Invitation for Expression of Interest to Develop a Robust and Compelling Industrial Revolution Blueprint for Nigeria at Federal Ministry of Trade and Investment

Federal Ministry of Trade and Investment,

Old Federal Secretariat Complex, Garki – Abuja

 

Invitation for Expression of Interest to Develop a Robust and Compelling Industrial Revolution Blueprint for Nigeria

 

 

The Federal Ministry of Trade and Investment hereby requests for an expression of interest (EOI) from interested and qualified consultancy firms (International and Local) in partnering with the Ministry to develop a robust and compelling industrial revolution blueprint for Nigeria. This is geared towards a holistic and robust industrial fabric for Nigeria and which is very relevant to the transformation Agenda of the Federal Government of Nigeria.

 

 

2.0      Terms of Reference (TOR)

The terms of reference for the consultancy work include the followings:-

  1. To work with the staff of the Ministry in order to carry out a targeted top-down diagnostic of the Nigeria’s industrial sector as currently set and fashion out a workable, achievable and beneficial industrial sector as obtains in other climes such as Brazil, India, South Africa, Malaysia and Thailand.
  2. To fashion/formulate additional mandate towards the realization of Federal Government Transformation Agenda,
  3. Provide financial implication for the exercise using the BPP Standard request for Proposals for small assignment time based and the revised Federal Government scale of fees using man-hours.
  4. The top-down diagnostic of Nigeria’s Industrial sector which will include an assessment of the Country’s current position and evolution overtime outlining its strengths and weaknesses, and benchmarking a few key indicators to a group of peer and aspirational countries such as Brazil, India, South Africa, Malaysia and Thailand. The data gathered and findings observed will then be used to put forward the overall aspiration for the country’s industrial sector which can be used to galvanize the alignment of key stakeholders on this aspiration.
  5. The Industrial Revolution blue print should include 3 priority sectors, namely Agribusiness and Agro-Industries, Petrochemicals and Solid Minerals Derivative Industries. This phase of the work requires a more detailed analysis of the performance and potential of these 3 sectors and a development of a blue print plan for accelerating the development of the sector in Nigeria. This blue print will also include the identification of 3 key flagship projects to be pursued.
  6. Preparation of a 5 page template describing the analyses done and the required end products to develop a sector blue print plan which will enable the Ministry develop such blue print plans for other identified sectors not in the scope of this work.

 

 

3.0      Requirement for Submission of the EOI

All interested consultancy firms who wish to participate in the exercise as stated above are required to make payment of the sum of Thirty thousand naira (N30,000.00) only to the Ministry’s Account’s Department and collect a receipt for the payment.

The  evidence of this payment should be submitted along with the Technical document of the EOI and your firm’s profile which must include but not limited to the following documents:-

  1. Evidence of Incorporation of the company with the Corporate Affairs Commission (CAC).
  2. Evidence of Current Tax Clearance Certificate,
  3. Evidence of Current Audited Accounts for last three (3) years,
  4. VAT Certificates and evidence of remittances to FIRS,
  5. Evidence of Pension  Remittance and  Social  Security Contributions,
  6. Details of staff strength including the Curriculum Vitae and profile of key staff with copies of credentials for verification,
  7. Details  of  previous  consultants   undertaken   including scope and copies of Award Letters,
  8. Clear indication of head office address,
  9. Sworn affidavit that the Firm is not bankrupt
  10. Sworn affidavit that none of the Directors of the company is an ex-convict or bankrupt,
  11. Evidence   of   Financial   Capability   i.e.   Recent   Bank Statement of Account,
  12. Evidence that the Company is not in receivership etc,
  13. That at any time, the Ministry discovers that the information submitted in this EOI is false, the Ministry reserves the right to disqualify the company,
  14. Evidence   of  corporate   Registration   with   appropriate professional body

 

 

4.0     Method of Application

All EOI should include both Technical and Financial Bids. After preparation of the technical as well as the financial documents, both should be returned in a bigger envelope, sealed and addressed to the Permanent Secretary, Federal Ministry of Trade and Investment and clearly marked “EOI to partner with the Ministry to develop a robust and compelling industrial revolution blueprint for Nigeria”.

 

 

5.0      Deadline for the Submission/Opening

The EOI documents (Technical of Financial) should be submitted in two (2) hard and one (1) soft copy to the Office of the Deputy Director, Procurement, Rm. 111, Block G, Federal Ministry of Trade and Investment on or before 9th July, 2012.

 

Only the Technical proposals will be opened on the closing day at 1pm in the presence of the consultants or their representatives at the Perm. Sec’s Conference Room, Block H of the Ministry.

 

 

6.0      ENQUIRIES

All enquiries should be directed to:-

Deputy Director Procurement,

Rm 111, Block G,

Federal Ministry of Trade and Investment,

Old Federal Secretariat, Garki, Abuja.

 

NB:

Response to this invitation shall not oblige the Ministry to consider any firm for pre-qualification. All costs incurred as a result of response to this invitation and any subsequent requests for information or clarifications shall be borne by the responding firm. The Ministry is not bound to take the least bidder as the assignment is one that is designed to aid industrialization of Nigeria towards job creation, a feature of the Federal Government transformation Agenda

 

D. S. Kigbu, mni

Permanent Secretary

 

Request For Expression of Interest: Consultancy Services at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

 

Request For Expression of Interest: Consultancy Services

FMENVT/2012/EOI-I

  1. Introduction:

The Federal Ministry of Environment intends to finance the following assignments described below under the 2012 Capital Budget.

 

  1. Scope: The scopes of the assignments vary for the various lots and are as follows:

 

 

S/N Lot Number Project Description
1 EOI-I-FR-1 Consultancy for the   Preparation of Natural Resources Conservation, Development of Management Plans for Omo Forest Reserve and Co management of AMBOI/Baissa Forest Reserve.
2.

 

EOI-I-FR-2 Consultancy for the Improvement of Forest Resources Development and Management: Review of Forestry Revenue System, National Forestry Development    Dialogue, Monitoring and Evaluation Frame Work and System.
3 EOI-l-FR-3 Consultancy for Training Workshop for the Promotion of the Utilization of NYPA PALM in Akampa, Akpabuyo, Cross River State.
4 EOI-l-FR-4 Event Management Services for 2012 National Tree Planting Campaign.
5 EO1-1-DD-1 Consultancy for the Preparation    of the Strategic   Action Plan for the Great Green Wall (Nigeria) Programme
6 EOI-l-PC-1 Project Appraisal, Detailed Engineering Design and Bills of Engineering , and Evaluation for the Construction  of Integrated  waste management Facility in oyo
7 E01-I-PC-2

 

Project Appraisal, Detailed Engineering Design and Bills of Engineering Measurements and Evaluation for the Construction of Ilorin Integrated Waste Disposal and Management Facility.
8 EOI-I-PC-3

 

Air Quality Monitoring and Management Consultancy in Idu Industrial Layout, Abuja
9 E01-I-PC-4

 

Project Appraisal, Detailed Engineering Design and Bills of Engineering Measurements and Evaluation for the Construction of Scrap Metal Recovery and Management Facility.
10 EOI-I-PC-5

 

Project Supervision Consultancy for the Construction of Scrap Metal Recovery and Management Facility.
11 EO1-I-PC-6

 

Project Appraisal, Detailed Engineering Design and Bills of Engineering Measurements and Evaluation for the Construction of Waste Recycling Facility in Owerri Imo State.
12 EOI-l-EA-1

 

Environmental Survey of Nigeria Rivers, Phase 1: – River Niger
13 EOI-I-EA-2

 

Environmental Survey of Nigeria Rivers, Phase 1:- River Benue
14 EOI-l-EA-3

 

Development and Production of Sectoral Guidelines for Environmental Impact Assessment: Telecommunication Sector
15 EOI-l-EA-4

 

Development and Production of Sectoral Guidelines for Environmental Impact Assessment: Power Projects
16 EOI-I-EA-5

 

Development and Production of Sectoral Guidelines for Environmental Impact Assessment: Bitumen Exploration and Exploitation
17 EO1-I-EA-6

 

Development and Production of Sectoral Guidelines for Environmental Impact Assessment: Mining
18 EOI-I-EA-7

 

Development and Production of Sectoral Guidelines for Environmental Impact Assessment: Post Impact Assessment
19 EOI-I-EA-8

 

Review of Existing Sectoral Guidelines for Environmental Impact Assessment: Oil & Gas Sector
20 EOl-l-EA-y

 

Review of Existing Sectoral Guidelines for Environmental Impact Assessment : Eco Labeling & Water Quality
21 EOI-l-EA-10

 

Review of Existing Sectoral Guidelines for Environmental Impact Assessment : EIA Procedural Guidelines and the EIA Act of 1992
22 EOI-l-EA-1 1

 

Consultancy for Survey of Soil Quality in Four LGAs in Kogi State
23 EOI-I-EA-12

 

Consultancy for the Conversion of EIA Reports to digital formats for the EIA Registry.
24 EOI-l-LA-1

 

Consultancy for the establishment of E-library for the Legal Unit
25 EOI-I-CC-1

 

Consultancy for Developing a National Greenhouse Inventory System
26 EOI-I-CC-2

 

Consultancy tor Developing a National Action Plan For Implementing Clean Development Mechanism (CDM) Projects in Nigeria
27 EOI-l-CC-3

 

Consultancy for Developing a Pilot Adaptati on Project for Fishing Farmers on a Small Scale to adapt to the Impact of  climate Change
28 EOM-CC-4

 

Consultancy for Impact, Adaptation and Vulnerability to Impacts of Climate Change in North Eastern Nigeria
29 EOI-I-CC-5

 

Consultancy for the Development our Industrial Environment specifically for the Value Chains for Renewable Energy
30 EOI-l-EC-1

 

Project Appraisal, Detailed Engineering Design and Bills of  Engineering Measurements and Evaluation for Erosion and Mood Control Works

 

 

Tender Requirements:

Interested companies are required to posses and submit the following as part of the Expression of Interest documents. Firms without any of I-XII need not apply.

(i)                Certificate of Registration with Corporate Affairs Commission (Limited

liability only)

(ii)             Evidence of VAT Registration and Remittance

(iii)           Company’s   current  Tax   Clearance   certificate   for  the  last  three   (3)

years. (State Tax Identification Number TIN)

(iv)           Evidence of Compliance (Registration and Remittance) with the provision of the Industrial Training Fund (ITF) Amendment Act 2011

(v)             Evidence of Compliance (Registration and Remittance) with the provision of the PENCOM Act 2004.

(vi)           Provide details of Company’s profile including the Curriculum Vitae of 5 most important professional staff and other resources

(vii)        Verifiable   evidence   of  previous   experience   in   the  jobs   of  this

magnitude/nature. (Attach letters of Award and Certificates of Completion)

(viii)      List of Equipment Owned with identification numbers,

(ix)           Company Audited Account for the last 3 Years.

(x)             Evidence from the company’s Bankers as to its financial capacity/Bank

Support to undertake the assignment, if awarded.

(xi)           Name/e-mail Address and phone number of contact person.

(xii)        A Letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies.

 

Please provide ONLY coloured photocopy of the documents listed as items i, ii and iii

 

Additional Information:

(i)                Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent.

(ii)             The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.

(iii)           The Federal Ministry of Environment reserves the right to make available the Tender documents to shortlisted firms only.

 

 

 

 

Submission and Deadline:

The Submission is to consist of one original and two duplicate copies in the envelope marked “CONFIDENTIAL” on the Top left corner and written EOI (Specify LOT) at the centre. The submission is to be addressed to:

The Secretary,

Ministerial Tenders Board

Federal Ministry of Environment,

Abuja.

Telephone: 08094912628

E-mail: mtbfmenvt_abuja@yahoo.com

 

 

and Submitted at:

Room 019, Ground Floor, Green Building,

Federal Ministry of Environment

Plot 14 Aguiyi Ironsi Street,

Maitama, Abuja.

 

Deadline for submission is 11.00 a.m. on 16th July, 2012 (late EOls will be rejected) while the EOIs will be opened by 12.00 noon same day at:

Auditorium, Ground Floor, Green Building

Federal Ministry of Environment

Plot 14 Aguiyi Ironsi Street,

Maitama, Abuja.

 

 

NOTE: Only shortlisted firms will be notified. Complete set of Request for Proposal documents shall be issued to shortlisted firms at a later date from Secretariat of MTB Federal Ministry of Environment, Room B301, Mabushi upon the payment of a non-refundable fee of N10.000.00 in bank draft issued in favour of Federal Ministry of Environment for each of the Lot. (Bids switching after purchase will not be allowed

 

 

Signed:

Permanent Secretary

Invitation for Pre- Qualification to Tender at Federal Medical Centre, Nguru

 

Federal Medical Centre, Nguru

P.M.B 02 NGURU, Yobe State.

 

Invitation for Pre- Qualification to Tender

 

The Federal Medical Centre, Nguru is desirous to undertake the following projects under 2012 capital project. In view of the above; the centre is inviting competent and interested contractors for pre- qualification.

 

S/N LOT DESCRIPTION
i Lot 1 Construction of physiotherapy complex
ii Lot 2 Construction of general outpatient and specialty clinic complex
iii Lot 3 Procurement of fire service equipment
iv Lot 4 Construction of fire service unit
v Lot 5 Provision of walk way extension

 

Pre- Qualification Requirement:-

To be considered technically competent interested companies and contractors most submit a profile which should include

i.            A certified true copy of certificate of incorporation with the Corporate Affairs Commission
ii.            A copy of the company’s audited accounts of the preceding three years
iii.            Evidence of payment of tax copy of tax clearance certificate for the preceding three years to be enclosed
iv.            For companies or firms with five or more employees evidence of compliance with the pension reform act 2004
v.            Evidence of financial capability and or banking support to execute the contract without delay if awarded
vi.            Verifiable evidence of project successfully executed in Nigeria and evidence of knowledge of the relevant industry this is to include letters of award certificate of completion list of project and addresses of sites or location
Verifiable evidence of experience and relevant qualification of key personnel
Copy of value added tax (VAT) registration certificate and FIRS PIN number, evidence of previous VAT remittance to be included
ix.            Evidence of annual returns from CAC

 

 

Submission of Pre-Qualification Document

The pre- qualification document must be sealed in one common envelopes stating the lot number/ project title and company name on the reverse side of the envelope and addressed to:

The Medical Director Federal Medical Centre

P.M.B 02

Nguru, Yobe State

 

All submissions should be inserted in the tender box in the office of the procurement officer, Federal Medical Centre, Nguru.

 

Closing/Opening of Pre-Qualification Document;

Closing date for the submission: Tuesday 10th July 2012

Opening of Tender: Tuesday 10th July 2012 at 12 noon

Venue: – Board Room Federal Medical Centre, Nguru. (Old site).

 

Prospective bidders or their representatives are invited to the opening please.

 

NB: – this is not an invitation to tender. Full tendering will be apply only to those that have been pre- qualified and found capable of executing the project. Pre- qualified contractors would be required to pay N 50,000=non refundable fee for

lot-s 1, 2, and 3 and N 30,000 for lots 4 and 5 at the time of collection of bid documents.

 

Singed

Management

Invitation for Tender for 2012 Capital Projects at Federal Medical Centre, Gombe

Federal Medical Centre, Gombe

 

Invitation for Tender for 2012 Capital Projects

 

The Federal   Medical Centre, Gombe wishes to execute the below listed Projects under the year 2012 Capital budget:

 

Lot No
Description of Goods
I Procurement of Medical Equipment -A – CSSD EQUIPMENT
II Procurement of Medical Equipment-B – SURGICAL INSTRUMENTS
III Procurement of Medical Equipment -C – ERCP ENDOSCOPY UNIT
IV Procurement of Medical Equipment -D – X-RAY MACHINE
V Procurement of Medical Equipment -E- FILM PROCESSORS
VI Procurement of Medical Equipment- For A & E Unit
VII Procurement of Hospital Furniture for Ward
VIII Procurement of Hospital Furniture for A&E Unit
IX Procurement of Office Furniture for A&E
X Procurement of ICT Equipment
WORKS
XI Construction of Health Record Complex

 

Consequent upon the projects above, tenders are hereby invited from suitably qualified Contractors for the execution of the projects. Contractors may indicate their interest in one or more lots(s). Each lot must however have separate application and bear the relevant lot reference number.

 

 

Only Companies with proven experience and track records in similar jobs would be considered for the bidding.

 

Requirements

  1. Evidence of Registration with Corporate Affairs Commission
  2. Company Profile
  3. Evidence of VAT Registration
  4. Tax Clearance for 3 years (2009-2011)
  5. Evidence of Previous Experience in similar contracts
  6. Evidence of Remittance of Pension Contribution
  7. Evidence of Payment of N 10,000.00 Non refundable Tender Fee
  8. Compliance with the requirement of section 6 (1) to (3) of the Industrial Training Fund Amendment Act, 2011.

 

 

Collection of Tender Documents

Tender   documents   can   be   obtained   from   the   Office   of  the SECRETARY, MANAGEMENT TENDERS COMMITTEE FEDERAL MEDICAL CENTRE, GOMBE upon payment of non refundable fee of

N10, 000.00 (Ten Thousand Naira Only)

 

Submission of Tender Documents;

All Completed Tender documents must be sealed in a wax envelope, address to the “MEDICAL DIRECTOR” and clearly marked\ “TENDER” at the top left corner of the envelope and should dropped in the TENDER BOX situated at the Ground floor of the ADMINISTRATIVE BUILDING Federal Medical Centre, Gombe not later than 6th August, 2012 by 12:00Noon.

 

 

Tender Opening

Tender documents will be opened on Tuesday 6th August, 2012 by 2:00pm at the Hospital Board Room. Contractors or their representatives are invited to attend the opening exercise.

Request for Expression of Interest and Tender for Consultancy Services at Consumer Protection Council

Consumer Protection Council

 

Request for Expression of Interest and Tender for Consultancy Services

 

1.       This request for Expression of Interest and Tender for Consultancy Services follows the approval granted to the Consumer Protection Council by the Federal Government of Nigeria in the 2012 Budget for execution of vital consultancy services that will aid the Council in her core activities, namely:

 

 

• Lot 1:       Establishment of Call Centre in Abuja

• Lot 2:       Consultancy on the Evaluation and Impact Assessment towards Transformation of the Consumer Protection Council

• Lot 3:       Organization of Nigerian Consumer Awards (NiCA)

 

 

Detailed terms of reference (TOR) may be collected upon presentation of evidence of payment of a non-refundable fee of N20,000.00 (Twenty Thousand Naira only) at the address below.

 

2.       The Consumer Protection Council now invites eligible Consultants to indicate interest in providing the above services. Interested Consultants must provide information indicating that they are qualified to perform the services, namely:

  • Certificate of incorporation;
  • Company Audited Accounts for three years;
  • Tax clearance certificate for three years;
  • Evidence of financial capability and banking support;
  • Experience/technical qualification and experience of key personnel;
  • Similar projects executed and evidence of knowledge of the industry;
  • VAT registration and evidence of past VAT remittances.
  • Evidence of compliance with the provision of section 16b (d) of Public  Procurement Act 2007 as it relates to the Pension Reform Act 2004.

 

3.  A Consultant will be selected in accordance with the procedures set out in the Procurement Act, 2007 and the Procurement Procedure Manual published by the Bureau for Public Procurement (BPP) in January, 2008.

 

4. Interested Consultants may obtain further information from the Procurement Unit of the Council at the address stated below.

 

5.  Two sets of each completed Expression of Interest (original and copy) and a soft copy (flash drive) must be delivered in sealed envelopes marked “EOI AND TENDER DOCUMENTS FOR LOT 1 OR LOT 2” as the case may be, and delivered to the address below not later than 11.00am on 2nd August, 2012. ALL Tenders will be opened at 12.00pm on Friday 3rd August, 2012.

 

6.    The address referred to above is:

 

The Director General,

Consumer Protection Council,

Plot 1105, Dar-Es-Salaam Street,

Wuse II, Abuja.

 

 

N. B.: This advertisement shall not be construed to be a commitment on the part of the Council, nor shall it entail any bidder to make any claim(s) whatsoever and seek indemnity from the Council by virtue of that bidder having responded to this advertisement.

 

Signed:

Director General