendment shall remain unchanged.

    Issuance of this RFP in no way obligates EAI to award a subcontract or purchase order. Offerors will not be reimbursed for any costs associated with the preparation or submission of their proposal. EAI shall in no case be responsible or liable for these costs.

    Proposals are due no later than Friday 31 May 2024 at 5pm to be submitted via email to the email address (procurementng@equalaccess.org) with the RFP number stated in the subject line of the email. Or in a sealed envelope to the EAI Office in Kano at the address specified above. Late offers will be rejected except under extraordinary circumstances at EAI’s discretion.

    The submission to EAI of a proposal in response to this RFP will constitute an offer and indicates the Offeror’s agreement to the terms and conditions in this RFP and any attachments hereto. EAI reserves the right not to evaluate a non-responsive or incomplete proposal.

    3.2  Proposal Cover Letter

    A cover letter shall be included with the proposal on the Offeror’s company letterhead with a duly authorized signature and company stamp/seal using Attachment B as a template for the format. The cover letter shall include the following items:

    1. The Offeror will certify a validity period of 90 calendar days for the prices provided.
    2. The Offeror will acknowledge the solicitation amendments received.

    3.3  Questions regarding the RFP

    Each Offeror is responsible for reading and complying with the terms and conditions of this RFP. Requests for clarification or additional information must be submitted in writing via email or in writing to the Issuing Office as specified in the Synopsis above. No questions will be answered by phone. Any verbal information received from an EAI project employee, or other entity shall not be considered as an official response to any question regarding this RFP.

    Copies of questions and responses will be distributed in writing to all prospective bidders who are on record as having received this RFP after the submission date specified in the Synopsis above.

    4. Instructions for the Preparation of Technical Proposals

    The Technical Proposal and Cost/Business Proposal must be kept separate from each other. Technical Proposals must not make reference to cost or pricing information at any point. This will enable the technical evaluation to be made strictly on the basis of technical merit. Technical proposals shall be sealed in a separate envelope from cost/price proposals and shall be clearly labeled as “VOLUME I: TECHNICAL PROPOSAL”.

    Technical proposals shall include the following contents:

    1. Technical Approach - Description of the proposed services which meets or exceeds the stated technical specifications or scope of work. The proposal must show how the Offeror plans to complete the work and describe an approach that demonstrates the achievement of timely and acceptable performance of the work.
    2. Methodology – considering the Statement of Work, please describe in detail the following:
    3. The steps, in chronological order, that you will take to implement the work. Make sure to describe any innovative approaches you plan to use.
    4. A description of similar projects you implemented in the past and lessons you learned that will be incorporated into the activity described in this RFP.
    5. Past Performance –Provide a list of at least three (03) recent awards of similar scope and duration, at least one of which must be a Non-Governmental Organization. The information shall be supplied as a table and shall include the legal name and address of the organization for which services were performed, a description of work performed, the duration of the work and the value of the contract, description of any problems encountered and how it was resolved, and a current contact phone number of a responsible and knowledgeable representative of the organization. See Attachment D.
    6. Staffing – Please provide the following, in order:
      1. A staffing plan for this activity that includes the following information for each proposed staff member:

    -Name and Proposed position on the team:

    -Summary of relevant expertise and experience

    1. CVs for each proposed staff member. CVs should be no longer than one page in length.

    Staffing plans that propose staff with qualifications and experience related to the tasks stated in this RFP will be evaluated more favorably than staffing plans that do not take these factors into consideration.

    4.1  Services Specified

    For this RFP, EAI is in need of the services described in Attachment A. 

    5. Technical Evaluation Criteria

    The award will be made to the offeror whose offer presents the Best Value: the optimal combination of technical merits and reasonable cost. Proposals will be scored on technical factors first. Only the Cost/Business proposals of those offers that surpass the minimum qualifying score of 70 points in the technical evaluation will have their Cost/Business Proposal reviewed. Those that do not reach this qualifying score in the Technical Evaluation will be considered non-competitive and their Cost/Business proposals will not be considered.

    Provide a clear, specific, and succinct technical proposal that covers both the conceptual and practical approaches of how to achieve the objectives of this project. Specifically, please address the following, in the order specified below:

    1. Holds the requisite knowledge, skills, and competencies required to perform  its responsibilities with due professional care

    40 points

    2. At least three years of experience in the production of short drama videos for not-for-profit organizations

    20 points

    3. The firm must be registered in Nigeria and adhere to all requirements  to operate in Nigeria i.e., registered with the relevant regulating legal bodies in Nigeria

    20 points

    4. Staff strength, availability of staff to respond to    questions within the scope of engagement

    10 points

    5. Demonstrated experience working with Non-Governmental Organizations - provide at least two recommendation letters from past clients (NGOs)

    10 points

    TOTAL

    100 Points

    6.  Instructions for the Preparation of Cost/Price Proposals

    The Cost/Business Proposal must be separate from the technical proposal and will primarily indicate the cost for performing the work specified in this RFP. Use the budget template presented in Attachment C.

    It is important to note Withholding Tax (WHT) shall be included on a separate line. The Subcontractor is responsible for all applicable taxes and fees, as prescribed under the applicable laws for income, compensation, permits, licenses, and other taxes and fees due as required.

    7.  Basis of Award

    7.1  Best Value Determination

    EAI will review all proposals and make an award based on the technical and cost evaluation criteria stated above and select the Offeror whose proposal provides the best value to EAI. EAI may also exclude an offer from consideration if it determines that an Offeror is "not responsible", e.g., that it does not have the management and financial capabilities required to perform the work required.

    Evaluation points will not be awarded for cost. Cost will primarily be evaluated for realism and reasonableness. EAI may award a higher priced Offeror if a determination is made that the higher technical evaluation of that Offeror merits the additional cost/price.

    EAI may award to an Offeror without discussions. Therefore, the initial offer must contain the Offeror’s best price and technical terms.

    7.2  Responsibility Determination

    EAI will not enter into any type of agreement with an Offeror prior to ensuring the Offeror’s responsibility. When assessing an Offeror’s responsibility, the following factors are taken into consideration:

    1. Provide evidence of the required firm licenses to operate in Nigeria.
    2. Have adequate financial resources to finance and perform the work or the ability to obtain financial resources without receiving advance funds from EAI.
    3. Ability to comply with required or proposed delivery or performance schedules.
    4. Have a satisfactory past performance record.
    5. Have a satisfactory record of integrity and legal business ethics.
    6. Have the necessary organization, experience, legal, and operational controls and technical skills.

    Be qualified and eligible to perform work under applicable laws and regulations.

    8. Inspection & Acceptance

    The designated EAI staff will inspect from time to time the services being performed to determine whether the activities are being performed in a satisfactory manner, and that all questions are responded to within the scope of work.

    9. Compliance with Terms and Conditions

    9.1  General Terms and Conditions

    Offerors agree to comply with the general terms and conditions for an award resulting from this RFP. The selected Offeror shall comply with all Representations and Certifications of Compliance listed in Attachment E.

    10.  Procurement Ethics

    Neither payment nor preference shall be made by either the Offeror, or by any EAI staff, to affect the results of the award. EAI treats all reports of possible fraud/abuse very seriously. Acts of fraud or corruption will not be tolerated, and EAI employees and/or subcontractors/grantees/vendors who engage in such activities will face serious consequences. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Offeror or the EAI staff may report violations by submitting an offer. Offerors certify that they have not/will not attempt to bribe or make any payments to EAI employees in return for preference, nor have any payments with terrorists, or groups supporting terrorists, been attempted. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Offeror or the EAI staff may report violations as follows:

    The anonymous reporting services are available 24-hours a day, seven days a week and include the following options:

    1. Independently report issues via the internet at our Equal Access International Compliance Portal by going to www.convercent.com/report and finding our organization in the “Report an incident” box.
    2. For those in the United States, call toll free 1-800-461-9330 to report the issue with the help of a Convercent call center representative.
    3. For those outside the United States, place a collect call to +1-720-514-4400 to report the issue with the help of a Convercent call center representative and language interpreter. The call center supports more than 300+ languages. Additional international dialing instructions can be displayed in your preferred language. All available language options can be selected from the top right drop down menu.

    EAI ensures anonymity and an unbiased, serious review and treatment of the information provided. Such practice may result in the cancellation of the procurement and disqualification of the Offeror’s participation in this, and future, procurements. Violators will be reported to the US Government, and as a result, may be reported to the U.S. Department of Justice to be included in a Restricted Parties list, preventing them from participating in future U.S. Government business.

    Offerors must provide full, accurate and complete information in response to this solicitation. The penalty for materially false responses is prescribed in Section 1001 of Title 18 of the United States Code.

    In addition, EAI takes the payment of State Departments funds to pay terrorists, or groups supporting terrorists, or other parties in exchange for protection very seriously. Should the terrorist, groups, or other parties attempt to extort/demand payment from your organization you are asked to immediately report the incident to EAI’s Ethics and Compliance Anonymous Hotline at the contacts described in this clause.

    By submitting an offer, Offerors certify that they have not/will not attempt to bribe or make any payments to EAI employees in return for preference, nor have any payments with terrorists, or groups supporting terrorists, been attempted.

    ATTACHMENT A

    TERMS OF REFERENCE FOR EXTERNAL TRAUMA DESTIGMATIZATION VIDEOS

    1.0  INTRODUCTION

    Equal Access International (EAI) – a non-governmental organization (NGO) headquartered in Washington, D.C. – partners with communities around the world to co-create sustainable solutions utilizing community engagement and participatory media and technology. With funding from bi-laterals, multi-laterals, foundations, and individual donors, EAI has a 23-year track record implementing social change projects around the world and currently operates through 12 country programs across Asia and East and West Africa. In Nigeria, we work with youth, women, community active members, religious leaders, local organizations, etc. providing them with the skills, tools, and platforms to amplify their voices and create a space for inclusiveness in local public dialogue on critical   issues related to peace, security, EWER, trauma, radicalization, and livelihood.

    In its delivery of programs, EAI strives to uphold the highest levels of accountability guided by related finance management policies, practices, and standards.

    2.0  OBJECTIVES

    The objective of this RFP is to engage a reputable eligible organization that will support the SNC program implement its activities on raising awareness of trauma and basic strategies for support, building trauma resilience, and addressing social norms around trauma and above all trauma destigmatization through the production of two short drama videos on Trauma Destigmatization, one in Hausa and the other in Pidgin, each 15 to 18 minutes in length to be used for community viewing. 

    The organization shall also perform the following but not limited to:

    1. To be delivered by an organization with experience of implementing social behavior change programming - with a focus on social cohesion, trauma awareness, peacebuilding and/or conflict management – using innovative approaches including multimedia, community engagement and the mass media. The organisations must have local knowledge of the contexts and conflict dynamics in target states.
    2. The approximate assignment duration is four weeks for the production of drama of trauma destigmatization short videos.
    3. The project will entail scripting and production of trauma destigmatization drama to target states taking into cognizance the cultures, polities, institutions, and belief systems in the diverse communities.
    4. The project will require understanding of these contexts to ensure that messages and modality of communication are adapted to local contexts and do not cause harm. This would include medium and language of dissemination.
    5. The broad cross-cutting issue in this assignment is mainstreaming social inclusion, and destigmatization. The assignment should be delivered based on understanding of extant gender relations, social exclusion and trauma causals in the state. This would require taking cognisance of local knowledge, stakeholder acceptance and ownership and respect of sensitivities of the communities in the states.
    6. Drafting deliverables of the assignment are as follows:
      1. Storyline 
      2. Drama script to be validated by EAI/Consultants
      3. Delivery of recorded drama in a drive.

    3.0  General

    The organization will be given access to all information documents, and any other that may reasonably be deemed necessary to enable the production of drama of trauma destigmatization short videos. This should include, but not be limited to, copies of all trauma trainings and manuals past and present.

    4.0  Duration of the assignment

    The approximate assignment duration is four weeks for the production of drama of trauma destigmatization short videos.

    5.0  Qualifications of the consultant/firm

    The organization MUST meet the following qualifications to be considered.

    1. Demonstrate that the organization holds the requisite knowledge, skills, and competencies  required to perform its responsibilities with due professional care.
    2. The firm must have been in operation continuously for the last three years carrying out production of short videos in Nigeria.
    3. The organization must have at least three years of experience in shooting Not-for-Profit organizations short videos that meets donor requirements.
    4. The organization must be registered in Nigeria and adhere to all legal requirements to operate in Nigeria within the armpit of the profession.
    5. The organization must be registered by the relevant regulating body in Nigeria.
    6. The organization, staff and production crews must be independent of EAI.
    7. The following documents are mandatory requirements for all proposal submissions:
      1. A copy of Certificate of Registration/Incorporation
      2. Valid Tax Compliance Certificate
      3. Company Profile and detailed CVs of the organization’s Partners

    In addition to the above mandatory documents, the selection criteria will include the following:

    1. A list of similar non-profit organizations video production was done for. The organization will be required to provide at least two recommendation letters from past not-for-profit clients.
    2. Your staff assignments and availability to complete the services in a timely manner.
    3. Participation of experienced handlers of the equipment for the productions of the short videos.
    4. Availability of staff to respond to questions within the scope of the engagement and the charge, if any, for services outside the scope of the legal service and representation.

    Attachment B: 

    Proposal Cover Letter

    [On Firm’s Letterhead]

    TO: EAI Procurement Team

    We, the undersigned, provide the attached quote in accordance with RFP-EAI-NG-2024-021 dated . Our attached proposal is for the total price of .

    I certify a validity period of ninety (90) days for the prices provided in the attached Price Schedule. Our proposal shall be binding upon us subject to the modifications resulting from any discussions. We confirm the ability to provide the services listed above and that unit prices are inclusive of final delivery to EAI. We further agree to payment terms upon delivery and submission of an invoice.

    We understand that EAI is not bound to accept any quotes it receives. Authorized Signature:

    Name and Title of Signatory: 

    Name of Firm:

    Address: 

    Telephone:

    Email:

    Company Seal/Stamp:

    Attachment C: Payment Schedule

    FEES

    Please provide an estimate of fees for any matter listed above. The fees to be charged should be based deliverables of the assignment as in the table. Invoices shall be payable within 30 days of invoice submission and approval in 60% and 40%

    Item Number

    Legal Advice/Support

    Unit

    Unit
    price

    Remarks

    1

    Storyline,

    Drama script to be validated by EAI

    Per in Naira

     

     

    2

    Delivery of recorded drama in a drive

    Per in Naira

     

     

    3

    Withholding Taxes (WHT)

    Per in Naira

     

     

     Attachment D: Past Performance Form

    Include production of short videos services that best illustrate your work experience relevant to this RFP, sorted by decreasing order of completion date.

    The services should have been undertaken in the past three years. Production of short videos on trauma undertaken in the past five years may be taken into consideration at the   discretion of the evaluation committee.

    #

    Year of production of video

    Description of Activities

    Location Province/ District

    Client

    Name/Tel No

    Cost in Naira

    Start-End Dates

    Complete d on schedule

    (Yes/No)

    Completion Letter Received?

    (Yes/No)

    Type of Agreement, Subcontract, Grant, PO (fixed price, cost reimbursable)

    1

     

     

     

     

     

     

     

     

     

    2

     

     

     

     

     

     

     

     

     

    3

     

     

     

     

     

     

     

     

     

    4

     

     

     

     

     

     

     

     

     

    5

     

     

     

     

     

     

     

     

     

    Attachment E: Representations and Certifications of Compliance

    1. Federal Excluded Parties List - The Bidder Select is not presently debarred, suspended, or determined ineligible for an award of a contract by any Federal agency.
    2. Executive Compensation Certification- FAR 52.204-10 requires EAI, as prime contractor of U.S. federal government contracts, to report compensation levels of the five most highly compensated subcontractor executives to the Federal Funding Accountability and Transparency Act Sub-Award Report System (FSRS)
    3. Executive Order on Terrorism Financing- The Contractor is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the Contractor/Recipient to ensure compliance with these Executive Orders and laws. Recipients may not engage with, or provide resources or support to, individuals, and organizations associated with terrorism. No support or resources may be provided to individuals or entities that appear on the Specially Designated Nationals and Blocked persons List maintained by the US Treasury (online at www.SAM.gov) or the United Nations Security Designation List (online

    at: http://www.un.org/sc/committees/1267/aq_sanctions_list.shtml). This provision must be included in all subcontracts/sub awards issued under this Contract.

    1. Trafficking of Persons – The Contractor may not traffic in persons (as defined in the Protocol to Prevent, Suppress, and Punish Trafficking of persons, especially Women and Children, supplementing the UN Convention against Transnational Organized Crime), procure commercial sex, and use forced labor during the period of this award.
    2. Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions – The Bidder certifies that it currently is and will remain in compliance with FAR 52.203-11, Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions.
    3. Organizational Conflict of Interest – The Bidder certifies that will comply FAR Part 9.5, Organizational Conflict of Interest. The Bidder certifies that is not aware of any information bearing on the existence of any potential organizational conflict of interest. The Bidder further certifies that if the Bidder becomes aware of information bearing on whether a potential conflict may exist, that Bidder shall immediately provide EAII with a disclosure statement describing this information.
    4. Business Size and Classification(s) – The Bidder certifies that is has accurately and completely identified its business size and classification(s) herein in accordance with the definitions and requirements set forth in FAR Part 19, Small Business Programs.
    5. Prohibition of Segregated Facilities - The Bidder certifies that it is compliant with FAR 52.222-21, Prohibition of Segregated Facilities.
    6. Equal Opportunity – The Bidder certifies that it does not discriminate against any employee or applicant for employment because of age, sex, religion, handicap, race, creed, color, or national origin.
    7. Labor Laws – The Bidder certifies that it is in compliance with all labor laws.
    8. Federal Acquisition Regulation (FAR) – The Bidder certifies that it is familiar with the Federal Acquisition Regulation (FAR) and is in not in violation of any certifications required in the applicable clauses of the FAR, including but not limited to certifications regarding lobbying, kickbacks, equal employment opportunity, affirmation action, and payments to influence Federal transactions.
    9. Employee Compliance – The Bidder warrants that it will require all employees, entities and individuals providing services in connection with the performance of an EAI Purchase Order to comply with the provisions of the resulting Purchase Order and with all Federal, State, and local laws and regulations in connection with the work associated therein.

    By submitting a proposal, offerors agree to fully comply with the terms and conditions above and all applicable U.S. federal government clauses included herein and will be asked to sign these Representations and Certifications upon award.

    Attachment F: Proposal Checklist

    Offeror:  Have you?

    Submitted your proposal to EAI via email as specified in General Instructions above?

    Does your proposal include the following?

    Signed Cover Letter (use template in Attachment B)

    Proposal of the Product or Service that meets the technical requirements as per Attachment A Response to each of the evaluation criteria

    Documents use to determine Responsibility

    Completed payment schedule (use template in Attachment C)

    Past Performance (use template in Attachment D)

    Method of Application

    Interested and qualified candidates should forward their CV to: Procurementng@equalaccess.org using the position as subject of email.

    Build your CV for free. Download in different templates.

  • Apply Now
  • Send your application

    View All Vacancies at Equal Access Back To Home

Subscribe to Job Alert

 

Join our happy subscribers

 
 
Send your application through

GmailGmail YahoomailYahoomail