Request for Expression of Interest from Consultants for Design at Niger Delta Development Commission (NDDC)

The Presidency

Niger Delta Development Commission

NDDC

167, Aba Road, Port Harcourt, Rivers State www.nddc.gov.ng

 

Request for Expression of Interest from Consultants for Design

 

Introduction

The Niger Delta Development Commission (NDDC) in furtherance of its mandate is planning to undertake a developmental project for the event, rapid and sustainable development of the Niger Delta Region and is seeking to hire specialist contractor for the execution of the under listed project. The NDDC, therefore request for the Expression of Interest from top flight, knowledgeable, competent and experienced Consultants whose areas of competence and core business fall within the project classification.

 

The Projects are:

S/N PROJECT DESCRIPTION STATE
1 Construction of 15km Isuochi – Nneato Raod Abia
2 Construction of Idung Atangedem-Ine Akpautong to Atlantic Ocean Akwa Ibom
3 Construction of Asaba – Ase /Abari Road Delta
4 Canalization of Siloko – Igunuwei-Taribor Creek Ondo

 

Consultants for Design

Every interested and suitably qualified contractor with real operating and relevant experience is inv.ted to submit its Request for Expression of Interest document to be used for pre-qualification exercise.

 

  1. CORPORATE
  • Evidence of registration with CAC
  • Clear indication of a verifiable head office address
  • Corporate   profile   of   the   company   indicating ownership structure
  • A   confirmable   evidence   of up-to-date  Annual Returns;
  • A confirmable  VAT certificate with evidence of remittance;
  • A confirmable evidence of Tax Clearance Certificate for the past 3 years duly certified by FIRS
  • Proof of contribution to ITF
  • Sworn affidavit that the company is not bankcrupt
  • Sworn Affidavit that the contractor/key personnel are not ex-convicts or bankrupt
  • Evidence of financial capability and banking support including banks reference and recent statement of account
  • A statement of interest including a statement of availability to undertake the job (within agreed time framed)
  • An undertaking/ Assurance for the delivery of the project in line with project brief.

 

B.      TECHNICAL

1.       Professional registration of the Principal Partner of the Firm with appropriate professional body.

2.      Professional registration of the Firm with appropriate professional body.

3.      Area(a) of specialty/concentration of the Firm

4.       Technical capability of the company/including CV/photocopies of certificates of relevant staff

5.       Evidence of track records in the execution of similar projects

6.       Evidence of payment for similar job done in the past with verifiable names and telephone numbers of contact persons from the awarding institutions

7.      CASHES and quality Assurance policy of the company.

8.      Any other relevant information that will facilitate the evaluation of the company.

 

 

Evaluation Criteria

Consultants are expected to comply with the above requirements as failure may lead to the cancelation of the contractor’s submission. Consultants are to submit only genuine and verifiable documents as Consultants who submits fake or fraudulently obtained documents will be disqualified and the attention of relevant security agencies may be drawn. All Expression of Interest will be based on the consultant’s technical and corporate capabilities.

 

 

Other Relevant Information

  • The selection of Consultants for this project will follow the provision and procedures outlined in the Public Procurement Act 2007.
  • Only Consultants who have been successfully pre-qualified will proceed to the next stage of the procurement process and would be duly notified through a publication on the NDDC official website
  • Consultants can seek clarifications or request for additional information by writing to the office listed below before the deadline of the submission, from 11 am to 4pm Mondays through Fridays (except public holidays) Consultants are advised not to try to influence the selection process as this will lead to their immediate disqualification.     Such Consultants may also be barred from seeking other job opportunities from the Commission. All   cost   incurred   by   any   Consultants   in   the preparation and submission of the document are to be borne entirely by the Consultants.
  • The Commission reserves the right to reject any/all of the documents and to terminate the entire selection process at any time without any liability to the Commission.

 

Validity of the Expression of Interest

Request for Expression of interest (EOI) written in English language must be submitted in an addressed envelope marked at the top left corner “REQUEST FOR EXPRESSION OF INTEREST” to the address stated below on or before Friday, February 28th 2013

 

THE MANAGING DIRECTOR/CEO

Niger Delta Development Commission

167, Aba Road, Port Harcourt

Rivers State

 

Signed:

Management

 

 

 

Tender Opportunity at CHEVRON NIGERIA LIMITED

CHEVRON NIGERIA LIMITED

A Chevron Company

Operator of the NNPC/Chevron Joint Venture

 

Tender Opportunity

Provision of Mud Logging Services (Onshore)

 

  1. 1.     Introduction:

Chevron Nigeria Limited invites interested and pre-qualified companies for this tender opportunity for the provision of Mud Logging Services which shall consist of complete Formation Evaluation & Advanced Drilling Technology (ADT) Services as required for Mud Logging operations in vertical, highly deviated or horizontal wells and inclusive of real time transmission to the COMPANY’S Lagos, Escravos and Port Harcourt bases.

 

 

  1. 2.     Scope Of Work:
  • Full details of equipment to be utilized in the Mud Logging units and equipments available for water and oil based mud systems in high temperature and pressure wells.
  • Packages detailing Mud Logging Data Acquisition Systems (DAS), with kick control & kill services. Must include capability to collect, display & transmit drilling, safety and geologic parameters and also H2S detection capability.
  • Hardware and software to transmit real time directly to COMPANY’S Lekki Office, Escravos and Port Harcourt bases. COMPANY shall provide the data link between the rig-site and the remote locations; CONTRACTOR shall provide the hardware and software.
  • Hardware and software to transmit real time directly to CNL’s Company-man, Geologist, engineer and Rig floor at the rig-site. CONTRACTOR shall provide the hardware and software to link a minimum of those 4 rig-site personnel’s offices in a local area network (L.A.N).
  • Mud Logging units must be fitted with Class 1 division 1 explosion proof air-conditioning units. All cables, glands and fittings must also be explosion proof.
  • Senior ADT engineers with a minimum 5 years experience and at least two years must be with present company.
  • Senior Mud Logging engineers with a minimum 3 years experience and at least two years must be with present company.
  • Current certificate of inspection from a certified inspector.
  • Dedicated Mud Logging Maintenance team capable of providing 24-hour logistic and communication support and guarantee time to replace any parts.
  • Complete listing and specifications of CONTRACTOR-owned Mud Logging units currently available in Nigeria. List to include:

Types, sizes, age, power rating, unit UPS spec, and dimensions of logging units (not to exceed 18’X8’X8′), complete inventory of all CONTRACTOR’S Mud Logging supplies, equipment and tools.

 

3.       Mandatory Requirements:

1.       To be eligible for this tender exercise, interested contractors are required to be pre – qualified in the 3.04.07 (Mud Logging) 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).

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

a.       Meet all JQS mandatory requirements to be listed as “PRE-QUALIFIED” for a category in the JQS database.

b.       Meet all Nigerian Content requirements stated in this advert in their responses to the Invitation to Technical Tender. (Failure to meet the Nigerian Content requirements is a “FATAL FLAW”).

3.       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.

4.       If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update.

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

 

4.       Nigerian Content Requirements

  • Demonstrate that the entity is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity 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
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and Co7.
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan providing a detailed description of the role. Work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point or manager.
  • State proposed total scope of work to be conducted 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.
  • 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 five (5) years.
  • Contractors shall comply and execute the contract in compliance with the Nigerian Oil and Gas Industry Content Development Act 2010 and all Applicable Laws and regulations. Contractor shall provide details of its Nigerian Content Plan (NCR) submitted as part of its technical requirement at the Technical phase (ITT) of the tender process and demonstrate deliberate utilization of Nigerian human and material resources without compromising safety, health and environmental standards.
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).
  • Location of in-country facilities (Equipment, storage, workshops, repair & maintenance facilities and, testing facilities
  • Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.
  • Provide details on any other Nigerian Content initiative your company is involved in.

 

5.     Close Date

Only tenderers who are registered with NJQS Product/Category 3.04.07 (Mud Logging) by 4:00pm, Thursday, February 21, 2013 being the advert close date shall be invited to submit technical bid.

 

 

Please note the following:

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

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

Bidders who for the purpose of this bid process enter into a JV, Partnership, Consortiums, etc with another bidder bidding this tender will be disqualified.

All costs incurred in preparing and processing NJQS pre-qualification shall be to the contractor’s accounts.

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

The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.

Chevron Nigeria Limited will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

Please visit NipeX portal at www.nipexng.com for this advert and other information.

 

Chevron Nigeria Limited will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

 

Please visit NipeX portal at www.nipexng.com  for this advert and other information.

 

Chevron Nigeria Limited, 2 Chevron Drive, Lekki Peninsula, P.M.B. 12825, Lagos.

Tender Opportunity at Esso Exploration and Production Nigeria Limited

Esso Exploration and Production Nigeria Limited

(Contractor of the NNPC/EEPNL Production Sharing Contract)

 

Tender Opportunity:

Provision of FPSO System Integrity Inspection Services

 

  1. 1.     Introduction

Esso Exploration and Production Nigeria Limited (EEPNL), contractor of NNPC/EEPNL Production Sharing Contract plans to engage services of competent Contractors for the provision FPSO System Integrity Inspection Services on its Erha FPSO within the NNPC OML 133 acreage for an anticipated contract term of term of two (2) years with one (1) year optional renewal period. Contract is expected to commence in year 2013.

 

 

  1. 2.     Scope of Work

Contractor is required to provide integrity inspection of all FPSO and SPM buoy topside process/utility equipment and facilities, hull shell, tanks, hull internals, and hull primary structures. The service shall include but not limited to:

 

  • Provision of Personnel: Contractor shall provide multi-disciplined, qualified and certified inspection personnel including rope access technicians to perform integrity inspections. The lead inspectors shall be certified to API 510 and API 570 or their equivalents. The rope access team lead shall be certified to IRATA Level 3 or its equivalent NDE technicians shall be certified to Level 2 for the actual method according to ISO 9712 or EN 473 as implemented by ASNT, CSWIP, PCN, NORDTEST, or an equivalent recognized qualification scheme. NDE technicians shall be rope access certified to IRATA level 2 or its equivalent. Coating inspectors shall be certified NACE CIP Level 2. The Onshore Personnel responsible for the performance (procedures, etc.) of NDE shall be certified to Level 3 for the actual method according to ISO 9712 or EN 473 as implemented by ASNT, CSWIP, PCN, NORDTEST, or an equivalent recognized qualification scheme.
  • Provision of Visual Inspection Services: Contractor shall perform general visual inspection (GVI), Close Visual Inspection (CVI) and Remote visual inspection (RVI)
  • Provision of Routine Nondestructive Examination (NDE) Services – Including Conventional and Shearwave UT, Eddy Current Inspection, Magnetic / Liquid Penetrant Inspection, Boroscope (Fiber-Optic)
  • Provision Of Specialized NDE Services – Including  Digital Radiography, Guided Wave UT, Automated UT (AUT), Acoustic Emission Detection, Infrared /Terahertz Thermography, Fluorescent Dye Detection
  • Surface Preparation Prior to Inspection
  • Provision of Coating Inspection Services
  • Provision of Equipment and Consumables
  • Technical Support to Marine Class Survey
  • Coordination of Inspection plan and all onshore and offshore inspection activities
  • Management of inspection data and maintenance of data management tools
  • Provision of Confined Space Entry (CSE) Activities
  • Provision of Ad hoc Offshore Inspection Activities
  • Provision of Quality Assurance / Quality control system and other system summary reports
  • Other support services

 

  1. 3.     Mandatory Requirements
  2. To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Other Inspection Services (3.07.98) and Non-Destructive Testing (NOT) Services (3.07.01) categories of the NipeX Joint Qualification Scheme (NJQS) database. All successfully prequalified suppliers in this category will receive Invitation to Technical Tender (ITT).
  3. To determine if you are prequalified and view the product/service category you are listed for: visit 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.
  4. If you are not listed in this product/service category and you are registered with DPR to do business, contact NipeX office at 30 Oyinkan Abayomi Street, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update To initiate the JQS prequalification process, access www.nipexng.com  to download an application form, make necessary payments, and contact the NipeX office for further action
  5. To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system

 

 

4.  Nigerian Content

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

 

As from the commencement of this 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 level set in the Schedule to the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).

 

NNPC/EEPNL PSC requires their Contractors to comply with the Act, its attached Schedule and any applicable regulation developed by the Nigerian Content Development Monitoring Board.

 

Nigerian Content (NC) in the Nigerian oil and gas industry is defined as: “The quantum of composite value added to or created in the Nigerian economy by a systematic development of capacity and capabilities through the deliberate utilization of Nigerian human, material resources and services in the Nigerian oil and gas industry”.

 

“Nigerian company” is a company formed and registered in Nigeria in accordance with the provisions of Companies and Allied Matters Act with not less than 51 % equity shares by Nigerians.

 

Bidders shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution.

 

As part of their submissions, Tenderers shall:

  1. Develop an NC Plan which shall explain the methodology of how it intends to comply with the requirements of the Act; and how to achieve the set target(s) in the Schedule of the NOGICD Act i.e. 60% Man-Hours for Non-Destructive Testing services. The plan must show utilization of Nigerian Labor, Services, Materials and Equipment for this service in order to achieve the requirements of the NOGICD Act.
  2. Provide a detailed description of its committed infrastructure (asset, equipment, technical office, and administrative space, storage, workshop, assembly area, repair, and maintenance, testing, laboratory, etc.) in Nigeria (offices, equipment etc.) to support this contract, evidence that 50% of all equipment deployed to work by multinational and international companies are owned by the Nigerian subsidiary.
  3. Demonstrate that entity is a Nigerian-registered company. Provide details of its Ownership Structure. Submit certified true copies of CAC forms (CO2 & CO7) including memorandum & article of association. For foreign companies and multinational in alliance with a local company, submit evidence that the local company is an indigenous company and the binding agreement of the alliance duly signed by the CEOs of both parties.
  4. Provide evidence of specific training, certification program man-hour budget, skill development and technology transfer plan in place for its Nigerian personnel including list of relevant training and development for indigenous staff in the last 3 year.
  5. Provide evidence (personnel list and positions with organizational charts to substantiate) of percentage of key Management positions that are Nigerian Nationals and the percentage of the Company total workforce (direct and in-direct employees) that are Nigerians
  6. Provide evidence of application for NIGERIAN CONTENT EQUIPMENT CERTIFICATE (NCEC) issued by Nigerian Content Development and Monitoring Board (in respect of any components, spares, equipment, systems and packages to be used on the project

 

 

Bidders’ failure to comply with the NOGICD Act or demonstrate commitment to Nigerian Content development will result in Bidder’s disqualification.

 

 

5.       Closing Date

Only tenderers who are registered with the Other Inspection Services (3.07.98) and Non-Destructive Testing (NOT) Services (3.07.01) NJQS Product/Categories as at Wednesday, 20th February, 2013 being the advert close date shall be invited to submit Technical bids.

 

 

6.       Additional Information

A.      This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of EEPNL to award a contract to any supplier and/or associated companies, sub-contractors or agents.

B       This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from EEPNL and/or its partners by virtue of such companies having been prequalified in NJQS.

C.      All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers.

D.      Suppliers that are prequalified for this product/service category in NJQS must ensure that the name and contact details (physical address, email address and telephone number) of their company and authorized/responsible personnel is up-to-date in their company profile in the NJQS database.

E.      EEPNL shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents.

 

Please visit the NipeX Portal at www.nipexng.com  for this Advert and other information

 

An ExxonMobil Subsidiary

Mobil House, Lekki Expressway, Victoria Island, P.M.B. 12054, Lagos

Tender Opportunity: SPDC (Joint Venture) Dollar Operational Insurance at The Shell Petroleum Development Company of Nigeria Limited

The Shell Petroleum Development Company of Nigeria Limited

 

Operator of the NNPC/ Shell/ EPNL/Agip Joint Venture

Tender Opportunity: SPDC (Joint Venture) Dollar Operational Insurance

Tender Ref: Ng01015104

 

 

1.0     Introduction

The Shell Petroleum Development Company of Nigeria Limited (SPDC), Operator of NNPC/Shell/Elf/Agip Joint Venture is seeking qualified Insurers for the Provision of operational Insurance coverage for its Assets and Liabilities which include the following: Onshore and Offshore Assets including Operators Extra Expenses, General 3rd Party Liability, Marine Hull And Aviation. SPDC invites submission from reputable Nigerian registered Insurance Companies having ‘world class’ experience in the provision of insurance services for major Oil and Gas companies.

 

 

Please visit the Nigerian Petroleum Exchange Portal www.nipex.com.ng for further details.

 

 

2.0     Scope of Work

The scope of the works shall include, but not limited to the following:

The Insurance would cover physical loss and, or damage to the Assets, and third party liabilities risks. The Insurer shall retain 70 percent of the risk in Nigeria. The Insurer will liaise with the appointed local Broker for the purpose of good underwriting, claims administration, policy documentation, renewals, endorsement etc

 

3.0     Mandatory Requirements

1.       To be eligible for this tender exercise, interested contractor are required to be pre-qualified as essential service vendor in 31432_Non-Life Insurance product/services category in NipeX Joint Qualification System (NJQS) data base. All successfully pre-qualified suppliers in this category will receive an Invitation to Technical Tender (ITT).

2.       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 login details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

3.       If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update.

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

5.       To be eligible, all tenders must comply with the Nigerian Content Requirements in NipeX system.

 

 

4.0     Nigerian Content Requirements

Vendors are to demonstrate strict compliance with the provisions of Nigerian Oil & Gas

Industry Content Development Act and also provide the following requirements:

  • Demonstrate   that   the   entity   is   a   Nigerian   Registered   Company,   or Nigerian Registered Company as the contracting entity 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 pint venture binding  agreement  duly  signed   by  the   CEO  of  both  companies  including evidence or    plans of physical operational presence and set-up in Nigeria
  • International or multinational company working through a Nigerian subsidiary must demonstrate that a minimum of 50% of equipment to be deployed for execution of work shall be owned by the Nigerian subsidiary by providing a list of equipment for this tender and indicating those that will be owned by the Nigerian subsidiary.
  •  Furnish   details of   company   ownership   and   share   holding   structure.   Also submit clear   photocopies of your CAC Forms Co2 and CO7 Provide evidence of what percentage of    your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point or manager.
  • State proposed total scope of work to be conducted 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.
  • Specific to this work, provide detailed plan for staff training and development on equipment repairs & maintenance 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 five (5) years.
  • Location   of  in-country  facilities   (Storage,  workshops,   repair &  maintenance facilities and testing facilities)
  • Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.
  • Provide   details   on   any   other   Nigerian   Content   initiative   your company   is involved in.
  • Tenderers are expected to have obtained their Nigerian Content Equipment Certification (NCEC) from the NCDMB or demonstrate that it is in the process     o f obtaining the certificate from NCDMB.

 

5.0     Closing Date

Only Tenderers who are registered in the NJQS product/category; 31432 Non-Life Insurance product/services category as at 21st February, 2013 being the adverts close date shall be invited to submit Technical bids.

 

 

6.0     Additional Information:

  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of SPDC to award any contract to any company and or associated companies, sub­contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from SPDC and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • SPDC will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

 

Please visit NipeX portal at www.nipexng.com  for this advert and other information. Also note that this contract will be progressed through NipeX system.

 

Notice for Expression of Interest at Federal Project Support Unit (FPSU) Community and Social Development Project

Federal Project Support Unit (FPSU) Community and Social Development Project

 

Federal Ministry of Finance

 

Training Of CSBP Gender Officers

 

CREDIT NUMBER: 4496-NG           

 

Notice for Expression of Interest

 

This request for expression of interest follows the General Procurement Notice of this project that appeared in Development Business WB4617-764/09 of November 12, 2009.

 

The Federal Government of Nigeria has received financing from the International Development Association towards the cost of the Community and Social Development Project and intends to apply part of the proceeds for consultancy services. The services include: Development of modules and training of CSDP Gender Officers on gender and vulnerable group profiling and social safety nets application in Community and Social Development Projects.

 

The Federal Project Support Unit of the Community and Social Development Project 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 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.

 

The 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, May 2004 (revised October 2006).

 

Interested consultants may obtain further information at the address below during office hours 0800 to 1600 hours.

 

Expression of interest must be delivered to the address below no later than 4:00pm hours 13th February, 2013.

 

The National Coordinator,

Federal Project Support Unit,

Community and Social Development Project

Federal Ministry of Finance,

Asokoro,

P.M. B 600, Garki, Abuja

Nigeria

 

E-mail csdpnigeria@yahoo.com

 

Tel: 234-9-7830734