Request for Expression of Interest (Consultancy Services) at The Bauchi State Malaria Control Booster Project

Request for Expression of Interest

(Consultancy Services)

 

Country:                       Nigeria

 

Project:                          Malaria Control Booster

 

Project:                          Bauchi

 

Sector:                           Health

 

Consulting Services:     Monitoring And Evaluation.

 

Credit Number:            4250-UNI

 

Project ID Number:      P970921

 

Date:                              22nd October, 2012

 

Request for Expression of Interest

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Malaria Control Booster Project and intends to apply part of the Credit to cover eligible payment for consulting services for Monitoring and Evaluation frame work of the project. Individual Consultant.

 

The Objective of the Assignment

The overall objective of the consultancy is to strengthen the Monitoring and Evaluation frame work of the SMCBP. The activities of the sub­components of the Project require close monitoring and continuous evaluation to track progress in a consistent manner in the project.

 

This makes it necessary to put in place very strong and adequate M&E System for quality control and effective service delivery which are central to the successful implementation of the Project

 

The Bauchi State Malaria Control Booster Project now invites eligible Individuals to indicate their interest in providing the services. The Consultant is expected to provide technical assistance in the implementation of the M&E software already established by the Project and also strengthen the Monitoring and-Evaluation frame work of the SMCBP system to ensure effective planning, forecasting, delivery, storage, distribution and utilization of all   malaria   and   related drugs and commodities.

The consultant will also assist in developing a management cycle for using information recurrently for future planning and management decision making. The consulting service is for a period of 9 months.

 

 

Required Qualifications

The assignment is to be conducted by an experience person, with considerable qualification and experience in Monitoring and Evaluation (M&E) and should have at least a minimum of Bachelor Degree in related field with 5 years’ post-qualification.

 

Method of application Interested individuals must provide information indicating that they are qualified to perform the services (Curriculum Vitae, description of similar assignment, experience in similar condition, availability of requisite skills, etc)

 

S/he will be selected in accordance with the procedures set out in the World Bank Guidelines: Selections and employment of Consultants by World Bank Borrowers, (current edition).

 

Interested individuals may obtain further information at the address below during office hours between 09.00am-4.00pm daily, except on public holidays.

 

Expression of Interest must be submitted to the address below on or before the 5th November, 2012 by 12.00 Noon with inscription on the envelopes SUBJECT Expression of interest for Monitoring and Evaluation Individual Consultant. The Project Manager, Bauchi State Malaria Control Booster Project BACATMA, No. 4, Yandoka Road; Bauchi. Attention: GSM No: 08058622243 Email: umar_babuqa@yahoo.com

 

Invitations to Participate in the Tendering Exercise for Various Supplies in FCT Area Councils Service Commission, Abuja Geographic Information Systems, FCT Urban & Regional Planning Tribunal, ASO Radio 93.5 FM and ASO Television at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

FCT Tenders Secretariat

 

Invitations to Participate in the Tendering Exercise for Various Supplies in FCT Area Councils Service Commission, Abuja Geographic Information Systems, FCT Urban & Regional Planning Tribunal, ASO Radio 93.5 FM and ASO Television.

 

The Federal Capital Territory Administration (FCTA) through the FCT Procurement Department is inviting competent and interested Companies/Suppliers to submit Technical and Financial bids for the following Projects:

 

1.       FCT Area Councils Service Commission:-

i)       Supply of Office Furniture.

 

2.       Abuja Geographic Information Systems:

i)       Supply of Office Materials

ii)      Supply of Computer Materials

iii)     Printing of Non Security Documents

iv)     Maintenance of Office Furniture

v)      Maintenance of Office Building.

 

3.       FCT Urban and Regional Planning Tribunal:-

i)       Supply of Computer Materials.

 

4.       ASO RADIO 93.5 FM:-

i)       Renovation of Office Complex

ii)      Computerization of Finance Department

iii)     Supply of Office Equipment.

 

A.      Technical (Prequalification) Requirements:

i)       Evidence of registration with Corporate Affairs Commission (CAC).

ii)      Tax clearance for the last three (3) years.

iii)     Evidence of registration with Pension Commission and up to date remittance of employee contributory pension funds.

iv)     Evidence of ITF Contributions in compliance with ITF Act.

v)      Up to date evidence of Annual returns with CAC, and note that due diligence could be conducted.

vi)     Verifiable documentary evidences of similar jobs that had been successfully executed within the last three years.

vii)    Evidence of last three (3) successive years of Audited Accounts by a Chartered Accounting Firm.

viii)   Letter authorizing FCTA to cross check the Company’s account;

ix)     Current Bank Reference, and statement of account of the Company for the last twelve (12) months.

x)      Sworn affidavit in compliance with the provisions of Part IV Section 16, Sub-section 6 (a & f) of the Public Procurement Act, 2007.

 

B.      Collect of Tender Documents

Interested Companies should collect the Tender documents from FCT Procurement Department, First Floor, Block “B”, FCT Procurement Department, FCTA Secretariat, Kapital Road, Area 11, Garki-Abuja upon the presentation of evidence of payment of N10,000.00 non-refundable Tenders fee into FCT Treasury Revenue Account No. 051503010000426 at Fidelity Bank PLC (Central Area), Abuja.

 

C.      Submission:

The Technical and Financial bid documents should each be sealed and labeled “Technical” and “Financial” Bids separately as appropriate, and the two envelopes be put in another envelope that should also be sealed and labeled at the right hand corner accordingly indicating Project name, and name of Procuring entity (that is either FCT Procurement Department, FCT Pension Department or Abuja Infrastructure investment Centre). The Tender documents (Technical & Financial bid) shall each be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by an authorized Principal officer of the bidding company, the document should be deposited in the Tender Box at the office of the Secretary, FCT Tenders Board Secretariat, Room 043, First Floor, Block “B”, FCT Procurement Department FCTA Secretariat, Kapital Road, Area 11, Garki-Abuja on or before 28th November, 2012 by 12.00 noon .

 

Note:

i)       Interested bidder without all the Items i-iv of the prequalification requirements above stands disqualified from the Tendering processes.

ii)      The representatives of the bidding Companies and interested members of Public especially Civil Rights Organizations are invited to witness the opening of the Tenders at 2.00pm on the same day 28th November, 2012 at FCT Archives & History Bureau, near AGIS, Area 11, Garki-Abuja.

iii)     The representatives of the companies are to bring a letter of introduction indicating name, rank and sample signature.

iv)     This advertisement shall not be construed as a commitment on the part of FCTA nor shall it entitle responding companies to seek any indemnity from FCTA by virtue of such companies having responded to advertisement.

v)      FCTA is not bound to accent the lowest or any of the bids.

 

Signed

Management

Construction of Access Road and Intake Structure of Sagamu Water Supply Scheme and Procurement of Pumpset, Generators, Valves and Fittings at Ogun State Water Corporation

Invitation for Bids Nigeria

1st National Urban Water Sector Reform Project

Construction of Access Road and Intake Structure of Sagamu Water Supply Scheme and Procurement of Pumpset, Generators, Valves and Fittings

 

Surge Vessel, Plant/Network O&M Spares.

Credit No. 47840-UNI

 

 

This Invitation for Bids follows the General Procurement Notice for this Project that appeared in the dgMarket web site on June 2, 2004 and was published in UN Development Business. Issue No. 633, on June 30, 2004.

 

The Federal Government of Nigeria has received a credit from the International Development Association towards the cost of National Urban Water Sector Reform Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for Construction of Access road and intake structure of Sagamu Water Supply Scheme and Procurement of Pump sets, Generators, Valves and fittings, Surge Vessels, Plant/Network O&M Spares.

 

 

TABLE 1

WORKS

 

Package 1

 

Lot No

 

Contract No.

 

Description Of Services

 

Location

 

Delivery Period

 

Bid Security

 

Turn Over

 

OG/NUWSRP/ WKS/NCB/12-06

 

Construction of Access road and Intake structure of Sngarnu Water Supply Scheme

 

Sagamu

 

6 Months

 

N 10,200. 000 00

 

N l. 100.000.00000

 

GOODS
Pak No – Lot No

 

Contract Number

 

Description of Services

 

Location

 

Delivery Period

 

Bid Security

 

Turn –over

 

2

 

1

 

(OG/NUWSRP/ GOS/ICBO2)

Lot I

 

Supply of Plant/ Network O&M spares

 

Abeokuta

 

6 months

 

N7 495.340

 

N297.000000

 

2

 

OG/NUWSRP/ GDS/ICB02 -Lot II

 

Supply of Surge Vessel with Compressor

 

Ijebu Ode

 

6 months

 

N250 000 00

 

N30.000.000

 

3 1 OG/NUWSRP/ GDS/ICB03 -Lot I

 

Supply of Pump set

 

Abeokuta. Ota

 

6 months

 

N750.000 00

 

N210.000.000
2

 

OG/NUWSRP/ GOS/ICB03 -Lot II

 

Supply of Generators

 

Abeokuta

 

6 months

 

N1, 750 000 00

 

N210.000.000
3

 

OG/NUWSRP/ GDS/ICB03 -Lot III

 

Supply of Valves and fittings

 

Abeokuta 6 month

 

N2.500.000.00

 

N300 000.000

 

 

 

The Ogun State Water Corporation now invites sealed bids from eligible and qualified bidders for Supply of items mentioned above consisting of Goods including but not limited to the following:

 

  Description of Services Amount For Bid Documents

 

Closing Date And Time Of Bids

 

Date and Time of Bid Opening
1 Supply of Plant/Network O&M Spare N30,000.00 5th December, 2012 Time. 12.00pm

 

5th December, 2012 Time. 12.30pm

 

2 Supply of Surge Vessels with Compressor N 15,000.00

 

5th December, 2012 Time. 12.00pm

 

5th December, 2012 Time. 12.30pm

 

3 Supply of Pump Set

 

20,000.00

 

5th December, 2012 Time. 12.00pm

 

5th December, 2012 Time. 12.30pm

 

4 Supply of Generators

 

N25,000.00

 

5th December, 2012 Time. 12.00pm

 

5th December, 2012 Time. 12.30pm

 

5 Supply of Valves and Fittings

 

N30.000.00

 

5th December, 2012 Time. 12.00pm

 

5th December, 2012 Time. 12.30pm

 

6 Construction of Access Road and Intake Structure of Sagamu Water Supply Scheme

 

N40,000.00

 

5th December, 2012 Time. 12.00pm

 

5th December, 2012 Time. 12.30pm

 

 

 

 

Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the guidelines.

 

Qualifications requirements include the following minimum conditions

 

a.  Certificate of incorporation of firm, Audited financial report in the last five years and a copy of federal Inland Revenue service tax certificate for the last five years

b.  The bidder shall furnish documentary evidence to demonstrate that it has supplied similar items in the last five years

 

Interested eligible bidders may obtain further information from Ogun State Water Corporation and inspect the bidding documents at the address below from Mondays to Fridays (except public holidays) from 8.30 am to 3.30 pm.

 

A complete set of bidding documents in English language may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee for the respective lot as mentioned in paragraph 3 above any of the lot. The method of payment will be Bank Draft made in favour of the National Urban Water Sector Reform Project, Ogun State. The Bidding Documents will be collected by hand or sent by courier services on request.

 

Bids must be delivered to the address below as stated in table 2 above. Electronic bidding “shall not” be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address below as stated in Table 2 above.

All bids must be accompanied by a bid security as stated in the table under paragraph 2 above or an equivalent amount in a freely convertible currency.

The address referred to above is:

 

General Manager

Ogun State Water Corporation,

Ibrahim Babangida Boulevard,

Oke Mosan

Abeokuta.

Request for Expression of Interest (EOI) at The World Bank

The World Bank

Request for Expression of Interest (EOI)

Consultancy Services on World Bank Client Survey for Nigeria

 

Introduction: The World Bank (the Bank) Plans to undertake a Client Survey in Nigeria to enable the Bank obtain systematic feedback from its stakeholders with the objective of enhancing its responsiveness and improving its capacity to deliver results. The Survey will entail measuring stakeholders’ reactions to the products and services being delivered by quantitatively gauging attitudes.

 

Expression of Interest: Request for EOIs are hereby sought from interested consulting firms for pre-selection to conduct a national survey, primarily focused on a range of stakeholders and development partners including:

  • Federal government ministries and implementing agencies.
  • State Ministries, Departments and Local Governments.
  • Multilateral and bilateral agencies.
  • International development organizations.
  • Academic and research institutes.
  • Business and private sector organizations
  • CSOs/NGOs.
  • Media.

 

Edibility Criteria/Requirement for the Expression of Interest:

The requirements for the Expression of Interest (EOI) for the Prospective consulting firms are as follows:

  • Evidence of Registration as legal entity in the country of location
  • Detailed profit; of the firm, including Curriculum Vitae of professional staff members to conduct the survey; academic and professional certificates; experience and attestation of availability
  • Details and proof of at least two similar and verifiable surveys successfully completed by the firm in the last 10 years (please attach copies of transaction documents, including completion certificate)
  • Evidence of firm’s audited accounts for the last 5 years (consecutive years)
  • Proof of continuous professional activity for the last 5 years as an indication of professional reliability

 

Method of Application:

All interested firms are invited to submit Expressions of Interest (EOI) in sealed envelopes clearly marked “Expression of interest to conduct the Nigeria Country Survey for 2012” and send to the address:

 

The Communications Officer

World Bank Country Office

102 Yakubu Gowon Crescent

Asokoro, Abuja

 

Submission should be done on or before 30th October, 2012 by 5.00 pm. The EOIs will be opened on Friday 2nd November, 2012, at 10.00 am at the World Bank country office. After the evaluation of the EOIs, only the short-listed firms’ will be contacted.

 

Pre-Qualification of Contractors and Tender for the Execution of Special Intervention Protects at Rivers State Polytechnic

Rivers State Polytechnic

P .M. B. 20 BORI

 

Pre-Qualification of Contractors and Tender for the Execution of Special Intervention Protects

 

The Rivers State Polytechnic Bori intends to execute her Tertiary Education Trust Fund (TETFUND) 2011 Special Intervention Projects. The Projects are aimed at addressing the Institution’s need for essential physical infrastructure and key instructional facilities.

 

A       Description

The projects shall consist of the following;

(i)      Lot I           Construction and furnishing of 3-storey classroom block

(ii)     Lot II       Construction and furnishing of 2-siorey Library Complex

(iii)    Lot III         Procurement of 30 sealer Toyota Coaster bus for students

(iv)    Lot IV         Supply and installation of 150KVA sound proof generator

Including cabling 600Amps change over switch, earth rod/ earth wire, earth mat, cable log (150MM), salt, charcoatemance/services for 12 months, testing and commissioning for Library.

 

Details and scope of the projects are available in the Office of the institution’s Director of Works and Maintenance Services.

 

B.        Pre-Qualification Criteria

a)       Only Contractors with proven capability, relevant experience and good record of accomplishment would be considered to competitively tender for the projects);

b)      Company profile and organizational structure including names and resumes of key personnel indicating their qualifications and experience;

c)       Verifiable list of previous/similar major works executed within the past 5 years and their locations;

d)      Evidence of incorporation and tax clearance for the last 3 years;

e)       Evidence of payment of Value Added Tax (VAT) and evidence of remittance;

f)       Evidence of registration with Rivers State Polytechnic, Bori;

g)       Evidence of financial strength, credit worthiness and solvency;

h)      Evidence of Company’s audited account for the last three years from a registered accounting firm;

i)       List of relevant equipment;

j)       Experience in Building/Construction installation.

 

C       Collection of Pre-Qualification/Tender Documents

Interested contractors are required to pay a non-refundable processing fee(s) (bank draft) of N100, 000.00 (One Hundred Thousand Naira) each for any of the projects at the Bursary Department of the Polytechnic. The bank draft for the processing fee(s) should be made payable to the Bursar, Rivers State Polytechnic, Bori. Evidence of the payment will qualify the contractor(s) for collection of Pre-qualification document from;

 

The office of the Director of Works

Rivers State Polytechnic

P. M. B. 20

Bori

 

 

D.        Submission of Pre-Qualification/Tender Documents

(i)      All pre-qualification/Tender documents should be submitted in sealed envelopes (2 copies) and marked as follows:

 

–   Pre-Qualification/Tender for the execution of the 2011 Tertiary Education Trust Fund (TETFUND) Special intervention Project(s).

This should be addressed to:

 

The Registrar

Rivers State Polytechnic

P. MB. 20

Bori.

 

And delivered to the undersigned not later than 4.00 pm Wednesday, 28th November, 2012.

 

E.       General/Special Information

  • This advertisement shall not be construed as a commitment on the part of the Polytechnic, nor shall it entitle prospective contractor to make any claim whatsoever and/or seek any indemnity from the Polytechnic;
  • Failure to comply with any instruction above or to provide any of the listed documents will automatically result in disqualification;
  • Entries received at the expiration of the deadline will not be processed.

 

 

PAUL I. IGBARA

Registrar