Request for Expressions of Interest (Consulting Services – Firms Selection) at Edo State Employment and Expenditure for Results (SEEFOR)

Edo State Government

Request for Expressions of Interest (Consulting Services – Firms Selection)

 

Nigeria

State Employment and Expenditure for Results Project

 

Credit No: IDA50220

 

Assignment Title: Consultancy for the Implementation of Budget, Accounting, Expenditure Control and Reporting and Public Finance1 legislation Reforms

 

Reference No. ED/SEEFOR/CONSULTANCY/001

 

The Federal Government of Nigeria is receiving financing from the International Development Associations toward the cost of the State Employment and Expenditure for Results Project. Edo State is a beneficiary of the credit and intends to apply part of the proceeds for consulting services for improving the effectiveness of public financial management in the state through Budgeting, Accounting, Expenditure Control and reporting and Public Finance legislation reforms

 

The Consulting Services (“the Services”) include the review of current public financial management practices and regulations in order to facilitate transparency and accountability in the management of public resources in Edo state. The review will be in the area of budget preparation, Accounting, Expenditure control and financial reporting and public finance legislation.

 

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

(a)     A reputable Public Finance Management firm with 10years experience in public sector Accounting, Budgeting, Financial Management and Public Finance related laws.

(b)     The firm should have at least 5 years of operation/experience in relevant public financial management field.

(c)      Evidence of successful implementation of similar assignment in the public sector, providing detailed references and contact information.

(d)     Experience in similar condition.

 

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

 

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

 

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

 

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

 

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) not later than 22nd October, 2012.

 

Edo State Employment and Expenditure for Results (SEEFOR)

State Project Coordinating Unit (SPCU)

Attn: Project Coordinator

Ministry of Budget, Planning and Economic Development

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

234, Benin City, Edo State, Nigeria.

Tel: +234703853072

E-mail: edoseefor@gmail.com

Request for Expressions of Interest (Reference No. ED/SEEFOR/CONSULTANCY/ 005) at Edo State Employment and Expenditure for Results (SEEFOR)

Edo State Government

Request for Expressions of Interest (Consulting Services – Firms Selection)

 

Nigeria

State Employment and Expenditure for Results Project

Credit No: IDA50220

 

Assignment Title: Consultancy to conduct tax survey, develop a database and review the organisational structure of the State   Tax Board.

 

 

Reference No. ED/SEEFOR/CONSULTANCY/ 005

 

The Federal Government of Nigeria is receiving financing from the International Development Associations (IDA) towards the cost of the State Employment and Expenditure for Results Project. Edo State is a beneficiary of the credit and intends to apply part of the proceeds for consulting services for improving the effectiveness and efficiency of the State Board of Internal Revenue.

 

The Consulting Services (“the Services”) include conducting a state wide tax survey and determination of the functional and technical requirement for the Electronic Database Management Systems (EDMS) for sustainable and robust tax base in the state. This will help check tax evasion and consequently, improve the overall revenue profile of the state. The consulting firm will also review the existing structure and recommend an appropriate organizational structure for the State Board of Internal Revenue.

 

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

 

  1. A reputable Firm with a minimum of ten years cognate experience in Tax Administration and Tax law reforms, socio-economic surveys and enumeration. In addition the consulting firms should have experience in electronic database development and management.
  2. The firm should have efficient Tax, ICT and HR development units.
  3. The firm must have carried out at least five (5) Tax administration and organizational/HR reform assignments in the last five years.
  4. Demonstrable evidence of experience in tax reform and HR reform in the public sector in Nigeria or any African country

 

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

 

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

 

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

 

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

 

 

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax,) not later than 22nd October, 2012.

 

Edo State Employment and Expenditure for Results (SEEFOR)

State Project Coordinating Unit (SPCU)

Attn: Project Coordinator

Ministry of Budget, Planning and Economic Development

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

234, Benin City, Edo State, Nigeria.

Tel: +2347038538072

E-mail: edoseefor@gmail.com

Invitation for Bids (IFB) at Partnership for Reviving Routine, Immunization in Northern Nigeria; Maternal Newborn and Child Health (PRRINN-MNCH) Programme, Yobe State.

Partnership for Reviving Routine

Immunization in Northern Nigeria; Maternal Newborn and Child Health (PRRINN-MNCH)

Programme.

 

No 111 Obasanjo Housing Estates, Gujba Road, Damaturu. Yobe State.

 

 

Invitation for Bids (IFB)

Name of Project: Rehabilitation of Health Facilities at Cluster 3 AND 4

 

Cluster 3 – Location of site(s)

 

S/N

 

LOTS

 

HEALTH FACILITIES

 

TYPE

 

1

 

LOT1

 

Machina

Dole-Machina

Damai

 

BEOC

24/7

24/7

 

2

 

LOT 2

 

Malam Baba

Bubari

Afnori

 

BEOC

24/7

24/7

3

 

LOT3

 

Karasuwa Galu

Wachakal

Jaji-Maji

 

24/7

24/7

BEOC

 

4

 

LOT4

 

Bukarti

Gasma

Karasuwa Garu-Guna

 

24/7

24/7

BEOC

 

 

Cluster 4 – Location of site(s)

 

S/N

 

LOTS

 

HEALTH FACILITIES

 

TYPE

 

1

 

LOT1

 

Tudun-wada

Dawasa

Dazigau

 

BEOC

24/7

24/7

 

2

 

LOT 2

 

Degubi

Badejo

Dagare

 

BEOC

24/7

24/7

 

3

 

LOT3

 

Mamudo

Bula

Dogon-Zare

 

24/7

24/7

BEOC

 

4 LOT4

 

Kukuri

Garin Makwai

Nangere

 

24/7

24/7

BEOC

 

 

 

1.       PRRINN MNCH now invites sealed bids from eligible and qualified bidders for consideration in the rehabilitation of 12 building facilities each in cluster 3 and 4 respectfully.

2.       A complete set of Bidding Documents in English language may be obtained on the submission of a written Application to the address above on or before Friday 18th October, 2012. Issuance commences from 15th October, 2012 and ends on 29th October, 2012.

3.       Bids must be delivered to the address above at or before 5:00pm, on 29th October, 2012. Electronic bidding shall not be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders or their representatives who choose to attend at the address above.

 

Qualification requirements include:

(a)   Financial Capability

 

The Bidder shall furnish documentary evidence that it meets the following financial requirement

i)       External Audit Report of the last three (3) years.

ii)      Banker’s Authorization that the Bidder has the Financial Capacity or a line of credit to execute a Contract of the same magnitude (as contained in the Schedule of Requirements)

iii)     Copies of original documents defining the constitution or legal status, place of registration, and principal place of business of the Bidder; written power of attorney of the signatory of the Bid to commit the Bidder;

(b)     Experience and Technical Capacity

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirements):

(i)                Previous experience in works of a similar nature and size for each of the last five years,

(ii)             Details of work under way or contractually committed; and clients who may be contacted for further information on those contracts

(iii)           Qualifications and experience of key site management and technical personnel proposed for the Contract;

(iv)           Evidence of adequacy of working capital for this Contract (access to line(s) of credit and availability of other financial resources).

 

                                                                                                                                                

Invitation of Submission of Expression of Interest (EOI) for the Construction Completion and Management of students’ Hostels under Build, operate and transfer (BOT) Model at Ekiti State University, Ado-Ekiti

Ekiti State University, Ado-Ekiti

P.M.B. 5363, Ado-Ekiti

Website: www.eksu.edu.ng

 

Invitation of Submission of Expression of Interest (EOI) for the Construction Completion and Management of students’ Hostels under Build, operate and transfer (BOT) Model

 

1.0      Background

The Ekiti State University, Ado-Ekiti (EKSU) was founded in 1982 as the then Obafemi Awolowo University, Ado-Ekiti with a governing policy that the University shall be non-residential.

 

Over the years, this original view faced with realities of a fast expanding student population but without corresponding municipal facilities/Infrastructure within the University surroundings, has necessitated a review of the non-residential policy of the University.

 

In pursuance of this review: and in placing the University on the road-map as a fast growing institution of international repute, there has arisen the need to provide residential accommodation within the University campus as a means of strengthening the studyship of the students: and for which a large parcel of land has been allocated within the expansive University campus

 

Immensurable opportunities therefore abound at EKSU for willing and committed entrepreneurs to Invest in Students’ Hostels Project under very attractive Build. Operate and Transfer (BOT) terms.

 

In all, about 10.000 bed-spaces shall be built in phases under the BOT terms within the next five years; commencing with this first phase targeted at 2000 bed-spaces of guaranteed instant demand.

 

The EKSU hereby invites Expressions of Interest (EOIs) from reputable Investors for the project. The period and other terms of concession shall be negotiated between the University and successful investors, bearing in mind the cost of capital and the need to earn attractive returns on investment. The rent to be paid by students-tenant shall not only be affordable, but equally competitive; and shall generally fall within the range obtainable in other institutions for comparable facilities.

 

2.0     Scope of Works

The scope of works and services to be provided include:

  • Sourcing and owning of funds for the complete development of the hostel project;
  • Completing the design of the hostel project (from the University’s Architectural prototype hostel design) to the consent and approval of the University authority. The University’s brief and prototype architectural design of the project are available to assist any potential Investor.
  • Ensuring that the finished design is in consonance with the master plan and landscape of the University.
  • Responsibility for the construction and complete erection of the hostels and making same ready for effective occupation: and
  • Management of the hostels on completion including admittance of students/tenant, provision of estate services, maintenance of all services and returning a sound projects to EKSU at the end of concessioned period.

 

 

3.0      Requirements from interested Investors

The potential Investor or Consortium of investors MUST possess the premium requirement of a demonstrable financial capacity and capability and the willing interest and commitment to execute the project; and perhaps have track records in property development and management.

 

However, in order to be pre-qualified interested Investors or Consortium of Investors are required to submit an EOI detailing the following information as basis for prequalification:

 

3.1      Profile and Legal Status

  • Full name of firm and contact person, office (location) address, telephone, and e-mail addresses of each corporate entity,
  • Company profile stating clearly the management team and organizational structure including names and resume of key personnel
  • Ownership structure detailing name(s) of shareholders and their shareholdings.
  • Evidence of incorporation with Corporate Affairs Commission including
  • Certified True copies of Memorandum and Articles of Association and CAC Form C07 or its equivalent.
  • In case of individuals, his name, address, telephone, e-mail address and a 125x188mm portrait size photograph will suffice.

 

3.2      Financial Status

  • Provide the most recent audited Financial Statements and latest Management Accounts.
  • Provide a letter from its bankers that the Investor is financially sound and capable of financing the project.
  • Provide an attestation from its bankers stating unambiguously:
    • That the bank is willing to support the project;
    • The sum the bank will be willing to put at the disposal of the Investment for the project; and
    • the willingness of the bankers to offer to the Investor the Bank’s
    • Performance Guaranteed Bond in favour of EKSU for the sum and duration of the development of the project.

 

3.3     Relevant Experience

  • Previous or on-going experience (if any) in Property Development and management of similar projects.
  • list of relevant professional firms or persons. (that is, Architects, Engineers, Quantity Surveyors etc) that will undertake the Design and Supervision of the Construction of the hostel project; stating their qualifications and experiences, All such professionals must be registered with relevant registration  bodies and be members of their professional associations. Evidence of these must be attached.
  • The Construction Organization the investor intends to use for the erection of the project: its organizational profile stating its professional and managerial structures, experience, list of equipment whether owned, leased or hired, list of past projects stating the clients, project costs, durations and completion certificates.
  • The profile of the Facility Managing organization that the Investor intends using in the management of the completed project during the concessional agreement. The profile must state the names of the professionals of the organization, their qualifications, experience, and demonstrable ability to manage the facilities.

 

3.4      Other Information

  • A statement on local contents policy.
  • A statement on Environmental Assessment Impact of the project
  • A sworn affidavit from the High Court of Justice that:

–    None of the Directors of the company has been convicted of any criminal offence

-The company is not under any receivership and or subject to any winding-up proceedings; and that

–    The information submitted is true in all material respects.

 

  • Any indicative terms and conditions of the proposed BOT partnership.
  • Any other information considered by the Investor as necessary for the EOI.

 

4.0 Submission of Documents

Duly completed and neatly packaged EOI shall be submitted in One (I) original copy and Two (2) other copies in a sealed envelope clearly marked “EOI-Hostel development” to:

 

The Registrar,

Ekiti State University,

Room 242,

EKSU Main Campus,

KM11, Iworoko Road,

Ado-Ekiti

 

Not later than 4.00pm 6th November, 2012.

 

5.0     Further Enquiries

For further enquiries please contact:

Physical Planning Department,

Office of the Vice-Chancellor,

Room 025, Ground Floor, Lawrence Omolaye Administration Building,

EKSU Main Campus, KM 11, Iworoko Road

 

6.0     Important Notes

Interested Investors are to note that:

(i)      EKSU reserves the right to:

  • Sight the original copy of any document submitted or mentioned in the proposal.
  • Verify by any means the authenticity of any claims made
  • Reject any or all documents submitted
  • Discountenance any proposal

 

(ii)     All costs incurred by respondents in the complying fully with the process shall be at the expense of the Investor only.

This advertisement shall neither be construed as commitment on the part of EKSU to consider any proposal nor shall it entitle any Investor to make any claims whatsoever and/or seek any indemnity from EKSU.

 

Omojola Awosusi. Ph.D

Registrar

 

All costs incurred by respondents in the complying fully with the process shall be

 

Invitation for Bids (IFB) at Bauchi State Agency for the Control of HIV/AIDS, Programme Development Project (HPDPII)

Invitation for Bids (IFB)

 

Bauchi State Agency for the Control of HIV/AIDS, Programme Development Project (HPDPII)

 

CREDIT No. 45960-UNI

 

Procurement of Test Kits

 

IFB NO: BA/IPDPII/NCB/G/003/12

 

  1. The Federal Republic of Nigeria has received a credit from the International    Development Association towards the cost of HIV/AIDS Programme Development Project (HPDPII), and it intends to apply part of the proceeds of this credit to payments under the contract for procurement of Test Kits.

 

 

  1. The Bauchi State HIV/AIDS Programme Development Project (HPDPII) now invites sealed bids from eligible bidders for the supply of the following test kits.

 

Test Kits.

 

Lot

 

Item No. Description

 

Quantities Doses Place of Delivery

 

Bid Security Bid Validity Delivery Schedule from     Date of Contract Signing
Lot 1

 

Screening Test:

High (Sensitivity) Sensitivity: Not less than 99.9% , Specificity : Not less

than 99.0%

Specimen: Whole blood Able to detect HIV/2 antibodies Storage temperature: 2- 30°C Shelf-life: Not less than 12 months

 

 

 

40,000

 

Store, BACATMA No. 4 Yandoka Road, Bauchi State. Nigeria A bid security of at least 3% of bid price is required

 

90 days

 

Within 60 days

 

Lot 1 2 (Confirmatory test (High Specificity) Sensitivity: Not less than 99.5%

Specificity: Not less than 99.8%

Specimen: Whole blood Able to detect HIV1/2 antibodies

Storage temperature: 2- 30°C Shelf-life: Not less than 12 months

 

 

2,000.

 

Store, BACATMA No. 4 Yandoka Road, Bauchi State. Nigeria A old security of at least 3% of bid price is required 90 days

 

Within 60 days

 

Lot 1 3 Tie Breaker (high accuracy) Sensitivity: Not less than 99.8%

Specificity: Not less than 99.8%

Specimen: Whole blood Able to detect HIV1/2 antibodies

Storage temperature: 2- 30°C Shelf-life: Not less than 12 months

1, 000 BACATMA No. 4 Yandoka Road, Bauchi State. Nigeria A bid security of at least 3% of bid price is required

 

90 days

 

Within 60 days

 

  Total = 43,000

 

 

Note:

1.       All should include running buffers.

2.       The test kits should have a minimum of 2 years shelf life from the point of delivery.

 

Note: All items are under one lot. Bidders quoting for incomplete lot will have their bids declared nonresponsive.

 

3.       Bidding will be conducted through the national competitive bidding procedures specified in the World Bank’s Guidelines: Procurement under

4.       IBRD Loans and IDA Credits, and are open to all bidders from Nigeria as defined in the Guidelines.

 

5.       A complete set of Bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non refundable fee N10, 000.00 (Ten thousand naira only).The method of payment will be certified Cheque, bank draft or in cash in favour of Bauchi State HIV/AIDS Programme Development Project (HPDPII). The document shall be collected by bidder’s representative.

 

6.       Interested eligible bidders may obtain further information from Bauchi State

HIV/AIDS Programme Development Project (HPDPII) and inspect the bidding documents at the address given below from 9.00am to 4.00pm, Monday to Thursday and 9.00am to 1.00pm on Friday, except on public holidays.

 

7.       Bids must be delivered to the address below at or before 11:00am 8th November, 2012 Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of bidder’s representatives, who choose to attend at the address below at 11:00 am 8th November, 2012.

 

All bids must be accompanied by a Bid Security of at least 2% of bid price or an equivalent amount in a freely convertible currency.

 

 

8.       The address referred to above is:

 

Conference Room,

Bauchi State HIV/AIDS, Programme Development Project (HPDPII)

BACATMA Office Complex,

No 4 Yandoka Road, Bauchi.

Nigeria

 

Tel: +2348037769325

Email:yuasoro@yahoo.com

 

Signed:

The Project Manager