Request for Expressions of Interest at Akwa Ibom State Agency for Community and Social Development

Akwa Ibom State Agency for Community and Social Development

Uyo, Akwa Ibom State

E-mail: akscsdp@yahoo.com

Akwa Ibom State Agency for Community and Social Development Project (AKS-CSDP)

Request for Expressions of Interest

Procurement of Consultancy for Baseline Survey and Poverty Mapping for Akwa Ibom State – CSDP

Date of Issue: 10th June, 2013

Loan No.: P090644 IDA 4496-UNI

RFP No.: AKS/CSDP/BLP/CQ/01/13

The Federal Republic of Nigeria has received financing from me World Bank toward the cost of the Community and Social Development Project, and intends to apply part of the proceeds for consultancy services on Baseline Survey and Poverty Mapping in the CSDP communities and LGAs.

The subsidiary Loan Agreement was signed on the 17th September, 2009 between the Federal Republic of Nigeria and Akwa Ibom State to implement the Community and social Development Project. Akwa Ibom State became one of the participating states having fulfilled qualifying conditions sot participation, including the passage of the Law establishing it as an Agency on 1st January, 2009 by the Akwa Ibom State House of Assembly. Akwa Ibom State Agency for Community and Social Development (Akwa Ibom State – CSDP) was declared effective on the 17th November, 2009 by the World Bank.

The Community and Social Development Project (CSDP) is a development intervention that built on the LEEMP and CPRP structures to effectively target social and natural resources at the community level, as well as improve LGA responsibility to service delivery. One of the key highlights of the CSDP is that clear-cut supportive roles and responsibilities are provided for the key actors in the project cycle. They include: the Federal level, the State level, the Local Government level and the community level. The following are the 3 major components:

Project Component: 1 – Coordination & Program Support.

Project Component: 2 – LGA/ Sectoral Ministries Capacity & Partnership Building.

Project Component: 3 – Community-Driven Investment.

Objectives of the Services:

  • The overall objective of the baseline survey and poverty mapping is to collect and collate baseline information on specific poverty indicators and parameters in the areas of socio-economic, infrastructural and physical information, such as access to infrastructure or services availability, condition of natural resources and mapping same in sampled communities of the participating Local government Areas of Akwa Ibom State. This baseline information is to broadly assist in providing an idea of the project impact based on a comparison of pre and post project situation in the CSDP communities and LGAs, The result (indicators) of the baseline survey will be used for a comparative impact assessment of project performance at the end of me Project

Qualification of Firms

Expressions of Interest are now invited from suitably qualified Consulting Firms with a team comprising the following skills sets:

  • Social sciences or Humanity,
  • Rural Sociologist,
  • Economists,
  • Geographer, Environmentalist and rural development specialist.

The Team leader of the Consulting Firm must have a minimum qualification of M.Sc Degree in Social Sciences and should have at least Five (5) years post-qualification experience in relevant field or discipline

Interested Firm should have technical expertise in econometric analysis (including proficiency in STATA) and experience working with country governments and development partners including me World Bank. Previous experiences in Baseline Survey especially in rural communities are necessary.

Scope of Service

  • The Baseline Survey and Poverty Mapping are expected to cover the 14 Nos. participating LGAs in the State.

Selection Methods

  • Consultants’ Qualification (CQ) shall be used to select the consultant for the Baseline Survey and Poverty Mapping.

Payments Schedules

For the Baseline Survey and Poverty Mapping:

30% of the contract sum upon submission and acceptance of inception report

50% of the contract sum on submission of draft report (Interim Report),

20% of the contract sum on submission and acceptance of final report.

The Akwa Ibom State Agency for Community and Social Development Project (AKS-CSDP) now invites eligible consultants to indicate their interest in providing the services.

Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). Consultants may associate to enhance their qualifications

A consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (current edition).

Interested consultants may obtain further information at the address below during office hours 8.00AM to 5.00PM Monday through Friday except on public holidays.

Expressions of interest must be delivered to the address below by 5PM, 1st July, 2013. Late EOI will be rejected

General Manager

Akwa Ibom State Agency for Community and Social Development

No.8 Akpa UBE Street, Off Ukana Offot Street

Uyo, Akwa Ibom State

Tel: 08027860560, 07063060731

E-mail; akpanishmael@yahoo.com

Signed:

The General Manager

Invitation to Tender at Federal Ministry of Justice

Federal Ministry of Justice

Shehu Shagari Road, Abuja

Invitation to Tender

Introduction

The Federal Ministry of Justice intends to undertake the execution of the under listed Projects under the 2013 Budget of the Ministry. To this end, competent Contractors Vendors are invited to tender for the projects.

Description of Works

The projects for execution are as follows:

Lot Number

 

Project Title
Lot 1 Acquisition of Law Books, Law Reports and Periodicals

 

Lot 2 Rehabilitation and Repairs of Headquarter Building
Lot 3 Improvement of Security System

 

Lot 4 Establishment of Justice Data Bank
Lot 5 Establishment and Equipping of Customized Archives
Lot 6 Rehabilitation and Repairs of Lagos Zonal Office
Lot 7 Replacement of Underground 11KVA Electric Supply Line and Provision of On-Line UPS
Lot 8 Improvement of ICT Infrastructures

Tender Requirements:

All interested contractors are required to forward the following Documents along with the Financial Bids:

a)       Evidence of Company Registration with Certificate of Incorporation by Corporate Affairs Commission (CAC);

b)      Company profile and Organizational Structure:  including names and curriculum vitae of Key Technical Staff:

c)       Current Tax Clearance Certificate for the last three years;

d)      Evidence of VAT Registration Certificate and past Remittances:

e)       Evidence of Pension Fund Remittances;

f)       Audited Accounts for the last three years;

g)       Evidence of financial strength and Banking Support;

h)      Previous experience and verifiable list of similar projects previously undertaken including evidence of the projects such as letters of award, completion certificates etc:

i)       Evidence of compliance with the amended Industrial Training Fund Act, 2011;

j)       Evidence of registration with relevant professional bodies;

k)      List of Equipment for the proposed project where necessary: and

l)       Name, e-mail address and telephone numbers of contact person for the project;

Important Information:

Bidding will be conducted through National Competitive Bidding (NCB) Procurement as specified in the Public Procurement Act, 2007. The general public is invited to note that Procurement below the National Competitive Bidding Threshold would be carried out during the course of the year.

Collection of Tender Documents

Details of scope of works and specifications for the projects are to be collected in the Office of the Secretary of Ministerial Tenders Board upon payment of non-refundable tender fees of N20, 000 for each lot. This must be in certified Bank Draft payable to Federal Ministry of Justice.

Submission of Tender Documents

All submissions should be neatly packaged, placed in sealed envelope with the name of the project and lot number clearly marked on the top left side of the envelope.

The Financial tender must be submitted in a separate envelope marked “Financial tender” with clear indication of project name and lot number and addressed to:

The Secretary

Ministerial Tenders Board,

3rd Floor Room 3D 34/36 Federal Ministry of Justice

Plot 7th Shehu Shagari Road, Central District, Abuja.

Closing of Submission

All submission offender documents ends on Thursday, 25th July, 2013 at 12.00 noon and tenders shall be opened at 1:00pm same day at the Ministry’s Auditorium. Bidders or their representatives are strongly advised to be present.

Signed:

Solicitor General of the Federation and Permanent Secretary

Federal Ministry of Justice

 

Expression of Interest (E.O.I) for Consultancy Services as Project Managers at Federal College of Education Kano

Federal College of Education Kano

Expression of Interest (E.O.I) for Consultancy Services as Project Managers

1.     Introduction

The Federal College of Education, Kano Invites interested competent and reputable project management consultants to apply for the Pre-qualification exercise as a condition to participate in the College Year 2013 Capital Projects (Constituency Projects). Interested consultants are to submit all the required information as well as comply with all other requirements for the prequalification of the projects.

2.0     Consultancy

Project Management consultancy services are required for some new works as well as renovation/Upgrading of some existing buildings

3.0 Scope of Work

The project manager is expected to provide (Appoint suitable and competent hands) for the following services:-

a) Architectural Design

b) Structural Design

c) Quantity Surveying

d) Electrical and Mechanical Drawing

2.       Pre-Qualification Requirements

a)       Each consultant is expected to submit the following Mandatory Documents

i.        Evidence of Incorporation with Corporate affairs Commission (CAC).

ii.       Evidence of Tax Clearance Certificate for the last three (3) years (2010, 2011 & 2012) and Tax identification number (TIN)

iii.      Company Audited Account for three (3) years (2010, 2011 & 2012) prepared by Chartered Accountant, duly stamped, signed and sealed.

iv.      Evidence of compliance with the pension reform Act 2004 in accordance with Procurement Act 6(d)

v.       Evidence of compliance with Section 6(1) – (3) of the ITF Amended Act 2011

vi.      Evidence of registration of the practice with relevant registration board (ARCON, QSRBN and COREN)

vii.     A sworn affidavit that all documents submitted are genuine and verifiable

viii.    A sworn affidavit that none of the directors has been convicted in any country for criminal offence, including fraud or financial impropriety

ix.      A sworn affidavit indicating that no current staff of Federal College of Education, Kano is a former or present director, shareholder or has any pecuniary interest in the company submitting bid.

b)      Other Criteria

i.        A list of relevant project experience within the last five (5) years relating to construction works in Nigeria, stating the scope, location contract sum, length of time from design to completion, key personnel and list of previous client and their contact information (mobile number, email)

ii.       Please attach copies of commissioning letter for each of the project in 2(b) (i) above

ii.       Include the Curriculum vitae of each professional staff in the firm submitting bid

iii.      Bank reference letter

 

Note: Original copies of documents listed above must be produced for sighting after being pre-qualified.

3.     Submission Of Completed Pre-Qualification Documents

The documents should be submitted in sealed envelope and clearly marked

“Notice of Intention to consult as Project Managers for Constituency Project” and shall be delivered to:

The Secretary (Tender),

Federal College of Education,

P. M. B. 3045,

Kano.

Not later than 1st July, 2013. The documents will be opened at 12:00 noon on Monday 1st July 2013 at the College Council Chambers (FCE, Kano Main Campus). No late submission will be entertained after 12:00 noon.

Please note:

  • That the College reserves the right to verify any claim by the consultant and may disqualify Consultant(s) on false claim of any document(s).
  • That by submission E.O.I documents F.C.E Kano is neither committed nor obliged to commission any prospective consultant.
  • That this advertisement for E.O.I shall not be considered as a commitment on the part of the College, nor shall entitle any bidder to make any claims whatsoever and/or seek any indemnity from F.C.E Kano.

Signed

Alhaji Musa Sule

Chairman Procurement Committee

2013 Procurement Notice for Works and Services at Federal Science College, Ogoja

Federal Science College, Ogoja

2013 Procurement Notice for Works and Services

Introduction:

Federal Science College, Ogoja, Cross River State intends to carry out the Procurement of works and Services under the 2013 Budget appropriation in compliance with the requirement of the public procurement Act 2007.

Scope of Works /Services

Federal Science College, Ogoja’s 2013 Procurement activities are classified under the following sub heads:-

A.      Works

Lot 1-          Construction of 1 number female hostel

Lot 2-          Construction of 1 number male hostel

Lot 3-          Construction of 1 number VIP toilet for students

Lot 4-          Procurement of Information Communication Technology (ICT) equipment/accessories

Lot 5-          Procurement of Science and practical materials

Lot 6-          Procurement of teaching aides and learning materials

Eligibility Criteria/ Requirements

Interested contractors are requested to forward for consideration the following pre-qualification documents:

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

b.       Evidence of Tax clearance certificate for three years.

c.       Evidence of vat registration certificate

d.       Verifiable evidence of similar jobs successfully executed by the firm including location, cost, letter of award and completion certificate.

e.       Evidence of financial capabilities which should include statement of account and audited reports of the company assets and liabilities and bank’s support.

f.       Evidence of compliance with Pensions Act 2007.

g.       List of names of key personnel with professional qualification and experience.

h.       Proof of registration of company with professional body.

i.        List of equipment available for the project (s).

j.        Evidence of registration with industrial Trust Fund (ITF)

k.       Registration with the bursar of the college including memorandum and articles of association form CO2 and CO7 where applicable.

Note:

Original copies of the above listed documents should be available for sighting on demand during the opening of pre- qualification applications. Also, this is not an invitation to tender. Full tendering procedures will apply only to bidders that have been pre-qualified and found capable for the project (s).

Submission of Pre-Qualification Document

The pre-qualification documents should be enclosed in sealed envelope and marked “Pre-Qualification Documents for Tender’ and Tenderer’s Name written on the reverse side of the envelope addressed to:

The Principal

Federal Science College, Ogoja

Cross River State,

The pre-qualification documents should be deposited in the tender box at the Principal’s office not later than 22nd July 2013. Opening of documents submitted will take place by 1:00pm on the 22nd July, 2013.

Tender documents are to be collected from the office of the principal upon the presentation of evidence of payment of non-refundable fee of N30, 000.00 only.

Finally, note that only pre-qualified bidders would be invited to pick tender document.

Owolabi A.A (Mrs.)

Principal

 

 

Invitation to Tender at Federal Government Girls’ College, Ezzamgbo, Ebonyi State

Invitation to Tender

Federal Government of Nigeria

Federal Government Girls’ College, Ezzamgbo,

Ebonyi State

P.M.B. 044, Abakaliki,

Ebonyi State

The Federal Government Girls’ College, Ezzamgbo, hereby invites interested companies/contractors to tender for the following projects.

Projects:

1.       Construction of 1 No. Storey Hostel Building

2.       Construction of 1 No. Storey Classroom Building

3.       Procurement of Science Laboratory Equipments

4.       Procurement of Technical Equipments

The Following Documents are to be submitted with the tenders:

1.       Certificate of incorporation in Nigeria Limited Liability Company.

2.       Tax certificate for the immediate past three years issued by the Board of Internal Revenue Service of any state of the Federation, or Abuja or the Federal Inland Revenue Department.

3.       Evidence of VAT.

4.       List of similar projects executed in the last three years with certificate of completion of such project from employers

5.       Evidence of Financial capability to execute the job to be rendered for supported with letter of audited account.

6.       List of key personnel to be assigned to the project with professional qualifications.

7.       Interested bidders are required to pay non-refundable tender fees of N10, 000:00 (Ten Thousand Naira only)

8.       Bids must be delivered to the address below on or before 12:00 noon, on 28th June 2013.

9.       Evidence of registration with FGGC Ezzamgbo as a contractor.

10.     Other qualifications as applicable in Federal Government contact

Signed:

Morakinyo, O.A (Vice Principal, Special Duties)

FGGC, Ezzamgbo.

Ebonyi State,

Telephone: 08033614815