Notice of Invitation for Bid at Central Bank of Nigeria

Central Bank of Nigeria

Notice of Invitation for Bid  at Central Bank of Nigeria

 

1.0         Introduction

The Central Bank of Nigeria invites sealed bids from bidders for the provision of Consultancy services for the implementation of Business Continuity Management in the Central Bank of Nigeria.

 

2.0     Scope of Work

The project scope essentially will cover the review of the Business Continuity Management Strategy, development and implementation of an up-to-date Business Continuity Management Program for CBN. Accordingly, the scope of work should entail:

 

1BS 25999 Gap Analysis

  • Gap analysis/assessment of the existing BCM strategy, structure and practices of the Bank against BS25999 standards.
  • Development of BCM Implementation Program

 

2 Development/Revision and Implementation of BCM Framework

  • Development and implementation of BCM Policy
  • Development and implementation of BCM
  • Organization and Governance
  • Deployment of BCM Tools

 

3 Review and Implementation of BCM Strategy

Business Impact Analysis

Risk Assessment

Implementation of Business Continuity Strategy

  • Implementation of Business Units Business Continuity Plans and Incident Management Plans.
  • BCM Training and Awareness

 

4 Exercise, Maintenance and Review

Business Continuity Plan.

  • Simulations/Drills

 

5 BS 25999 Certification

Following the successful execution of the above listed scope, the consultant will work with the CBN to achieve BS 25999 Certification

 

3.0     General Requirements

Interested Service provider wishing to carry out the above job shall submit; amongst others, the following documents for verification:

a)       Copy of Company’s Certificate of Incorporation.

b)      Evidence of payment of tax for the last three (3) years as and

when due.

c)       Comprehensive company profile including registered address,

functional contact email address, Contact phone number(s), and detailed Resume of relevant staff.

d)      Previous, verifiable evidence of experience on similar projects successfully executed in an organization similar in size and complexity to the CBN (evidence of verifiable certificate of completion should also he provided)

e)       Reference letter from bankers) stating financial ability to carry out such project(s)

f)       Current company’s 3 years audited statement of account.

g)       The vendor must be professionally certified by internationally

recognized bodies (E.g. BCI, BCMI & DRI).

h)      Evidence of employees Retirement Savings Accounts (RSA) with a pension Fund Administrator.

i)       Evidence of remitting  employer and employee pension contributions to the appropriate pension fund custodian.

j)       Evidence of transferring all pension Funds and Assets prior to the commencement of the pension Reform Act to licensed pension operators (For Nigeria’s based bidders).

k)      Payment of non-refundable processing fee of N50,000.00 (Fifty Thousand Naira Only) or its equivalent through Bank Draft in favour of Central Bank of Nigeria.

l)       Evidence of remittance of Training contributions to the Industrial Training Fund (ITF)

m)     Requirements (a, b, e, h, i & j) are applicable to only Nigeria registered Companies. Interested foreign based Service Providers may provide what is applicable in their respective countries.

 

 

4.0     Collection of Detailed Requirement:

Interested and competent consultants wishing to carry out the above job should collect the detailed requirement document from the Secretary Major Contract Tenders Committee, PSSD (2nd Floor, Wing C) CBN Head Office Abuja.

 

5.0     Submission

The submission must be in two separate envelopes.

A.      The General Requirements and the Technical Solution(s) should he submitted in one wax sealed envelope boldly marked at the top left corner:-

“Prequalification and Tender for implementation of Business Continuity Management in the Central Bank of Nigeria”

 

B.      The Financial Bid should be submitted in another wax sealed envelope boldly marked at the top left corner: “Financial Bid for Implementation of implementation of Business Continuity Management in the Central Bank of Nigeria”

 

The submissions should be addressed to:-

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C,

CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

Fax NO: 09-462-37215

E-mail: tenders@cbn.gov.ng

 

Closing Date:

All submission must be received at the above address on or before 5th July 2012.

 

Opening Date:

The tenders shall be opened on 5th July, 2012 at Central Bank of Nigeria Head Office Complex Abuja, 2nd Floor Wing D Conference Room by 11 am.

 

Important Notice:

A)      This advert supersede the earlier advertorials published in some national dailies.

B)      Only successful pre-qualified company(s) will have their Financial Bids evaluated. Full tendering procedure will be applied to consultants prequalified and found capable of executing the project.

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

D)      The successful consultants will be contacted

 

Signed:

Management

Request for Expression of Interest (EOI) For Public Private Partnership Performance-Based Technical & Commercial Assistance Facility Management of CRSWBL Calabar Akamkpa & Ugep/Ediba Water Schemes at Cross River State Water Board Limited (CRSWBL)

Federal Government of Nigeria

Cross River State Government

Cross River State Water Board Limited (CRSWBL)

 

Second National Urban Water Sector Reform Project Loan No: CR. 4086 (PO71391)

 

Request for Expression of Interest (EOI) For Public Private Partnership Performance-Based  Technical & Commercial Assistance Facility Management of CRSWBL Calabar Akamkpa & Ugep/Ediba Water Schemes

 

This invitation follows the general procurement notice for this project in Development Business No. 673 of February 2006 on-line and in DG Market: The Federal Government of Nigeria (FGN) has received a credit from the International Development Association (ID) for the implementation of  the second National Urban Water Sector Reform Project (2nd NUWSRP) CR. 4086 (P071391); and it intends to apply a portion of the funds to eligible payments under the contract for which this Request for Expression on Interest is issued.

 

Cross River Water Board Limited (CRSWBL) a limited liability company wholly-owned by the Cross River State Government (CRSGK is appointed ^ the implementing agency responsible for supervising, monitoring and evaluating the resulting performance-related Management Contract.

 

The Cross River State Government through the project implementation agency Cross River State Water Board Limited now invites Expression of Interest from credible and reputable firms to provide the following consulting services: “ The public Private Partnership Performance-Based Technical & Commercial Assistance facility Management of  additional details on the services, however could be obtained from the office address below:

 

Calabar Scheme Akamkpa Scheme UGEP/Ediba Scheme
Towns Served Calabar South, Calabar Municipal Odukpani, Akpabuyo Akamkpa, Awi, Mbarakom Ediba, Ugep, Usumutong, Adim, Idomi, Ekori, Nko, Mkpani, Akpet, Ibogo
Population Estimate (2012) 1,100,000 61,650 251,050
Raw Water Source Great Kwa Calabar River Calabar River
Facility Capacity 80,000 cu.m 10,000. cu.m 48,000 cu.m
Capacity Utilization 35% Less than 10% 20%
No. of Water meter service connections 32,900 (active Less than 25,000) 620 1.150
Total Length of distribution pipeline Transmission mains (33.7km): Distribution (405.2km) Transmission mains (7km); Distribution (20km) Transmission mains (56.3km); Distribution (74.07km)

 

The overall objective of the assignment is for the Utility to achieve viability and sustainability  while  expanding  and improving reliability of public potable water services to the  identified urban and peri-urban communities from the available water supply infrastructure through substantial/or full recovery of the operations and maintenance (O&M) costs from revenue generated from sales of water. The assignment shall cover  Water production, Water distribution, service coverage extension, quality service deliver, Metering, staff development, health and safety, Billing and collection of water  charges, customer care i.e Technical and commercial functions

 

The successful Technical and  Commercial Expert shall via an evidence based performace contract (i) manage, operate and maintain the facilities of Cross Rivers State Water Board Limited in order to significantly improve service standards; (ii) manage meter reading functions, invoice customers and collect revenue; (iii) maintain up to date automated data of ALL active, inactive and disconnected customers; (iv) prepare and deliver a strategic plan inclusive of capital investment report; (v) prepare a feasible business plan charting a road map that shall lead to paradigm shift of the  Utility operations toward evidence-based performance management aimed towards profitability; (vi) ensure compliance with reasonable quality assurance measures, while protecting  the interest and aspirations of the  utility consumers.

 

The request for Expression of Interest (EOI) is to identify and pre-qualify eligible, capable and competent firms with credible and competent firms with credible and reputable experience in water utility or similar facility operation management who will be invited to submit proposals following the release of a formal Request for Proposals by the Cross River Water Board Limited.

 

The envisaged performace-based Contract shall have the eligible management fees and remunerations of the principal staff financed from proceeds of the on-going World Bank “2nd National Urban Water sector Reform project” IDA credit; proceeds of the credit shall momentarily be utilized to support the utility with critical treatment plant input only during the period when this is justified and in line  with the projections of the  entity business plan and revised financial model to be developed.

 

The operations and maintenance  costs including that of ALL staff category shall be funded with revenues from water charges and with possible eligible short term assistance. The successful Operator shall manage, operate and maintain the facilities in conjunction with the  personnel of the  Cross River State Water Board Limited.

 

 

For a bidder to be eligible it shall be a corporate firm or an established joint venture possessing not less than three (3) years utility business experience. Applicants must provide credible evidence to demonstrate that they are qualified to execute the services, including descriptions of similar and related  assignments, availability of suitable  personnel and the financial capability to sustain their own working  capital requires for the  duration of the assignment. The main criteria on which firms and JVs will be pre-qualified are:

 

(i)         Evidence of incorporation including name of directors or partners in the firm and contact details together with Land and mobile telephone numbers, e-mail addresses and company website

(ii)        Evidence of Registration of Business Premises

(iii)       Authenticated Company Audited Account for the last  four (4) years (2008-2011) (iv)       Tax Clearance Certificate for the last four (4) years (2008 – 2011)

(v)        Annual Turnover for the last four (4) years (2008 – 2011)

(vi)       Evidence of VAT Registration and past remittances where applicable, for the last three (3 (years.

(vii)      Demonstrate evidence of Financial capability including names and addresses of Bankers and references from such Banks clearly stating available funds or Line of Credit from reputable accredited Financial Institutions

(viii)     Demonstrate that they have experienced and qualified professionals with credible and reputable experience in water supply management;

(ix)       Elaborate list of Similar Projects executed and demonstrate evidence of direct experience of at least four (4) years in the management, Operation and maintenance of an urban water supply facility, system or infrastructure;

 

The absence of any information in respect of the above listed items is totally unacceptable and could lead to disqualification of a submission. This assignment is envisaged to run as an annual renewable, re-negotiable contract limited to a maximum of three (3) years; the Client may terminate it in the first instance should the successful Operator fail to achieve a minimum of 90% full Operations & Maintenance costs recovery from revenue. The client may consider and migrate the contract arrangement to a five (5) year management contract or an affirmerage in the event that at the expiration of the second  year more than 90% full O & M costs recovery is reasonably sustained. The assignment is scheduled to commence as soon as the bidding process is completed.

 

Please note that:

  • This advert is not an invitation to tender.
  • Information provided in the expressions of interest will be evaluated and selected (pre-qualified) firms will be contacted to bid for the award of the management Contract.
  • CRSWBL will not enter into correspondence with any firm concerning pre-qualification decisions
  • CRSWBL will not make any payment or refund whatsoever for applicants’ expenses in connection with submission of EOls by interested firms.
  • CRSWBL will at its discretion disqualify any application which fails to comply with the requirement listed above and/or for which it cannot reasonably verify the authenticity of information and document supplied.

 

Submission of Expression of interest Documents

Electronic Expression of Interest will not be accepted. CRSWBL is not bound to pre-qualify any firm. One original and four (4 no.) copies of the Expression of Interest together  with a soft copy (Microsoft Word/Pdf version) should be delivered to the address below 5th  July,  2012 by 12 noon in a sealed envelope, clearly marked “EOI for the Public Private Partnership Performance-Based Technical & Commercial Assistance Facility Management of Cross Rivers State Water Board Limited Calabar, Akamkpa and Ugep/Ediba Water Supply Schemes”, for the attention of:

 

The Managing Director

Attention: Engr. Elemi B. Etowa

Cross River State Water Board Limited,

Administration Headquarters,

147, Ndidem Usang Iso Road,

Calabar, Cross River State.

Contact Telephone: (+234) 803 670 8465

Email: elemi4@yahoo.com

Request for Expression of Interest International Competitive Bidding at Federal Ministry of Agriculture and Rural Development

Federal Ministry of Agriculture and Rural Development

FCDA Secretariat Area 11, Garki, Abuja

Media and Public Relations Firm (consultant) to the Federal Ministry of Agriculture and Rural Development, Nigeria

 

Request for Expression of Interest International Competitive Bidding

 

The Federal Government of Nigeria is currently engaged in transforming its agriculture sector, with sharp focus on agribusiness development and commercialization of agriculture in order to drive food security, income growth and jobs creation. At the core of this strategy is the decision by the government to drive agriculture as a business, and move away from treating agriculture as a development program.

 

The government has developed a comprehensive agricultural transformation agenda which focuses on improving agricultural value chains in several commodities, including rice, maize, soybeans, cassava, sorghum, cocoa, plam oil, livestock and aquaculture.

 

The Agricultural Transformation Agenda of the Federal Ministry of Agriculture has been developed, as part of the wider Transformation Agenda of the President of the Federal Republic of Nigeria. The implementation of the action plan requires the development and implementation of a comprehensive public relations/media plan with various strategies targeted toward a wide range of constituents, via numerous channels including print, radio, media, and social media.

 

The Federal Ministry of Agriculture and Rural Development seeks the services of an internationally reputable consulting firm, with global expertise and reputation in strategic communications, to develop and implement a comprehensive campaign for mobilizing agricultural investments in Nigeria, strategically enhance Nigeria in global food and agricultural markets and brand Nigeria as a destination for investments by global food and agribusinesses.

 

Terms of Reference:

  • Develop and implement a comprehensive positioning and awareness campaign, including public relations/media plans that convey core messages to each constituent. This may include earned and purchased media such as promotional films for CNN, AI Jazeera, or
  • Develop and communicate core messages for each of the following constituencies: 1) international private sector investing in agriculture; 2) international banking community: 3) multi-lateral banks and bilateral agencies; 4) Nigerian private sector investing in agriculture; 5) Nigerian banking community; 6) Nigerian farmers; 7) NGOs operating in Nigeria; 8) civil society; and 9) others to be identified.
  • Identify strategic, highly visible opportunities for reaching wide audiences with core messages, at global forum and events, including but not limited to: Clinton Global Initiative; World Economic Forum/Davos; G-8 Summits; and others. Develop and implement PR/media plan for agreed upon opportunities.
  • Develop portfolio of agricultural success stories and convey information to appropriate constituents via written documents, radio, video, social media, and other outlets.
  • Design and implement public relations/media strategy for Nigerian agriculture delegation visits to other countries and visits from foreign delegations.
  • Collaborate with Federal Ministry of Information and the News Agency of Nigeria to craft and convey to the national, regional and global media the progress and achievements of the Agricultural Transformation Agenda of the Government.
  • Organize agribusiness investment drives for Nigeria and position Nigeria for significant flow of investments in food and agribusiness, and develop media efforts to enhance exports of agricultural commodities from Nigeria.
  • Design and prepare other materials and public relations/media activities as needed.

 

Duration of Assignment:

One year at the first instance with the possibility of multiple one year renewals based on performance.

 

Estimated annual budget, including staff and all expenses:

 

Response to this TOR is due by: June 18th, 2012. Shortlisted firms will be expected to make a presentation in either Abuja or Washington, DC at a date to be communicated.

 

Qualification Criteria

3.       In order to be considered, interested companies must submit Expression of Interest in line with the above Terms of Reference accompanied with the following:-

i.        Evidence of registration with relevant professional body or certificate of competence and qualification by appropriate regulatory agency;

ii.       Provide details of the company profile including the curriculum vitae of key professional staff and other resources;

 

iii.      Verifiable evidence of similar jobs done previously;

iv.      Evidence of payment of due taxes, charges, pensions or social insurance contributions;

v.       Company Audited Accounts for the last 3 years; (2009, 2010, 2011);

 

Submission of Documents

The documents must be submitted in a sealed envelope marked with the Project Title at the top right hand corner and must be delivered to the address below on or before Monday 18th June, 2012, by 12noon to:

 

The Secretary

Ministerial Tenders Board;

Federal Ministry of Agriculture and Rural Development

2nd Floor, Room213;

FCDA Secretariat, Area 11, Garki Abuja

 

Opening of Bids:

All EOIs will be opened at 1p.m on same date at the Honourable Minister’s Conference Room, Ministry Headquarters, Area 11, Abuja in the presence of all the interested firms, who choose to attend.

 

Please Note

  • Only shortlisted firms will be invited for further consideration.
  • Late submission will be rejected.
  • This advertisement will not be construed as a commitment on the part of FMA&RD to appoint any consultant nor shall it entitle any Consultant submitting documents to claim any indemnity from FMA&RD.
  • FMA&RD reserves the right to take final decisions on any of the documents received in your proposals.
  • Interested applicants may obtain further information at the address above from 8a.m to 5p.m, Monday through Friday.

 

Signed:

Dr. Ezekiel O. Oyemomi

Permanent Secretary

Invitation for Pre-qualification to conduct a Geographic Information System mapping (GIS) in fifteen (15) states at Society for Family Health

Society for Family Health

 

Invitation for Pre-qualification to conduct a Geographic Information System mapping (GIS) in fifteen (15) states

 

Society for Family Health (SFH) Nigeria is a non-profit public health indigenous non­governmental organisation (NGO) that is implementing programmes in reproductive health, HIV/AIDS prevention and control, maternal and child health and water purification with the poor, vulnerable and hard to reach communities in Nigeria. SFH Nigeria works in collaboration with the Federal Government through the support of donors such as the United Kingdom Department for International Development (UKaid), the United States Agency for International Development (USAID) and the Bill and Melinda Gates Foundation among others.

 

Society for Family Health invites reputable and competent organisations to pre-qualify for the provision of Geographic Information System (G1S) mapping services in fifteen (15) slates in Nigeria.

 

Pre-qualification requirements:

Interested organisations must submit evidence of:

A.        Company registration with the Corporate Affairs Commission with copies of Certificate of Incorporation and Memorandum and Articles of Association.

B.        Must have at least five (5) years experience in Geographic Information System

and mapping at state and national levels

C.        Recent experience implementing G1S with Federal Ministry of Health or other

government agencies in the health or development sector

D.        Recent experience  implementing GIS  with  USAID implementing partners or other donors

E.        Ability to link generated database to the existing health geo-database in Nigeria using uniform geo-codes currently in the health sector for captured variables

 

Submission of Application/Closing Date

The completed Pre-qualification submissions must be in a sealed envelope and marked (GIS 2012) on top right hand corner. This sealed envelope should be addressed to the Director Procurement and received in our Abuja office address below on or before 5.00p.m. of June 4th  2012.

 

Please Note:

1.         All costs incurred by bidders as a result of this process and any subsequent requests for information shall be borne by the bidding companies.

2.         Only   organisations   that   satisfy    the   pre-qualification   requirements   will be  contacted with Requests for Proposal (RFPs).

 

Director Procurement

Society for Family Health

8, Port Harcourt Crescent

Off Gimbiya Street

Area 11, Garki, Abuja.

Expression of Interest at a Leading Bank in sub-Saharan Africa

Invitation to provide Outsourcing  Services to one  of the  leading  Financial Institution in Sub-Shaharan Africa!

 

Expression of Interest

A leading Bank in sub-Saharan Africa. and undoubtedly the most successful financial services Institution in Nigeria is currently overhauling its Learning Management function comprising five (5) learning centres located in Lagos, Ibadan, Jos, Abuja and Kano. The need has therefore been identified for certain processes within its Training  Administration and Support unit to be outsourced in order to focus on its core mandate the provision of a structured platform for holistic Talent Development. Our expectation is that through the new outsourcing arrangements, the following benefits will be derived:

 

  • Cost savings through improved overall efficiency as well as the elimination of waste and redundancy
  • Access to best-in-class processes and technical expertise from service providers
  • A single point of responsibility and accountability for service delivery
  • Consistency in overall service experience, leading to improved customer satisfaction and business impact.

 

The following processes are therefore to be outsourced:

 

1.0       Training Programme Coordination

 

2.0       Hospitality Management

 

1.1       General Training Coordination

1.2       Pre-Course Evaluation Administration

1.3       Test Administration

1.4       Programme Evaluation and Reporting

1.5       Training Vendor/Facilitator Liaison

 

 

2.1       Facilities Management & Maintenance

2.2       Provision of Catering Services

2.3       Hostel Management and Administration

 

 

 

Outsourcing Model

The points below describe the proposed model for various segments of the outsourcing arrangements Training Programme Coordination as well as Hospitality Management:

 

Governance The governance structure of choice is a “Buyer-Vendor” model

 

Tenure An initial 2-year duration is proposed for the outsosurcing contract

 

Pricing
  • Training Programme Coordination Fixed Price
  • Facilities Administration Fixed Price
  • Facilities Repair and Maintenance Cost Plus Fixed Fee
  • Cleaning  Fixed Price
  • Hostel Administration Fixed Price
  • Catering  Price per Volume
Day to Day Administration  

Service Level Agreement (SLA) Driven

 

 

Requirements:

Outsourcing Vendors must be Limited Liability Companies or Registered Partnerships with proven pedigree and expertise in the management, administration and provision of Training Programme Coordination and/or Hospitality Management Services.

 

 

To Apply:

Interested and qualified Vendors should please forward detailed proposals (as a formal Expression of Interest) via email to OutsourcingVendors@learning4performance.info  on or before Wednesday, 30th May, 2012. Proposals MUST contain the following information:

1.         Company Profile (including Board Composition)

2.         Key Officers (Management Team)

3.         Area of Outsourcing Focus:

0 – Training Programme Coordination, or

2.0 – Hospitality Management

4.         Evidence of Financial Stability/Capacity

5.         Track Record/References

6.         Geographic Coverage

7.         Contact Details (and company website if available)

 

Please Note:

Following the receipt of proposals indicating a formal Expression of Interest, shortlisted Vendors will be required to visit each of the five (5) learning centres in order to establish the current activity levels for various items that may affect the areas to be outsourced:

  • Floor Space (in sq. metres)
  • Actual Facilities (e.g. Hostels) and Equipment (e.g. Gym)
  • Training Plans/Throughput
  • Manning Levels per Geographical Area

 

Shortlisted Vendors will be contacted on or before 3rd June, 2012 .

Kindly note that no fees will be  chargeable  for the submission of proposals.