🇸🇱 Job Vacancies @ Plan International – 6 Locations

Plan InternationalPlan International’s tender notice for support services in the following areas:

1.) Tender Notice for Security Services
2.) Tender Notice for Cleaning Services

 

See tender details below.

1.) Tender Notice for Security Services

Invitation to Tender 

Plan International Sierra Leone

Plan International Sierra Leone is an international child-centered humanitarian organization, which strives for a just world that advances children’s rights and equality for girls. Plan International has been working in Sierra Leone over 45 years with a focus on education, health, youth and children’s empowerment backed by advocacy work that engages policymakers and the affected communities in dialogue on issues of inequality to promote lasting development.

 

Plan International Sierra Leone wishes to enter into a Long-Term Agreement (LTA) with interested individual or firm for the for provision of security services at the following locations:

  • Country Office (Freetown) and Country Director’s Residence.
  • Port Loko office and Warehouse.
  • Moyamba office and warehouse
  • Koinadugu Office 
  • Kailahun office and warehouse
  • Bo warehouse

 

Plan is hereby requesting qualified individual/companies that are interested in taking part in the bidding process to prepare and submit their bids at its Head Office at No. 6 Cantonment Road, Off King Harman Road Freetown, not later than July 29th, 2024 at 5:30pm in a sealed envelope with subject line scribing “Security Services”.

 

Bid document will be collected from Monday’s to Thursday’s between 8:00 am – 5:00 pm and from 8:00 am -12:30 pm on Fridays.

 

Interested bidders can request a copy of the bid document by email plansle.procurement@plan-international.org.

Bids opening is on the 30th of July 2024 @ 2:00pm. It’s an open bidding process were bidder(s) are encouraged to attend to enhance accountability and transparent bidding process.

Queries/requests for clarification must be directed to plansle.procurement@plan-international.org.  with the subject Queries/Request for Clarification, for security services not later than July 26th 2024.


2.) Tender Notice for Cleaning Services

Invitation to Tender 

Plan International Sierra Leone

Plan International Sierra Leone is an international child-centered humanitarian organization, which strives for a just world that advances children’s rights and equality for girls. Plan International has been working in Sierra Leone over 45 years with a focus on education, health, youth and children’s empowerment backed by advocacy work that engages policymakers and the affected communities in dialogue on issues of inequality to promote lasting development.

 

Plan International Sierra Leone wishes to enter into a Long-Term Agreement (LTA) with interested individual or firm for the provision of cleaning services at the following locations:

 

  • Country Office (Freetown)
  • Port Loko office 
  • Moyamba office 
  • Koinadugu Office 
  • Kailahun office 

 

Plan is hereby requesting qualified individual/companies that are interested in taking part in the bidding process to prepare and submit their bids at its Head Office at No. 6 Cantonment Road, Off King Harman Road Freetown, not later than July 29th, 2024 at 5:30pm in a sealed envelope with subject line scribing “Cleaning Services”.

 

Bid document will be collected from Monday’s to Thursday’s between 8:00 am – 5:00 pm and from 8:00 am -12:30 pm on Fridays.

 

Interested bidders can request a copy of the bid document by email plansle.procurement@plan-international.org.

Bids opening is on the 30th of July 2024 @ 4:00pm. It’s an open bidding process were bidder(s) are encouraged to attend to enhance accountability and transparent bidding process.

 

Queries/requests for clarification must be directed to plansle.procurement@plan-international.org with the subject Queries/Request for Clarification, for cleaning services not later than July 26th 2024.

🇸🇱 Job Vacancies @ International Rescue Committee – 2 Positions

International Rescue Committee is recruiting to fill the following positions:

1.) Fleet Assistant
2.) Bid Notice

 

See job details and how to apply below.

 

1.) Fleet Assistant

International Rescue Committee

4 Off Hill Cot Road

Freetown

Sierra Leone

Tel: (232) 76-471-796

E-mail: SL-Administration@theirc.org

 

VACANCY ANNOUNCEMENT

Position: Fleet Assistant

Grade: 9A

Location: Freetown

Reports to: Fleet Officer

Application Closing Date   17th March 2023.

 

(Only the applicants who have applied via the IRC Website Cornerstone and shortlisted for interview will be contacted). 

 

Background:
The International Rescue Committee (IRC), one of the world’s largest humanitarian agencies, provides relief, rehabilitation, and post-conflict reconstruction support to victims of natural disaster, oppression, and violent conflict in 42 countries. The IRC has worked in Sierra Leone since 1999 and currently programs across three core sectors: 1) Health 2) Women and Girls’ Protection and Empowerment (WGPE), and 3) Education. The IRC is committed to supporting the Government of Sierra Leone in the strengthening of the country and has offices in Bo, Kailahun, Kenema, and Kono, with national geographic reach through partners. We seek to build upon our programming experience and introduce new programs that are adaptive, collaborative and evidence-driven, leading to a more educated, safe, healthy, and empowered Sierra Leone.

 

JOB OVERVIEW 

The Fleet Assistant will assist in the proper and timely maintenance of Freetown based fleet as per maintenance schedule including routine maintenance of vehicles, generators, motorbikes, and other equipment. The Fleet Assistant is responsible for the efficient handling and tracking of Vehicle movements between Freetown & all Field Offices whilst the coordination of duty-driving movement system. The Fleet Assistant will assist the Fleet Officer ensuring all Vehicles are safe, secured, well maintained, and equipped with necessary tools and accessories and provide backup support to other field offices.

 

KEY RESPONSIBILITIES:

  1.  Logistics 
  • Assist the Fleet Officer in the management of Freetown based Vehicles including, dispatching, and following up on Vehicles.
  • Ensure that vehicles always have minimum ½ tank of fuel and ensure timely request for fueling and refueling in compliance with policy including schedule for fueling.
  • Vehicle fuel consumption is accurately recorded and accounted for by Drivers and closely monitor vehicle fuel consumption.
  • Organize daily task functions for the Driver’s pool ensuring daily tasks are well followed and met.
  • Prepare harmonize weekly vehicle movement and transport schedule according to planned movement and share with Fleet Officer for review.
  • Assist the Fleet Officer in regular training for Drivers on basic vehicle mechanic skills; daily vehicle inspection, drills on safety driving, defensive driving, use of Codan, etc.
  • Ensure all vehicles are always clean and road worthy.
  • Work with Fleet officer to ensure annual vision tests are conducted for each driver and filed.
  • Together with Mechanic ensure that Vehicles and/or Generators receive proper maintenance (preventive and curative) and maintain proper tracking of all repairs/service history.
  • Work with Fleet Officer to ensure there is always stock of emergency gasoline and diesel fuel.
  • Coordinate movements of Vehicle fleet to ensure program and operations team goals are always achieved, this includes day to day round town trips, airport shuttles, etc.

 

2. Insurance and Registration 

  • Knowing customs clearance procedure and management of vehicle insurance and registration
  • Assist in conducting annual global insurance survey for all fleet in Freetown.
  • Work with Fleet Officer to ensure all vehicles has local insurance policy 3rd party insurance.
  • Maintains proper records for fleet including logbooks, maintenance records, vehicle registration insurance and incident reports.
  1. Security/Communication
  • Ensure IRC security rules and procedures are always respected.
  • Ensure vehicles have updated registration and insurance documents, contact phone number, and the necessary documents that should be on-board Menu.
  • Liaison with local Security Guards to ensure vehicles are parked and keys are turn-over to the Fleet office at the end of a workday.
  • Report promptly to Supply Chain Manager any policy violation and Drivers’ delinquency.

 

3. Reporting

  • Assist Fleet Officer in the compilation of the fuel report, usage and liquidation reports and submit to Supply Chain Manager by 3rd of every month.
  • Provide on-time, accurate weekly/monthly reports on vehicle repairs/maintenance history, utilization to maximize department output.
  • Good filing system for all vehicles and generators and liaise with the Mechanic to maintain comprehensive list of vehicle spare parts and service maintenance requisition/statement of work of completed.
  • Assist the Fleet Officer to do inputs for monthly liquidation of Fuel.
  • Uphold the IRC GSC Vehicle and Equipment Management Policy and be willing to contribute to development of country specific policy.

 

Transport/Fleet Competency’s matrix:

The Transport/Fleet competency matrix is the primary supporting document to this job description and the Fleet Assistant must ensure that all tasks are preformed to standard.

 

Key Working Relationships: 

Position directly supervises: (Hired Drivers from Service Providers)

Indirectly Supervises: (Program and Operations Drivers, Sr. Driver)  

Other Internal and/or external contacts: 

InternalRegular relationships with program staff, Operations, and country Supply Chain staff

External: Partners, Service Providers for Vehicle rental services

 

Requirements:

       Education: 

  • Diploma in Transport and Logistics related field preferred.
  • Holder of a valid driving license
  • Good mathematical and Computer skills.
  • Competent use of computers, especially spreadsheets.
  • Mechanical background is a plus

 

Work Experience: 2 years of work experience in fleet management, preferably 1 year in supervisory role.

 

Qualifications:

Personal Characteristics:

  • Strong sense of personal integrity
  • Attention to detail and hands-on skills.
  • Strong supervisory skills and ability to multi-task.
  • Team spirit and problem-solving abilities

 

 WORKING ENVIRONMENT: 

………………………………………………………………………………………………………………………..

The IRC and IRC workers must adhere to the values and principles outlined in IRC Way – Standards for Professional Conduct.  These are Integrity, Service, and Accountability.  In accordance with these values, the IRC operates and enforces policies on Beneficiary Protection from Exploitation and Abuse, Child Safeguarding, Anti Workplace Harassment, Fiscal Integrity, and Anti-Retaliation.

 

IRC is equal opportunity employer, considered all the candidates based on merit without regard to race, sex, color, nationality, religion, sexual orientation, age, marital status, veteran, or disability.

 

Mode of Application

All applications must be done using the below link and should include a cover letter, updated CV, names of three referees and their active telephone and email contacts, copies of professional certificates and testimonial.

 

APPLY

 

Please ensure that all attached files are less than 2 megabytes (2MB) for any one message that is sent.

 

A copy of your application letter updated CV, Labour card and all other supporting documents should be sent to the NGO Desk Officer, Ministry of Labour – New England or to the nearest Ministry of Labour office nationwide.

 

Please contact any of our offices captioned below for further information and/or detailed requirements or call on 076-471-796.  

 

WOMEN ARE STRONGLY ENCOURAGED TO APPLY


2.) Bid Notice

INTERNATIONAL RESCUE COMMITTEE, INC.

  BID NOTICE

 

Founded in 1933, the International Rescue Committee is a global humanitarian leader that help people whose lives and livelihoods are shattered by conflict and disaster to survive, recover, and gain control of their future.

Present in Sierra Leone since 1999, IRC supports the Sierra Leonean institutions – government, civil society, community-based organizations, and private sector – to provide improved social services, decrease youth unemployment and mitigate gender-based violence. IRC does this through programs and partnerships designed to improve the lives of women, youth, and children by implementing Health, Education, Youth, and Gender Based Violence programming. IRC has a Country Program office in Freetown, a Regional Field Office in Kenema, and Field Offices in Kono, Kailahun, and Bo.

 

The IRC Moderna Health Project is issuing Requests for Proposals (RFPs) to solicit competitive sealed bids from reputable companies for the rehabilitation, construction, and repairs of twenty (20) Health Facilities located in Bo district under the Bo District Health Management Team as part of an ad-hoc procurement project.

NO: LOCATION DESCRIPTION OF SERVICE /CATEGORY LOT #
1 BAOMAHUN CHC
  • REHABILITATION OF WATER WELL AT BAOMAHUN CHC
 # 001
2 DAMBALLA CHC
  • CONSTRUCTION OF FENCING AND ROOFING OF WASTE MANAGEMENT ZONE AT DAMBALLA CHC
# 001
3 GBAIMA
  • CONSTRUCTION OF ASH PIT, PLACENTA PIT, BURNING PIT
  • REHABILITATION OF WASH FACILITIES IN GBAIIMA CHC
  • REHABILITATION OF PATIENT TOILET AT GBAIIMA CHC
  • CONSTRUCTION OF AN INCINERATOR AT THE WASTE MANAGEMENT ZONE AT GBAIIMA CHC
  • CONSTRUCTION OF FENCING AND ROOFING OF WASTE MANAGEMENT ZONE AT GBAIIMA CHC
# 001
4 NGALU CHC
  • REHABILITATION OF WASH FACILITIES IN NGALU CHC
  • REHABILITATION OF THE WATER WELL AT NGALU CHC
  • REHABILITATION OF PATIENT TOILET AT NGALU CHC
# 001
5 NGOLAHUN CHC
  • CONSTRUCTION OF AN INCINERATOR AT THE WASTE MANAGEMENT ZONE AT NGOLAHUN JABATY CHC
  • CONSTRUCTION OF ASH PIT, PLACENTA PIT, BURNING PIT
  • BILL OF QUOTATION FOR THE CONSTRUCTION OF FENCING AND ROOFING OF WASTE MANAGEMENT ZONE AT NGOLAHUN JABATY CHC
# 001
6 KOMBOYA CHC
  • REHABILITATION OF WASH FACILITIES IN KOMBOYA CHC
  • REHABILITATION OF WATER WELL AT KOMBOYA CHC
  • REHABILITATION OF PATIENT TOILET AT KOMBOYA CHC
  • CONSTRUCTION OF AN INCINERATOR AT THE WASTE MANAGEMENT ZONE AT KOMBOYA CHC
  • CONSTRUCTION OF ASH PIT,
  • CONSTRUCTION OF FENCING AND ROOFING OF WASTE MANAGEMENT ZONE AT KOMBOYA CHC PLACENTA PIT, BURNING PIT
# 001
7 FEIBA
  • CONSTRUCTION OF FENCING AND ROOFING OF WASTE MANAGEMENT ZONE FEIBA CHC
 #002
8 HEIMA
  • CONSTRUCTION OF FENCING AND ROOFING OF WASTE MANAGEMENT ZONE HEIMA CHC
  • REHABILITATION OF WATER WELL AT HIIMA CHC
  • CONSTRUCTION OF ASH PIT, PLACENTA PIT, BURNING PIT
  • CONSTRUCTION OF AN INCINERATOR AT  THE WASTE MANAGEMENT ZONE AT HIIMA
  •  CONSTRUCTION OF FOUR-COMPARTMENT VIP LATRINE AT HEIIMA
#002
9 JIMMI BARGBO CHC
  • REHABILITATION OF WASH FACILITIES IN JIMMI BARGBO CHC
  • CONSTRUCTION OF FENCING AND ROOFING OF WASTE MANAGEMENT ZONE IN JIMMI BARGBO CHC
#002
10 KORIBONDO
  • REHABILITATION OF WATER WELL AT KORIBONDO CHC
  • CONSTRUCTION OF AN INCINERATOR AT  THE WASTE MANAGEMENT ZONE AT KORIBONDO CHC
#002
11 SEMBEHUN 17 CHC
  • REHABILITATION OF WATER WELL AT SEMBEHUN 17 CHC
  • REHABILITATION OF PATIENT TOILET AT SUMBEHUN 17 CHC
  • CONSTRUCTION OF AN INCINERATOR AT  THE WASTE MANAGEMENT ZONE AT SEMBEHUN17 CHC
  • CONSTRUCTION OF ASH PIT, PLACENTA PIT, BURNING PIT

CONSTRUCTION OF FENCING AND ROOFING OF WASTE MANAGEMENT ZONE AT SEMBEHUN 17 CHC

#002
12 SUMBUYA CHC
  • REHABILITATION OF WASH FACILITIES IN SUMBUYA CHC
  • REHABILITATION OF WATER WELL AT SUMBUYA CHC

REHABILITATION OF PATIENT TOILET AT SUMBUYA CHC

#002
13 GBAAMA CHC
  • REHABILITATION OF WASH FACILITIES IN GBAAMA CHC
  • REHABILITATION OF WATER WELL AT GBAAMA CHC
  • REHABILITATION OF PATIENT TOILET AT GBAAMA MCH
  • CONSTRUCTION OF AN INCINERATOR AT THE WASTE MANAGEMENT ZONE AT GBAAMA CHC
  • CONSTRUCTION OF ASH PIT, PLACENTA PIT, BURNING PIT
  • CONSTRUCTION OF FENCING AND ROOFING OF WASTE MANAGEMENT ZONE AT GBAAMA CHC
#002
14 GERIHUN CHC
  • REHABILITATION OF WATER WELL AT GERIHUN CHC
  • CONSTRUCTION OF FENCING AND ROOFING OF WASTE MANAGEMENT ZONE AT GERIHUN CHC
# 003
15 GBOYAMA CHC
  • REHABILITATION OF PATIENT TOILET AT GBOYAMA CHC
  • REHABILITATION OF WATER WELL AT GBOYAMA CHC
# 003
16 SAHN BUMPE CHC
  • CONSTRUCTION OF FOUR-COMPARTMENT VIP LATRINE AT NGOLAHUN SAHN BUMPEH CHP
  • CONSTRUCTION OF AN INCINERATOR AT THE WASTE MANAGEMENT ZONE AT SAHN BUMPE CHC
  • CONSTRUCTION OF ASH PIT, PLACENTA PIT, BURNING PIT
  • CONSTRUCTION OF FENCING AND ROOFING OF WASTE MANAGEMENT ZONE AT SAHN BUMPE CHC
  • CONSTRUCTION OF WATERWELL AND INSTALLATION OF HAND PUMP INDIAN MARK II AT SAHN BUMPE
# 003
17 BUMPE CHC
  • REHABILITATION OF WATER WELL     AT BUMPEH CHC
  • CONSTRUCTION OF FOUR-COMPARTMENT VIP LATRINE AT BUMPEH CHC
# 003
18 FENGEHUN CHC
  • REHABILITATION OF WASH FACILITIES IN FENGEHUN CHC
  • REHABILITATION OF WATER WELL AT FENGEHUN CHC
  • CONSTRUCTION OF FOUR-COMPARTMENT VIP LATRINE AT FENGEHUN CHC
# 003
19 MBUNDURBU CHC
  • REHABILITATION OF WATER WELL AT MBUDURBU CHC
  • CONSTRUCTION OF AN INCINERATOR AT THE WASTE MANAGEMENT ZONE AT MBUDURBU CHC
  • CONSTRUCTION OF ASH PIT, PLACENTA PIT, BURNING PIT
  • CONSTRUCTION OF FENCING AND ROOFING OF WASTE MANAGEMENT ZONE AT MBUBURBU CHC
  •  CONSTRUCTION OF REINFORCED WATER TOWER WITH THE PROVISION AND INSTALLATION OF ONE (1) 10,000 LITERS WATER TANK AT MBUNDURBU CHC
# 003
20 JEMBEH CHC
  • REHABILITATION OF WASH FACILITIES IN JEMBEH CHC
  • REHABILITATION OF WATER WELL AT JEMBEH CHC
  • REHABILITATION OF PATIENT TOILET AT JEMBEH CHC
# 003

 

Interested and suitably qualified Vendors may request (physically) for complete tender documents (RFP) from IRC Bo Office during office hours 8:30AM to 4:30 PMfrom 3rd March 2023 to 14th March 2023 located at:

International Rescue Committee – Sierra Leone, 

# 74 Main Sewa Road, Bo City, Bo District, Republic of Sierra Leone 

 

You will be required to submit complete bid documents in a sealed envelope addressed to the IRC Sierra Leone PROCUREMENT COMMITTEE (BO FIELD OFFICE).

 

DEADLINE for submission will be Thursday, 16th  March 2023 at 4:30pm. Clarification to questions from Bidder will be provided by 14th March, 2023. Late submission of bids will not be accepted.

For any clarification of any part of the Tender Document shall be sought from the IRC Sierra Leone Procurement           Committee, at the email address

IRCSierraLeone.ProcurementC@rescue.org.

 

IRC is not bound to accept the lowest priced bid or any bid that is submitted.  Any form of canvassing will lead to automatic disqualification of a Bidder.

🇸🇱 Job Vacancies @ CAFOD – 3 Positions

CAFOD is recruiting to fill the following positions:

1.) Project Officer (x2)
2.) Terms of Reference

 

See job details and how to apply below.

 

1.) Project Officer (x2)

Job Title: Project Officer

Contract Duration: Fixed contract for Nine (9) Months

No. of Person: Two (2) Persons

Duty Station: Bombali and Bo Districts.

JOB SUMMARY

CAFOD works in partnership with local partners and faith-based organizations in Sierra Leone, supporting  them amplify the voiceless and reaching people and communities beyond reach. CAFOD is supporting the Inter Religious Council of Sierra Leone (IRCSL) to implement the “Women’s Voice and Engagement for  Peace” project and is seeking the recruitment of Project Officers to be based in Bombali and Bo districts respectively. The Project Officers would be responsible to support in the implementation of the “Women’s  Voice and Engagement for Peace” project in Bombali and Bo District. They will be tasked with implementing  project activities to support the projects objectives at district and community levels, as well as reporting to  the General Secretary of IRCSL. They will also support to facilitate in the identification, assessment, and  training of women in the 8 selected chiefdoms in the two districts.

CAFOD AND IRCSL IN BRIEF

The Catholic Agency for Overseas Development (CAFOD) is the official development and humanitarian  agency of the Bishops’ Conference of England and Wales and part of the global Caritas family. CAFOD’s way  of working is through partnership, both civil society and private sector. CAFOD believes in investing in the  capacity of local partners; promoting ownership and responsibility; facilitating the flow of resources and  knowledge to the point of need, rather than duplicating efforts or direct implementation by outsiders in  unknown contexts. As an enabling agency, CAFOD also supports partners to facilitate change at community  level, ensuring communities have the spaces, skills and tools to exert their rights.

The Inter-religious Council of Sierra Leone (IRCSL) is an interfaith organisation working on, inter alia,  national reconciliation, health and religious harmony. The IRCSL came into existence to facilitate interfaith  collaboration as part of efforts to end the country’s civil conflict. Inaugurated in 1997, it is composed of  adherents of the two main religions in Sierra Leone – Christianity and Islam. The organisation has a network  of clergy and imams in every part of the country, from village, town, chiefdom, and district, to national levels.  They are entrusted with undertaking sensitisation, awareness raising and community education. Its core  values and mission include the fundamental responsibility to promote interfaith dialogue, promote peaceful  co-existence in communities and provide spiritual, moral guidance for congregations.

 

KEY RESPONSIBILITIES

Work in collaboration with IRCSL’s District Coordinators to organize, implement, supervise and monitor the project  activities and report to the General Secretary of IRCSL with committed accountability to CAFOD’s Programme Officer on  quarterly submissions of project narrative report. The responsibilities will include:

Participate in the Training of Trainers facilitated by the Lead Consultant on Civic Roles &  Responsibilities, Alternative Dispute Resolution (ADR), Rapid Conflict Assessments, Gender  Championing & Peaceful Masculinities.

Lead in the development to tailor training contents according to the target audience in communities,  especially the women at chiefdom level.

Lead the development implementation plans in consultations with the General Secretary, Finance  Officer and District Coordinators of the IRCSL.

Support in organizing programs and activities in accordance with the objectives and goals of the  project.

Work in collaboration with the District Coordinators to identify, select and training of the women on  the various training packages identified in the project.

Lead community engagements and mobilization meetings to raise awareness and provides  constructive feedbacks.

Facilitate religious leaders’ sessions with men and boys focusing on combatting negative social  norms, practices and stereotypes.

Facilitate the development and signing of Community Peace Commitments in the selected  chiefdoms.

Facilitate chiefdom to chiefdom and district to district exchange visits to translate cross learning  among targeted women in selected chiefdoms working on Civic Roles & Responsibilities, Alternative  Dispute Resolution (ADR), Rapid Conflict Assessments, Gender Championing & Peaceful  Masculinities.

Develop projects utilizing tools to effectively gather data and other relevant information for  reporting.

 

Ensure that the project is on track and challenges are dealt with through regular project review  process.

Provide technical support, and team coordination, including ongoing technical guidance and support  with the women trained with the responsibility to translate the knowledge in their respective  communities.

Maintain oversight of project budgets for field operations and ensure proper controls and  compliance.

Conduct regular field monitoring and supervision of project activities.

Provide weekly or monthly updates to the General Secretary and submit quarterly and end of  project narrative reports to CAFOD.

Requirements

Person Specification – Essential Requirements

Qualification

A minimum of first degree in Peace and Conflict Studies, Gender and Development Studies, other  Social Sciences, or a similar relevant field.

Additional related courses would be an added advantage.

Experience

At least 2 to 5 years of experience in implementing peacebuilding, gender and civic education projects. o Experience working within the NGO sector.

Experience in working in projects that worked with vulnerable women.

Experience in budgetary and financial controls of field operation activity budget

Experience in working with team and playing supervisory roles.

Demonstrable experience in promoting peace, gender and social cohesion in communities.  Experience in training and field use of quantitative data collection methods.

Good knowledge of the area and local customs.

Previous work experience in project location highly desirable.

Skills and Competencies

Technical knowledge of mediating and dialogue creation processes in conflict situations. o Excellent interpersonal communication skills.

Ability to prepare budgets and control expenses.

Highly organized, with excellent planning, prioritization and problem-solving skills.

Excellent verbal and written communication skills.

 

Competent in Microsoft packages (Word, Excel).

Fluency (written and spoken) in English and ability to communicate one predominant local language in the  district.

Must be able to work on their own and able to manage multiple tasks.

Plan, coordinate and organize workload while remaining aware of changing priorities and competing  deadlines.

TO APPLY

Applicants are required to submit application package via email address to csamaura@cafod.org.uk and copy  amadukamara2@gmail.com with mail subject indicating “WOVEN Project Officer – Name of Applicant and for  which duty station (i.e., Bombali or Bo)”. All Candidate’s Cover Letter and Resume (CV) must be submitted on or  before Friday,  3rd March 2023 5:00pm GMT.


2.) Terms of Reference

TERMS OF REFERENCE 

FINAL EVALUATION ON YOUTH ECONOMIC EMPOWERMENT THROUGH STRENGTHENED  VEGETABLE VALUE CHAINS IN KAMBIA AND PORT LOKO DISTRICTS, SIERRA LEONE.

Funding Partner: European Union

Contract Number: FED/2019/411-235 

Project Title:  Youth Economic Empowerment through Strengthened Vegetable  Value Chains in Sierra Leone.
Contracting Authority  National Authorising Office (NAO) of Sierra Leone
Lead Applicant and Co financer: Catholic Agency for Overseas Development (CAFOD)

Implementing

Implementing 

Partners:

Kambia District Development and Rehabilitation Organisation  (KADDRO) and

JIM&K Agriculture Business Solutions

Target  

Locations:

Kambia District – Gbinleh, Dixon, Masungbala and Magbema  Chiefdoms and

Port Loko District – Bureh and Loko Masama Chiefdoms.

Project 

Outcomes:

Outcome 1: Increased food and income security for medium scale  youth-led farmer groups.

Outcome 2: Enhanced performance of the local and national  vegetable value chain.

Direct  

Beneficiaries:

Directly target 402 (252 female, 150 male) unemployed, self employed and underemployed youth, with an emphasis on young  women.
Project Period:  17th December 2019 to 16th March 2023.
Final Evaluation:  February – March 2023

INTRODUCTION AND BACKGROUND INFORMATION 

1.1. About CAFOD 

Catholic Agency for Overseas Development (CAFOD) is the official relief and development agency  of the Catholic Church in England and Wales and a member of the Caritas Internationalis,

 

providing humanitarian assistance and development support in many countries worldwide with  the aim of protecting lives and relieving suffering during emergencies as well as reducing disaster  risks to vulnerable communities. CAFOD currently works in partnership with more than 500  national nongovernmental organizations in about 40 countries, from those of all faiths, and  none. CAFOD Sierra Leone, does work in areas including Food and Livelihoods Security, Rights  and Participatory Governance and Emergency Preparedness Response and Recovery.

As part of our work in Resilience and Livelihood Support, CAFOD is undertaking a Youth  Empowerment through Agribusiness and the Strengthening of the Vegetable Value Chain project  funded by the Boosting Agriculture and Food Security (BAFS) project and the EU. CAFOD Sierra  Leone is implementing an EU funded project, Youth Economic Empowerment through  Strengthened Vegetable Value Chains in Sierra Leone. The key focus for CAFOD and her  implementing partners (KADDRO is on ‘Promotion of Agribusiness and Innovative Farming’ and  ‘Support to short-scale value chains.

1.2. About the Sierra Leone Country Context 

Sierra Leone is ranked one of six countries worldwide with alarming levels of hunger. Sixty  percent of the population lives on less than $1.25 per day. The highest number of food insecure  people are those who are engaged in smallholder farming, which is no surprise considering it  constitutes 77.3% of households in rural areas. Vegetable and fruit farmers are among the most  vulnerable. Kambia and Port Loko are the two leading districts in poor food consumption. In both  regions, most households are mainly engaged in agriculture, specifically crop farming (87.8% of  households in Kambia and 79.1% of households in Port Loko), but more than 50% of their  populations face moderate to severe food insecurity, the highest rates in the country. Over half  of the chiefdoms in both districts have food insecurity levels of over 70%. High rates of poverty  among farming households can be attributed to the fact that farming in Sierra Leone is  characterized by environmentally degrading farming techniques, a lack of application of  sustainable inputs, low yields, low income and limited investments on-farm. Farmers are largely  dependent on manual cultivation, with little access to advanced tools, infrastructure and  sustainable inputs, greatly constraining potential production. A lack of diversified livelihood  options has led to food and income insecurity. Within the local economy, there are few  opportunities for poor people, especially women, who lack resources, information and the  capacity to experiment, adapt and establish new and innovative income-generating options. Low  incomes, lack of diversification and over-reliance on one income source mean many poor  families lack savings to fall back on in times of shocks or stresses. Climate change has led to more  drastic environmental hazards and limits the poor’s ability to depend on natural resources for  their livelihoods. In addition, public policies have not been able to effectively support agri business initiatives for the poor. These elements were the key drivers for the intervention of  CAFOD and its partners resonating with the rapid assessment carried out by project partners.

 

1.3. Project Description 

The project is a response to the call to promote agribusiness and innovative farming in Sierra  Leone through the Boosting Agriculture and Food Security (BAFS) project. The project is  contributing to the development of a diversified and efficient agriculture sector that promotes  sustainable growth and creates jobs by focusing on economic empowerment of youth through  capacity development and job creation in the agricultural sector. At the same time, the initiative  is also to support the collaboration of Private Sector, Farmers and Non-State Actors in  developing economic, social and environmentally sustainable Agriculture Value Chains by  contributing towards a vegetable value chain that is economically, environmentally and socially  sustainable. The project is directly targeting youth, especially young women, in the creation of  medium-scale youth-managed farms. To ensure that these farms are sustainable, the project  prioritize careful identification and capacity-strengthening of youth, land planning and  management, and enhanced coordination among value chain actors. The environmental impact  of each farm was carefully assessed and the most sustainable and profitable methods for  production will be prioritized. Technical support on production, marketing and value chain  addition were also be provided. The project is to facilitate sustainable service provision and will  use social media and digital platforms to enhance connections between youth, strengthen  information-sharing and access to markets, as well as offer ongoing technical support and  financial services, including mobile money and linkages to lenders.

Overall Objective 

The overall objective of the project is: “To provide targeted economic empowerment and  resilience strengthening of key rural communities in Port Loko and Kambia Districts in Sierra  Leone”. The final evaluation shall collect data on endline values for project indicators for the  outcomes and outputs as indicated in the project log frame, in order to monitor and measure  project progress towards the indicators throughout the period of implementation.

The Project objectives and Outputs are to: 

Specific Objective 1: To increase food and income security for medium-scale youth-led farmer  groups.

– Output 1.1: Strengthened technical and financial capacity of youth in agriculture,  vegetable production, marketing and sustainable business management.

– Output 1.2: Creation of viable employment opportunities for youth through engagement  in year-round production of enhanced breeds of tomatoes, sweet peppers and onions  using environmentally sustainable agricultural practices.

Specific Objective 2: To enhance the national and regional performance of the vegetable value  chain.

 

– Output 2.1: Improved production and post-harvest of advanced breeds of vegetables  through increased input and service options, access to markets and stronger networks and  coordination between value chain actors.

  1. STUDY OBJECTIVES 

The overall objective of the evaluation is to assess the project’s overall performance and  establish whether the project’s intended outputs and outcomes were achieved, providing a clear  explanation of why or why not for each result/situation. In addition, the consultant will examine  the design of the program. The specific objectives to be addressed by the evaluation are:

▪ To assess the relevance, effectiveness, efficiency, impact and sustainability of the  outputs and achievements of the project.

▪ Drawing lessons learned for better implementation performance and for possible scaling  up.

▪ Make recommendations to strengthen the impact and sustainability of achievements  after the end of the project.

 

  1. EVALUATION SCOPE, FOCUS AND TIMELINE  

Evaluation Focus  

The evaluation will focus on the project’s beneficiaries and other relevant stakeholders in order  to address the following issues:

  1. Analysis of the project Logframe.
  2. The review should place a focus on how similar projects might be improved in the  future, as well as limitations.

iii. Replicability and scaling-up of good practices and lessons learned analysis. In addition, it will cover the following:

▪ The evaluation is expected to assess the entire financial and non-financial results of the  program and its management by the Implementing Partners per the OECD/DAC criteria  (Likely Design, Impact, effectiveness, efficiency, relevance, and sustainability).

▪ The evaluator may adapt the evaluation criteria and questions, but any fundamental  changes should be agreed between the CAFOD, Partners and the Evaluator and reflected  in the inception report.

▪ The evaluator will focus to analyze the design of the project (and beneficiaries’  participation into the design); and evaluate the effectiveness and efficiency of the project

implementation by the partners (including CAFOD) within the agreed contractual  conditions.

▪ Assess the program objectives, outcomes and recommend measures (if any).

▪ Investigate the relevance of the project objectives and identify the program priorities  areas of interest and the needs of the beneficiaries. Hence, recommend means of  incorporating those priorities for similar intervention.

▪ Review the appropriateness and clarity of the roles and responsibilities of stakeholders  and the level of coordination between them and the value chain actors.

▪ Review the program concept and design to the clarity of the addressed problems by the  program and the soundness of the approaches adopted by the program team to solve  these problems.

▪ Assess the performance of the program in terms of timeliness, quality, quantity, and cost effectiveness of the activities undertaken including project procurement.

▪ Assess the application of the project strategies, principles and prospects of the  sustainability and ownership of the programme.

 

  1. SCOPE AND TIMELINE

The scope of this exercise will include operational communities in the 6 chiefdoms (Gbinleh,  Dixon, Masungbala and Magbema Chiefdoms in Kambia district and Bureh and Loko Masama  Chiefdoms in Port Loko district) covered by the project throughout the 42 months period. As a  result, the complete intervention period (17th December 2019 to 16th March 2023) will be  covered in order to provide comprehensive findings, recommendations, and conclusion. The  evaluation must be completed in four weeks (20TH February- 20th March 2022), including  planning, data gathering, and report writing. A final report must be submitted no later than 31st March 2023 CoB.

 

  1. EVALUATION CRITERIA  

Data should be analysed in line with the below criteria: 

▪ The relevance of the project

▪ The effectiveness and the impact of the project

▪ The efficiency of the project and the methodology

▪ The sustainability of the project

 

  1. EVALUATION METHODOLOGY 

Evaluation Design and Approach 

The Evaluator will propose a suitable study design based on the scope and objectives of the  study and the context. The sample population should include the direct project beneficiaries  targeted during the implementation of the project.

 

  1. THE EVALUATION TEAM ROLES & RESPONSIBILITIES AND QUALIFICATIONS
Lead Consultant (Will plan and coordinate data collection, review data, analyze it and prepare a high quality report)

Reports to CAFOD Agri-business Programme Manager and Programme Officer – (Will support to  facilitate through the partners to coordinate the data collection process and coordinate review of  report)

Key responsibilities 

▪ Develop an inception report, detailing the  study design, methodology, indicators,

data- gathering tools and work plan to

carry out the assignment agreed in

consultation with CAFOD and Partners.

▪ Conduct desk review of relevant

programme documents.

▪ Develop quantitative and qualitative data  gathering tools in consultation with

CAFOD and the partner programme staff. ▪ Conduct training for the data collection  teams including pre‐testing of data

collection tools.

▪ Plan and coordinate quantitative and  qualitative data collection.

▪ Data quality assurance.

▪ Review, clean and analyse data collected. ▪ Present virtual preliminary findings to for  validation

▪ Incorporate input from the validation and  submit final report.

▪ Produce evaluation report.

Desired Qualifications and Abilities 

▪ A Minimum of master’s degree or Post  Graduate qualification in Social Sciences,  Agriculture or a relevant academic discipline.

▪ Work experience of at least 5 years in similar  or related work.

▪ Experience in EU funded, or any other  institutional donor funded

programmes/projects

▪ Demonstrable previous experience in leading  an evaluation, including data collection,  analysis and reporting for a development  project.

▪ Evidence of producing high quality and  detailed evaluation reports.

▪ Demonstrate high level of professionalism. ▪ Excellent English communication, report  writing and presentation skills.

▪ Ability to effectively interact with different  stakeholders of multiple socioeconomic  backgrounds.

▪ Ability to multi-task and work independently,  under high-pressure situations

▪ Excellent interpersonal skills.

▪ Strong critical analysis skills and attention to  detail.

▪ Flexibility and willingness to travel to rural  communities in Kambia and Port Loko district  of Sierra Leone

▪ Ability to adhere to strict deadlines.

 

  1. ROLE OF CAFOD AND PARTNERS 
  • Review and approve the work plan, including the timeframe and methodology to be  applied.
  • Provide the consultant with background information and reference material including all  relevant project documents.
  • Ensure that the health and safety procedures and CAFOD’s Safeguarding, Code of Behavior and Antibribery Policies are fully adhered to.
  • Ensure smooth flow of consultancy engagement processes including contractual  obligations.
  • Provide timely feedback to consultant on products submitted for review. • Ensure community sensitization and mobilization of respondents.
  • Follow up and evaluate progress on execution of the task assigned.
  • Review and approve the draft and final product as stipulated in the expected outputs/deliverables.
  • Quality assurance of the final product

 

  1. KEY DELIVERABLES 

The consultant is liable for the following deliverables during the service period: I. Inception Report: This should be accompanied with the general research instrument  and should be presented to CAFOD and Partners within maximum 4 days upon contract  signing. This will include, a statement of work clearly outlining a methodology, sampling,  and work plan. This may be further refined after additional meetings with the project  team.

  1. First Draft Report: The consultant will make a draft report and share for review to both  CAFOD and Partners on the key findings of the final evaluation and recommendations.  III. Final Report: The final report should be submitted within five (5) days after reviewed.  The soft copy of the report will be submitted to CAFOD.
  2. All data collected (both raw and aggregated) should be submitted to CAFOD and  Partners. The data set should be in the appropriate format agreed upon.

 

10.DURATION OF ASSIGNMENT  

The overall timeframe of this consultancy is 20 days from the date of signing of the contractual  agreement.

  1. PAYMENT SCHEDULE AND CONDITIONS OF CONTRACT 

The consultant/consultant company will be paid in instalments after important deliverables are  completed and submitted. All Payments shall be made through bank transfer in three instalments.

The following is the payment schedule:

▪ 1st instalment of 40% on Signing of Contract.

▪ 2nd instalment of 30% upon submission of an acceptable first draft report ▪ 3rd and final instalment of 30% upon submission of acceptable final Report incorporating  inputs from the dissemination meeting.

Note: The stipulated total cost of the assignment should cover all costs incurred during the  research period including travel costs and sustenance for the research team. Reports produced  in soft copies and all other costs that may arise during the research period. 10% of Withholding  tax shall be deducted from the total Professional fees.

 

12.CODE OF BEHAVIOUR  

The consultant including any member of their research team will abide to CAFOD’s code of  behaviour and in line with the Safe, Accessible, Dignified and Inclusive programming framework  throughout their engagement with CAFOD. The Consultant will be required to sign the code of  behaviour, as well as the safeguarding and anti-bribery policies at the signing of the contract,  before commencement of the work. Any violation of Welthungerhilfe’s Code of Conduct or  failure to discharge duties according to these terms of reference by the consultant will lead to a  unilateral termination of the contract.

  1. APPLICATION & QUOTATION REQUIREMENTS  

Interested applicants to send a technical and financial proposal for the work in line with the  following guidance:

– Technical Proposal: The consultant’s understanding and interpretation of the Terms of  Reference (TOR), a detailed methodology on how the data collection and analysis will be  done and detailed implementation schedule for the evaluation as well as any other  proposed approaches the consultant may deem fit for this assessment. Capability  statement on How the consultant or firm is structured for the assignment, the role each  staff will play including the CVs of the key personnel who will take part in the consultancy.  References of three organizations that you have conducted evaluations for within the last  three years, that will serve as your professional referees.

– List of Evaluation reports: Final reports for the evaluations conducted for the three  reference organizations provided.

– Financial proposal: Itemized budget proposal that should include the consultancy fees  and operational costs.

 

  1. TIMELINE SUMMARY 
Activity  Timeline
Submission of applications 23rd February 2023
Inception report 4 days from contract signing
Evaluation completed End of March
Submission of a draft report End of March
Final report Early April

 

Interested consultants/firms that meet the requirements should submit an expression of interest  to csamura@cafod.org.uk by 26th February 2023. Include ‘EU-BAFS Agribusiness Final  Evaluation’ in the subject line.

🇸🇱 Job Vacancies @ Brac Sierra Leone – 2 Positions

Brac invites bids/tenders in following areas:

1.) Invitation for Tenders -For the Supply of Motor Vehicle
2.) Invitation for Bids for Fixed Asset Disposal

 

See job details and how to apply below.

1.) Invitation for Tenders -For the Supply of Motor Vehicle

Invitation for Tenders 

BRAC Sierra Leone Country Procurement Department

BRAC Sierra Leone Country Office

2 Samuel Banister Drive, Wilberforce

Freetown

Wishes to invite successful Vendors to submit sealed bids for the Supply of Motor Vehicle: 

Procurement Reference NO: BRACSL-AIM-OTM-001-2023. 

  1. Requirement Details
SI. 

NO

ITEMS  Uo 

M

SPECIFICATION / DISCRIPTION  QTY
TOYOTA Landcruiser Pcs TOYOTA Landcruiser Hardtop 4 X 4 with a Loading Carrier Status: Brand New (Zero Mileage)

Engine: Diesel Engine

Driving System: Manual

Color Preference: White

Mileage Covered: Zero Mileage

1
TOYOTA Landcruiser Prado 4 X 4

Status: Brand New (Zero Mileage)

Driving System: Manual

Color Preference: White

Mileage Covered: Zero Mileage

1
Pcs  Total  2

 

 

  1. Required Documentations: 

The Following documents are to be submitted: 

(i) Copy of Trade License.

(ii) Copy of Business Registration Certificate.

(iii) Copy of Business Name Registration Certificate / Certificate of Incorporation (iv) Domestic Tax Clearance Certificate

(v) Completion Certificates for at least two (2) contracts for similar supplies during the last  two (2) years

(vi) Letter of Warranty

  1. Contents of Tender Submission: 
  2. Letter of Interest with the Letter Head of the Business (Contact Details) ii. Price quote / Proforma Invoice with clear specification of the items, payment Terms and  Delivery Period stated.

iii. Warranty Letter (conditions and warranty period).

  1. All documents as stated in clause two (2) of this document

The above documents should be bind as a single document that makes up the Tender Document.  4. Alternative Offers shall not be considered.

  1. The Price Validity Period shall be 30 days from the closing date of submission
  2. Tender Hard Copy must be submitted no later than 13th January 2023, time 5PM 
  3. Evaluation Criteria: 

BRAC Sierra Leone shall evaluate tenders based on the prices and the quality of items provided all  documentations are met. Meaning the Lowest Price offer shall be considered not compromising the quality  standards of the item. The delivery lead-time we also be a considering factor.

  1. If the vendor decides to give the prices with other currency, the vendor must state the conversion rate  equivalent to the Leones.
  2. If a vendor requests advance in the payment terms, the vendor must submit a Bank Guarantee equivalent  to the amount requested. The Bank Guarantee should be included among the Tender documents.
  3.  The price quote must include the Goods and Services Tax (GST) amount.

 

  1. Notification of Negotiations: 

BRAC shall call or issue a letter requesting for negotiations to few selected vendors in the case it is proven  necessary.


2.) Invitation for Bids for Fixed Asset Disposal

BRAC SIERRA LEONE  January 2023 INVITATION FOR BIDS FOR FIXED ASSETS DISPOSAL 

BRAC Sierra Leone Country Procurement Department

BRAC Sierra Leone Country Office

2 Samuel Banister Drive Wilberforce

Freetown

BRAC Sierra Leone solicit bids from interested Companies / Firms and Individuals in the  process to Dispose Fixed Assets as detailed below: 

Procurement Reference NO: BRACSL-NGO-DIS-001-2023. 

  1. Requirement Details
SI. 

NO

ITEMS  UoM  SPECIFICATION / DISCRIPTION  QTY
Motor Vehicles Pcs TOYOTA Hilux 4 X 4

Model: 2013

Color: White

1
Pcs TOYOTA Landcruiser Prado GX 4 X 4

Model: 2001

Color: White

1
Pcs TOYOTA Highlander 4 X 4

Model: 2007

Color: Gray

1
Total Amount Vehicles  3
Motor Bikes Pcs Honda XL 125

Color: Red & Black

2
Pcs TVS Victor Motor Bike

Color: Red & White

1
Pcs Total Amount of Motor Bikes 3
Generator Pcs Perkins Generator

Engine Model: 403A – 15G

1.5 L, 3 Cylinder

1

 

BRAC SIERRA LEONE  January 2023 INVITATION FOR BIDS FOR FIXED ASSETS DISPOSAL 

  1. BRAC Sierra Leone wishes to dispose the listed assets by Auction and all items will be  sold out in their current status.
  2. Interested Companies / Firms and Individual can inspect the items at BRAC Sierra Leone  Country Office, 2 Samuel Banister Drive, Wilberforce (towards Hill-cut Junction).
  3.  Eligibility: Every member of the public is eligible to bid except Staff of BRAC Sierra  Leone (both Country Office and Field).
  4. Evaluation: BRAC Sierra Leone will evaluate the bids in the basis of competitiveness.
  5.  Any Individual (Bidder) that connive with a Staff of BRAC Sierra Leone in the process of  bidding for this process will automatically be disqualified.
  6. It is advisable that the bidder should bring in a technical person to inspect the items before  submitting the bid.
  7. Sealed bids must be submitted before or on the 24th January 2022 at BRAC Sierra Leone  Country Office, 2 Samuel Banister Drive Wilberforce (towards Hill-cut Junction)
  8. Bidders should ensure that they dropped their bids inside the Tender Box positioned at the  Front Desk Office, Down floor of BRAC Sierra Leone’s Country Office

Contents of Tender Submission:

  1. Letter of Interest with the Letter Head of the Business and Contact Details ii. Price offer specifically for each item with clear specification of the item as detailed in this  document.

iii. Bidder must indicate payment method and the payment period in the case the bid is  successful.

iv. All offers must be quoted in the Local Currency (Leones).

🇸🇱 Job Vacancies @ Send Sierra Leone – Invitation for Bids (Rehabilitations of three Markets)

Invitation for Bids 

 

Social Enterprise Development (SEND) Sierra Leone

Rehabilitations of three Markets in Kono District

Procurement Number: SEND/NGO/UNDP/2022/001

Date of First Issue: Monday, 21st October, 2022

 

About SEND 

 

SEND is a non-governmental organisation dedicated to creating a Sierra Leone where there is respect for human rights, accountable governance, food and nutrition security, and equal opportunities for men and women to thrive. We liaise with communities, traditional authorities, government institutions and foreign partners to combine resources that will develop innovative solutions to alleviate poverty and enhance quality self-reliance.




SEND Sierra Leone has adopted the global Sustainable Development Goals (SDGs) to guide national development planning and implementation. The pursuit of economic equality and social equity are mainstreamed in the SDGs. Our commitment to the government is to improve the delivery of social services, strengthen gender and social inclusion, and priorities the education sector.

 

SEND Sierra Leone is an independent structure, a local NGO registered in Sierra Leone. Our portfolio includes community development, WaSH, health, nutrition/agriculture and women’s empowerment.

Intervention areas are in Kailahun, Kenema, Kono, Western Areas Urban and Rural districts Bonthe district and more recently, the district of Portloko

 

The Social Enterprise Development (SEND) Sierra Leone has received funds from United Nation Development Programme (UNDP) for the procurement of works and now invites sealed bids from eligible bidders for the Rehabilitations of three Markets in Kono District.

 

About project

The proposed project ‘’Business Improvement for Local Development Project (BILD) Strengthening Human Security for Local Economic Development’’ will directly work to renovate three market centres in three chiefdoms in Kono District.

The project is to address the market needs of the target communities by refurbishing existing marketplace grounds for selling a range of agricultural products and supporting them in developing marketing schemes and chiefdom trade fairs.

The project will facilitate the renovation of Manjama Market structure, Tombodu market structure and Hill station market structure in Soa, Kamara and Gbense Chiefdom, respectively.

 

SEND will work with a local contractor to assess the markets to determine what needs to be done. Based on the assessment, estimates are made to provide overall work costs.

 

Interested bidders may obtain further information and inspect the bidding document at the following addresses: 3 Amie Jay Drive Reservation Road, Kenema, 71A Buedu Road, Kissy Town Section, Kailahun and 59 Frazer Drive, Off Wilkinson Road, Freetown /WHH Compound, Main prison road Mattru Jong, Bonthe District, 64 Bona street koidu city, Kono District and 4 Barracks Road, Port Loko between 9: 00 am – 5: 00 pm (Sierra Leone Time) from Mondays to Fridays. For inspection.  Bidding documents may be purchased upon payment of a non-refundable fee of three hundred and fifty Leones (Le350) in the new SL currency.

 

 

Bids must be delivered to the address below on or before 31st October, 2022 at 10:00 am (Sierra Leone Time). All bids must be accompanied by:

  • A copy of a valid Ministry of Works, Housing and Infrastructure (MOWHI) Registration certificate minimum of class two and above
  • A copy of a valid Business Registration Certificate
  • A copy of a valid NRA Tax Clearance Certificate
  • A copy of a valid NASSIT Clearance Certificate
  • Council Registration Certificate
  • Audited Monthly Cash Flow Statement for the last 12 months
  • Bid Security of Fifty Leones (Le50,000) in the new SL currency or its equivalent from a reputable Banking Institution
  • Audited Income Statements for the last two years
  • Work schedule
  • List of proposed personnel with their qualification and experience
  • List of available ‘Contractor’s equipment and their availability, source (lease, rental or owned) & copies of Vehicle registration cards
  • Site visit report/form
  • Evidence of similar works
  • A signed Integrity Pact (see attachment)

 

Bids will be publicly opened on Thursday 3rd November, 2022 at 2:00 pm (Sierra Leone Time), in the presence of the ‘bidders’ designated representatives and anyone who chooses to attend, at the address below.  Late bids will be rejected and returned unopened to bidders.

For further enquiries, please contact the following:

  • ayamga@sendsierraleone.com    Tel – 078-206853
  • seibatu@sendsierraleone.com    Tel – 079-796565
  • jattu@sendsierraleone.com        Tel – 078783562

 

Administrative/Procurement Officer

SEND SL

Kenema

Eastern Province

Sierra Leone

079-79-65-65

 

Date of issue: Monday 24th October, 2022.

🇸🇱 Job Vacancies @ Brac : Invitation for Tenders (IFT)-The Supply of Livestock

Invitation for Tenders (IFT)

Successful Tenderers are invited to submit Tender for the supply of the below mentioned Livestock:

The Tender Reference is: The Supply of Livestock

Tender Reference Number: BRAC/AFSL-NCT-001-2022

 

Project Background:

The consortium consists of Stiching BRAC International (BRAC), its affiliated entity BRAC Sierra Leone  BRAC SL) and three local non-profit organizations; Kambia District Development and Rehabilitation Organization (KADDRO), Partners in Integrated Community Empowerment Programs in Sierra Leone (PICEP-SL), Community Empowerment and Development Agency in Sierra Leone (CEDA-SL) from the Eastern, Southern and Northern regions of Sierra Leone, with decades of experience in operating Livestock Programmes in the country. This action is designed to expand BRAC’s proven interventions in the livestock sector with the goal of reducing poverty and food insecurity. BRAC is ranked number one non-profit organization of the world and has implemented many successful food security and livelihood programmes of more than 30 million Euros in 11 countries in last few years. For the past ten years, BRAC Sierra Leone has adopted a holistic approach to reduce poverty reaching around 2.5 million people through activities in microfinance, agriculture, livestock, health, legal services, and empowerment and livelihood for adolescents. BRAC has an extensive global expertise in livestock sector, which will be transferred to local implementing partners through this joint implementation. In addition, Ministry of Agriculture & Forestry (MAF), Sierra Leone Agricultural Research Institute (SLARI) and Njala University- a renowned university in Sierra Leone will also be involved in the project implementation as technical support providers.




The project will target five poor and food insecure districts across the regions Pujehun and Bonthe in Southern region; Kailahun in Eastern region; Western Rural in Western Region; Koinadugu in Northern Region. BRAC SL will be responsible for Western Rural and Pujehun; PIECP will be responsible for Kailahun, CEDA will be responsible for Bonthe and KADDRO will be responsible for Koinadugu. The existing and proposed field structure (5 branch offices in 5 districts, and the country office situated in Freetown) will be utilized to implement the project activities across 5 districts of Sierra Leone. At the top level, a dedicated project manager will report to the Country Director of BRAC SL about the progress of the action. The BRAC SL team will be guided and supervised by a team in BRAC who will be responsible for grant management, quality assurance and donor reporting. In view of this, funds have been allocated to BRAC Sierra Leone for the Procurement of piloted spices of Livestock, and now invite sealed bids from eligible bidders for the supply of Livestock as mentioned in the schedule of requirement:

 

Schedule of Requirement:

 

SI. NO ITEM Description & Specification Quantity
1. Goats Improved adaptable Breed of Goats (Male) 50
2. Goats Improved adaptable Breed of Goats (Female) 5
3. Sheep Improved adaptable Breed of Sheep (Male) 50
4. Sheep Improved adaptable Breed of Sheep (Female) 5
Total 110
1. Kuroiler Poultry (1 day old to a week old) Improved Breed of Kuroiler Poultry (Male) 300
2. Kuroiler Poultry ( 1 day old to a week old) Improved Breed of Kuroiler Poultry (Female) 700
Total 1,000

 

Delivery Location: Pujehun, Bonthe, kailahun, Western Rural and Koinadugu Districts

 

Delivery Date: Within 30 days 

 

The Tenderer shall have a minimum of two (2) years of experience in supplying similar goods.

The Tenderer shall have satisfactorily completed at least two (2) contracts of similar size and nature.

The Tender, as well as all correspondence and documents relating to the Tender shall be written in the English language.

The Following documents are to be submitted:

(i) Copy of Trade License.

(ii) Copy of Business Registration Certificate.

(iii) Certificate of TIN Registration

(iv) Domestic Tax Clearance Certificate

(v) Up to date copy of Tax payment receipt.

(iv) At least 2 year’s relevant experience on similar Field Applicable

(v) Completion Certificates for at least two (2) contracts for similar services during the last two (2) years

(vi) Product catalogue

Alternative Tenders shall not be considered.

The Tender Validity Period shall be 30 days from the closing date of Tender submission

A Tender Security is NOT required.

 

In addition to the original of the Tender, two (2) copies shall be submitted.

Tenders hard Copies must be submitted at BRAC Sierra Leone Country Office 43 Freetown Road Lumley, Freetown. The Tenderer shall enclose the original in one (1) envelope and all the copies of the Tender in another envelope, duly marking the envelopes as “ORIGINAL” and “COPY.” The two (2) envelopes shall then be enclosed and sealed in one (1) single outer envelope.

The sealed envelope containing the Tender documents should be dropped in the Tender Box at BRAC Sierra Leone Country Office.

Tenderers should ensure that there representative Write their names on the Tender dropping record sheet.

 

Tenders must be submitted no later than 27th October 2022, time 5PM

A Tenderer shall submit only one Tender for the total requirement. A Tenderer who submits or participates in more than one Tender will cause all the Tenders with that Tenderer’s participation to be rejected.

The Tenderer shall bear all costs associated with the preparation and submission of its Tender, and BRAC Sierra Leone shall not be responsible or liable for those costs, regardless of the conduct or outcome of the tendering process.

 

Contents of Tender Submission:

The Tender prepared by the Tenderer shall comprise of the Standard Tender Document alongside the following:

(a) Completed Tender Submission Letter.

(b) Completed Price Schedule.

(c) Completed Schedule of Services.

(d) Technical Specification of the Services.

(e) Tenderer Information.

(f) Business Documentations

Tender Prices and Currency:

The Tender shall state against each Item required in the Unit Price for the quantity required. For any item listed in the Schedule against which the Tenderer does not quote, it shall be or will be considered non-responsive.

All prices shall be quoted in the Country Functional Currency (Leones) and shall not be subject to variation on any account.

Tenderer Disqualification:

BRAC Sierra Leone shall disqualify a Tenderer who submits a document containing false information or misleads or makes false representations in relation to any aspect of the tender process. If such an occurrence is proven, BRAC may declare such a Tenderer ineligible, either permanently or for a stated period of time, to participate in future procurement proceedings.

BRAC may disqualify a Tenderer who has a record of poor performance, such as abandoning the supply, not properly completing the contract (i.e. more than one contract not completed as per the contract conditions), inordinate delays (i.e. more than one contract where the agreed delivery time was exceeded by more than 100%), litigation history or financial failures.

Please Note that the Standard Tender Document will be available in our Country Office 43 Freetown Road Lumely with the Procurement Office responsible to issue it.

Vendors will acquire the Standard Tender Document on a free basis.