Request for Expression of Interest (EOI) for Enterprise Resource Planning (ERP) Solution Design and Project Management Consultancy at Nigerian Electricity Regulatory Commission

Nigerian Electricity Regulatory Commission

Adamawa Plaza, Plot 1099, 1st Avenue, CBD, P.M.B. 136, Abuja

Request for Expression of Interest (EOI) for Enterprise Resource Planning (ERP) Solution Design and Project Management Consultancy

 

 

As part of efforts to achieve the mandate of the Nigerian Electricity Regulatory Commission (NERC) in line with the Electric Power Sector Reform Act 2005, the Commission requires the services of a qualified consultant to assist in designing and managing the implementation of a comprehensive Enterprise Resource Planning (ERP) platform. The Commission envisages that the ERP programme will comprise, first, a change management phase and, subsequently, a procurement and implementation phase. At some point, both phases will run concurrently. The Commission expects that the entire programme will take account of the internal processes of the Commission and its regulatory oversight data/information requirements in relation to the Nigerian Electricity Supply Industry (NESI).

 

 

1.    Background

The Commission is responsible, under the Electric Power Sector Reform Act, 2005, for monitoring the activities of licensees and ensuring efficient operations in the industry. In this vein, several codes, rules, regulations and standards have been developed and issued. The Commission believes that the reporting, compliance and enforcement processes in the industry can be significantly improved and made more effective if these leverage on available information communication technologies (ICTs).

 

 

3.    Objective of the Assignment

The objective of this project is to provide programme management services to NERC that ensure the design and implementation of a comprehensive ERP framework (and accompanying change management strategy) that facilitates licensee monitoring, internal and external (industry) data collation, storage, analysis, internal collaboration and decision-making of the Commission.

 

 

4. SCOPE

The consultant shall be expected to deliver on the following:

4-1.   Conduct a needs assessment including an audit of existing operational processes, procedures, IT infrastructure and their capabilities and use, and determine the information and reporting requirements of the Commission, In doing this, the Consultant shall work with the Commission’s Process Re-engineering Team and consider relevant regulatory instruments enacted by the Commission, strategic plans (Commission and Divisional), projects/programmes within those plans including all reports of various committees on the Commission’s ICT Infrastructure,

4.2     Perform an operational analysis and identify gaps in the current manual and automated processes of NERC and the proposed fully automated processes

43      Present the Commission with at least two options for an ERP architecture and appropriate technology and process integration standards for the NESI related to the deployment of this of this architecture. In carrying out this task, the consultant is to ensure that the architecture design and implementation phase delivers to the Commission a scalable, cost-effective, highly resilient, secure and available solution with acceptable built-in redundancy and full value for money.

4A     Develop a change management strategy and subsequently terms of reference (ToR) for the procurement of a consultant that will undertake such change management work.

4.5     Develop a programme plan and budget for the implementation of the entire change management and ERP implementation programmes, which would serve as bases for determining the cost estimates for all the phases of the project

4.6       Support the Commission In procuring the consultant or consortium of consultants that will implement the ERP change management strategy

4.7     Support the Commission in procuring the consultants/contractor or consortium of consultants/contractors that will implement the preferred ERP solution

4.8     Having assisted the Commission in procuring these consultants, act as Programme Manager and work with the ERP Project Implementation and Process He-engineering Teams to ensure timely, cost-effective and comprehensive Implementation of the two primary streams of work.

4.9     Provide advice and reports to the Commission as required during the execution of the two primary streams of work

 

 

Eligibility Criteria interested firms are to submit

  • Evidence of registration with Corporate Affairs Commission
  • Current Tax Clearance Certificate
  • Audited Accounts for the preceding 3 years
  • Evidence of Remittance of staff pension deductions in line with the Pension Act
  • Detailed company profile, including evidences of technical competence, curriculum vitae of professional staff proposed for the project, academic and professional certification.
  • Detailed description in writing fisting similar projects executed within the last 5 years with verifiable letters of award and/or certificate of job completion.

 

 

 

Interested Consultants may obtain further information from the Procurement Unit of the Commission as from 9.00 am to 4.00 pm Monday to Friday up to February 28, 2012 at the address stated below, by phone to +234 08086312121 or by email to ERMprocurement@nercng.org.

 

 

Submission of EOI

Expressions of Interest (EOI), in eight copies must be submitted, clearly marked “Expression of Interest for Consultancy for NERC Enterprise Resource Planning ( ERP) Design & Project Management Consultancy” no later than 5pm Nigerian time (4pm GMT on Friday, 16th March, 2012. Late submissions will be rejected, EOI must be submitted at the Commission’s Secretariat, 2nd Floor, Room 203 Adamawa Plaza and addressed as indicated below:

The Chairman/CEO

Nigerian Electricity Regulatory Commission

Adamawa Plaza, 2nd Floor

Plot 1099, 1st Avenue, Off Shehu Shagari Way

CBD, Abuja

 

 

Important Notice

  • Consultants will be selected in accordance with the procedures as set out in the 2007 Public Procurement Act and the Public Procurement Regulation for Consultancy Services as issued by the Bureau of Public Procurement.
  • Bidders should submit an affidavit that all information and documents submitted are true and correct and that no officer of NERC is a former or present director, shareholder or has any pecuniary interest in the bidder.
  • Only qualified firms will be contacted in writing to submit proposals and the Commission reserves the right to annul the bidding process and will under no circumstances be responsible for any cost or expenses incurred by any party associated with submissions of EOI on this assignment

2012 General Procurement Notice for Works and Provision of Plant Spares at Jebba Hydro Electric Plc

Jebba Hydro Electric Plc

2012 General Procurement Notice for Works and Provision of Plant Spares for Jebba Hydro Electric Plc

 

 

The Power Holding Company of Nigeria Plc, Jebba Hydro Electric Plc, intends to procure materials and services for the operation and maintenance of her plant and company’s complex at Jebba Hydro Electric Plc, Jebba, Niger State.

 

The procurement will be funded from both the FY2012 Budget Appropriation and the company’s internally Generated Revenue (IGR).

 

Interested Contractors, Companies or Bidders are expected to be on the look-out for our SPECIFIC PROCUREMENT NOTICES for our minor projects that will be placed on various Notice Boards within the company’s complex and the major ones that will be placed in the media.

 

 

Specific Procurement Notices:

Placement of specific procurement notice/advertisement shall commence from 5th March, 2012.

 

 

Scope of Work/Supply

Our 2012Procurement Activities are classified under the following scope in different Lots:

 

Lot No. Description of Items
Lot 1 Pumps and Valves.
Lot 2 Plant Items
Lot 3 Plant Equipment and Tools
Lot 4 Plant Consumables
Lot 5 Cables, Electrical Appliances and Fittings
Lot 6 Repair of Electrical/Electronic Systems.
Lot 7 Controllers, Switches, Breakers and Contactors
Lot 8 Electronic Units, Modules and Relays
Lot 9 Civil Works/Construction.
Lot 10 Plant Inspection/Enhancement
Lot 11 Building materials, Furniture, Plumbing materials and R&A
Lot 12 Safety Materials
Lot 13 Stationeries, Computers and consumables
Lot 14 Dam and Hydrological Facilities
Lot 15 Sanitary/Environmental Control
Lot 16 Consultancy Services

 

Basic Requirements:

Interested Companies are expected to possess following basic requirements:

  1. Evidence of registration of your Company with the Corporate Affairs Commission.
  2. Evidence of valid Tax Clearance Certificate for the past three year
  3. VAT registration certificate.
  4. Company   profile,   Experience/Technical qualification of key staff.
  5. Evidence of Remittance of Pension contribution to the appropriate Pension Fund Custodian.
  6. Technical Capability.
  7. Manufacturer/Franchise/ Manufacturer’s representative.
  8. Evidence   of  having   executed   similar projects/supplies in the last five years.
  9. Evidence of Financial Capability/Bank support.
  10. Company Audited Accounts for the last three (3) years.
  11. Any other relevant document that could enhance the company’s legibility and place her on comparative advantage over others.

 

All enquiries are to be directed to:

The Chief Executive Officer

Jebba Hydro Electric Plc,

Jebba North,

Niger State.

 

Important Information

This notice is not an invitation to bid.

Interested contractors could also contact our Principal Manager (Procurement) directly for further information or on:

pmprocjebbahydro@yahoo.com

 

Signed

Management

Expression of Interest for Prospective Consultants for the Development of Corporation’s Branch Offices at Nigeria Deposit Insurance

Nigeria Deposit Insurance

Plot 447 / 448 Constitution Avenue, Central Business District, and Abuja

E-mail: info@ndic.org.ng Website: www.ndic.org.ng

 

 

Expression of Interest for Prospective Consultants for the Development of Corporation’s Branch Offices

The Nigeria Deposit Insurance Corporation (NDIC) intends to develop its Zonal Offices at Adamawa, Sokoto and Rivers State respectively.

 

Reputable Consulting Firms are hereby invited to provide professional services in the area of Structural, Quantity Surveying, and Mechanical Electrical & Engineering Services.

Scope of Work

The work will be implemented as follows;

  • To prepare derailed structural,   electrical and   mechanical engineering drawings.
  • To provide Quantity Surveying services,
  • To secure approval of the drawings from statutory agencies
  • Provision of Post-contract site supervision of project   to completion.

 

Conditions for Eligibility

Interested Consulting firms are required to submit pre-qualification documents detailing their Company’s capabilities. The consulting firm should be registered with relevant professional body. Cognate experience of the practicing partners should not be less than twelve (12) years. Firms must be willing to enter into a formal agreement with the Corporation.

 

Submissions must be accompanied with the following;

  • Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria.
  • The current 3 years Tax Clearance Certificate of the Company (2007-2009).
  • The Company’s audited accounts for the last three years (2007 – 2009),
  • Evidence of Financial capacity or bank support to undertake the project.
  • Evidence of having successfully carried out similar works within the past three years.
  • Resumes of key technical staff to deployed.
  • Evidence of availability of requisite and appropriate staff/skill for the
  • Evidence of VAT registration and remittance.
  • Evidence of compliance with Pension Act; including proof of remittance to PFCs and PFAs.

Submission of Profile

The EDI should be submitted in sealed envelopes clearly marking

Development of NDIC Zonal Offices and addressed to:

 

Director of Administration,

Nigeria Deposit Insurance Corporation (NDIC),

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria.

 

 

The closing date for submission is 2nd April, 2012. The submissions are to be dropped in the tender box on the ground floor, reception in the Head Office, Consulting firms dropping their EOIs are expected to sign the EOIs register on the 2nd floor, Admin Unit, before dropping them. Submission of EOI by post or courier will not be acceptable, and any EOI received at the designated location after the required time and date shall be considered late and non-responsive. Opening of the EOI documents shall be on Monday 2nd April, 2012 at 2.00pm

 

Signed:

Management

 

Tender Opportunity: Crane and Lifting Service at Star Deep Water Petroleum Limited

Star Deep Water Petroleum Limited

A Chevron Company

Tender Opportunity: Crane and Lifting Service

Introduction

Star Deep Water Petroleum Limited, a Chevron company, invites interested and prequalified companies with relevant experience in the area of provision of Crane, Lifting and Rigging Equipment Operations, Inspections and Maintenance Services in a Deepwater environment for this tender opportunity which is required to fully support the Agbami Deepwater Operations which is located in approx 1600 meters of water and about 110Km offshore Nigeria.

 

The services are estimated to be required Commencing 4th Quarter 2012 for a 2years -1 year duration.

 

Scope of Work

CONTRACTOR shall provide Crane, Lifting and Rigging Equipment Operations, inspections and Maintenance Services in a Deepwater environment

 

CONTRACTOR shall provide, Crane, Lifting and Rigging Equipment Operation, Maintenance and Inspections Services in a deepwater environment, including but not limited to the following

  • Crane operators
  • Riggers and Rigging & Lifting Inspectors
  • Provision of fully Certified Crane Technicians
  • Crane maintenance, inspection and certification
  • Lifting and Rigging Equipment inspection and certification
  • Mobile crane operations ( 15 -200ton), inspections and maintenance.
  • Routine and complex rigging operations
  • Pedestal   Crane  and   Engine  Scheduled  and  unscheduled  inspection  and
  • maintenance, diagnostics, troubleshooting and / or emergency repairs
  • Pedestal Crane engine and major component overhauls
  • Onsite mobile and jib crane maintenance and refurbishment
  • Crane Operator Training and Certification
  • Inspection of fixed pad eyes, A-Frames, beam clamps, monorails, bridge cranes, and the replacement of cables on cranes hoist and winches

 

 

Mandatory Requirements:

1.       To be eligible for this tender exercise, interested bidders are required to be pre – qualified in the category no 3.05.31 (Crane Management Services) and 3.13.08 (Certification of Crane and Lifting Appliances) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).

 

2.       Please note that interested bidders including their sub-contractor(s) shall be required to:

a.       Meet all JQS mandatory requirements to be listed as “Prequalified” for a category in the JQS database.

b.       Meet all Nigerian Content requirements stated in this advert in their responses to the Invitation to Technical Tender.

 

(Failure to meet the Nigerian Content requirements is a “FATAL FLAW”).

 

3.       To determine if you are pre-qualified and view the product/service category you are listed for: Open www.nipexng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

 

4.       If you are not listed in this product/service category, and you are registered with DPR to do business for this category, please contact NipeX office at 30, Oyinkan Abayomi drive, Ikoyi Lagos with your DPR certificate as evidence for review and necessary update.

 

5.       To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

 

 

Nigerian Content Requirements

  • Demonstrate that the entity is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set –up in Nigeria
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and Co7
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point or manager
  • Provide evidence of Nigerian Content Equipment Certificate (NCEC) or evidence of application to NCDMB for the issuance of NCEC
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage.
  • Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next  five (5) years.
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).
  • Location of in-country facilities (Equipment, storage, workshops, maintenance facilities and, testing facilities
  • Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.
  • Provide details on any other Nigerian Content initiative your company is involved in.
  • Bidders to provide Ministry of Labour certification

 

Close Date

Only Tenderers who are registered with 3.0531. (Crane Management Services) and 3.13.08 (Certification of Crane and Lifting Appliances) NJQS Product Category as at Monday, March 5, 201 2 being the advert close date shall be invited to submit Technical Bids.

 

Please note the following

  • Suppliers eligible for this tender opportunity are expected to be Prequalified in NJQS under this product/service category.
  • The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX.
  • Bidders who for the purpose of this bid process enter into a JV, Partnership, Consortiums, etc with another bidder bidding this tender will be disqualified
  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of SDWP to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from CNL and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.
  • Star Deep Water Petroleum Limited will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

 

Please visit NipeX portal at www.nipexng.com for this advert and other information.

 

Management:

Star Deepwater Petroleum Limited, 2 Chevron Drive, Lekki Peninsula, P.M.B. 12825, Lagos.

Request for Expression of Interest for the Management of the Diagnostic Services in General Hospitals in Cross River State at Bureau of Public Private Partnerships

 

Government of Cross River State

Bureau of Public Private Partnerships

Calabar, Cross River State

Request for Expression of Interest for the Management of the Diagnostic Services in General Hospitals in Cross River State

Diagnostic

The general hospitals constructed and managed by the Ministry of Health were set up to provide access to secondary health care facilities to the people of State. To further improve the efficiency and effectiveness of the general hospitals to provide optimal service delivery, the Government of Cross River State intends to concession the management of the diagnostic services in the State owned General Hospitals to suitably qualified and experienced firms. The Bureau of Public Private Partnerships, Cross River State, in conjunction with the Ministry of Health, hereby invites interested firms to express interest in managing the facilities.

 

The Service:

For this public private partnership initiative, the hospitals have been grouped into 4 Lots and firms must tender for specific Lots and not individual hospitals. Equipment in these facilities includes; CT scan, X-Ray machines, MRI machines, Ultra Sound machines, amongst others. The Lots are:

 

Lot 1:     General Hospital Calabar and General hospital Akpabuyo

Lot 2:     General Hospital Akamkpa and General Hospital Akpet.

Lot 3:     General Hospital Ugep, Eja Memorial Hospital, Itigidi and General Hospital Obubra

Lot 4:     General Hospital Ogoja, General Hospital Okpoma General Hospital Obanliku and the Lutheran Hospital Yahe.

 

Firm are required to indicate their preference to manage the diagnostic services in the said hospitals. Details of existing facilities at the hospitals and the full scope of services will be provided in the Requests for proposals that will be sent to short-listed, pre-qualified firms.

 

Submission of Expression of Interest:

Interested organizations are requested to submit the following documents:

  • A covering letter expressing interest in participating in this procurement;
  • Profile of firm or each member of firm;
  • Evidence of registration;
  • Evidence of membership and good standing (current payment of     Professional dues) in all relevant professional bodies;
  • Evidence of license or permit to operate business;
  • Tax clearance certificate for the last 3 years;
  • Relevant information on the firm’s existing facilities; and
  • The envisaged scope of services.

 

Interested firms are expected to submit 5 hard copies and 5 soft copies of the EOI. The responses should be submitted in sealed envelopes addressed as shown below and clearly marked “Confidential Expression of Interest for the Management of Diagnostic Services at General Hospitals in Cross River State” with the relevant lot number and the name of the company on the back and addressed to:

 

The Ag. Director-General,

Bureau of Public Private Partnerships

33A Nsefik Eyo Layout

Off Ndidem Usang Iso Road,

Opp. Okono filling station

Calabar, Cross River State

Nigeria

 

Submissions should be delivered on or before Wednesday 29th February, 2012.