Call for Expression of interest- December 2012 at Catholic Relief Services (CRS)

Call for Expression of interest- December 2012

 

Catholic Relief Services (CRS) is inviting expressions of interest from Nigerian Civil Society Organizations (CSOs) in Sokoto, Jigawa and FCT that would like to participate in a USAID-funded program for increasing incomes for vulnerable households. This holistic program will include interventions as diverse as:

 

  • Identifying vulnerable households.
  • Improving agriculture productivity and identifying off-farm economic opportunities for the poor-especially women and youth;
  • Assisting households in savings and accessing credit and in developing small enterprises and other income generation activities.
  • Improving water and sanitation, nutrition and food security of households and communities; and
  • Strengthening the capacity of local governments to create a more enabling environment for poverty reduction.

 

CRS will consider CSO partners with organizational profiles and capacities that include a strategic combination of the following:

 

  • Operations in final focal states of the program.
  • Demonstrated experience and success in the focus programming areas as above.
  • Innovative methods to improve vulnerable household income and food security.
  • Proven commitment to gender responsive and conflict sensitive programming
  • Demonstrated experience in working with women and girls
  • Proposed cost share

 

If you are interested, we invite you to submit the attached Expression of Interest form completed by 22nd December 2012. Please email patience.ejidke@crs.org  with copy to julie.ideh@crs.org  to request the EOI template and submit completed EOIs to the same email addresses.

 

CRS is an international non-governmental organization supporting relief and development work in over 99 countries around the world. CRS programs assist persons on the basis of need, regardless of creed, ethnicity or nationality. CRS works through local church and non-church partners to implement its programs. Strengthening the capacity of these partner organizations is fundamental to our approach in every country where we operate. CRS re-established its presence in Nigeria in 2000 and currently focuses on agriculture, governance, peacebuilding and Health/HIV programming.

 

We look forward to receiving you submissions and will contact CSOs deemed to meet the criteria above.

 

Request for Expressions of Interest at Road Sector Development Team (RSDT)

Road Sector Development Team (RSDT)

 

Federal Ministry of Works

 

Federal Republic of Nigeria

 

Federal Roads Development Project

 

Request for Expressions of Interest

 

Consultancy Services for the Supervision of Rehabilitation of Akure-Ilesha Road

 

Project ID No.: PO90135

Credit No: IDA44150

 

EOI No: FRDP/2012/EOI/038

 

This invitation for expressions of interest follows the general procurement notice that appeared in UN Development Business online, Issue No.637 of 11 March 2005.

 

The Federal Government of Nigeria has received a credit from the International Development Association (IDA)  toward  the  cost  of the  Federal  Roads Development Project (FRDP), and intends to apply part of the proceeds to payments under the contract for the Supervision Services for the Rehabilitation of Akure-Ilesha Road in Ondo/Osun States, Nigeria with a length of about 66 Km.

 

 

The objectives of the consulting services shall include, but not limited to the following:

  • To review the design of the road and comment on any issues, deficiencies, or improvements that, in the opinion of the consultant, need to be addressed to ensure a successful completion of the projects.
  • To ratify the Contractor’s work plan for the execution of contracts including the corresponding pre-construction activities in such a way to avoid slippages, delays by the contractor and to monitor and suggest to the Employer remedial advance actions to speed up works and avoid delays;
  • To ensure high quality construction with full compliance to Engineering Designs and Drawings, Technical Specifications and other Contract Documents within the specified time schedule
  • To monitor the Pre-construction activities
  • Ensure proper programming, recording, measurement and accounting of the works by appropriate management and measurement techniques and reporting;
  • To prepare and issue valuations and payment certificates as at when due and in line with the terms of the contract;
  • To prepare monthly and quarterly progress reports and final construction report and compile a full set of as built drawings of all completed works;
  • To ensure safety during construction and adherence to all Environment Management measures prescribed under the Contract;
  • To supervise any remedial works carried out during the defects liability period. Assign personnel to carry out intermediate and final inspection and preparation and issuance of final completion certificate

 

The Road Sector Development Team of the Federal Ministry of Works now invites consulting firms to indicate their interest in providing the services. Interested firms must provide a statement of capability and experience 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. Shortlisted consultants may not associate with other shortlisted firms. This advertisement is open to consultants from all eligible source countries.

 

 

Consultants will be selected in accordance with the procedures set out in the Guidelines: Selection and Employment of Consultants under IBRD Loans & IDA Credits & Grants by World Bank Borrowers, January 2011

 

Interested consultants should submit one (1) original and (2) two copies of the above information in English language in an envelope marked: “Expression of Interest Consultancy Services for the Supervision of Rehabilitation of Akure-Ilesha Road”

 

Interested consultants may obtain further information at the address below during office hours 8.00am to 5.00pm (local time) on Mondays to Fridays.

 

Expressions of Interest must be delivered to the address below not later than 12th February, 2013

 

The Unit Manager,

Road Sector Development Team,

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja, Nigeria

Tel: +234 703 6609082

Email: unitmgr.rsdt@yahoo.co.uk

Request for Expressions of Interest at Road Sector Development Team (RSDT)

Road Sector Development Team (RSDT)

 

Federal Ministry of Works

 

Federal Republic of Nigeria

 

Federal Roads Development Project

 

Request for Expressions of Interest

 

Consultancy Services for the Supervision Rehabilitation of Mokwa-Bida Road

Project ID No.: PO90 135

Credit No: IDA 44 150

EOI No: FRDP/2012/EOI/037

 

 

This invitation for expressions of interest follows the general procurement notice that appeared in UN Development Business online, Issue No.637 of 11 March 2005.

 

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) toward the cost of the Federal Roads Development Project (FRDP), and intends to apply part of the proceeds to payments under the contract for the Supervision Services for the Rehabilitation of Mokwa-Bida Road in Niger State, Nigeria with a length of about 121 Km.

 

 

The objectives of the consulting services shall include, but not limited to the following:

  • To review the design of the road and comment on any issues, deficiencies, or improvements that, in the opinion of the consultant, need to be addressed to ensure a successful completion of the projects.
  • To ratify the Contractor’s work plan for the execution of contracts including the corresponding pre-construction activities in such a way to avoid slippages, delays by the contractor and to monitor and suggest to the Employer remedial advance actions to speed up works and avoid delays;
  • To ensure high quality construction with full compliance to Engineering Designs and Drawings, Technical Specifications and other Contract Documents within the specified time schedule
  • To monitor the Pre-construction activities
  • Ensure proper programming, recording, measurement and accounting of the works by appropriate management and measurement techniques and reporting;
  • To prepare and issue valuations and payment certificates as at when due and in line with the terms of the contract;
  • To prepare monthly and quarterly progress reports and final construction report and compile a full set of as built drawings of all completed works; To ensure safety during construction and adherence to all Environment Management measures prescribed under the Contract; To supervise any remedial works carried out during the defects liability period. Assign personnel to carry out intermediate and final inspection and preparation and issuance of final completion certificate

 

 

The Road Sector Development Team of the Federal Ministry of Works now invites consulting firms to indicate their interest in providing the services. Interested firms must provide a statement of capability and experience 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. Shortlisted consultants may not associate with other shortlisted firms. This advertisement is open to consultants from all eligible source countries.

 

 

Consultants will be selected in accordance with the procedures set out in the Guidelines: Selection and Employment of Consultants under IBRD Loans & IDA Credits & Grants by World Bank Borrowers, January 2011

 

Interested consultants should submit one (1) original and (2) two copies of the above information in English language in an envelope marked: “Expression of Interest Consultancy Services for the Supervision of Rehabilitation of Mokwa-Bida Road”

 

Interested consultants may obtain further information at the address below during office hours 8.00am to 5.00pm (local time) on Mondays to Fridays.

 

Expressions of Interest must be delivered to the address below not later than 12th February, 2013

 

The Unit Manager,

Road Sector Development Team,

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja, Nigeria

Tel: +234 703 6609082

Email: unitmgr.rsdt@yahoo.co.uk

 

Invitation for Pre-qualification at Nigeria Lagos Cable Car Transit (LCCT) Project

Specific Procurement Notice

 

Invitation for Pre-qualification

 

Nigeria Lagos Cable Car Transit (LCCT) Project

 

Development of a cable car ropeway solution to the commuter congestion in Lagos, Nigeria comprising of three lines using Tri-cable detachable grip technology. The civil works consist of piling works, construction of tower bases (14 No), and concrete towers (3 No. 150 to 180 m high) erection of steel towers (11 No), construction of stations (10 No) and associated infrastructure for the stations.

 

1.       Ropeways Transport Limited (RTL) has applied for a loan from the African Development Bank (AfDB), hereinafter referred to as the AfDB, in various currencies towards the cost of the Lagos Cable Car Transit Project which comprises of the construction of three cable propelled transit lines in Lagos, Nigeria and intends to apply a portion of the proceeds of this loan to eligible payments under the contract for which this Invitation for Prequalification is issued.

2.       Doppelmayr Cable Car GmbH is RTL’s technology partner. Roughton international has been appointed as RTL’s project manager. RTL intends to prequalify Design and Build contractors for the following civil and construction works under this project:

  • The three transit lines are from Ijora to Iddo to Adeniji Adele; Apapa to Oluwole to Adeniji Adele and from Adeniji Adele to Obalende to Falomo to Ozumba with stations at each of the locations;
  • Substructure works – piling and tower bases and foundations for the stations;
  • Super structure works – construction of three concrete towers (150 – 180 m high), erection of 11 no steel towers;
  • Detailed design and construction of eight stations;
  • Detailed design and installation of M&E works;
  • And all associated infrastructure works.

 

3.  Interested eligible applicants may obtain further information from and inspect the Prequalification Document at the RTL offices (address below) from 9.00am to 4.00pm local time during working days. A complete set of the Prequalification Document in English may be purchased by interested applicants through the submission of a written application to the address below, and upon payment of a non-refundable fee of N50, 000 or US$350. The method of payment will be Bank draft or Managers Cheque drawn in favour of Ropeways Transport Limited. If the applicant desires that the document hp sent bv post/courier service, then an additional charge of M7500 or US$50 for inland delivery and N15, 000 or US$100 for overseas delivery shall also be paid along with the fee stated above. The request for sending prequalification application by post/courier service must be received in the office of RTL with requisite fee before December 31, 2012.

 

4.  Prequalification will be conducted through prequalification procedures specified in the Bank’s Rules and Procedures for Procurement of Goods and Works, and is open to all bidders from eligible source countries, as defined in the Rule. A minimum requirement for qualification is to have successfully carried out as a main or principal contractor the execution of at least one Engineering, Procurement, Construction (EPC) contract of a similar nature and complexity/or complexity comparable to the proposed project within the last five years; a track record of carrying out large construction projects in Nigeria; QA/QC performance (including demonstration of international certification); Health, Safety & Environment record; Financial turn over in the same name & style during any of the last five financial years ending March 31, should be at least Two Hundred Million US Dollars (USD 200 million) and the technical capacity (availability of key personnel and equipment) for the civil works.

 

5.       Applications for Prequalification should be submitted in sealed envelopes, delivered to the address below by January 14, 2013, and be clearly marked “Application to Prequalify for Lagos Cable Car Transit Project – Civil Works – Contract Number LCCT /1 / 2013”

 

Ropeways Transport Limited

Attn: Captain Dapo Olumide

CEO/Managing Director

ID, Club Road, Ikoyi, Lagos,

Nigeria.

rtl@ropewaystronsport.com

 

6.       It is expected that Invitations for Bid (IFB) will be made in January 2013. Applicants will be advised, in due course, of the results of their applications. Only firms and joint ventures prequalified under this procedure will be invited to bid.

CALL FOR EXPRESSION OF INTEREST: DEVELOPMENT OF PPP STORAGE AND DISTRIBUTION CONCEPTS at JOHN SNOW, INCORPORATED

JOHN SNOW, INCORPORATED

SCMS/USAID/DELIVER PROJECT- NIGERIA

 

CALL FOR EXPRESSION OF INTEREST: DEVELOPMENT OF PPP STORAGE AND DISTRIBUTION CONCEPTS

 

John Snow, Inc. (JSI) is a US-based international public health consulting firm and manages two projects/contracts through its integrated office in Abuja, Nigeria.

Through the Partnership for Supply Chain Management consortium, JSI implements the Supply Chain Management System (SCMS) project for the US Government as part of the United States President’s Emergency Plan for AIDS Relief (PEPFAR). The purpose is to establish and operate a safe, secure, reliable and sustainable supply chain management system to procure pharmaceuticals and other products needed for the care and treatment of persons with HIV/AIDS and related infections. JSI implements the USAID | DELIVER Project, a global technical assistance project funded by the United States Agency for International Development (USAID) and aimed at increasing the availability of essential health supplies through procurement services and assistance designed to strengthen health commodity supply chains in developing countries.

 

 

 

Brief Purpose Statement

SCMS is requested to recruit technical assistance providers to support the Federal Ministry of Health (FMOH) in developing two public-private partnerships (PPPs) concepts identified as being the most viable and contextually appropriate solutions, during the LIFT workshop held in April 2012. These concepts are aimed at unlocking market potential to improve the storage and distribution of health commodities for the public sector in Nigeria.

 

Background

The PEPFAR program in Nigeria would like to provide assistance to the FMOH to further develop and help implement two concepts conceived in a multi-stakeholder LIFT workshop. The LIFT workshop was the culmination of a six-month effort to assess the landscape of public and private entities interested in improving the storage and distribution of health commodities in the public sector.   A private firm called the Cazneau Group facilitated the LIFT Workshop, after spending six months developing an extensive list of interested private equity firms, pharmaceutical wholesalers and distributors, public sector programs and donors.  The Cazneau Group conducted in-depth interviews with individual stakeholders and designed the LIFT workshop as forum where the participants could discuss how their interests intersected and could form successful PPPs.

 

The LIFT workshop occurred amidst the backdrop of several larger efforts to improve health commodity supply systems in Nigeria. Specifically, the USG Nigeria PEPFAR team launched an effort to unify the multiple existing HIV/AIDS supply chains under SCMS, to improve the manageability of the PEPFAR supply system. On a parallel track, SCMS has been commissioned to strengthen the FMOH’s system for storing and distributing health commodities. The ultimate goal of these parallel SCMS efforts is to merge the PEPFAR system into the Government of Nigeria’s (GON) system. At a central level, this merger will only be possible if the Federal Central Medical Stores, the central hub of the national distribution system, has better infrastructure, modernized warehouse management practices and an operational distribution system.

 

At the LIFT workshop, approximately 19 concepts were formulated by the participants (see Appendix 1 for details). After the workshop, the FMOH and the USG agreed on two concepts that were most likely to improve the Federal Central Medical Store infrastructure, management practices and distribution system. Now, these two concepts need to be developed further with the FMOH and other key stakeholders.

 

It should be noted that after the LIFT workshop took place, it became apparent that the US Government and other donors could not delay in improving the Federal Central Medical Stores infrastructure and management practices. In order to achieve its health objectives and avoid further disruptions of Global Fund grants that stored goods within the Federal Central Medical Stores, the PEPAR program decided to forsake the potential of partnering with private investors to fund the infrastructure improvements.   The PEPFAR program made the decision to jointly finance the cost of upgrading the Federal Central Medical Stores with the FMOH and other donors; while continuing to develop the concepts favored from the LIFT workshop.

 

While the two LIFT Workshop concepts are being developed, SCMS, with support from PEPFAR, will improve the Federal Central Medical Stores by renovating four key storage bays. Once additional funding arrangements are settled with the Global Fund, a second phase of improvements includes assembling a modern warehouse structure adjacent to the renovated warehouse bays.  This modern warehouse is being referred to as a “Build, Operate and Transfer” (BOT) warehouse because it will include more than infrastructure upgrades. The new warehouse structure will, on a short-term basis, be co-managed by a private company and the FMOH.   Based on the interest from the private sector in the LIFT workshop in teaming up with PEPFAR, the FMOH and the Federal Central Medical Stores to store products, the PEPFAR program and FMOH opted to create enough space in the Federal Central Medical Stores site for public health programs and private sector activity that benefits the public sector.

 

The two concepts that should be developed further are:

 

 

Concept 1     Mixed Use/Management Concept:     This concept allows for the management of FMOH-owned warehousing facilities infusing private sector revenue generating practices by the leasing of storage space within the Federal Central Medical Stores site and/or a contract for the co-management of warehouse operations with FMOH staff on site. Revenues from the lease could be fed back into maintenance of the site, expansion of the site, a discount to the warehouse management contract or to pay for distribution services. The lease and contract could be assigned to a single company or given to different companies. The award of contract(s) could be tied to the private company’s ability to bring in private capital to enhance the site. This concept is likely to be targeted at the Lagos Federal Central Medical Store but could also turn into a PPP for the Premier Warehouse site owned by the FMOH in Abuja.

 

 

Concept 2   FMOH Distribution System:  This concept would create a framework of instruments that would manage the financing and operation of a distribution system for health commodities stored in the Federal Central Medical Stores. The conceptual framework includes three potential elements: (1) a fund for managing revenues and expenditures for health commodity distribution that also serves as a concessionaire to haulage companies; (2) a freight consolidator that plans and manages the movement of commodities through competitive freight contracts/concessions; and (3) guaranteeing debt that will increase access to credit for haulage or freight contractors wishing to expand their businesses. This concept could also include a coordination component between the federal and state levels, which allows for consolidated delivery of federal and state goods to health facilities.

 

Tasks Required

Technical assistance is sought to develop full-fledged PPP concepts that are approved by major stakeholders and are considered viable and to help implement the partnership concepts. This scope requires the continual alignment between multiple stakeholders and following up with individuals and organizations on commitments related to the PPP concepts. Illustrative tasks include:

 

  • Facilitate the ongoing co-design of these PPP concepts by key stakeholders
  • Conduct weekly interviews with key internal stakeholders (FMOH and USG) regarding the evolution of the concepts and actions steps needed
  • Convene partners to brainstorm and debate options, when a consensus is needed and circulate notes from these meetings, documenting agreements and issues to be resolved
  • Help recruit additional expertise, where needed from JSI staff, USAID Development Credit Authority, or other development partners like the IFC and World Bank. This expertise may be required for the fund agent and debt financing component of Concept 2
  • Support the sector to access loans, credits and grants facilities under various arrangements including government guarantee schemes
  • Help finalize presentations of concepts and final plans to FMOH, to ensure senior management are aware of the direction of the concepts in the early stages and ultimately the final products are presented for the review and approval of senior management
  • Liaise early, with the Infrastructure Concession Regulatory Commission (ICRC) along with FMOH to understand the ICRC’s mandate, where they can assist in the development of the PPP concepts, and where their approvals are needed
  • Assist in the presentation of the finalized concepts to the ICRC
  • If the concepts are ready for implementation, help the FMOH to develop draft tender language for the implementation of the PPP concepts through competitively bid contracts. The tenders may need to include specifications on warehouse services that will be rendered, distributions services, financial management services (for Concept 2 fund), freight consolidation services, etc.
  • If the concepts are implemented, help develop a scope of work to assess the impact of the PPPs, in terms of the improvement of performance of supply chain systems, the cost of delivering commodities and the requirements going forward
  • Initiate, develop, support and facilitate capacity building initiatives and development in both private and public sectors to ensure smooth and successful application of the PPP concepts for sustainable development at all levels

 

 

Required Qualifications and Skills

  • Consultant with a background in strategic management, policy development and legal framework, contract development and management
  • Ability to facilitate strategic relationships, work collaboratively with multiple stakeholders, and pro-actively communicate
  • A sound understanding of the strategic drivers of the multiple stakeholders, and the ability to communicate effectively with both the private and public sectors
  • General understanding of the supply chain industry, especially private warehouse services, distributions services, financial management services, and freight consolidation services
  • Cross-cultural aptitude and a general understanding of host governments and donors
  • Understanding of how competitive contract solicitations are structured, with a particular emphasis on understanding performance measures for commercial warehouse operation and distribution services
  • Ability to think creatively about the structure of these two PPPs

 

 

Instructions to Applicants

This is a consultancy position. Consultancy fees will be commensurate to experience and fee/salary history. Interested applicants should send their cover letter and resume to consultancy_ppp@ng.pfscm.org not later than 1st January, 2013

Interested applicants must write the position applied for in the subject line of their email otherwise they will be disqualified. Multiple applications will also be disqualified.