RECRUITMENT OF A CONSULTANT TO SET UP ECOWAS PENSION SCHEME at The Economic Community of West African States (ECOWAS)

COMISSAO DA CEDEAO

 

ECOWAS COMMISSION

101, Yakubu Gowon Crescent

Asokoro District,

P.M.B 401,

Abuja, Nigeria.

E-MAIL: info@ecowas.int

 

COMMISSION DE LA CEDEAO

Tel: (234-9) 314-7472-9

       (234-9) 314-7427-9

 Fax: (234-9) 314-7646

         (234-9) 314 – 3005

 

 

From:         11th/04/2013 to: 13th/05/2013

 

Client:        ECOWAS Commission

 

Type:          Expression of Interest (EOI)

 

TITLE:      RECRUITMENT OF A CONSULTANT TO SET UP ECOWAS PENSION SCHEME

 

 

The Economic Community of West African States (ECOWAS) is a regional economic community of fifteen countries, founded in 1975. Its mission is to promote economic integration in “all fields of economic activity, particularly industry, transport, telecommunications, energy, agriculture, natural resources, commerce, monetary and financial questions, social and cultural matters.” The overall objective of ECOWAS is to promote cooperation and integration, with a view to establishing an economic and monetary union as a means of stimulating economic growth and development in West Africa.

 

2.       In a bid to achieve the best welfare scheme for its employees and at a reasonable cost, ECOWAS Institutions invited several Insurance Companies and Insurance Consultants to make presentations on an ideal staff welfare scheme with focus on end of service, death in service and medical benefits. The selected Consultant produced a report that resulted in a request to the ECOWAS Council of Ministers to approve the creation of the ECOWAS Staff Joint Pension Scheme (ESJPS) in’ November 2011. It is in this context that ECOWAS would like to use a Consulting Firm to help, develop a Pensions Scheme for the Community.

 

 

3.       The principal objective of the assignment is to undertake a review of the current pension contributions and related benefits of ECOWAS Staff. The consultant shall undertake a benchmark by reviewing existing pension arrangements, investment policies, procedures and outcomes in comparable institutions, identify risks associated, conduct an actuarial review of the financial sustainability of any newly proposed scheme (for defined benefit schemes in particular) and to fully assess the options open to the implementing entity.

 

4.       For the realization of the mission, the firm shall at least:

  • Be a major and internationally renowned firm;
  • Have at least 5 years relevant experience in the review and restructuring of pension schemes;
  • Have a qualified team of key staff (Minimum of a Bachelor Degree) with 8 years work experience in pension matters;
  • Have the capacity to produce and provide the reports in English and French languages.

 

 

5.  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.

 

6.  A shortlist of six firms which present the best profiles shall be drawn up after the expression of interest.

 

7.       The firms that are part of an international network are to submit one expression of interest.

 

8. 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:

  • list of staff and expertise of the Consultants for the mission;
  • 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;
  • the Office Address (location, contact, BP, Telephone, Fax, e-mail).

 

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

 

10.     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;

banagoura53@yahoo.fr.

 

11.     Expression of Interest must be delivered in sealed envelope and clearly marked “Recruitment of A Consultant to Set Up ECOWAS Pension Scheme, Do not open except in the presence of the Tender Committee” to the address below by Monday, May 13th 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 Gowon Crescent, Asokoro District, P.M. B. 401 Abuja Nigeria.

 

12.     This request for Eol can also be viewed on the following websites: www.ecowas.int

www.parl.ecowas.int

www.courtecowas.org

www.giaba.org.

 

 

Khadi R. SACCOH (Mrs)

Commissioner, Administration & Finance

Request for Expressions of Interest at Yobe State Agency for the Control of Aids (YOSACA)

Yobe State Agency for the Control of Aids

 

Request for Expressions of Interest

 

Yobe State Agency for the control of Aids (YOSACA) Damaturu HIV/AIDS Programmed Development Project 2 (HPDP 2)

 

(World Bank-Assisted)

IDA Credit No.45960 UNI

 

 

ADVERTISEMENT FOR CSOs AND PSOs TO PROVIDE HIV/AIDS SERVICES

 

Issuance Date: 17th April, 2013

 

Yobe State Agency for the control of AIDS (YOSACA) coordinates the responses for HIV/AIDS epidemic in the state. It has received financing from the World Bank to coordinate the HIV/AIDS Program Development Project (HPDP 2) and intends to apply part of the proceeds for consultant services.

 

This is a call  for Expression of Interest from qualified and competent organizations to respond to one or two specific service categories (i) HIV Prevention of New Infections and Care and Support.

 

Under the two service categories mentioned above, organizations are expected to work with any or all specified target populations within the specified geographic coverage areas to deliver, evidence based HIV intervention packages in line with international standard and best practices.

 

HIV PREVENTION OF NEW INFECTION

 

Most at Risk Populations (MARPs)

 

  1. Target population Female Sex Workers
  2. Geographical Area Damaturu, Potiskum, Gaidam, Gashua, Nguru Bursari, and Karasuwa Local Government Areas.
  3. Intervention Packages: CSOs are required to identify and work with the following populations within priority LGAs delivering specific services as follows:

 

 

a. Behavioural Interventions

1.       Health communication (including mass media)

2.       Peer Education including community outreach

 

 

b. Medical Interventions

1.       HCT

2.       Condom and lubricant programming

3.       STI control and Treatment

4.       Harm reduction intervention for IDUs

 

c. Structural Interventions

1.       Stigma and discrimination

2.       Gender issues

3.       Structural interventions to   address policy, socio-cultural issues and  individual empowerment.

 

 

Other Vulnerable Groups

  1. Target population Target population clients of FSW (e.g. high risk long distance drivers/migrant workers),
  2. Geographical Area Potiskum, Damaturu, GeidamNguru and Gasnua LGAs,
  3. Intervention Package-CSOs are required to identify and work with the following populations within priority LGAs delivering specific services as follows:

 

a. – Behavioural interventions

1.       Health communication (including mass media)

2.       Peer Education including community outreach

 

 

b. Medical interventions

1.       HCT

2.       Condom and lubricant programming

3.       STI control and Treatment

4.       Harm reduction intervention for IDUs

 

c. Structural Interventions

1.       Stigma and discrimination

2.       Gender issues

3.       Structural interventions to   address policy, socio-cultural issues and individual empowerment.

 

  1. Prevention of mother to Child Transmission of HIV Target population Pregnant women, TBAs, house hold heads, Traditional and religious leaders and Health care providers
  2. Geographical Area Gulani, Yusufari, Tamua and Bursari LGAs
  3. Intervention Package-CSOs are required  to identify and work with the following populations with priority LGAs delivering specification services as follows:

a. – Behavioural interventions

1. Health communication (including mass media)

2. Peer Education including community outreach

b. Medical interventions

1.  HCT

2. Condom and lubricant programming

3. STI control and Treatment

 

 

REQUEST FOR THE EXPRESSION OF INTEREST

4.       Harm reduction intervention for IDUs

c.       Structural Interventions

 

1.       Stigma and discrimination

2.       Gender issues

3.       Structural interventions to address policy, socio-cultural issues and individual empowerment.

 

 

Care and Support of PLWHA

Target populations People living With HIV/AIDS (PLWHA)

Geographical area., Damaturu, Potiskum, Nguru,. LGAs.

Intervention packages

  1. Behavioural Interventions

Health communication (including mass media)

Peer Education including community outreach

  1. Medical Interventions-viral toad Test

Condom programming

STI control and Treatment

Treatment adherence counseling,,

Ols treatment and referrals services

Community Home based care services

c.       Structural Interventions

 

1.       Stigma and discrimination

2.       Gender issues

3.       Structural interventions to address policy, socio-cultural issues and Individual empowerment.

 

 

4.       Crisis response, access to social entitlements, skills education, etc.

 

Care and Support for OVCs

Target Population Orphans and Vulnerable Children (OVC)

Geographical Area Damaturu, Potiskum and Nguru LGAs.

 

Intervention packages Minimum mix of three Intervention packages under mentioned (Inclusive of Education, Food – nutrition, clothe with shelter, plus any others) as in the national OVC Guidelines of the Ministry of Women Affairs using a family centered approach.

 

Education

Food/Nutrition

Psychosocial Support

Health

Shelter

 

Request for the Expression of Interest

Child protection (protection from exploitation abuse and neglect)

Clothes

Household economic strengthening

 

Yobe SACA invites eligible organizations to express their interest in providing any  of the above mentioned services. Interested Organization must provide information indicating they are qualified to perform the services which include evidence of registration with CAC of not less than one year old, brochures / organizational profile containing area of expertise, evidence of similar assignments with delivered results, demonstrate logistics, and infrastructural capacity to deliver, experience in similar projects, availability of adequate staff with appropriate skills, office accommodation located within the state, operational governance structure and process, understanding the culture and traditional values including local languages of the project areas, evidence of working in and with the community and evidence of financial management, Organizations are encouraged to associate to enhance their qualifications.

 

 

General terms and Conditions

Organizations 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 (January 2011 edition), AII Expression of Interest must be submitted in triplicates (three hard copies), one CD -Rom and delivered to Yobe State Agency for the Control of AIDS

(YBSACA) not later than 1st May, 2013

The sealed envelope must be clearly marked YBSACA- EXPRESSION OF

INTEREST FOR HALF GRANT.

 

Only CSOs/PSOs shortlisted for the next stage would be contacted for further details.

 

Interested applicants may obtain further information at the address below from 8.00am to 4pm Monday- Friday (Except public holidays).

Expression of Interest through email or fax will not be entertained.

 

The expression of interest should be addressed and delivered not later than 4pm on 1st May, 2013 at the YBSACA office as addressed below,

 

The Executive Director,

Yobe State Agency for the Control of AIDS

Advisers Office Complex,

M/guri Road, Near Yobe Mosque Damaturu,

Tel-08036282040, 08082565655

Website: www.ybsaca.org

Email: ybsaca@yahoo.com

Tertiary Education Trust Fund (TETFUND) Year 2012 Special Intervention Projects at Isa Kaita College of Education

Isa Kaita College of Education

P.M. B. 5007, Dutsin-Ma

Katsina State

 

Tertiary Education Trust Fund (TETFUND) Year 2012 Special Intervention Projects

 

Tenders are invited from interested and competent contractors to pre-qualify for construction/ supply of the following in the College:

 

1a.     Construction of a Block of 3-Classrooms, fully furnished TETFUND Project NO. COE/KATSINA/SP/TETF/12/01.

b.       Construction of Guidance and Counselling Centre, fully furnished- TETFUND Project No: COE/ KATSINA/SP/TETF/12/02.

c.       Supply of Water Tank Mercedes Benz (10,000 litres capacity) with

complete accessories. TETFUND Project No: COE/KATSINA/SP/TETF/12/03.

 

Pre-Qualification Requirements

i.        Evidence of registration of Company with Corporate Affairs Commission.

ii.       Tax Clearance Certificate for the last three years.

iii.      Evidence of VAT Registration Certificate.

iv.      Payment of non-refundable processing fee of N10,000 00 per lot.

v.       Tender documents can be obtained from the Office of the Registrar between      the hours of 10:00am and 2:30pm on Mondays to Thursdays and from         10:00am to 12:00 noon on Fridays.

 

Submission of Pre-Qualification Document:

i.        The Pre-qualification document must be sealed and returned to the Office of the Registrar not later than 24th April 2013

ii.       Pre-qualification is not a commitment by the College nor shall it entitle tenders to any claims whatsoever. It is not an invitation to tender.

 

Signed:

Registrar

 

Invitation for Bids at Federal Ministry of Agriculture and Rural Development National Programme for Food Security (NPFS), Islamic Development Bank Support Project

Federal Government of Nigeria

 

Federal Ministry of Agriculture and Rural Development National Programme for Food Security (NPFS), Islamic Development Bank Support Project

 

Invitation for Bids

 

Construction of Agro Processing Demonstration and Training Centre in Yobe State

 

Bid Issuance Date: 16th April 2013

 

Contract Identification No: IFB/IDB/NPFS/CW/NCB/ANA/003/2013

 

IDB Financing No: NGR-UNI-0031

 

IDB Loan/Credit Name: National Programme for Food Security (NPFS)

 

  1. The Federal Government of Nigeria has obtained a loan from the Islamic

Development Bank (IDB) for co-financing the cost of National Programme for Food Security. National Programme for Food Security intends to apply part of the proceeds of this loan to payments under the contract for the construction of Agro-Processing Demonstration and Training Centre for which invitation for bids is issued.

 

  1. The National Programme For Food Security (NPFS) intends to employ qualified contractors for construction of Agro-Processing Demonstration and Training Centre for Poultry Feed Milling in Agulu Anambra state. Details of the work to be done are specified in the bidding document.
  2. Bidding is open to private firms and voluntarily formed joint ventures duly registered to operate in Nigeria.
  3. Bidding documents may be purchased at National Programme For Food Security (NPFS), 127, Adetokunbo Ademola Crescent, Wuse II, Abuja, for a non-refundable fee of Twenty thousand Naira (N20.000.00) only. Interested bidders may obtain further information at the same address by 9.00AM – 4.00PM on Monday to Friday, except on public holidays.
  4. The bidding documents should be collected by hand from the above address by written application clearly stating “Request for bidding documents for construction of Agro-processing and Training Centre in Anambra State”. The National Programme For Food Security shall issue the documents directly to the purchaser but under no circumstances will it be held responsible for any disaffection arising thereof.
  5. The minimum requirements for Contractor qualification are as follows:
    1. Having achieved an annual turnover in construction work of at least N35m in any of the last five (5) years.
    2. Verifiable proof of experience as prime contractor in the construction of at least two works of a nature and complexity equivalent to the works over the last 5 years (to comply with this requirement works quoted should be at least 70% completed). Acceptable verifiable proof shall be copies of the letter of contract award and/or certificate of contract completion.
    3. Verifiable proof of ownership/unhindered access to essential equipment required for the job.
    4. A Project/Contract Manager with 10 years experience in works of equivalent nature and volume including not less than five (5) years as Manager.
    5. Verifiable proof of Liquid assets and/or confirmed credit facilities of not less than N12.7 Million.
    6. VAT registration certificate and three (3) years Tax Clearance
    7. Copy of company’s registration with CAC
    8. Evidence of registration with Pensions Commission in line with the provisions of the Procurement Act 2007.

 

  1. Bids shall be valid for a period of 120 days after Bid opening and must be accompanied by security of at least 3% of the Bid Price.
  2. Completed bids are to be directed/delivered to The National Programme Coordinator,  National Programme For Food Security (NPFS), 127, Adetokunbo Ademola Crescent, Wuse II, Abuja, on or before 12.00 noon by…21st May 2013   at which time they will be opened in the presence of the bidders or representatives who choose to attend.
  3. The submission shall be made in ONE original and TWO copies and be marked accordingly.
  4. All bid enquiries are to be directed to the office of:

 

 

National Programme Coordinator

National Programme for Food Security

127, Adetokunbo Ademola Crescent,

Wuse II, Abuja.

 

Invitation for Bids at Federal Ministry of Agriculture and Rural Development National Programme For Food Security (NPFS) Islamic Development Bank Support Project

Federal Government of Nigeria

 

Federal Ministry of Agriculture and Rural Development National Programme For Food Security (NPFS) Islamic Development Bank Support Project

 

Invitation for Bids

 

Bid Issuance Date:                  16th April 20 13

 

Contract Identification No:   IFB/IDB/XPFS/CHWCB/GOM/002/2013

 

IDB Financing No:                 NGR- UNI-0031

 

IDB Loan/Credit Name:        National Programme for Food Security (NPFS)

 

  1. The Federal Government of Nigeria has obtained a loan from the Islamic Development Bank (IDS) for co-financing the cost of National Programme For Food Security. National Programme for Food Security intends to apply part of the proceeds of this loan to payments under the contract for the construction of Agro-Processing Demonstration and Training Centre for which invitation for bids is issued.

 

  1. The National Programme For Food Security (NPFS) intends to employ qualified contractors for construction of Agro-Processing Demonstration and Training Centre for Groundnut Oil Processing in Kaltungo, Gombe state. Details of the work to be done are specified in the bidding document.

 

  1. Bidding is open to private firms and voluntarily formed joint ventures duly registered to operate in Nigeria.

 

  1. Bidding documents may be purchased at National Programme For Food Security (NPFS), 127, Adetokunbo Ademola Crescent, Wuse II, Abuja, for a non-refundable fee of Twenty thousand Naira (N20.000.00) only,    interested bidders may obtain further information at the same address by 9.00AM – 4.00PM on Monday to Friday, except on public holidays.

 

  1. The bidding documents should be collected by hand from the above address by written application clearly stating “Request for Bidding Documents for Construction of Agro-processing Demonstration and Training Centre in Gombe State”. The National Programme For Food Security shall issue the documents directly to the purchaser but under no circumstances will it be held responsible for any disaffection arising thereof.

 

  1. The minimum requirements for Contractor qualification are as follows:

 

  1. Having achieved an annual turnover in construction work of at least N35m in any of the last five (5) years.
  2. Verifiable proof of experience as prime contractor in the construction of at least two works of a nature and complexity equivalent to the works over the last 5 years (to comply with this requirement works quoted should be at least 70% completed). Acceptable verifiable proof shall be copies of the letter of contract award and/or certificate of contract completion.
  3. Verifiable proof of ownership/unhindered access to essential equipment required for the job.
  4. A  Project  Manager with  10 years experience in works of equivalent nature and volume including not less than five (5) years as Manager.
  5. Verifiable proof of Liquid assets and/or confirmed credit facilities of not less than N11.0 Million
  6. VAT registration certificate and three (3) years Tax Clearance
  7. Copy of company’s registration with CAC
  8. Evidence of registration with Pensions Commission in line with the provisions of the Procurement Act 2007.

 

  1. Bids shall be valid for a period of 120 days after Bid opening and must be accompanied by security of at least 3% of the Bid Price. Completed Bids are to be delivered by hand on a date specified in the bid document.
  2. Completed bids are to be directed/delivered to The National Programme Coordinator, National Programme For Food Security (NPFS), 127, Adetokunbo Ademola Crescent, Wuse II, Abuja, on or before 12.00 noon by 21st May 2013 at which time they will be opened in the presence of the bidders or representatives who choose to attend.
  3. The submission shall be made in ONE original and TWO copies and be marked accordingly.
  4. All bid enquiries are to be directed to the office of:

 

 

National Programme Coordinator

National Programme for Food Security

127, Adetokunbo Ademola Crescent,

Wuse II, Abuja.