Request for Expression of Interest: Consultancy Services at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Request for Expression of Interest: Consultancy Services

FMENVT/2013/EOI-GGW

1.     Introduction:

The Federal Ministry of Environment in collaboration with the United Nations Development Programme (UNDP) wishes to engage a consultant to carry out the ‘IDENTIFICATION AND MAPPING OF THE GREAT GREEN WALL CORRIDOR ACROSS THE FRONTLINE STATES’

2.       Objective:

To produce maps of the corridor of the Great Green Wall (GGW) Programme

3.       Scope of Assignment:

i.        To undertake a reconnaissance survey to the Programme and consult with stakeholders for relevant baseline information

ii.       To procure, interpret and analyze appropriate number of satellite imageries covering the 11 frontline States of Adamawa, Bauchi, Borno, Gombe, Jigawa, Kano, Katsina, Kebbi, Sokoto, Yobe and Zamfara.

iii.      To carry out ground truthing

iv.      To produce report and maps of individual participating States as well as a national map of Nigeria indicating clearly the Great Green Wall corridor in electronic and hard copies.

4.       THE EOI DOCUMENT SHOULD BE ACCOMPANIED WITH THE FOLLOWING:

i.        Certificate of registration with Corporate Affairs Commission

(Limited Liability only),

ii.       Company’s current Tax Clearance for the last three (3) years (State

Tax Identification Number-TIN).

iii.      Provide details of company’s profile including the Curriculum Vitae of 5 most important professional staff and other resources.

iv.      Evidence from the company’s bankers as to its financial capacity/bank support to undertake the works, if awarded,

v.       Name and email address and phone numbers of contact person.

5.       Additional Information:

i.        Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent.

ii.       The advertisement shall not be consider as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of  such company having responded to the advertisement.

6.       Submission Deadline:

EOI in one original and duplicate copy must be submitted not later than 27th May, 2013 in sealed envelope marked “CONFIDENTIAL” on the top left corner and written EOI (IDENTIFICATION AND MAPPING OF THE GREAT GREEN WALL CORRIDOR ACROSS THE FRONT LINE STATES). (Late submissions will be rejected)

Bid Document can be collected and upon completion submitted to:

The Director

Drought & Desertification Amelioration Department

Environment House (Brown Building)

Central Area

Abuja

Request for Consultancy Services at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Request for Consultancy Services

FMENVT/2013/EOI/DEWS

1.     Introduction:

The Federal Ministry of Environment in collaboration with the United Nations Development Programme (UNDP) wishes to engage a consultant to carry out the procurement and installation of “Equipment and Ancillary Activities for Drought Early Warning System (Phase II)’ under the Development of Drought Early Warning System in Nigeria.

2.     Objective: To install real-time data logger and sensors in 3 locations (Zamfara, Jigawa and Yobe States) for drought monitoring, forecasting and prediction.

3.     Scope Of Assignment:

i.            To identify and survey sites for the installation of Loggers and sensors.

ii.            To procure and install 3nos.Loggers and sensors for Rainfall, Temperature, Humidity, Sunshine, Barometer, Soil Temperature, Soil Moisture, Particulate and Software.

iii.            To fence the 3nos. sites for Loggers installation.

iv.            To procure 5nos. Laptop computers, printers and accessories including appropriate statistical software for data management

v.            To train 5nos. Officers on Logger operation and data management

4.     The EOI Document Should Be Accompanied With The Following:

i.            Certificate of registration with Corporate Affairs Commission (Limited Liability only).

ii.            Company’s current Ta/ Clearance for the last three (3) years (State Tax Identification Number-TIN).

iii.            Provide details of company’s profile including the Curriculum Vitae of 5 most important professional staff and other resources.

iv.            Evidence from the company’s   bankers as to its financial capacity/bank support to undertake the works, if awarded. Name and email address and phone numbers of contact persons.

5.     Additional Information

  1. Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent.
  2. The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.

6.       Submission Deadline:

The bid document must be submitted not later than 13th May, 2013 in sealed envelope marked “CONFIDENTIAL” on the top left corner and written: EOI (DROUGHT EARLY WARNING SYSTEM EQUIPMENTS ANCILLARY ACTIVITIES) (Late submissions will be rejected)

Bid Document can be collected and submitted to:

The Director

Drought & Desertification Amelioration Department

Environment House (Brown Building)

Central Area

Abuja

Recruitment of a Consultant for the Update of the ECOWAS Railway Networks Interconnection Master Plan at ECOWAS COMMISSION

ECOWAS COMMISSION

101, Yakubu Gowon Crescent

Asokoro District

P.M.B. 401

Abuja, Nigeria

E-MAIL: cedeao@ecowasmail.net

COMMISSINO DE LA CEDEAO

TEL:  (234-9)314-7647-9,

(234-9)314-7427-9

FAX:          (234-9)314-7646

(234-9)314-3005

From:         19/04/2013      to: 05th /06/2013

Client:         ECOWAS Commission

Type:          Expression of Interest (EOI)

Title: Recruitment of a Consultant for the Update of the ECOWAS Railway Networks Interconnection Master Plan

The Economic Community of West African States enfolds fifteen (15) Member States and span an area of over six (6) million km2 with an estimated population of three hundred million (300) inhabitants. The region abounds in vast mineral, oil and agricultural resources.

2.       The road network is relatively in good condition but suffers enormously from overloads caused by heavy vehicles. With the purpose of relieving the road network and harnessing the region’s natural resources, the ECOWAS Commission has undertaken to revitalize and modernize the rail network. In that regard, the construction and rehabilitation of the rail networks have become regional priorities.

3.       To that end, the Commission initiated in 2008 a study aimed at developing a master plan on the interconnection and modernisation of the region’s rail networks. As a result, the master plan on the development of the region’s railway network was adopted by the ECOWAS Statutory Authorities. It is in this context that ECOWAS would like to use a Consulting Firm for the Update of the ECOWAS Railway Networks Interconnection Master Plan.

4.       The overall goal of the study is to develop an interconnection master plan of the rail networks linking all ECOWAS countries, in particular those not covered by the current master plan.

The services to be provided by the Consultant include:

  • Assessing the current master plan and redefining, where possible priorities for rehabilitation of current lines and/or construction of new lines;
  • Studying the possibility of linking Gambia, Guinea Bissau and Sierra Leone to the existing rail networks of the other Member States or constructing new networks. This will lead to the development of a mini master plan for these three countries due to be integrated in the current plan;
  • Studying the possibility of constructing new rail links in Guinea and Liberia and ensuring their interconnection to the existing networks or due to be constructed. These links will be integrated into the current master plan;
  • Presenting the new master plan indicating all ECOWAS rail network interconnections and highlighting the links in order of priority. It is worth noting that the order of priority will take into account, among others, criteria such as economic and financial viability of the links;
  • Preparing, based on these priorities, a portfolio of three interconnection flagship projects that should be subject to detailed technical studies. Developing a short, medium and long-term financing plan for these flagship projects;
  • Proposing a  regional  coordination   mechanism  on  the implementation of the newly proposed consolidated master plan.
  1. For the realization of the mission, the firm shall at least:
  • Be a major and internationally renowned firm (Research Firm) with extensive experience ( at least 10 years) in studies relating to railway programmes and projects;
  • Have a qualified team of key staff (Minimum of a Master Degree) with at least 10 working years experiences in this type of project;
  • Have the capacity to produce and provide the reports in at least two of the ECOWAS official languages, namely: English and French.
  1. The selection procedure will be based on Quality and Cost in accordance with the ECOWAS Tender Code. ECOWAS Commission is under no obligation to shortlist any Consultant who expresses interest.
  2. A shortlist of six firms which present the best profiles shall be drawn up after the expression of interest.
  3. The firms that are part of an international network are to submit one expression of interest.
  4. The ECOWAS Commission now invites eligible Consultants (Firm) to indicate their interest in providing these services. Interested Consultants must provide information showing that they are qualified to perform the services:
  • Ø List of staff and expertise of the Consultants for the mission;
  • Ø The Consultant should have on its team, members with a combined knowledge of the official languages of the ECOWAS Region, which are English, French;
  • Ø List of verifiable technical references similar to this mission: list of previous clients and contacts for this type of mission stating the year and the cost of the mission;
  • Ø The Office Address (location, contact, BP, Telephone, Fax, e-mail).

10.              Interested Consultants may wish to apply as a consortium to enhance their profile and chance of being qualified.

11.      Interested Consultants may obtain further information at the address below during office hours: Monday to Friday from 9.00 am GMT +1 to 5.00 pm GMT +1.

Procurement Division, Directorate of General Administration, ECOWAS Commission, Plot 101, Yakubu Gowon Crescent, Asokoro District,

P. M. B. 401 Abuja Nigeria or by E-mail to this following addresses: nkuakor@yahoo.fr: kabirnfr@yahoo.fr. bangoura53@yahoo.fr

12.     Expression of Interest must be delivered in sealed envelope and clearly marked “Recruitment of A Consultant for the Update Of The ECOWAS Railway Networks Interconnection Master Plan”, Do not open except in the presence of the Tender Committee” to the address below latest by Wednesday, June 05,2013 at 4.00 pm GMT+1:

The ECOWAS Tender Box is located in the Office of the Executive Assistant of the Commissioner, Administration & Finance, 5th Floor ECOWAS Commission, 101 Yakubu Gowen Crescent, Asokoro District, P.M.B. 401 Abuja Nigeria.

13.      This request for EOI can also be viewed on the following websites: www.ecowas.int/services .

Commissioner, Administration & Finance

Cc: Commissioner for Infrastructures

Ag. Director, General Administration

H.O.D, Procurement

Invitation for Pre-Qualification to Tender for the Installation of Digital Library for College of Agriculture, Jalingo at Taraba State College of Agriculture

College of Agriculture

P.M.B. 1025, Jalingo, Taraba State, Nigeria

(Office of the Registrar)

Invitation for Pre-Qualification to Tender for the Installation of Digital Library for College of Agriculture, Jalingo, Taraba State

A.   IA.    Introduction:

The Taraba State College of Agriculture, Jalingo wishes to invite interested reputable competent Company/ Contractors for the Installation of a digital Library for the college.

B. B. Scope of Work shall include but not limited to:

(i)      Supply of 60No. Computer with specification below:

(a)     intel Dual Core E22002.2 Ghz

(b)     2 GB DDR2 RAM

(c)      500 GB SATA Hard Disk

(d)     20″ Monitor attached.

(ii)     Supply of 2HP Proliant ML350e Gen 8 Server (Memory 4GB, Processor Type 2 x intel xeon 5160 Dual-core3).

(iii)    Network equipment listed below will be required:

(a)     CISCO WS-C3750-48TS-S Catalyst 3750 10/100 48-portSMI switch.

(b)     CISCO 870 series of integrated services routers.

(c)      Rack mount/patch panel.

(iv)    Digital Library Software (at least 1, 000 users, Access over network…..),

(v)     Furniture for all 60No. Computers required (Tables & Chairs, ACs & Fittings),

(vi)    Installation and commissioning nof 2NO. 100KVA Mikano sound proof generator set.

C. C    Per-Qualification Requirements

The Pre- qualification requirements are follows:

(i)                Evidence of Registration with corporate Affairs Commission.

(ii)             Evidence of Registration with the Taraba State College of Agriculture, Jalingo.

(iii)           Evidence of Tax clearance certificate for the last 3 years,

(iv)           Evidence of audited accounts for the last 3 years,

(v)             Prove of capacity to carry out the project.

D. D   Submission of Documents:

The pre-qualification documents must be in sealed envelope and clearly marked pre-qualification to tender for the installation of Digital Library and addressed to the Registrar, College of Agriculture, Jalingo, Taraba State.

E. Bid Documents

The list of qualified Company/Contractors will be placed on the College Notice Board for them to collect the Bid documents for onward submission.

F. Tender will be opened on 21st May, 2013 by 11.00 am in the College Board Room.

Babayo Phillip

Deputy Registrar (Administration)

For: Registrar

Invitation for Bids (IFB) at Borno State Fadama Coordination Office (BOSFCO)

 

Borno State Fadama Coordination Office (BOSFCO)

C/O Bosadp Shehu Laminu Way, Maiduguri

Invitation for Bids (IFB)

Country: Nigeria

Project: NFDP III

Credit No: Procurement of Vehicles/ Motorcycles

Project ID: PO96572

Credit No: 4494-NG

Bid Issue Date: April 25, 2013

IFB No.: BOSFCO/NFDP III/NCB/G/02/2013

Last Date of Bid Submission: May 24, 2013

  1. This invitation for Bid follows the General Procurement Notice for the Project that appears in the DG market of June 19, 2009 and the This Day Newspaper of July 3, 2009.
  2. The Federal Republic of Nigeria has received a Credit from the International Development Association (World Bank) in various currencies to finance the cost of the Third National Fadama Development Project (NFDP). It is intended that part of the proceeds of this Credit will be applied to eligible payments under the contract for the Procurement of Vehicles/Motorcycles.
  3. The Borno State Fadama Coordination Office (BOSFCO) now invites sealed bids from eligible and qualified Bidders for the supply of Vehicles/Motorcycles as listed below:

 

Lot No Item No. Description Quantity Bid Security Delivery Period Delivery Location
1 1 4WD Double cabin P/UP 16 Seater Bus 2

1

521,400 60 Days BOSADP Hqts, Shehu Laminu way Maiduguri, Borno state
2 1 Motor Cycle (125 CC) 132 525, 350 60 Days BOSADP Hqts, Shehu Laminu way Maiduguri, Borno state

 

  1. The Borno State Fadama Coordination Office now invites sealed bids from eligible and qualified bidders for Vehicle / Motorcycles to be procured.
  2. Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines. Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Sources Countries as defined in the Guidelines.
  3. Interested eligible may obtain further information from Borno State Fadama Coordination Office, Shehu Laminu  way  Maiduguri.  (Coordinator),   08062586116  e-mail   bosfdo@yahoo.co.uk   08037493712 (Procurement Officer); and inspect the Bidding Documents at the address given below from the hours of 8:00am to 4:00 pm Mondays to Fridays
  4. Qualifications requirements include: bidders must submit evidence of business registration, submit three (3) years of audited account and must have annual turnover of ten Million Naira (N10, 000.000.00) and provide evidence of having an experience in a similar supply in last five years.
  5. A complete set of Bidding Documents in English language may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of Ten Thousand Naira (N10.000.00). The method of payment will be in cash. The bidding Decrements will be obtained on payment.
  6. Bids must be delivered to the address below at or before 12 Noon May 24, 2013. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 12:00 Noon May, 25th 2013. All bids must be accompanied by a Bid Security of not less than amount stated of bid price or an equivalent amount in a freely convertible currency.
  7. The address referred to above is

Borno State Fadama Development Coordination office (BOASP)

Shehu Laminu way,

Bomo State.

Mohammed Sabo Tijjani bosfdo@yahoo.co.uk

08062586116, 08037493712

(Project Coordinator)