Invitation to Bid at MAPS Project

Invitation to Bid

 

The Nigeria MAPS propel has issued an RFQ to request qualified cleaning companies (offerers) to submit asynopsis of its technical qualifications as well as associated budget for services specified below. MAPS Project seeks to centrally contract a cleaning company with capacity to provide cleaning and janitorial services at its Abuja and state offices in Nassarawa, Zamfara, Benue, Ebonyi, Oyo, Kogi and Cross River. The period of performance for this scope of work is January 1, 2013 to December 31, 2013 with the possibility of renewal.

 

Scope of Work:

Under the supervision of the program and Administrative Officer, the company will be responsible for the following:

1)      Maintain the premises of the FHI360 /MAPS Project, including cleaning and          organizing the offices, hallway, kitchettette, and bathrooms.

2)      Prepare tea and beverages as requested.

3)      Ensure the office is adequately cleaned and organized.

4)      Provide logistics and cleaning support at workshops.

5)      Provide designate MAPS staff with routine updates on the status of office supplies and office conditions.

6)      Perform other cleaning and janitorial duties as directed by the FHI 360/MAPS designate.

 

Please note the following:

  • Vendors should specify cost of services only; FHI 360/MAPS will always provide
  • Vendors should specify validity period of quote, during which price remains unchanged
  • Vendors should specify preferred payment terms, if applicable. Please note that FHI 360/MAPS will not, under any circumstances, issue full payment upfront.
  • All quotations should be in local currency, Naira (NGN).
  • FHI 360/MAPS does not pay VAT, and is exempt by the Federal Government.

Per Federal Government regulations, FHI 360 MAPS will deduct 5% Withholding tax and remit to the Federal Inland Revenue -Services on a monthly basis

 

For the full request and submission details, go to www.nigeriamaps.org

Invitation of Pre-qualification of Tender at Dawakin Tofa Local Government, Kano State

Dawakin Tofa Local Government

Kano State

 

Invitation of Pre-qualification of Tender

 

In its effort to improve the living standard of its people Dawakin Tofa Local

Government wishes to undertake the execution of some development

project, therefore all interested constructors are invited for pre-qualification to tender.

 

Tender:-

 

Projects

1.       Feeder Road Construction 2KM at JALLI – DAWAN GORA

2.       Fancing of Government Girls, Arabic Secondary School, Tumfafi.

3.       Construction of Admin. Block At Government Girls Arabic Secondary School Tumfafi

4.       One KM Line Drainage and Eight (8) No Cuhrats at Kwa Town.

 

Pre-qualification Criteria

–        Evidence of incorporation with corporate affairs commission

–        Registration with state works registration board in relevant categories.

–        Company’s audited account for three (3) years

–        Evidence of financial capability and bank support.

–        Experience and technical qualification to key personnel.

–        Records of previous projects executed and evident of industry.

–        Equipment, plant and technology capacity.

–        VAT Registration and evidence of past VAT remittance.

–        Local resources utilization.

–        Community and social responsibility support.

–        Any additional information that may enhance the company for the award of contract.

 

Submission of Pre-Qualification Documents

Pre-qualification document should be forwarded to the office of director personnel management (DPM) Dawakin Tofa Local Government in a sealed envelope marked pre-qualification document on or before 21st January 2013.

 

Signed:

Ahmed Muhammad Panda

DPM

Dawakin Tofa Local Govt.

Invitation to Tender for the Comprehensive Maintenance Support of the Local Area Networks (LAN) at The Central Bank of Nigeria

Central Bank of Nigeria

 

Invitation to Tender for the Comprehensive Maintenance Support of the Local Area Networks (LAN) in the Central Bank of Nigeria

 

(Ref: CBN LAN Maintenance Support)

 

The Central Bank of Nigeria is desirous to undertake a comprehensive maintenance support of the Local Area Networks (LAN) in all locations of the Bank. Consequently, the Bank wishes to invite reputable and competent companies to tender for the provision of the required comprehensive LAN maintenance support

 

Scope of Work

The scope of the bid includes the following:

 

Lot 1 -9: Onsite LAN infrastructure maintenance services

 

The provision of the under-lined tasks to be carried out on the LAN in the branches covering each of the six geo political zones, Tinubu Square, Lagos, Garki and Satellite Town Lagos as contained in the table below:

 

1.       Quarterly preventive maintenance.

2.       On-site cabling resolutions.

3.       On-site initial devices fault diagnosis and resolution.

4.       Remote support for complex faults resolution.

5.       Replacement of faulty devices.

6.       On-site removal and re installation of devices.

 

Lots Description

 

Zone Locations
Lot 1 Local Area Network (LAN) Maintenance South- East Umuahla, Awka, Enugu +Clinic, Owerri, Abakaliki.

 

Lot 2 Local Area Network (LAN) Maintenance South- East Abeokuta, Akure Oshogho, Ibadan, Ado-Ekiti.

 

Lot 3 Local Area Network (LAN) Maintenance South-South Uyo, Calabar, Asaba, Benin, Port-Harcourt, Yenagoa

 

Lot 4 Local Area Network (LAN) Maintenance

 

North – East Yola, Bauchi + Clinic, Maiduguri, Gombe, Jalingo, Damatura.

 

Lot 5 Local Area Network (LAN) Maintenance

 

North – West

 

Kaduna, Katsina, Kano + Clinic, Sakoto. Gusau, Dutse and Birnin Kebbi.

 

Lot 6 Local Area Network (LAN) Maintenance

 

North -Central

 

Jos, Lafia, Makurdi, Minna, Ilorin, Lokoja.

 

Lot 7 Local Area Network (LAN) Maintenance

 

CBN Garki and

Medical Building, Garki

 

CBN Garki and Medical Building

 

Lot 8 Local Area Network (LAN) Maintenance

 

 CBN Lagos Lagos Office, Tinubu
Lot 9 Local Area Network (LAN) Maintenance

 

CBN Learning Centre, Satellite Town, Lagos

 

CBN Learning Centre, Satellite Town, Lagos

 

 

 

Lot 10:       Cisco Smartnet for Specified Active Devices

 

The acquisition of the Cisco Smartnet contract for some specified network devices as contained in the table below.

 

 

Lots Description

 

Zone Locations
Lot 10 Smartnet for Specified Network Devices (Routers, Core Switches and Wide Area Appliance Services-WAAS) All Zones as stated in Lots 1-9 All 38 CBN Locations as stated in Lots 1-9

 

General Requirements:

Interested and competent LAN maintenance vendors wishing to provide the above service to CBN must submit the following documents for verification:-

a)       Evidence of registration with Corporate Affairs Commission.

b)      Evidence of payment of tax for the last three (3) years as at when due.

c)       Comprehensive company profile including registered address, functional

contact email address, GSM phone number(s), facsimile number(s).

d)      Verifiable evidence of similar jobs successfully executed in the past.

e)       Reference letter from bank stating financial ability to carry out such         service(s).

f)       Current company’s audited statement of account

g)       Evidence of employees’ Retirement Savings Account (RSA) with Pension Fund Administrator.

h)      Evidence of remitting employer and employees pension contribution to   appropriate pension fund custodian.

i)       Evidence of Transferring all Pension Funds and Assets prior to the

commencement of the pension reform Act to license pension operators.

j)       Evidence of payment of training contributions to ITF (Industrial Training Fund).

 

Specific Requirements

k)      The company must be an authorized partner/dealer of CISCO.

l)       Evidence of having provided similar LAN support service.

 

Collection of Bid Documents

Interested companies who possess the above minimum requirements may collect the bidding documents on the payment of a non-refundable fee ofN50.000.00 (Bank Draft in favour of Central Bank of Nigeria) from:

 

The Secretary,

Major Contracts Tenders Committee,

2nd Floor, Wing C

CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

Phone No: 09-462-37216

 

Submission

Completed tender documents, including all the above listed documents should be forwarded in wax scaled envelope boldly marked at the top left corner:-

“Comprehensive Maintenance Support of the Local Area Networks (LAN) in the Central Bank of Nigeria”

 

And addressed to:-

The Secretary,

Major Contracts Tenders Committee

2nd Floor. Wing C

CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

Phone No: 09-462-37216

E-mail: mctc@cbn.gov.ng

 

Closing Date:

All submissions must be received at the above Office on or before 14th January 2013.

 

Opening Date:

All submissions will be opened on 21st January 2013.

 

Important Notice:

A)      Nothing in the advert shall be construed to be a commitment on the part of the CBN.

B)      The successful company(s) will be notified formally.

 

Signed:

Management

Request for Expression of Interest (EOI) at Federal Ministry of Power

The Federal Republic of Nigeria

 

Federal Ministry of Power

 

Transaction Advisor for the Development of Coal Fired Plant in Benue through the Public Private Partnership (PPP)

 

Request for Expression of Interest (EOI)

 

The Federal Ministry of Power (FMP) has completed Feasibility studies, engineering design & Environmental Impact Assessment (EIA) for Coal Power plants in Benue State. Consequently, the Ministry in continuation of the Federal Government of Nigeria Power Sector Reform through Public Private Partnership (PPP) for stable, reliable and efficient power supply would like to engage the services of reputable and highly qualified consultants for the concessions of Coal fire plant for power generation through Public Private Partnership (PPP). The engagement of the Transaction Adviser will follow the National Policy on PPP (N4P).

 

The FMP now seek Transaction advisors to provide a broad scope of advisory services to assist in the procurement of the concessions. The FMP therefore invite qualified Transaction Advisors to express Interest in providing such services.

 

Terms of References

The services to be provided include but not limited to the following:

  • Completion of project preparation, including PPP transaction structuring;
  • Market sounding to confirm decisions on scope, structuring, and timing of transaction;
  • Financial analysis and modelling;
  • Upgrade the feasibility studies report to outline business case (OBC) in line with the National Policy on PPP (N4P);
  • Assistance in designing and managing the procurement and evaluation process and support to FMP Project Delivery Team (PDT) during that process,
  • Analysis of enabling legal framework;
  • Readiness for market assessment;
  • Preparation of information memorandum and tender documentation (including concession contracts etc);
  • Support in marketing;
  • Organisation and preparation, where necessary of supporting documentation to be made available to bidders (including technical analysis);
  • Assistance in negotiation with one or more parties prior to contract award; and
  • Management of other advisory inputs and overall management of the advisory team to ensure a successful transaction.

 

Transaction Advisers may consist of a single firm or a consortium of firms with the financial, legal, technical, PPP, and other specialist expertise required to successfully bring the transaction to financial close. In the case of a consortium, the consortium members must jointly submit the required information and must also dearly identify one of the firms comprising the consortium as the Lead Transaction Adviser. The Lead Transaction Adviser will have primary responsibility for liaising with FMP Project Delivery Team (PDT) and for managing the consortium’s advisory inputs as a whole.

 

Firms comprising the consortium with specialized expertise in the finance, legal,   and technical fields should be identified, respectively, as the Finance Transaction Adviser, Legal Transaction Adviser and Technical Transaction Adviser International Consultants are encouraged to form partnerships with reputable and accredited Nigerian consulting firms.

 

 

Submission of Expressions of Interest (EOI)

Prospective Transaction Advisers should indicate their interest by providing the following:

  • Full  name and nationality (country of registration of the company):
  • Profile of firm/consortium including ownership structure and role of each corporate entity with full contact details including email of lead firms.
  • Details of direct experience advising government in the structuring of PPP transactions:
  • Track record of successful closing of PPP concessions, particularly in the Power Sector:
  • Description of roles played in at least five (5) PPP Power Transactions closed in emerging markets during the past seven (7) years (at least one which should be in past (3) years),
  • Relevant experience in the Power sector (including technical competence);
  • Experience working in Nigeria and/or sub-Saharan Africa;
  • Financial Capacity Profile of the firm and Evidence of Tax Clearance Certificate for 2009, 2010, 2011 for Nigeria Firms;
  • Submission of three (3) years Audited Account with an annual turnover of over N13 million in each of the last 3 years.
  • Evidence of Employees Open Retirement Savings Account (RSA) with a Pension Fund Administrative (PFA) of the last three years for Nigerian firms;

 

Advisor will be selected in accordance with the procedures set out in the BPP Standard Request for Proposals (RFP) for the selection of Consultancy firms (Complex Lump Sum) January 2008.

 

 

Submission of Proposal:

The Expression of interest must be submitted in six (6) copies (one original & five copies) in a sealed envelope clearly marked “Expression on Interest” “Advisor on concessioning of Coal Fire-Power Plants”, and it should be Hand Delivered not later than 5:00pm on 17th December, 2012 to the address below:

 

The Secretary

Ministerial Tenders Board

Federal Ministry of Power

Room 347 Phase 1, Annex III

Federal Secretariat Complex Abuja

 

 

Further Information

  • Only   shortlisted   firms will be invited for further consideration.
  • Late submission will be rejected.
  • This advertisement shall not be construed as a commitment on the part of FMP to appoint any consultant nor shall it entitle any consultant submitting documents to claim any indemnity from FMP.
  • FMP reserves the right to take final decision on any of the document received in your proposals.
  • The Transaction Advisor can express interest in one or more lots.

 

 

Enquiries on the Invitation

All enquires are to be addressed to:

Director (Power)

Federal Ministry of Power

Federal Secretariat Complex

Phase 1 Annex III Abuja,

Nigeria.

 

 

Signed:

Permanent Secretary

Advertisement for the Expression of Interest (EOI) of Estate Surveyors and Valuers for 2nd Niger Bridge at Onitsha/Asaba in Anambra and Delta States at Ministry of Works

Ministry of Works

 

Public Private Partnership (PPP) Department Headquarters, Abuja.

 

Advertisement for the Expression of Interest (EOI) of Estate Surveyors and Valuers for 2nd Niger Bridge at Onitsha/Asaba in Anambra and Delta States

 

The Federal Government is in the process of awarding the Concession for the Design, Build, Finance and Operate (DBFO) of 2nd Niger Bridge at Onitsha-Asaba in Anambra/Delta States under Public Private Partnership (PPP) Scheme.

 

The new bridge has been categorized as critical National infrastructure and will be procured with support from Federal Government through the Subsidy Reinvestment and Empowerment (SURE) programme. The Ministry intends to fast track the procurement process and therefore procured the services of a Transaction Advisor (TA) Messrs Rough ton International who is currently carrying out the conceptual design and implement a transparent and competitive international tender process.  The TA amongst other things will determine the actual location of the new bridge.

 

2.       The main 2nd Niger Bridge shall be approximately 2km depending on the chosen location. There will be other minor bridges, interchanges/flyovers along the road alignment. The approach roads will also be 8-lane dual carriageway with a total length of 37km approximately

 

3.       In view of the above there is urgent need for the Ministry in liaison with Federal ministry of Lands, Housing & Urban Development (FMLH&UD) to take accurate enumeration of existing structures/crops & economic trees within the Right of Way (ROW) of the alignment to be chosen, ascertain the legality of such properties by conducting title search at the appropriate land registry etc. conclude the assignment within two months and submit report to the Ministry.

 

4.       In order to facilitate the proper handing over of the ROW to the preferred Concessionaire without hitches, the Ministry through its PPP Department therefore, wishes to invite competent and renowned Estate Surveyors and Valuers to submit EOI for the enumeration and evaluation exercise on the new alignment that will form the basis for payment of compensation to deserving claimants.

 

5.       Interested Firms are hereby invited to submit Expression of Interest (EOI) to carry out the enumeration and evaluation of structures/crops & economic trees within the ROW of the 2nd Niger Bridge, The prospective Estate Surveyors and Valuers are expected to demonstrate requisite skills and competence to undertake the exercise. The EOI submission should include but not limited to the following:

 

i.        Full name of the Firm, and contact person(s), postal contact and e-mail addresses, telephone/facsimile/mobile numbers;

 

ii.       Firm Profile;

 

iii.      Evidence of extensive knowledge and experience in the proposed assignment

 

iv.      Evidence of civic and statutory compliances including three years abridged audited accounts, tax certificates, incorporated certificates; and

 

v.       Evidence of registration as a member of the Nigerian Institution of Estate Surveyors and Valuers.

 

6.       Upon receipt of EOI from interested Firms, the Ministry shall evaluate and pre-qualify applicants that will eventually be awarded the contracts in different Lots as deemed fit by the Ministry to carry out the exercise.

 

7.       Completed EOIs in six (6) copies should be signed, sealed and delivered in an envelope clearly marked “Confidential” and boldly written “Expression of Interest as Estate Surveyors and Valuers on 2nd Niger Bridge at Onitsha/ Asaba” and submitted to:

 

Office of the Secretary

Ministerial Tenders Board

Federal Ministry of Works,

Mabushi – Abuja.

 

8.       All submissions must be made on or before 12.00pm, 31st December 2012.

 

Signed:

Dr. A.K. Muhammed, OON

Permanent Secretary