Wp 15 june

Page 1

Workplace&Careers Workplace&Careers

PUBLIC EYE JUNE 15, 2018

1

JUNE 15,2018

 Top jobs for top people  Positions wanted and Positions vacant  Notices and Tenders  Studies and Courses

TEL: +266 2232 1414 CELL: +266 5811 1414 EMAIL: workplace@publiceyenews.com OR marketing@publiceyenews.com

Two ways internet access impacts entrepreneurs There are two areas that are impacted by access to internet that will affect aspiring entrepreneurs of the future, according to David Morobe, regional general manager at Business Partners. The first one is education. “South Africa’s education system has for long been reported to be facing many challenges. Online learning can offer a viable solution to this problem as learners will be able to access courses and textbooks from any location ultimately minimising the issue of space in schools and universities,” says Morobe. The second area is the method of doing business. “The digital world is increasingly becoming further entrenched in the business world. From digitally based companies like e-commerce sites or the use of social media as a tool to market a business, it is becoming an essential platform for companies to utilise,” says Morobe. “For example, it has been reported that Facebook alone is

used by 550 million people globally to buy and sell items in local communities. It also provides an inexpensive and far-reaching way to market a business.” Morobe says this is a great way for fledgling small businesses to minimise the costs of having a website as well as expensive marketing costs, while still being able to garner similar results. “Therefore, it is crucial that the public and private sectors band together and invest in the country’s digital infrastructure to create an entrepreneurial ecosystem where Generation Z thrives so that they can create jobs for themselves and contribute towards minimising the youth unemployment rate in South Africa,” comments Morobe. He says that, as the first batch of Generation Z is now entering the workforce, the challenges facing young entrepreneurs must be addressed. READ: DTI holds rural and township business forum The latest research by Statistics South Africa, shows youth unemployment in the

country stood at a disappointing 52.4% for the first quarter of 2018. This number could, however, be minimised if the public and private sector join forces to build a supportive entrepreneurial ecosystem for the younger generation, says Morobe. Statistics show the younger generation is more open-minded to entrepreneurship as a career choice than generations before them. Research reveals that 72% of Generation Z (those born between 1995 and 2012) aspire towards opening their own business. This is in comparison the 66% of the Millennial Generation (those born between 1980 and 1994) who aspire to be entrepreneurs. President Cyril Ramaphosa said in his inaugural State of the Nation Address that SA’s economy is being sustained by small businesses. “With this in mind, it is extremely positive that the younger generation has more entrepreneurial intentions compared to previous generations.

This sentiment needs to be cultivated by creating the best possible entrepreneurial ecosystem,” says Morobe. “This is not to say that the public and private sector should shirk their responsibility for creating jobs. Government should remain committed to creating a conducive environment for business growth and, in turn, the private sector should run their businesses optimally with the view to be more profitable and create jobs.” Traits of Gen Z It is important, in his view, to note that Generation Z is the first generation to not know life without the internet and social media, which is a big contributing factor to the overall characteristics of this generation. “Dubbed digital natives, Generation Z is growing up with a plethora of information readily available at their fingertips and a wealth of instilled technological knowledge,” explains Morobe. “With the World Economic

Forum reporting that there will be more than 1.5 million new digital jobs globally available by 2020, they are already at an advantage compared to their generational predecessors.” He points out, however, that the digital landscape in SA proves to be a challenge for some. “The World Wide Worx’ Internet Access in South Africa 2017 report has revealed that income disparity is causing a digital divide,” he says. Even though the overall internet penetration was recorded at 40%, South Africans on high income levels had an internet penetration rate of over 82%, while internet penetration fell below 30% among the lowest income earners and, therefore, limits access, adds Morobe. “Bearing this in mind, it is imperative to rectify this disparity so that all South African’s have equal and affordable access to the internet in order to minimise challenges local Generation Z may face as they grow into the workforce.”

EXPRESSION OF INTEREST FOR DEVELOPMENT AND MANAGEMENT OF RESIDENTIAL FACILTITY FOR THE INVESTORS AND THEIR STAFF AT TIKOE INDUSTRIAL ESTATE 1.0 INTRODUCTION The Lesotho National Development Corporation (LNDC) invites Expressions of Interest (EOI) from qualified Property Development companies with at least 51% Basotho shareholding to submit proposals to develop concept plan, design, construct and manage a block of flats at plot 12312-020 located within Tikoe Industrial Estate to accommodate investors and their staff. 2.0 BACKGROUND The Lesotho National Development Corporation (LNDC) is a parastatal of the Government of Lesotho (GoL) charged with the mandate of initiating, promoting and facilitating investments with the goal of contributing to national economic growth and development. In its endeavor to achieve its mandate, the LNDC promotes Lesotho as an attractive and preferred investment destination to both domestic and foreign investors. This is done by developing lucrative incentive packages with the aim of making Lesotho more competitive in terms of investment attraction. Provision of subsidized factory space and serviced land are among the services that the LNDC provides to both the foreign and domestic investors. However, LNDC does not have accommodation facility to meet the needs of investors and their employees. The LNDC intends to develop a piece of land within the Tikoe Industrial Estate into a residential facility. The proposed development will comprise fully furnished residential units of various sizes to accommodate LNDC investors and their employees. 3.0 SCOPE OF SERVICES The LNDC requires competent and reputable Property Developers to submit proposals for development and management of dormitories with own designs, which will vary from 1 to 3-bedroom units. The identified area for the development is estimated at approximately 13, 000m2. 4.0 COMPULSORY SITE VISIT A compulsory site visit and briefing shall be held on the 22nd June, 2018 at 10.00am. 5.0 DELIVERABLES I. Detailed concept plan II. Preliminary design of various units III.Financial feasibility of the project illustrating expected investment and returns IV. Preliminary construction cost estimate and programme V. Proposed management model

The expressions of interest with supporting documents, including tax clearance certificate, traders license, proof of shareholding and nationality of shareholders should be addressed to: The Chief Executive Officer Private Bag A 96 Lesotho National Development Corporation Development House Block A, Kingsway Mall Maseru, Lesotho 6.0 COST OF TENDERING Bidders shall bear all the costs associated with the preparation and submission of the proposal together with purchase of tender document at a price of M1,000.00 (Cash Only) each at LNDC offices Block A, Floor 6. 7.0 DISCLAIMER LNDC shall not be bound to disclose reasons for rejecting or accepting any tender. 8.0 NOTICE OF AWARD The contract will only be binding between the parties once the contract has been signed. Request for Proposal BEARING NO IDENTIFICATION of the company should be clearly marked “EXPRESSION OF INTEREST FOR DEVELOPMENT AND MANAGEMENT OF RESIDENTIAL FACILITY AT TIKOE INDUSTRIAL ESTATE” addressed and directed to: Chief Executive Officer Lesotho National Development Corporation Block A, Level 7 Development House Kingsway, Maseru 9.0 CLOSING DATE The EOIs should be submitted in the tender box at: Development House, Block A, Level 7 on or before 6th July 2018 at 12 noon. These EOIs will be opened at 12:05hrs on the same day. For enquiries; contact: Mr Moeketsi Khuele at khuele@lndc.org.ls or Mr Mokenela Hlalele at hlalele@lndc.org.ls or call +22312012


Workplace&Careers

2

n sio s e pr

Ex

of

t es r e nt

I

C RE

R

T UI

 Registration number PRESCRIBED FORMAT OF SUBMISSION  Names of directors Interested companies requested a company profile indicating:  CVs of key employeesare (e.g. Engineers to andsubmit Managers)  • Years of experience in process or mining related field  List of projects incorporating XRT sorters SUBMISSION  List of major projects completed and their value Submissions mustprojects be made in HARD  List of current and their value COPY in sealed envelope bearing no identity of the company, and marked “EoI for LDRP”. The sealed envelopes SUBMISSION must be submitted to Letšeng Diamond, Letšeng Diamond House, Crn. Kingsway School Roads, Maseru Lesotho bearing or Letšeng Diamond Submissionsand must Old be made in HARD COPY in sealed envelope no identity of the company,site. and marked “EoI for LDRP”. The sealed envelopes must be submitted to Mokhotlong Letšeng Diamond, Letšeng Diamond House, Crn. Kingsway and Old School Roads, Maseru Lesotho or Letšeng Diamond Mokhotlong site.

CLOSING DATE: The closing date for submissions is Friday 22 June 2018 at CLOSING DATE: The closing date for submissions is Friday 22 June 2018 at 12h00 12h00 DISCLAIMER: Only shortlisted companies will be contacted for the formal tender process. DISCLAIMER: Only shortlisted companies will be contacted for the formal

M

EN

T

Letšeng seeks to engage a competent Mosotho national with appropriate skills and aptitude to fill the position of

LARGE DIAMOND RECOVERY PROJECT (LDRP)

Letšeng Diamond invites expressions of interest from Lesotho Letšeng DiamondMine Mine(Letšeng) (Letšeng) invites expressions of interest from registered companies with XRT process plant design experience for a pre-feasibility Lesotho registered companies with XRT process plant design experience for study, to be followed by a bankable feasibility study and detailed design and management Large Diamond Plant feasibility (LDRP). Thestudy Plant will aconstruction pre-feasibility study, of to abe followed byRecovery a bankable and be situated on the Letšeng diamond mine site in Mokhotlong district. The capacity of detailed construction management of not a Large Diamond the plant design will be and determined during the study but will be less than 200Recovery tons per Plant (LDRP). The Plant bewill situated on the Letšeng diamond mine site hour. Key components of thewill plant be: in Mokhotlong district. The capacity of the plant will be determined during  study Front end the but will not be less than 200 tons per hour. Key components of  plant Conveying systems the will be:  Feeders  • Front Sorting machines (XRT technology) end  Crushers • Conveying systems  Screens • Feeders  Diamond Recovery equipment • Sorting machines (XRT technology)  Security system • Crushers PRESCRIBED • ScreensFORMAT OF SUBMISSION • Diamond Recovery equipment Interested companies are requested to submit a company profile indicating: system  • Security Company name

PUBLIC EYE JUNE 15, 2018

SEWAGE TREATMENT PLANT OPERATOR (PATERSON BAND BL) PURPOSE: Reporting to the Water and Sewage treatment Supervisor, to operate, monitor, maintain, and trouble-shoot the sewage treatment plant and its processes. MAIN OUTPUTS AND RESPONSIBILITIES

• • •

Performs all aspect of sampling, monitoring and analytical laboratory testing required to maintain compliance with regulations governing the Sewage treatment plant and sludge management Assist in the performance of regular and unscheduled maintenance and repairs on all plant equipment and machinery Provide, inspect and service stationary and mobile ablution facilities to all areas where running water is not accessible

QUALIFICATIONS & EXPERIENCE REQUIRED

• •

Diploma in Water and Environmental Engineering 3 years working experience

REQUIRED COMPETENCIES, KNOWLEDGE & SKILLS

• •

Ethical and assertiveness Attention to detail and accuracy

OTHER REQUIREMENTS

The candidate must be in possession of a valid driver’s license of not less than two years old

LEGAL REQUIREMENTS

Candidates will be required to undergo Letšeng Mine pre-employment examinations

Interested candidates should submit their applications and CV to Human Resources Office, Letšeng Diamonds House Corner Kingsway and Old School Road, P.O. Box 12508, Maseru 100, Lesotho or email to applications@letseng.co.ls. All online applicants should have the reference i95/259/ENGSTP as subject of the email. CLOSING DATE:

22 June 2018

DISCLAIMER:

Only short-listed candidates will be responded to.

tender process.

Government of the kingdom of Lesotho Lesotho Millennium Development Agency (LMDA)

General Procurement Notice The Government acting through the Lesotho Millennium Development Agency (LMDA) intends to apply the Government of Lesotho (GoL) Funds to eligible payments for contracts for goods, works and Services. Payment by GoL will be made only at the request of Lesotho Millennium Development Agency and will be subject in all respects to the provisions of the MCA-Lesotho Authority Act No.1 of 2008 as amended by MCA-Lesotho Authority Act (Continuation) Notice No 151 of 2013, including any restrictions on the use of GoL Funding and conditions to the Disbursements. The Period covered by this General Procurement Notice is April 2018 to March 2019. The requirements for Goods, Services and works are detailed below: Procurement of Non - consulting Services 1. Medical Equipment Maintenance for Bots’abelo Complex 2. General Equipment and Furniture Maintenance and Repairs Maintenance for Bots’abelo Complex 3. Maintenance of specialised equipment – Solar Water Systems 4. Maintenance of specialised equipment - Generators 5. Maintenance of specialised equipment – Auto Claves Procurement of Works 6. Electricity Maintenance for Bots’abelo Complex 7. Building, Water and Plumbing Maintenance for Bots’abelo Complex 8. Rehabilitation of Mokhotlong and Quthing Hospital Kitchen 9. Rehabilitation of Health Centres Infrastructures 10. Rehabilitation of National Reference Laboratory Roof leaks

Procurement of Goods 11. Purchase of 3 Motor Vehicles The Total Estimated value of the requirements for Non Consulting Services, Goods and Works listed above is M 26,226,984.58. Specific Procurement Notices/Invitation for Bids for contracts to be awarded under competitive bidding procedures will be announced, as they become available, on the local newspapers, and other media outlets such as LMDA website (www.lmda.org.ls and www.dgmarket.com) or as appropriate. Contracts for Non- Consultancy Services, Goods and Works will be implemented according to the Principles, Rules and Procedures of LMDA Procurement Guidelines, the provisions of the MCA-Lesotho Authority Act No.1 of 2008 as amended by MCA-Lesotho Authority Act (Continuation) Notice No 151 of 2013, including any restrictions on the use of GoL Funding and conditions to the Disbursements. All Procurements will be subjected to competitive bidding processes. Interested eligible suppliers and service providers requiring additional information should contact: Lesotho Millennium Development Agency (LMDA) Att: Head Procurement (a.i.) Post Office Building, 5th Floor Kingsway Road, Maseru, Lesotho Phone: +266 22317017 Facsimile: +266 2231-1516 E-Mail: mohlomil@lmda.org.ls and chalatsek@lmda.org.ls

Government of the kingdom of Lesotho Lesotho Millennium Development Agency (LMDA)

General Procurement Notice The Government acting through the Lesotho Millennium Development Agency (LMDA) intends to apply the Government of Lesotho (GoL) Funds to eligible payments for contracts for goods, works and Services. Payment by GoL will be made only at the request of Lesotho Millennium Development Agency and will be subject in all respects to the provisions of the MCA-Lesotho Authority Act No.1 of 2008 as amended by MCA-Lesotho Authority Act (Continuation) Notice No 151 of 2013, including any restrictions on the use of GoL Funding and conditions to the Disbursements.

20. General Equipment and Furniture Maintenance and Repairs and Acquisition 21. Maintenance of specialised equipment – Autoclaves 22. Maintenance of specialised equipment – Generator 23. Maintenance of specialised equipment – Solar Water Heaters maintenance 24. Maintenance of specialised equipment – Air Conditioning and Refrigeration maintenance 25. Provision of insurance for LMDA Fixed Assets

The Period covered by this General Procurement Notice is April 2019 to March 2021. The requirements for Goods, Services and works are detailed below:

Procurement of Works 26. Electricity 27. Building, Water and Plumbing

Procurement of Goods 1. Replacement of (five) 5 Incinerators 2. Provision of Airtime for Satellite phones at 26 Health Centres

Procurement of Consulting Firms 28. Legal Framework Agreements.

Procurement of Non - Consulting Services 3. Provision of Health Care Risk Waste (HCRW) Management Services 4. Provision of General Waste Management Service 5. Pest Control (Disease Vector Control) Services 6. Maintenance, Repairs of Incinerators 7. Emergency Transport Services 8. Provision of Cleaning Services for Qacha’s Nek, Thaba-Tseka, Butha-Buthe and Mohale’s Hoek 9. Provision of Catering Services for Qacha’s Nek, Thaba-Tseka, Butha-Buthe and Mohale’s Hoek 10. Provision of Security Services for Qacha’s Nek, Thaba-Tseka, Butha-Buthe and Mohale’s Hoek 11. Provision of Mortuary Services for Qacha’s Nek, Thaba-Tseka, Butha-Buthe and Mohale’s Hoek 12. Provision of Linen and Laundry Services for Qacha’s Nek, Thaba-Tseka, Butha-Buthe and Mohale’s Hoek 13. Local Area Network (LAN) Fixed Assets for Hospitals, DHMT’s, and VoIP Pilot Sites 14. Health ICT Systems Support and Maintenance for Hospitals and VoIP roll-out to Health Centres 15. ICT Support and Maintenance 16. SharePoint and Website support and Maintenance 17. Internet Services at LMDA HQ Premises 18. Printer Support and Maintenance 19. Medical Equipment Maintenance and Acquisition

Specific Procurement Notices/Invitation for Bids for contracts to be awarded under competitive bidding procedures will be announced, as they become available, on the local newspapers, and other media outlets such as LMDA website (www.lmda.org.ls and www.dgmarket.com) or as appropriate. Contracts for Non- Consultancy Services and Goods will be implemented according to the Principles, Rules and Procedures of LMDA Procurement Guidelines, the provisions of the MCA-Lesotho Authority Act No.1 of 2008 as amended by MCA-Lesotho Authority Act (Continuation) Notice No 151 of 2013, including any restrictions on the use of GoL Funding and conditions to the Disbursements. All Procurements will be targeted at the national and international suppliers and service providers. Interested eligible suppliers and service providers requiring additional information should contact: Lesotho Millennium Development Agency (LMDA) Att: Litlhokoe Mohlomi, Head Procurement (a.i) Post Office Building, 5th Floor Kingsway Road, Maseru, Lesotho Phone: +266 22317017 Facsimile: +266 2231-1516 E-Mail: mohlomil@lmda.org.ls and chalatsek@lmda.org.ls


Workplace&Careers

PUBLIC EYE JUNE 15, 2018

3

LESOTHO ELECTRICITY COMPANY (PTY) Ltd KINGDOM OF LESOTHO

LESOTHO DATA FOR SUSTAINABLE DEVELOPMENT PROJECT TERMS OF REFERENCE Communications Specialist Title: Communications Specialist Type of Contract: Individual Contract- National Language Required: English Duration: 30 days (July-September 2018) Duty Station: Maseru, Lesotho Deadline: 18 June 2018

A. Background

UNDP is the UN global development network, advocating for change and connecting countries to knowledge, experience and resources to help people build a better life. UNDP Lesotho supports Lesotho’s development priorities laid out in the National Strategic Development Plan. The Government of Lesotho launched a Lesotho Data for Sustainable Development with support from EU and UNDP. This project is aimed at assisting the Government in the collection, analysis and dissemination of development data and building institutional and technical capacities for monitoring and evaluation of development programs and effective pubic management systems. The data project is being implemented by the Ministry of Development Planning, through the Department of Monitoring and Evaluation (M&E) and Bureau of Statistics (BOS). The project is currently implementing a capacity building response following a preliminary phase where necessary evidence was gathered through a rigorous stakeholders-engagement. Among several challenges identified, the assessment established that most potential data users are not using BOS statistical products and services mainly because of lack of awareness to their existence. It is against this background that on behalf of the Ministry of Development Planning, UNDP is seeking a National Communications Specialist to offer technical support in the development of a comprehensive Communication, Advocacy and Dissemination Strategy for the Bureau of Statistics. Interested candidates should submit their proposals for carrying out the assignment. Detailed Terms of Reference of this consultancy can be viewed at: http://procurement-notices.undp.org/view_notice.cfm?notice_id=47068

VACANCY Public Relations Manager in the Corporate Services Division ECSD: PR 0165 DATE: 06/06/2018

Applications are invited from suitably qualified candidates for the above-mentioned position. The position will be on a three (3) year performance based contract. The position is at the Head Office in Maseru and the incumbent will be report to the General Manager Corporate Services.

• Implements and monitors approved social responsibility programme. • Prepares, manages, and control departmental budget. • Responds to public/customers complaints and attend mediations.

MAIN PURPOSE OF THE JOB To manage public related affairs, create and maintain a positive corporate image of the company.

PERSONAL ATTRIBUTES AND COMPETENCIES • Excellent public speaking skills • Excellent report writing skills • Good interpersonal skills • Methodical and disciplined approach to work • Computer literacy is essential • Ability to work under pressure • Must have a valid drivers license

KEY PERFORMANCE AREAS The incumbent will be responsible for performing the following: • Prepares and monitors progress of departmental plan. • Notifies and advises management on issues that may adversely impact on the image of the company. • Undertakes attitude survey of customers and the public. • Participates in the crucial TV and radio programs. • Produces publications: Annual report, customer guide book, customer charter and leaflets,etc. • Produces departmental reports including LEWA reports. • Facilitates production and distribution of internal and external newsletter. • Develops Public Relations policies and procedures. • Initiates and undertakes crucial public gatherings. • Manages company facebook page and updates company website. • Monitors call centre performance.

QUALIFICATIONS AND EXPERIENCE Bachelor’s Degree in Public Relations or Mass Communications with at least five (5) years relevant experience. Post graduate degree in Media Relations and a course in Human Behaviour will be an added advantage. Must have extensive media experience. Interested candidates must submit their applications, CVs and certified copies of their educational certificates and transcripts to the Managing Director, P O Box 423, Maseru 100, or hand deliver at the Registry, LEC Head Office on or before 21st June 2018 at 12:30 hrs. References should be made to ECSD: PR 0165 on all applications.

DIRECTORATE OF DISPUTE PREVENTION AND RESOLUTION (DDPR) The Directorate of Dispute Prevention and Resolution (DDPR) is a statutory body established in terms of the Labour Code (Amendment) Act, 2000. The DDPR is a public institution whose operations in general are overseen by the Industrial Relations Council (IRC). The main functions of the DDPR is to prevent and resolve trade disputes through conciliation; to resolve trade disputes through arbitration; and to advise employers, employees and their respective organisations on the issue of prevention of trade disputes at source. The Directorate invites applications from suitably qualified candidates for the position of DIRECTOR (DDPR). KEY RESPONSIBILITIES • Execute the duties of the office in accordance with the provisions of the Labour Code (Amendment) Act (2000). • Provide strategic management and leadership to the Conciliators, Arbitrators and staff, with overall sound financial management and appropriate management of human resources, to ensure efficiency and effectiveness of delivery by the DDPR. • Promote the DDPR and its ability to deliver on the expectations set to the social partners involved in managing the labour situation in Lesotho being the Government, organized employers and organized labour. • Develop and present business plans, appropriate organizational strategy and policies to IRC for consideration. • Facilitate and guide the process to develop a set of guidelines to define the roles, responsibilities and

meaningful functioning of the IRC, Committees of the IRC and the Chairman of the IRC and also provide sound secretarial and administrative service to the IRC. • Develop and implement appropriate administrative systems to record the required information on cases referred, cases attended to, cases resolved and cases pending and to appropriately report on the performance of DDPR in this regard. QUALIFICATIONS AND REQUIRED EXPERIENCE • Bachelor of Laws (LLB) plus a Postgraduate Diploma in Labour Law and 8 years work experience. • Bachelor of Laws (LLB) plus 10 years work experience. REQUIRED COMPETENCIES, KNOWLEGDE AND SKILLS • Extensive knowledge and experience in law • Proficiency in conciliation and arbitration • Knowledge and appreciation of International Labour Standards • Excellent business and advanced financial management • Strategic decision making • Analytical and Assertive Closing date for applications: Friday 22nd June 2018 Interested candidates may send their applications, with CV’s, certified copies of Certificates of Academic Achievement, transcripts and letters of reference from two referees to: The Principal Secretary, Ministry of Labour and Employment, Private Bag A116, Maseru 100 OR hand deliver applications to Human Resource Office, LNDC Block D, Level 8.

EXPRESSION OF INTEREST BOTHA-BOTHE VISITOR COMFORT FACILITY Lesotho Tourism Development Corporation (LTDC) owns a facility at the Botha Bothe Border Post which was intended for Tourist Information Center. The facility comprises of six (6) main facilities and there are: Tourist Information Office, restaurant, art gallery, tour operators’ desk, internet café and 16 units meant for stalls to sell crafts. The facility will Botha-Bothe Plateau signifying the origin of Basotho nation, Liphofung Cultural and Historical Site, Afriski and Tsehlanyane National Park. The facility is easily reached by car and it is only 94km away from the Central Business District (CBD) which is Maseru. LTDC intends to appoint a private operator to manage the facility over a medium to long term contract period depending on the level of capital investment. The Corporation is looking for an operator with the best business concept that speaks to tourism development in the northern region. The business concept should provide a range of services from accommodation, dining, entertainment hub etc to enhance Lesotho’s tourism offering whilst ensuring job creation and reasonable community beneficiation. Interested firms/companies are to submit a letter of expression of interest, a business concept supported by the company profile, the company’s certificate of incorporation with details of the shareholders, tax clearance, relevant experience and qualifications. Please note that this process will lead to short listing of the best 6 firms/companies and only the short listed firms/ companies will be invited for site visit which is a pre-condition for submission of proposals. Interested firms/companies are expected to submit their Expression of Interest (EoI) in a Tender box placed near LTDC Reception by Thursday the 12th July, 2018. The EoI must be addressed to the Chief Executive Officer, Lesotho Tourism Development Corporation, Corner Linare and Parliament Road, Maseru 100. All the documents are to be submitted in 3 copies in an envelope clearly marked Botha-Bothe Visitor Comfort Facility Tender; or submitted by email to Ms. Mamello Morojele on m.morojele@ltdc.org.ls or Mr. Tsepang Hatase on t.hatase@ltdc.org.ls. Please call Ms Mamello Morojele for further clarification on +266 22312238.


Workplace&Careers

4

Invitation to Tender (ITT)

VACANCY

Partners In Health Lesotho has vacancy for the position below: Position: Site Coordinator (SC) Duty Station: Maseru Reports to: PIH Lesotho Site Principal Investigator/endTB Trial Manager

Job Description The endTB (Evaluating New Drugs for multidrug-resistant TB) clinical trial is an international multicentre randomized therapeutic trial to evaluate short oral drug regimens for treatment of multidrug resistant tuberculosis. The trial is a collaborative project among Partners in Health (PIH, Boston USA), Harvard Medical School (HMS, Boston USA), Médecins Sans Frontières (MSF, Paris, France [OCP] and Geneva, Switzerland [OCG]), the Institute of Tropical Medicine (ITM, Antwerp, Belgium) and Epicentre (Paris, France), the Institute of Research for Development (IRD, Montpelier, France) and is funded by UNITAID. The trial is being conducted in Georgia, Kazakhstan, Kyrgyzstan, Lesotho, South Africa, Pakistan, and Peru. Mission and responsibilities The Site Coordinator (SC) will bring clinical research expertise and be responsible for coordinating the implementation of endTB clinical trial at the participating sites in Lesotho. The SC will support Site Principal Investigator (PI) to facilitate and oversee day-to-day operations of the study including identifying and securing needed resources; coordinating meetings with appropriate parties; tracking tasks/deliverables to ensure timelines and goals are attained; monitoring and reporting progress as appropriate; resolving or escalating issues in the conduct of the study to ensure compliance with the International Conference of Harmonization Good Clinical Practice (ICH-GCP), study protocol, and all applicable regulatory and Ethics Committee requirements. S/he will work closely with the site(s), the central research team, the PIH program(s) and all relevant institutions and departments on the site level (e.g. Ethics Committee and Regulatory Authorities). The SC will:

● Be familiar with and understand the ethical standards and regulatory obligations that govern human subjects’ research;

● Ensure the protection of the rights, safety, and welfare of all study participants and safety of study staff;

● Support the Site PI in study activities, including regulatory and ethics committee application, budget development, staff recruitment; ● Maintain staff education and training records in GCP, applicable

PUBLIC EYE JUNE 15, 2018

regulations that govern the research activities, as well as the study protocol and effective operating procedures; ● Oversee completion of study activities per enrollment goals; ● Provide assistance to ensure that the study is planned, set up, conducted, documented and reported according to GCP, applicable regulations, the protocol and effective standard operating procedures (SOPs); ● Ensure the study protocol are in compliance with appropriate rules and regulations ● Act as liaison between study sponsor, collaborating organizations and/or other research and/or education institutions; ● Coordinate and participate in budgetary negotiations with involved parties. ● Ensure that site trial staff adheres to the study procedures, verification procedures, audits and inspections procedures; ● Collaborate and support the Site PI in preparation and timely submission of reportable adverse events to the MSF Pharmacovigilance Unit, central research team, local authorities, and relevant ethics committees; ● Be responsible of site budget development and payment request submission.

Candidate requirements ● Successful completion of at least a full 4-year course of study in an accredited university leading to a bachelor’s in social science or health science, plus five years of essential clinical research experience ● Therapeutic trial experience, preferably in tuberculosis, as research assistant, study coordinator or study monitor. Clinical Research Coordinator Certification (CRCC) is desired, but not required ● Comprehensive knowledge and understanding of ICH-GCP and clinical research regulations pertaining to human subjects protection ● Project management experience desired ● Must demonstrate superior communication, time management and problem solving skills ● Proficiency in Microsoft Office applications and internet applications. Experience with electronic medical records and/ or data capturing systems is desired ● Good knowledge of English and local language(s) (desirable) Please e-mail your covering letters and detailed CVs to lesothorecruitment @pih.org on or before Friday 29th June 2018. Only shortlisted candidates will be contacted.

The Central Bank of Lesotho invites registered suppliers for the supply, delivery, installation and commissioning of HP ProLiant DL380 Gen9 Hard Disks as follows: DESCRIPTION

QUANTITY

600GB 10K SAS Hard Drives for HP ProLiant DL380 Gen9 servers 600GB SSD SATA Hard Drives for HP ProLiant DL380 Gen9 servers

2 8

Tender Conditions 1. Bidders are required to show i) delivery period ii) validity period of bid iii) after sales service and iv) warranty period. 2. Bids in sealed envelopes bearing no identification of the bidder, clearly marked “Bid for HP ProLiant DL380 Gen9 Hard Disks” should be deposited in the tender box located at the reception area of Central Bank of Lesotho at corner Moshoeshoe & Airport Roads no later than 14h30 on Friday, July 06th, 2018. 3. Bids will be opened the same day at 14h30 in the Central Bank Auditorium. Bidders or their representatives who wish to attend are welcome. 4. Valid certified (at source) copies of current tax clearance certificate and traders license must be submitted with the bid. 5. Bidders are to note that the Bank may require a performance guarantee of no more than 10% of the bid amount. 6. Bidders are requested to quote in Maloti or Rands only. 7. Central Bank of Lesotho is not bound to accept the lowest or any bid. 8. Bidders must expressly respond to the specifications as stipulated in the advertisement. References to materials which the bidder is not the author shall not constitute a response or part thereof. 9. For further clarification bidders are requested to contact the undersigned at telephone #:22232126

and /or mlechela@centralbank.org.ls. 10. Evaluation criteria shall consist of the following mandatory requirements amongst others (Failure of which result in disqualification): Supplier registration Tax Compliance

Valid certified (at source) copies of traders license/ certificate of Incorporation ( if not Lesotho Registered) Valid certified (at source) copies of current tax clearance certificate

Technical Specification

Signed bid detailing the required specifications as they are.

Price

Competitive Price

11. Other important evaluation factors are as follows: Delivery Period Not more than 4 weeks Validity of the bid Valid for at least 30 days After sale service For a minimum period of 1 year Warranty period Should be transferred “as is” from the manufacturer to the Bank by the supplier. Special notes • Bidders are expected to ensure strict compliance with the above specifications and conditions, failure to do so will result in disqualification of bids. • All Bidders are advised that a Vendor Exclusion Policy shall apply where necessary; copies of the policy may be obtained from the Secretary. • Bidders are to note that the Central Bank of Lesotho shall apply withholding tax obligation when effecting payment. M. Lechela (Mrs.) Secretary, Tender Committee

KINGDOM OF LESOTHO

MINISTRY OF EDUCATION & TRAINING

Specific Procurement Notice REQUEST FOR BIDS TEXTBOOKS AND READING MATERIALS Purchaser: Ministry of Education & Training Project: Lesotho Education Quality for Equality & Lesotho Basic Education Improvement Contract title: Development, Printing, Supply & Delivery of Sesotho Readers for Grade 4 to 7 for 332 Schools Country: Lesotho Credit No.: 5820 LS & TFOA5372 RFB No: WB/LEQEP/G12B Issued on: June 5, 2018 1.

2.

The Kingdom of Lesotho has received financing from the World Bank toward the cost of the Lesotho Education Quality for Equality Project & Lesotho Basic Education Improvement Project and intends to apply part of the proceeds toward payments under the contract for Development, Printing, Supply & Delivery of Sesotho Readers for Grade 4 to 7 for 332 Schools. The Principal Secretary for Ministry of Education and Training now invites sealed Bids from eligible Bidders for Development, Printing, Supply & Delivery of Sesotho Readers for Grade 4 to 7 for 332 Schools. (WB/LEQEP/G12B) to be delivered at School Supply Unit (SSU). Details are as follows: Lot

3.

Grade

Description of Goods

Quantity

Estimated Delivery Period

1

4

Sesotho Readers for Grade 4

28,600

4 – 8 weeks

2

5

Sesotho Readers for Grade 5

29,904

4 – 8 weeks

3

6

Sesotho Readers for Grade 6

22,300

4 – 8 weeks

4

7

Sesotho Readers for Grade 7

19,400

4 – 8 weeks

Evaluation will be carried out on a “lot by lot” basis. Qualifications requirements include: (a) minimum average technical score of 60% for each set per lot/ grade; (b) minimum general experience of three (3) years in operation; (c) minimum of two (2) successfully completed similar contracts in magnitude and scope as specific experience; (d) audited financial accounts for the past two (2) years; and (e) access to credit facilities of a minimum of 30% of the Bid Price. Bidding will be conducted through national competitive procurement using a Request for Bids (RFB) as

specified in the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 edition (“Procurement Regulations”) and is open to all eligible Bidders as defined in the Procurement Regulations. 4. Interested eligible Bidders may obtain further information from Procurement Unit, Education Facilities Unit, Attention: Procurement Manager a.i. (Mr. Ntsibolane Hlabi email: ntsibolanehlabi@gmail.com; Mr. Lijane Nthunya email: lnthunya@gmail.com) and inspect the bidding document during office hours 8:00 a.m. to 4:30 p.m. at the address 1 given below. 5. The bidding document in English may be purchased by interested Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of M400.00 or equivalent in a freely convertible currency. The method of payment will be cash only, payable at the Accounts Department, Administration Block, Ministry of Education and Training Headquarters, located next to ECOL Building (white building) near the traffic light. The document will be collected from Procurement Unit or sent by courier if so required by the bidder. 6. Bids must be delivered to the address 2 below on or before 9:00 am on October 10, 2018. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the same address 2 below on the same date of October 10, 2018 at 9:30 am. 7. All Bids must be accompanied by a Bid Security of M10,000.00 (or equivalent in freely convertible currency) per lot. 8. The addresses referred to above are: For documents and clarifications (Address 1): Procurement Unit, EFU, Site 130 Fokothi, Off Moshoeshoe Road, P. O. Box 1279, Maseru 100, Lesotho. Attention: Procurement Manager Tel: (+266) 22324968, Fax: (+266) 22324968. Email: ntsibolanehlabi@gmail.com; lnthunya@gmail.com For bids submission and opening (Address 2): The Tender Panel Secretary, Room 404, Inspectorate Building, Ministry of Education and Training, Constitution Road, P. O. Box 47, Maseru 100, Lesotho 9. Bidders must be aware that there will be a Pre-bid meeting held at National Curriculum Development Centre (NCDC) Board Room located in the building opposite Procurement Unit, EFU, Site 130 Fokothi, Off Moshoeshoe Road as indicated under Address 1 above on August 1, 2018 at 10:00am.


Workplace&Careers

PUBLIC EYE JUNE 15, 2018

5

KINGDOM OF LESOTHO

MINISTRY OF FINANCE PROJECT MANAGEMENT UNIT (MOFPMU)

KINGDOM OF LESOTHO

JOB VACANCY FOR THE POSITION OF FINANCE MANAGER Job Title: Division: Location:

Finance Manager Finance PMU – MGC Office Park, 4th Floor

Reports To: The Director Duration: Three Years Fixed Contract Remuneration: Competitive With Market Standards The Government of Lesotho through the Country Coordinating Mechanism (CCM) received grants from the Global Fund to support interventions geared towards the fight against for HIV & AIDS, TB and Malaria (GFATM). These funds are managed and coordinated by Principal Recipient (PR) who is Ministry of Finance through Project Management Unit (PMU) while implementation is conducted by Sub Recipients (SRs) and Sub Sub-Recipients (SSRs) from different Government Ministries and Civil Society. The PMU has a vacant position of Finance Manager which it intends to fill. JOB PURPOSE The purpose of the Finance Manager position is to ensure prudent and efficient management and use of Global Fund Grants and other funding from the Government of Lesotho and development partners. This will include timely submission of disbursement requests, disbursement of grants to sub recipients and the subsequent monitoring and reporting on the grants financial performance. The Finance Manager will be expected to ensure compliance with all regulatory requirements as relating to the Global Fund. The incumbent will be expected to contribute to the overall successful implementation of the programmes by being responsible for financial planning, record keeping, financial controls as well as internal and external financial reporting. Reporting • The Finance Manager will be supervised and report to the Director PMU Requirements Education and Experience a) Minimum of a degree in Accounting, Finance or related field from a recognised institution and a professional accounting qualification like CA, ACCA or CPA. b) Minimum of 10 years of professional experience in accounting or finance is required, 5 years of which should be at a managerial or supervisory level. Longer professional experience will be an added advantage; c) Experience in managing/ working on Donor Funded projects. Experience in Global Fund work will be an added advantage; and

MINISTRY OF FINANCE PROJECT MANAGEMENT UNIT (MOFPMU)

d) Knowledge of the TOMPRO financial management system will be an added advantage e) Excellent written and spoken English. Skills, Abilities and Attributes • Knowledge of generally accepted accounting principles • Knowledge of legislation affecting donor funds • Knowledge in the use of financial system will be an added advantage • Be confident and self-motivated professional and a good team player • Be self-organized and able to plan • Be honest and reliable • Maintain professionalism at all times • Ability to work under pressure and to deliver under tight deadlines • Skill in computer applications i.e Microsoft office Detailed TORs – Detailed TORs Must be collected from the Reception at the address indicated below from the 11th June 2018. Submission - Interested Candidates should submit applications accompanied by a detailed CVs and certified copies of their academic and training certificates, certified copy of their National Identity Card and full names and contact details of 3 Referees. Applications in sealed envelopes or containers Clearly Marked “Application for the Position of Finance Manager – MOFPMU”, MUST BE submitted on or before 12h00 on 06th July 2018 at the Reception of the Project Management Unit at the following address: 4TH FLOOR MGC OFFICE PARK, CORNER POPE JOHN PAUL II AND MPILO BOULEVARD ROAD P.O. BOX 395, MASERU, 100 Applications received after the closing date and time shall not be considered. Only shortlisted candidates shall be contacted. If you are not contacted within two weeks after applications submission closing date, please consider your application unsuccessful. Request for Clarification - Clarifications regarding this job advert may be requested in writing to this email address: monyamae@ mofpmu.org.ls. Disclaimer - Project Management Unit (PMU) is not bound to recruit any applicant who is considered not suitable for the job. PMU reserves the right to terminate this process at any time if there are circumstances which requires PMU to terminate the process.

JOB VACANCY: MONITORING AND EVALUATION OFFICER Job Title: Division: Location: Reports To: Duration: Remuneration:

Monitoring and Evaluation Officer Monitoring and Evaluation PMU – MGC office Park 4th Floor, Maseru Monitoring and Evaluation Manager Three years fixed term contract Competitive with Market Standards

The Ministry of Finance Project Management Unit (MOFPMU) requires the services of a Monitoring & Evaluation specialist to undertake the Monitoring & Evaluation function as Monitoring & Evaluation Officer. The M&E Officer shall be responsible for providing technical support in the design, implementation and review of PMU monitoring and evaluation activities. Education and experience • The candidates must have a university degree in either Economics, Statistics, Public Health, Project Management or other relevant social sciences; • A minimum of 5 years’ experience in M&E in the health sector; • Experience with donor-supported programs is desirable; • Familiarity with Global Fund M&E requirements will be an added advantage; Detailed TORs – Detailed TORs Must be collected from the Reception at the address indicated below from the 11th June 2018. Submission - Interested Candidates should submit applications accompanied by a detailed CVs and certified copies of their academic and training certificates, certified copy of their National Identity Card and full names and contact details of 3 Referees; Applications in sealed envelopes or containers Must be submitted on or before 12h00 on 07th July 2018 at the Reception of the Project Management Unit at: 4th Floor MGC Office Park, Corner Pope John Paul II and Mpilo Boulevard Road P.O. Box 395, Maseru, 100 Applications received after the closing date and time shall not be considered. Only shortlisted candidates shall be contacted. If you are not contacted within two weeks after applications submission closing date, please consider your application unsuccessful. Request for Clarification - Clarifications regarding this job advert may be requested in writing to this email address: monyamae@mofpmu.org.ls Disclaimer - Project Management Unit (PMU) is not bound to recruit any applicant who is considered not suitable for the job. PMU reserves the right to terminate this process at any time if there are circumstances which requires PMU to terminate the process.

KINGDOM OF LESOTHO

MINISTRY OF EDUCATION & TRAINING

Specific Procurement Notice REQUEST FOR BIDS TEXTBOOKS AND READING MATERIALS Purchaser: Project: Contract title: Country: Credit No.: RFB No: Issued on:

Ministry of Education & Training Lesotho Education Quality for Equality & Lesotho Basic Education Improvement Supply & Delivery of English Readers for Grade 4 to 7 for 332 Schools Lesotho 5820 LS & TFOA5372 WB/LEQEP/G12A June 5, 2018

1.The Kingdom of Lesotho has received financing from the World Bank toward the cost of the Lesotho Education Quality for Equality Project & Lesotho Basic Education Improvement Project and intends to apply part of the proceeds toward payments under the contract for Supply & Delivery of English Readers for Grade 4 to 7 for 332 Schools. 2. The Principal Secretary for Ministry of Education and Training now invites sealed Bids from eligible Bidders for Supply & Delivery of English Readers for Grade 4 to 7 for 332 Schools (WB/LEQEP/G12A) to be delivered at School Supply Unit (SSU). Details are as follows: Lot

Grade

Description of Goods

Quantity

Estimated Delivery Period

1

4

English Readers for Grade 4

28,600

4 – 8 weeks

2

5

English Readers for Grade 5

29,904

4 – 8 weeks

3

6

English Readers for Grade 6

22,300

4 – 8 weeks

4

7

English Readers for Grade 7

19,400

4 – 8 weeks

Evaluation will be carried out on a “lot by lot” basis. Qualifications requirements include: (a) minimum average technical score of 60% for each set per lot/grade; (b) minimum general experience of three (3) years in operation; (c) minimum of two (2) successfully completed similar contracts in magnitude and scope as specific experience; (d) audited financial accounts for the past two (2) years; and (e) access to credit facilities of a minimum of 30% of the Bid Price. 3. Bidding will be conducted through national competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 edition (“Procurement Regulations”) and is open to all eligible Bidders as defined in the Procurement Regulations.

4. Interested eligible Bidders may obtain further information from Procurement Unit, Education Facilities Unit, Attention: Procurement Manager a.i. (Mr. Ntsibolane Hlabi email: ntsibolanehlabi@gmail.com; Mr. Lijane Nthunya email: lnthunya@gmail.com) and inspect the bidding document during office hours 8:00 a.m. to 4:30 p.m. at the address 1 given below. 5. The bidding document in English may be purchased by interested Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of M400.00 or equivalent in a freely convertible currency. The method of payment will be cash only, payable at the Accounts Department, Administration Block, Ministry of Education and Training Headquarters, located next to ECOL Building (white building) near the traffic light. The document will be collected from Procurement Unit or sent by courier if so required by the bidder. 6. Bids must be delivered to the address 2 below on or before 9:00 am on July 18, 2018. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the same address 2 below on the same date of July 18, 2018 at 9:30 am. 7. All Bids must be accompanied by a Bid Security of M10,000.00 (or equivalent in freely convertible currency) per lot. 8.The addresses referred to above are: For documents and clarifications (Address 1): Procurement Unit, EFU, Site 130 Fokothi, Off Moshoeshoe Road, P. O. Box 1279, Maseru 100, Lesotho. Attention: Procurement Manager Tel: (+266) 22324968, Fax: (+266) 22324968. Email: ntsibolanehlabi@gmail.com; lnthunya@gmail.com For bids submission and opening (Address 2): The Tender Panel Secretary, Room 404, Inspectorate Building, Ministry of Education and Training, Constitution Road, P. O. Box 47, Maseru 100, Lesotho 9.Bidders must be aware that there will be a Pre-bid meeting held at National Curriculum Development Centre (NCDC) Board Room located in the building opposite Procurement Unit, EFU, Site 130 Fokothi, Off Moshoeshoe Road as indicated under Address 1 above on June 20, 2018 at 10:00am.


Workplace&Careers

6

Notice!

PUBLIC EYE JUNE 15, 2018

Tsebiso!

Proof of Payment on goods Purchased from South Africa Lesotho Revenue Authority (LRA) wishes to remind all border users of the requirement by South African Revenue Services (SARS) to attach Proof of Payment made by the Lesotho importer (s) to the South African suppliers on indirect supplies i.e. goods for which VAT was paid to the supplier in South Africa and the importer is taking the responsibility to ferry such goods out of South Africa. This requirement is enforced as a control measure following the amendment of the SARS Export Regulations which impacts on indirect imports. Further clarity on the matter may be directed to Customs border Manager (s) at the nearest border post or call 52215111 between 06:00am – 22:00pm.

Bopaki ba tefello ea thepa e rekiloeng Afrika Boroa ka bo mong ba kenyang thepa e rekiloeng Afrika Boroa malibohong a Lesotho ho etsa bo ‘nete ba hore ba na le bopaki ba tefo (proof of payment) ele netefatso ea hore thepa e pataletsoe sebakeng se hlahang setlankaneng sa thekisetsano.Taba ena e kena tšebetsong ho latela lintlafatso tsa melaoana kapa lipehelo tsa thekisetsano (Export Regulations) tseo SARS e li beileng mabapi le thepa eohle e tsoang ka hare ho Afrika Boroa, mme taba ena e ama haholo lithekisetsano tsa boemo boo moreki oa naha e ngoe a inkelang thepa a bile a patetse lekhetho ho morekisi oa hae oa moo Afrika Boroa (indirect supplies). Ka hona sechaba se hopotsoa ka taba ena ele ho qoba tšetiso e ka bakoang ke tlhokahalo ea tokomane eo (proof of payment) moo mokhoa oa patala e leng tax invoice. Bakeng sa litlhakisetso mabapi le taba ena, sechaba se ka ikopanya le bookameli ba LRA malibohong ohle, kapa ho letsetsa nomorong ea mohala ea 52215111 lipakeng tsa hora ea

Requirements of the Proof of Payment on invoices worth

botšelela hoseng le ea leshome ka phirimana (06:00am – 10:00pm).

M10,000.00 on goods bought from the Republic of South Africa.

Thlokahalo ea netefatso ea tefo lithepeng tse rekiloeng Africa Boroa

As previously communicated; in addition to the current conditions of a valid tax invoice, Proof of Payment is also a requirement. The proof of payment can be in the forms of: 1. Copy of an Electronic Funds Transfer (EFT) made by the Lesotho importer to the South African Supplier. 2. Point of Sale (POS) slip for the Debit/Credit card used for effecting payment; (This has to be accompanied by the copy of the card used) 3. Copy of a Travellers Declaration (TC - 01) Form filled at SARS where method of payment was cash. (This means travellers are obliged to declare cash carried out of Lesotho to South Africa in order to pay import VAT through a tax invoice)1. 4. Copy of the cash withdrawal slip where cash was withdrawn from the South African bank. (The bank account holder should be the qualifying purchaser)2 5. Importers on credit terms with S.A. suppliers have to comply with paying import VAT upon importation; they may pay through their deferement accounts or use cash. N.B.

1. A Travellers Declaration (TC – 01) is available at all SARS offices at the border posts. 2. These are the non-residents of S.A. or S.A. passport holders registered for tax or business in Lesotho.

tsa boleng ba M 10 000.00 le ho feta. Bopaki ba tefo ke bo bong ba lipehelo hore setlankane sa tefo (Tax Invoice) se amohelehe ele tokomane ea molao ea tefo ea lekhetho, ‘me bo ka ba ka mekhoa e latelang: 1. Bopaki ba tefo ka marang-rang (EFT Copy); 2. Bopaki ba tefo ka karate ea banka le kopi ea karete e sebelisitsoeng (POS slip – Debit/Credit card); 3. Bopaki ba ho feta ka chelete lelibohong bo hlahang foromong e tlatselitsoeng liofising tsa SARS. (sena se bolela hore batho ba lokela ho phatlalatsa chelete nakong eo ba fetang lelibohong e bang ba tlo lefa lekhetho ka setlankane sa tefo (invoice)1. 4. Bopaki ba ho ntša chelete bankeng ea Africa Boroa. (ke fela monga karete ea lumelloang) 2. 5. Batho ba rekang thepa ka sekoloto ba lokela ho ikamanahanya le boemo bona ka ho lefa lekhetho ha thepa e kena kapa ho sebelisa tefo ka mokitlane eo ba nang le eona le LRA. N.B. 1. Foromo ea ho phatlalatsa chelete e fumaneha liofising tsohle tsa SARS malibohong 2. Mona ho buoa ka batho bao e seng baahi Afrika Boroa kapa ba tšoereng boitsibiso ba Afrika Boroa feela ba ingoliselitse ho lefa lekhetho Lesotho

Lesotho Revenue Authority Serving You, Serving the Nation

Lesotho Revenue Authority Serving You, Serving the Nation

ADDENDUM: REQUEST FOR PROPOSALS (RFP) - EGPAF LESOTHO

Ref. 2018/05/002 Procurement of Consulting Services for Capacity Building for the Civil Society Organizations (CSOs) 1. BACKGROUND The Elizabeth Glaser Pediatric AIDS Foundation (EGPAF) is a nonprofit organization dedicated to preventing pediatric HIV infection and eliminating pediatric AIDS through research, advocacy, and prevention, care, and treatment programs. Founded in 1988, EGPAF works in 14 countries around the world. EGPAF Lesotho country office is one of the major HIV service partners of the Lesotho Ministry of Health (MOH), since 2004. The first EGPAF office opened doors in Lesotho in 2006. To support the Lesotho Program, EGPAF has received funding from several donors, [with United States Assistance for International Development (USAID) and Centre for Disease Control (CDC) as major donors] to implement different projects in collaboration with the MOH. 2.0 DESCRIPTION OF THE PROJECT EGPAF through AIDSFree project is providing Technical Assistance (TA) to selected Civil Society Organizations (CSOs) in Lesotho to strengthen HIV programming and their technical capacities to contribute to the Government of Lesotho’s and PEPFAR efforts in attaining the 90-90-90 targets. 3.0 SCOPE OF WORK The Foundation requests proposals from eligible Consulting firms to provide capacity building to four (4) local CSOs on business operations areas focusing on financial systems, procurement systems, human resource management and governance. The Consulting Firm should have a multi-disciplinary team with demonstrated experience to provide TA in the four business operations areas indicated above. 4.0 SERVICES REQUIRED To assess capacity needs for the CSOs on business operations areas focusing on Human Resource Management, Financial Systems, Procurement and Governance. To develop the capacity building plan for each CSO based on the assessment done aimed at achieving the following objectives: ü To strengthen budget management ü To strengthen cash flow management ü To strengthen capacities on governance structures ü To strengthen human resource management ü To strengthen procurement procedures and policies 5.0 SUMMARY OF DELIVERABLES ü Assessment report for each CSO and an action plan on how the CSOs will be supported to close the gaps identified. ü Detailed action plan with steps and procedures to be implemented by each CSOs to address areas of concerns and risks identified under each business operation area. ü A detailed plan on providing on-going mentoring to the CSOs following the trainings over a period of three months and detailed report thereafter on the mentoring provided. The key areas for mentoring would be informed by gaps identified when assessing and training each individual CSO. ü Draft of framework documents where there were none, developed by the CSOs with support from the Consulting Firm. 6.0 DURATION OF CONTRACT The assignment will take a maximum of 21 person days to be spread over a period of 4 to 6 months which would include mentoring and coaching. The assignment will be based in Maseru and may require minimum travel to the districts where the CSOs have offices. 7.0

SCHEDULE OF ACTIVITIES Release of the RFP

07th June 2018

Collection of terms of references at EGPAF office

11th June 2018

Interested bidders to attend a pre-bid meeting to discuss the scope of work and terms of reference at EGPAF offices

15th June 2018 @ 9:15 a.m.

Final Submission by the prospective Consulting Firms. Completed proposals must be submitted electronically by the deadline to: procurement-ls@pedaids.org or Hand delivered at EGPAF offices, LCA Complex, 30 Princess Margret Road, Old Europa, Maseru, Lesotho

22 June 2018

Final decision announced

06th July 2018

Contract executed and Services begin.

16th July 2018

nd

All the stipulated dates above can be changed on the discretion of The Foundation as and when it sees fit 8.0 EVALUATION CRITERIA AND SUBMISSION REQUIREMENTS The Foundation will select the proposal that presents the BEST VALUE to the Foundation. All proposals will be weighed and evaluated against the following Evaluation Criteria based on the corresponding submission requirements detailed below. Each proposal must contain and/or address the items listed for each Evaluation Criteria. Please submit your Submission Requirements in the order they appear below. Selection Criteria 1.Past Performance of Similar Work

Submission requirements

Weight in %

A) A maximum of three (3) written professional reference letters with contact information from prior clients of the Consulting Firm involved in similar scopes as the one provided in this RFP. This should also include, as necessary a description of the major works performed.

15%

b) A maximum one (1)-page profile of the Consulting Firm, including but not limited to contact information, number of years the company has been in existence, (please be advised that any supporting documentation will not be counted as part of 1-page profile submission requirement).

5%

c) CVs or profiles of the team members who will be responsible for this assignment, showing the diversity of the team to carry out the requirements of assignment. The lead Consultant must have CA/MBA or Masters in any social sciences with 8 to 10 years’ experience in the related field.

10%

2. Technical methodology and timeframe of implementation

a) A maximum five (5) pages technical summary that shows the Consulting Firm’s proposed approach and time lines in meeting the scope of work outlined above.

35%

b). Proposed time lines and schedule for engaging with the CSOs which includes mentoring and coaching on the different business operation areas. The schedule should fall within the 21 persons days allocated for this assignment.

10%

3. Total Fixed Price

a) A financial proposal/quote that includes a detailed line-item breakdown of costs for all the technical support that will be provided to complete the assignment, which includes mentoring and coaching. The contract will be fixed price contract. Price shall be quoted in Maloti. EGPAF will be responsible for the costs that will be associated with: ü Participants (incl. transportation) costs for all didactic trainings that fall under the approved capacity building/organizational development plans. ü Reproduction of participant materials for trainings/mentorship/coaching services. ü Holding a kick off meeting with participation of all key stakeholders.

25%

(All quotes should include and clearly outline VAT, and any other applicable taxes/fees.)

Failure to provide any of the above Submission Requirements may be considered non-responsive and disqualify the applicant from selection. In addition, all applicants are required to be registered and authorized to perform the scope of work in the place of performance. Copies of a valid business license, company registration certificate, or tax clearance certificate may be submitted with each proposal. Please note that if not submitted with the proposal, these will be required prior to execution of the final contract and initiation of the proposed assignment. Detailed Terms of References (TORs) which provides more details on the scope of work can be obtained from EGPAF Lesotho Offices in the address below or call procurement office at 22251100 Completed proposals must be submitted either electronically to procurement-ls@pedaids.org or hand delivered in a sealed envelope in-person to: Elizabeth Glaser Paediatric Aids Foundation, Attention: Procurement & Logistics Manager, 30 Princess Margaret Road, LCA Complex, Ground Floor, Maseru. FIRM DEADLINE: Friday, 22th June 2018 at 12:00 noon, Lesotho time. Late applications may be rejected without consideration.


Workplace&Careers

PUBLIC EYE JUNE 15, 2018

KINGDOM OF LESOTHO

ANNOUNCEMENT

ECONOMIC DIVERSIFICATION SUPPORT PROJECT REQUEST FOR EXPRESSIONS OF INTEREST TRANSACTION ADVISOR FOR TOURISM AND HOSPITALITY TRAINING FACILITIES Financing Agreement Reference: Sector: Project ID No.:

7

Post Title : United Nations in Lesotho Youth Advisory Committee Level : Voluntary Duration : 1 year

2100150036596 Enterprise Development P-LS-KF0-002

The United Nations in Lesotho is looking for voluntary youth to be members of the United Nations in Lesotho Youth Advisory Panel (UNYAP). The mandate of the Panel is to function as a representation mechanism and mediator for youth, youth led organisations and youth networks’ engagement with the UN Lesotho, to support and coordinate interventions on youth development and empowerment.

The Government of the Kingdom of Lesotho has received financing from the African Development Bank towards implementation of the Economic Diversification Support Project and intends to apply part of the agreed amount for this grant to payments under the contract for consultancy services for Transaction Advisor for Tourism and Hospitality Training Facilities. The overall objective of this consultancy is to address the challenge of skills shortage within the tourism and hospitality sector in Lesotho. The overall objective of the consultancy services is to provide transaction advisory services for the development of a hospitality and tourism training facility through appropriate and best suited Public Private Partnership (PPP) model which incorporates the Ministry of Tourism, Environment and Culture (MTEC); the private sector operators; and Lerotholi Polytechnic. The consultant will be expected to work with MTEC to carry out project feasibility assessment of the tourism and hospitality training facilities; carry out assessment of the infrastructure, market assessment, financial feasibility analysis and advise the project structuring by recommending a PPP structure; undertaking the procurement process including developing the procurement documents & the draft PPP agreement, and running the procurement process – up to developer selection.

Main Tasks and Responsibilities: The roles of the Youth Advisory Panel shall be as follows :

The Ministry of Trade and Industry now invites eligible consulting firms to indicate their interest in providing these services. Interested consultants must provide information indicating that they are qualified to perform the services including brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc. Consultants may constitute joint-ventures to enhance their chances of qualification. In such cases of associations/ consortiums, EOI submissions should clearly identify one lead firm that would take up the primary responsibility of assignment delivery.

• Advocate for the youth issues and youth engagement in youth related matters supported by the UN Lesotho • Promote youth participation and provide input to UN Lesotho’s work on youth • Engage with youth led organizations, volunteers and volunteer involving organizations (VIOs), networks and movements at national and subnational levels on issues affecting youth and make recommendations to UN Lesotho’s work development of strategies, policies and programs • Participate in the design of targets and indicators for youth development, conduct youth surveys and other • Disseminate information about UN activities in

Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the Procurement Policy and Methodology for Bank Group Funded Operations, dated October 2015, which is available on the Bank’s website at http://www.afdb.org. Interested consultancy firms may obtain further information at the address below during office hours 08.00 hours to 16.30 hours. Expressions of Interests must be delivered to the address below by 6thJuly, 2018 at 12:00, and electronic submissions should mention as the subject message “TRANSACTION ADVISOR FOR TOURISM AND HOSPITALITYTRAINING CENTRES” and should be sent to the address below. The Project Manager Economic Diversification Support Project 1st Floor ‘Matanki House P.O. Box 747, Maseru 100 Lesotho Email: tmofelehetsi@psc.org.ls with a copy to lmakhabane@psc.org.ls Tel.: (+266) 22 315 100

Lesotho and raise awareness on the Sustainable Development Goals • Attend and actively participate in all YAP meetings • Support UN Lesotho Communications Group in developing and implementing information campaigns on youth issues • Formulate recommendations for improving UN communication and information sharing on youth and support implementation • Provide feedback mechanism under the UN Development Assistance Framework (UNDAF, 2019-2023) implementation, monitoring and reporting on youth issues and addressing youth as a cross-cutting issue. Membership Requirements The panel will comprise of up to 7 youth representatives: • Aged between 15 to 29 years; • Represent youth-led organizations, networks or movements and have the ability to consult with a wider group of young people; • Able to communicate in Sesotho and English; • Have been engaged in youth related work or initiatives HOW TO APPLY : Interested applicants should submit their applications through lesotho.office@unfpa.org on or before Friday 22nd June 2018 Further details can also be accessed on: https://www.facebook.com.unfpa.lesotho and lesotho.unfpa.org. Only shortlisted candidates will be contacted.

KINGDOM OF LESOTHO

MINISTRY OF PUBLIC WORKS AND TRANSPORT

TENDER NOTICE Tenders are hereby invited from local Listed, Specialised Contractors with Building Design Services (See Table), to submit tender proposal for the following project:

Projects Label on the Envelop Bid Security Properly Sealed and Signed Amount

Eligibility

Non-refundable Tender Deposit

PRPOSED NEW NATIONAL SECURITY SERVICES-HEADQUARTERS,MASERU Tender Documents can be obtained from Ministry of Public Works and Transport - Procurement Unit Office, MaseruHeadquarters, opposite Browns Cash and Carry, Corner Senate and Lepoqo Roads on payments of non-refundable deposit of an amount shown on table below which may be made in Cash or Bank Guaranteed Cheque payable to “ Government of Lesotho; Ministry of Public Works & Transport – Building Design Services (BDS)”.

1

Access Control, CCTV cameras, Intruder

M200.00

A mandatory site inspection will be on Monday 25th June, 2018. The Tenderers/Bidders must assemble at the site located in old Europa next to Red cross Headquarters along Mabile Road, at 10:00 am. SCREENING PROCESS BY NATIONAL SECURITY SERVICES from Monday 2nd July to Thursday 26th July, 2018 The date of collecting tender document is from Monday 6th August, 2018 Compliance Criteria i) Copy of Tax clearance Certified at Source. ii) Copy of Trader’s License Certified at Source. iii) Vet for security Compliance by National Security Services (NSS) Evaluation Criteria i) A refundable Bid Security in the form of a Bank Guaranteed Cheque or a letter from accredited Financial Institution licensed by Central Bank of Lesotho endorsed with n Revenue stamp as shown in the table below. ii) All schedules in the Bills of Quantities must be completed in full. iii) The contractor to submit original and complete copy of BOQ Inclusive of all tender information supplied ( i.e. drawings, etc). iv) Late Tender or evidence of mailing of Tenders or tenders or telexed or faxed tenders will rejected.

Proposed New national Security services –Head Quarters-Access Control, CCTV cameras and smoke, fir Detection and Alarm systems

M20,000.00

Detection and Alarm smoke, Fire Detection and Alarm systems contractors Listed with MOPW&T-BDS

PROPERLY SEALED AND SIGNED TENDERS ENDORSED AS PER ABOVE TABLE SHALL BE LODGED INTO THE TENDER DEPOSIT BOX LOCATED ON 1ST FLOOR AT MINISTRY OF PUBLIC WORKS AND TRANSPORT, CORNER SENATE AND LEPOQO ROADS, OPPOSITE BROWNS CASH AND CARRY. THE CLOSING TIME OF THE TENDERS IS 12:00 NOON ON WEDNESDAY 19TH SEPTEMBER 2018 FOR PUBLIC OPENING AT 14:30 HRS ON THE SAME DAY. Additional Information or clarifications of the tender documents may be requested from the unit in writing by tenderers/ bidder at least 15 working days prior to the tender submission deadline. Note: Equity distribution of works Any Contractors or Contractors, who were engaged by the Government in the past 12 months or still doing Works to date at an average value from Seven Hundred and Fifty Thousand Maloti and upward do not qualify to bid for this project. “THE GOVERNMENT OF LESOTHO RESERVES THE RIGHT TO ACCEPT OR REJECT ANY TENDER AND IS NOT BOUND TO ACCEPT ANY TENDER WITH THE LOWEST TENDER PRICE OFFER”.

PRINCIPAL SECRETARY MINISTRY OF PUBLIC WORKS AND TRANSPORT


8

For all capital market services

Workplace&Careers

PUBLIC EYE JUNE 15, 2018

KHUBETSOANE PHARMACARE (PTY) LTD Financial / Management

NOTICE is hereby given that KHUBETSOANE PHAMACARE (PTY) LTD REG # 2013/1044 wishes to change its name to LETEKA GROUP OF COMPANIES (PTY) LTD

Licensed Broker-Dealer

Consultants

on the Maseru Securities Market

Contact:

Contact:

Phone: +266 5886 7200 Email: admin.lesotho@pkf.com

Phone: +266 5886 7200 Email: admin.lesotho@pkf.com

For Accountancy / Taxation / Business Advisory / Secretarial / IT / Training and Other Services

For all capital market services

Public Eye

Classifieds

EMAIL: marketing@publiceyenews.com TEL: +266 2232 1414

NOTICE OF LOSS CONSTITUTION

AUTISM LESOTHO MASERU 100

NOTICE OF LOSS CONSTITUTION THIS IS A NOTICE TO THE PUBLIC OF AUTISM LESOTHO LOST CONSTITUTION. AUTISM LESOTHO (REGISTERED IN 2011) IS THE PROCESS OF RENEWING ITS REGISTRATION WITH THE LAW OFFICE, HOWEVER TO DO THIS, IT HAS TO PRODUCE A STAMPED CONSTITUTION WHICH HAS SINCE BEEN MISPLACED. THE COMMITTEE IS HEREBY INFORMING THE PUBLIC THAT IT HAS REQUESTED FOR A COPY FROM THE LAW.

Financial / Management Consultants Contact:

Phone: +266 5886 7200 Email: admin.lesotho@pkf.com For Accountancy / Taxation / Business Advisory / Secretarial / IT / Training and Other Services

Work hard, play hard!

POSITION ADVERTISEMENT PSI Lesotho invites applications from suitably qualified candidates to apply for the vacant position of HIVST Counselor (2) For full details interested candidates should visit the following website: http://www.psi.co.ls/Vacancies.aspx HOW TO APPLY Please send your cover letter, resume/curricula vitae (CV), list of 3-5 professional references (with contact information, supervisory references preferred), and scanned copy of all academic degrees to PSI Lesotho by email at hivstcounselor@psi. co.ls Only email submissions will be accepted. While all application submissions will be reviewed and considered, only the most qualified candidates will be contacted for interviews. The application submission deadline is 12:30 p.m. local time on Friday, 22nd June 2018.

KINGDOM OF LESOTHO

MINISTRY OF COMMUNICATIONS, SCIENCE AND TECHNOLOGY EXTERNAL CIRCULAR NOTICE NO. 2 OF 2018

VACANCIES Members - Board of Directors The Government of Lesotho has established Lesotho Communications Authority (LCA) as a regulatory body for the Communications sector. The Authority is constituted by seven Board Members. This is a high profile statutory body that needs to be manned by persons of recognized competencies and integrity. Applications are hereby invited from suitably qualified candidates for four positions of Board members in the LCA Board of Directors. JOB SUMMARY In consultation and in unison with the Chairman and other Board Members, ensure the transparent and fair regulation of the communications sector in Lesotho. MAIN DUTIES Acting in accordance with the provisions of the Communications Act No. 4 of 2012 and other related regulatory instruments, the incumbents shall, inter alia, perform the following functions:

QUALIFICATIONS Applicants should have knowledge, qualifications or experience in one or more of the following areas: • Economics; • Telecommunications/Electronic Engineering; • Law; • Computer Science or Information Technology; • Finance and Accounting; • Broadcasting; or • Business Practice. ELIGIBILITY The positions are open to Basotho nationals with the necessary qualifications and relevant experience but who do not have any direct commercial interest in the communications sector.

• Direct the LCA in the general implementation of the Communications Policy; • Chart the direction which the LCA should follow in the implementation and enforcement of the provisions of

N.B. These are non-executive positions. The Board sits as stipulated in the Act, or as and when there is some business to transact.

• Critically review the recommendations of the Executive Management to grant, amend or revoke licences of

Board members receive sitting allowances.

the Act;

communications and related services, whenever necessary; • In consultation with the relevant stakeholders, proffer policy advice to the Ministry responsible for communications and other stakeholders; • Critically review submissions from the Executive Management related to the development of new or amendments to existing Rules; and • Perform any other duties that may, from time to time, be assigned by the Board or other Authorities.

Applications are to reach the following address by 12Hrs00 on the 6th July 2018: The Principal Secretary Ministry of Communications, Science and Technology 3rd Floor, Moposo House, Kingsway Road P. O. Box 36 Maseru – 100.


Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.