Request for Expressions of Interest (Consulting Services-Firm Selection) at Ministry of Budget, Planning and Economic Development

Edo State Government

 

Request for Expressions of Interest (Consulting Services-Firm Selection)

 

Nigeria

State Employment and Expenditure for Results Project

 

Credit No: IDA50220

 

Assignment Title:

Engagement of a Training Consulting Firm for Edo State Integrated Financial Management Information System (SIFMIS).

 

The Federal Government of Nigeria is receiving financing from the International Development Associations (IDA) towards the cost of the State Employment and Expenditure for Results Project. Edo State is a beneficiary of the credit and intends to apply part of the proceeds for hiring of Training Consulting Firm for Edo SIFMIS.

 

 

The Consulting Firm is required to coordinate all training activities, including the planning and scheduling, certification and selection of resource persons for training delivery, supervision of training delivery (for both Instructor-led Training, e-Learning and Computer Based Training), reporting of results of training including tracking participation, no-shows, overflows, regression training and training impact assessment for both functional and Oracle technical training. This will help to satisfy the long term training administration requirements of EDSG beyond the SIFMIS Project. The Firm will also assist in validate that training venues have been identified and properly reserved, and are suitable for all types of training that is to be delivered, such as ILT, e-Learning and CBT, both functional and technical tracks.

 

The State Project Coordinating Unit now invites eligible Consulting Firms to indicate their interest in providing the Services. Interested firms should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The short listing criteria are

 

 

The firm must prove with evidence that its key staff have the following competencies:

  • Knowledge of and experience in working on a similar project team where the Oracle Application Implementation Method (AIM) was applied as the project standard.
  • Experience with choosing and implementing the Oracle Public Sector (OPSF) Training Administration module.
  • Good understanding of current cultural and attitudinal issues facing the public sector towards business,
  • Understanding of key cultural and attitudinal requirements in the context of Nigeria   and familiarity with international best practices.

 

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants    (under IBRD Loans and IDA Credits & Grants) by World Bank Borrowers January 2011 Edition (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.

 

 

Consultants may associate with other firms in the form of a Joint venture or a sub consultancy to enhance their qualifications.

 

A Consultant will be selected in accordance with Quality Cost Base Selection method set out in the Consultant Guidelines.

 

Further information can be obtained at the address below during office hours: 9:00am to 4:00pm.

 

Expressions of interest must be delivered in Hardcopy to the address below in person, or by mail not later than 2nd April, 2013.

 

Edo State Employment and Expenditure for Results (SEEFOR)

State Project Coordinating Unit (SPCU)

Attn: Project Coordinator

Ministry of Budget, Planning and Economic Development

8th Floor, B Wing, Palm House, Sapele Road,

234, Benin City,   Edo State, Nigeria.

 

Tel: +2347038538072                    

 

E-mail: edoseefor@edostate.gov.ng

Request for Pre-qualification and Tender on 2010 UBA/ADSUBEB Matching Grant Projects in Adamawa State (Addendum) at Adamawa State Universal Basic Education Board,Yola

Adamawa State Universal Basic Education Board,

P.M.B 2030

Yola.

 

Request for Pre-qualification and Tender on 2010 UBA/ADSUBEB Matching Grant Projects in Adamawa State

 

Addendum

Sequel to our earlier advertisement in the Leadership Newspaper of Tuesday, March 5th, 2013 on the above subject, interested firm are please requested to include:

 

  1. Evidence of Pension Contribution and Remittances of employee pension for Firms having more than five (5) employees;
  2. Evidence of Industrial Training Fund (ITF) Contribution;

 

 

Submission of Completed Pre-Qualification Documents

The Pre-Qualification Documents must be submitted in sealed envelope and clearly marked Pre-Qualification documents addressed to the Director, Directorate of Planning, Research & Statistics, Adamawa State Universal Basic Education Board, Yola on or before one week from the date of this advert.

 

Original copies of the documents above must be produced for sighting.

 

Signed:

Alh. Muh’D L. Yusuf

Director

Directorate of Planning, Research & Statistics

Adamawa State Universal Basic Education Board, Yola.

Tender Opportunity Provision of Wellhead Equipment Surface (Onshore) Services at Chevron Nigeria Limited

Chevron Nigeria Limited

R. C. 6135

Operator of the NNPC/Chevron Joint Venture

 

Tender Opportunity Provision of Wellhead Equipment Surface (Onshore) Services

 

 

Introduction:

Chevron Nigeria Limited invites interested and pre-qualified companies for this tender opportunity for the Provision of Wellhead Equipment Surface (Onshore) Services.

 

 

Scope of Work:

The scope of work for the services includes hut not limited to the following:

  • Manufacture and Deliver the wellheads. Production trees arid related valves and equipment.
  • Manufacture and Deliver the running tools and related equipment.
  • Provide technically competent and qualified personnel to maintain and repair the equipment.
  • Provide technically competent and qualified personnel to be able to supervise the running of tools, wellheads, productions trees and their associated equipment.
  • Provide technically competent and qualified personnel to be able to perform services as required by CNL during drilling, work over and production operations.
  • Maintain a comprehensive inventory of products and equipment that arc required for the drilling campaign.

 

 

Mandatory Requirements:

A.      To be eligible for this tender exercise, interested contractors are required to be pre -qualified in the 1.01.09 (Wellhead Equipment, X-mas Trees and Accessories) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).

 

B.      Please note that interested bidders including their sub-contractor(s) shall be required to:

i.        Meet all JQS mandatory requirements to be listed as “Pre-Qualified” for a category in the JQS database.

ii.       Meet all Nigerian Content requirements stated in this advert in their responses to the Invitation to Technical Tender.

 

 

C.      To determine if you are pre-qualified and view the product/service category you are listed for: Open www.nipexng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

 

D.      lf you are not listed in this product/service category, and you are registered with DPR to do business for this category, please contact NipeX Office at 30, Oyinkan Abayomi drive, Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update.

 

E.      To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

 

 

Nigeria Content:

Chevron Nigeria Limited is committed to the development of the Nigerian Oil and Gas business in observance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010.

 

Pursuant to enactment of the NOGICD Act, the minimum Nigerian Content in any project service or product specification to be executed in the Nigerian Oil and Gas Industry shall be consistent with the level set in the schedule of the Act and any other target as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).

 

Contractors shall comply with the provisions of the NOGICD Act and all applicable regulations. Bidders that do not meet the Nigerian Content criterion will not be allowed to participate in next Tender Stage

 

The following are the Nigerian Content requirements bidders are expected to comply with in their technical bid submission.

 

  1. Demonstrate that the entity is a Nigerian Registered Company, or a Nigerian Registered Company in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.
  2. Furnish details of company ownership and share holding structure. Also submit clear photocopies of your C.A.C Forms CO2 and Co&
  3. Provide evidence of the percentage of I) key management positions that are held by Nigerians and 2) total work force that are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  4. Provide a Nigerian Content Plan with a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that will be involved in executing the work. Also provide detailed of Nigerian Content contact or manager.
  5. State proposed total scope of work to be performed by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage,
  6. Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next live (5) years.
  7. Provide evidence of domiciliation of project management and

Procurement centers in Nigeria with physical addresses (not P.O. Box).

  1. Location of in-country facilities, (Equipment, storage, workshops, repair & maintenance facilities and, testing facilities).
  2. Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.
  3. Provide details on any other Nigerian Content initiative your company is involved in.
  4. Provide evidence of MOU with OGTAN registered trainer to conduct classroom module of training and on the job attachment
  5. Provide human capacity building development plan including budget which must be minimum 10% of project man-hours or cost. Training will be targeted at developing capacity other than bidder’s personnel. Trainees will be nominated from a database maintained by NCDMB and the services of OGTAN registered trainers utilized to cover classroom modules.

M. Provide details of equipment ownership.

  1. Bidders (Vendors, Original Equipment, Manufacturers-OEMs, and EPC Contractors) are required to present Nigerian Content Equipment Certificate (NCEC) issued by Nigerian Content Development and Monitoring Board (or evidence of application for the certificate) in respect of any components, spares, equipments, systems and packages to be used in the proposed project under tender

 

 

Close Date:

Only bidders who are registered with NJQS Product/Category 1.01.09 (Wellhead Equipment, X-mas Trees and Accessories) by 4.00pm April 9th, 2013 being the advert close date shall be invited to submit technical bid.

 

Please note the following:

1.       Suppliers eligible for this tender opportunity are expected to be pre- qualified in NJQS under this product/service category.

2.       The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX.

3.       All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.

4.       This advertisement shall neither be construed as any form of commitment on the part of Chevron Nigeria Limited to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle companies to make any claims whatsoever, and/or seek any indemnity from Chevron Nigeria Limited and or any of its partners by virtue of such having been pre-qualified in NJQS.

 

Please NipeXportal at www.nipexng.com for this advert and other information.

 

Management:

Star Deepwater Petroleum Limited,

2 Chevron Drive, Lekki Penisula,

P.M.B 12825,

Lagos.

Request for Expressions of Interest at Jigawa State Agency for the Control of Aids (JISACA) Dutse HIV/AIDS Program Development Project 2 (HPDP 2)

Request for Expressions of Interest

 

Jigawa State Agency for the Control of Aids (JISACA) Dutse HIV/AIDS Program Development Project 2 (HPDP 2)

(World Bank- Assisted)

IDA Credit No.45960

 

Advertisement for CSOs and PSOs to Provide HIV/AIDS Services

Issuance Date: 19th March. 2013

 

Jigawa State Agency for the Control of AIDS (JISACA) coordinates the response to 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.

 

Assignment Description & Services Requested (Scope of Work)

 

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

 

A.      HIV Prevention of New Infections

1.       Most At Risk Populations (MARPs)

1.1     Target population Female Sex Workers (FSWs)

i)       Geographical Area -Kazaure, M/Madori, Gwaram, Taura,

Ringim, Dutse, Birniwa LGAs

ii)      Intervention Packages

  • Community outreach for MARPS
  • STI Control and Management
  • HCT. HIV( including TB) treatment referral and follow –up
  • Structural interventions to address policy, socio-cultural norms and individual empowerment issues
  • Peer outreach and Education for HIV, condom programming

 

1.2.    Target population- Local Migrants (Yan Cirani)

i)       Geographical Area – K/Hausa, Roni, M/Madori, Kiyawa

ii)      intervention Packages

  • Community outreach for MARPS
  • STI Control and Management
  • HCT, HIV( including TB) treatment referral and follow –up
  • Structural interventions to address policy, socio-cultural norms and individual empowerment issues
  • Peer outreach and education for HIV, condom programming

 

2.       Other Vulnerable Key Populations

2.1.    Target population- Pregnant Women

i)       Geographical Area – B/Kudu, S/Tankakar, Miga, Dutse,

Kiyawa, Gomel, Gagarawa  LGAs

ii)      Intervention Packages

  • Community level advocacy
  • Community demand creation for HCT services and couple HCT
  • Mobilization and referral of pregnant women for ANC and skilled birth attendance
  • HCT, referral and infant feeding/ breast feeding options
  • STI control and Management

 

B.      Care and Support

1.0.    Target population- People Living with HIV/AIDS (PLWHAs)

i)       Geographical area – B/Kudu, Gwaram, Dutse, Jahun, Ringim, Gumel, Kazaure, Hadejia, Babura LGAs

 

ii)      Intervention Packages

  • Peer education outreach and home based care
  • Volunteer Referral for HIV and STI services
  • Gender sensitive economic empowerment support
  • Community advocacy and sensitizations on stigma & discrimination

 

2.0.    Target Population – Orphans & Vulnerable Children (OVCs)

i)       Geographical area – B/Kudu LGA, Gwaram LGA, Dutse LGA, Jahun LGA, Ringim LGA, Gumel LGA, Kazaure LGA, Hadejia LGA, Babura LGA

 

ii) Intervention packages

  • Support to education and School enrolment
  • Support to health care and nutrition
  • Support access to skill acquisition training

 

Eligibility for Selection

Jigawa SACA wishes to invite eligible organizations to express their interest in providing any of the above mentioned services. Interested organization(s) must provide adequate information indicating they are qualified to perform the services, these includes

  • Evidence of CAC registration and or State Registration of not less than one year old
  • NGO’s brochure indicating area of expertise
  • Must have demonstrable record of working with the community especially in the area of HIV/AIDS.
  • Must have an Infrastructural capacity to deliver
  • Operational Organ gram
  • Must understand the Cultural values and traits including language of the project areas.
  • Evidence of financial Management.

 

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).

  • All Expression of Interest must be submitted in triplicates (three hard copies), one CD -Rom and delivered to JISACA not later than 15th April 2013.
  • The sealed envelope must be clearly marked JISACA-Expression of Interest for HAF Grant.
  • Only Organizations shortlisted for the next stage would be contacted for further details.
  • Interested applicants may obtain further information at the address below from 9.00am 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 the 19th of April, 2013 at the JISACA office as addressed below:

 

The Executive Secretary,

Jigawa State Agency for the Control of AIDS

No. 11 Asma’u House, Kiyawa Road, Dutse

Tel- 08036960716, 08036629381, 08036950075

 

 

Invitation to Tender at Ministry Of Education, Awka, Anambra State

Ministry Of Education, Awka, Anambra State

(Office of the Honourable Commissioner for Education)

External Advertisement

 

Invitation to Tender

 

Tenders are invited from suitably qualified contractors registered with the Ministry of Education for Renovation of administrative office and bursary blocks, Construction of culverts, walkways and access road and Procurement of laboratory furniture for JSS and SSS laboratories in one of her school for the year 2010 Tertiary Education Trust Fund (TETF) special intervention at Josephine Oduah Memorial School, Akiliozizor, Ogbaru IGA.

 

The details of the projects are as thus:

1.       (Year 2010 Special Project)

A.      Renovation    of    Administrative    office    and    blocks-    TETF    project MOE/Anambra/SP/TETF/10/01

B.     Construction of culverts, walkways and access road. TETF project no MOE/AN/SP/TETF/10.02

C.      Procurement   of   laboratory   furniture   for   JSS and   SSS   laboratories.   TETF   project   no MOE/AN/SP/TETF/10/03,

 

2.     Applicants are required to show evidence of the following:

i         Evidence of Incorporation of Business name Registration

ii        Evidence of Registration with Ministry of Education

iii       Evidence of company audited account for the past 3 yrs.

iv       Evidence of  corporate  tax  clearance  for  (3) three  preceding  years  and  valid Identification Number (TIN)

v.       Evidence of financial capacity from a bank

vi.      Evidence of similar project executed and knowledge of the industry

vii.     Indication of equipment and technical capacity

viii.    Annual turnover

ix.      Experience /technical know-how

x.       VAT registration and evidence of VAT remittance

xi.      WHT Registration and evidence of past WHT remittances

xii.     Evidence of payment of tender non-refundable deposit of (N20,000) twenty thousand

viii.    Time of completion

xiv.    Bid or amount quoted

3.       All submissions which shall be sealed shall reach the undersigned not later than 1st April, 2013 and only selected contractors shall be written to tender for the jobs.

 

Signed:

Dr. (Mrs), Ngozi Ezeike

Permanent Secretary/Chairman

Ministerial Tenders Board

For: Hon. Commissioner