Expressions of Interest for ICT Development Plan at Infrastructure Concession Regulatory Commission

Infrastructure Concession Regulatory Commission (ICRC)

The Public Private Partnership (PPP) Project

 

ICT Development Plan Advisers

 

Request for Expressions of Interest

The Federal Government of Nigeria (FGN) has applied for a credit from the International Development Association (IDA) to be used primarily for infrastructure up-scaling in the different sectors of the country through PPPs by providing technical assistance, capacity building and long-term financing. ICRC now intends to apply part of the proceeds of this credit to payments for the services of highly qualified consultants to develop an integrated robust ICT Strategy/ Plan for ICRC and the MDAs.

 

The selected consultants will be required to provide the overall direction and determination of the ICT systems requirements in terms of goods and consultancy along with cost implication for the implementation of the ICT plan as detailed below:

 

Phase I (ICT Strategy/Plan)

  • Develop and document a comprehensive ICT Strategy/Plan tailored to the ICRC PPP business line. The (CT Strategy/Plan will be required to support the ICRC/PIU/MDAs short and long terms PPP objectives.
  • Identify; describe and document the ICT needs and information flows associated with the various business functions and processes key reports that the system will need to generate on regular basis.
  • The consultants would be expected to develop the required ICT architecture for ICRC/PIU/MDAs in the context of the relevant functional processes.
  • Review- and document the current ICT capabilities, including hardware and software available in the ICRC/PIU/MDAs.
  • Identify and detail key training requirements needed to ensure optima usage of proposed Strategy;

 

Phase 2 (Design of Technology Architecture

  • Design and specify the Technology Architecture and technical requirements for implementing the ICT Plan identified above.
  • Designing of specific integrated modules (PPP, Contract Monitoring and Compliance, Procurement, Capacity building, forecasting, scenario analysis and so forth),
  • Link the nature of communications networks required to ICRC/PIU/MDAs and local area networks requirement at the data centre in ICRC and requirements for Internet connectivity;
  • Conduct requirement analysis across ICRC/PIU/MDAs identifying opportunities for implementation of systems and creating detailed specifications of systems -to be implemented.
  • Analyze and create a design for the information systems architecture with detailed specifications of systems to be implemented.
  • Conduct an assessment of the existing power systems environment across ICRC/PIU/MDAs and recommend baseline requirement and gap filling.

 

Phase 3 (Develop a capacity building Plan)

The Consultant will be required to study and analyze the existing resources and capacity.

Develop and document an ICT capacity building plan for the ICRC/PIU/MDAs to help actualize the overall ICT plan.

The consultants should determine the financial resources required for implementation.

The statement of resources should include:

– Cost estimate of hardware,

– Communications networks,

– Systems software,

– Application development,

– Package customization costs

– External and local consulting services.

– Ongoing operational costs including maintenance costs if applicable;

– Capacity building and training costs.

 

Phase 5 (Prepare an Implementation Strategy)

The consultants would be required to develop and document an implementation plan for the overall ICT Plan which will include;

  • Systems development,
  • Power requirement,
  • Priorities for systems development based on the strategic objectives
  • ICT opportunities identified by ICRC/PIU/MDAs
  • Specification of tentative implementation schedules based on resource availability and absorptive capacity.
  • A schedule for phased acquisition of equipments, and application.
  • Software development, training plan and a migration plan from existing systems, technologies, as applicable,

Submission of Expressions of Interest (EOIs)

Prospective Consultants should submit an Expression of interest detailing the following minimum requirements as a basis for pre-qualification:

  • Profile of firm including ownership structure with full contact details,
  • Evidence of business registration in home country;
  • Capability profile of the firm (Track Records in);
  • Details of direct experience advising governments in ICT plan and strategy,
  • Description of experience  working in  Nigeria and/or sub-Saharan Africa including local capacity development experience proof; and
  • Evidence of alliance/partnership between consortium member if applicable
  • Evidence of tax clearance in home country for the past three years

 

The Consultant will be selected in accordance with the procedures set out in the World Bank Guidelines: Selection and Employment of Consultants by World Bank Borrowers, January-1997 (Revised September 1997, January 1999, May 2002, May 2004, October 2006 and May 2010

 

Expressions of Interest must be submitted in three (3) copies (one original and two copies) in a sealed envelope clearly marked “Expressions of Interest for ICT Development Plan A CD-ROM version, should also be Included

 

The expressions of interests should be addressed and delivered not later than 5.00pm on 24th October, 2011 at the addressed below:

 

Nelson T. Hundumofore

Project Procurement

Infrastructure Concession Regulatory Commission

Annex Office

No. 1, Ali Akilu Crescent

Aso Villa, Asokoro

Abuja

E-mail: n.hundumofore@icrc.gov.ng

 

Interested applicants may obtain further information at the address above from 8.00 am to 5.00 pm, Monday – Friday (except public holidays).

 

Only short-listed Consultants will be contacted.

Expression of interest through email or fax will not be entertained.

 

 

 

Provision of Catering and Housekeeping Services,Land and Swamp Areas at Nigerian Agip Oil Company Limited

Nigerian Agip Oil Company Limited

Operator of the NNPC/NAOC/Phlllips Oil Joint Venture

Tender Opportunity

Provision of Catering and Housekeeping Services at Land and Swamp Areas


1.       Introduction

 

NIGERIAN AGIP OIL COMPANY LIMITED (NAOC) intends to put in place an open contract for catering and housekeeping services at her LAND AND SWAMP AREAS locations at OB/OB, Samabri, Kwale, IRRI, Brass, Obama, Tebidaba, Clough Creek, Beniboye and Ogboingbiri. The proposed contract will cover a period of two (2) years duration plus one (1) year optional extension.

NAOC, through this Tender Opportunity, announces to interested reputable Nigerian Companies and NJQS pre-qualified Companies of the defined scope of service hereunder.

 

2. Scope of Service

The scope of this contract is to provide Catering and House-keeping services at NAOC locations: OB/OB, Samabri, Kwale, IRRI, Brass, Ogboingbiri, Obama. As part of this contract, the contractor is expected to:

 

1.       Provide Breakfast, Lunch and Dinner of National and  Continental  for Company’s personnel and visitors.

2.       Provide Snacks, Pepper Soups, Salad Bars for Lunch and Dinner, Large Bottled Water, Beer and Assorted Non Alcoholic Drinks.

3.       Menu could be planned and agreed with Union Welfare Committee and Medical Department for better service and health.

4.       Agree with Union Welfare Committee and Medical department on any replacement or addition of required welfare items.

5.       Provide laundry services for the residents at the residential and camp on items as Coveralls, Shirts, Trousers, Bed Sheets, Blankets, Towels, Night Wears, shorts, Singlets, Shower Curtains and Sofi. ‘       SSN9ht

6.       Contractor to provide Bed Sheets, Large and Small Towels, Pillow and Pillow Cases, Blankets and Shower Curtains in the rooms

7.       Clean the residential rooms, mess and the kitchen. Provide all the required materials for the cleaning.

8.       Provide Sunday Buffets of assorted meals (National and Continental) every Sunday for Camp residents.

9.       Provide cocktail at bar every Sunday before buffets with the following drinks: Campari, St. Remy, Red Italian Wine, White Italian Wine, Water, Mineral, Peanut, S.Salmon, Parma Ham, Special Cake, Ice Cream and Goat Meat Suya.

10.     Serve Coffee and Tea at bar every evening

11.     Give Sunday rations of Biscuits, 1 Bottle of Wine, Milk, Juice every Sunday to the residents in the      residential rooms

12.     Provide required Food, Milk, Juice and Water during spillage intervention jobs

13.     Provide Toiletries, bleach, Omo, Dettol, Insecticide, Air-Fresher, Medicated and Lux Soaps bi-weekly to Camp residents in the rooms.

14.     Provide additional room ration for staff that will work for more weeks.

15.     Provide adequate cold room with generator for preserving frozen food and protein from the contractor’s base to the locations.

16.     Provide Buffets on festive days such as Independence, Christmas, New Year and Easter to the residents in the residential and Camp.

17      Carrying out of preventive, civil and corrective maintenance on all the equipment in the kitchen and those used for housekeeping.

18.     Provide Table Wares, Cutleries, Plates, Spoons etc

3 Mandatory Requirements

a)       To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Catering Services 3.99.03 (Product/Services) category in NipeX  joint Qualification system (NJQS) database. All successfully  pre-qualified Suppliers in this category will receive Invitation to Technical Tender (ITT)

b)      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.

c)       If you are not listed in a product/service category and you are registered with DPR to do business, contact NipeX office at 30, Oyinkan Abayomi Street Ikoyi Lagos with your DPR certificate as evidence for necessary update.

d)      To initiate the JQS pre-qualification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

e)       To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

Nigerian Content

Bidders are invited to express complete understanding, willingness and commitment to develop in-country capability and capacity for related items in compliance with the Nigerian Oil and Gas Industry Content Development Act (NOGICD Act, 2010) and Cabotage Act.

Pursuant to the above, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined in the NOGICD Act provisions/Schedule and the Cabotage Act. Only bidders whose submissions are in compliance shall proceed to the next stage of the tendering process.

 

The following are some information/documentation that will be required for submission at the ITT stage:

1.       Details of Company ownership and shareholding structure with certified true copies of CAC forms CO2 and CO7, including company memorandum & article of association and other evidence of entity’s incorporation;

2.       Supplier’s sourcing strategy/plan for this scope of service; and evidence of source of products, materials etc.;

3.       Details of how tenderer will source food items from Nigerian origin;

4.       Evidence of the address and location where procurement activities will be coordinated in Nigeria;

5        Detailed plan of how 100% in-country spend will be achieved;

6.       Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that are involved in executing the service;

7.       Current and in-place organization structure with detailed experience and skills of key management personnel with names;

8.       Evidence (personnel list and positions with organization chart to substantiate) of percentage of management that are Nigerian nationals and the percentage of the total workforce that are Nigerians;

9.       Detailed training plan to target 10% of contact spend for training;

10.     Detailed description of the location of in-country committed facilities & infrastructure (assets, equipment, catering outlet, food storage facilities, farms, food processing, laboratory, etc) in Nigeria to support this contract or submit a credible and verifiable plan towards setting-up;

11.     Details of the applicant’s relationship with local suppliers and service providers (e.g. in the management of the logistic, source of food produce, personnel);

12.     Evidence that tenderer is a registered member of the Nigeria hotel and catering institute or similarly affiliated hospitality professional body in Nigeria.

 

NOTE: Only Nigerian Companies are qualified for this service.

  • Bidders shall be requested to provide evidence to show their compliance with the above listed requirements at the ITT stage.
  • Failure to meet the Nigerian Content requirements is a “FATAL FLAW”

 

5.       Closing Date

Only tenderers who are registered with relevant NJQS product/services Category, Catering Services 3.99.03,  as at November 1st , 2011, being the advert closing date, shall be invited to submit Technical Bids.

 

 

Please visit the NipeX Portal at www.nipexng.com for this Advert and other information.

6.       Additional Information

This advertisement of “Tender Opportunity” shall not be construed as a commitment on part of NAOC, nor shall it entitle Applicants to make any claims whatsoever and/or seek any indemnity from NAOC and/or any of its Partners by virtue of such applicants having responded to this Advert.

Signed

Management

Invitation for Pre-Qualification at Rural Water Supply and Sanitation Agency (RUWASA)

Jigawa State Government of Nigeria

Rural Water Supply and Sanitation Agency (RUWASA)

Shuwarin, Dutse-Kiyawa Road, Dutse Jigawa State

 

Invitation for Pre-Qualification

The rural water supply and sanitation agency (RUWASA)is inviting reputable companies contractors to apply for pre-qualification as potential contractors for the award of contract for the drilling and installation of hand pump boreholes and construction of V.I.P latrines in the state under the DFID/UNICEF sanitation hygiene and water supply in Nigeria (SHAWN) Programme.

 

Requirements for Pre-Qualification

  • To qualify for the prequalification contractors are required to submit copy of company profile containing the under listed documents
  • Certificate of incorporation with corporate affairs commission
  • Evidence of financial capability
  • Evidence of availability of relevant equipment and technical capacity.
  • Evidence of performance in other similar relevant project.
  • Evidence of three years tax clearance,
  • Evidence of VAT registration

 

Submission

The completed documents should be submitted in sealed envelop to reach the office of the managing director on or before 24th October, 2011. Only pre-qualified contractors will be invited to lender for the project.

 

Signed:

The Managing Director

Rural Water Supply and Sanitation Agency (RUWASA).

Jigawa State.

Invitation for Expression of Interest for the Consultancy Services in CRFFN Appropriation at Federal Ministry of Transport

Federal Ministry of Transport

Bukar Dipcharima House

Central Business District, Abuja

Invitation for Expression of Interest for the Consultancy Services in CRFFN Appropriation

 

Federal Ministry of transport, through the Council for the Regulation of Freight Forwarding in Nigeria has provision for consultancy Services under the CRFFN 2011 Statutory Budget, competent and interested companies are hereby invited for the expression of interest for the following consultancy services.

 

2.       Projects are:

Lot (i)         consultancy service for the establishment of microfinance bank

Lot (ii)        consultancy services for the establishment of multipurpose cooperative society

 

3.       The Evaluation Criteria

Interested companies shall forward copies of the following documents and the originals to be made available for sighting during the tender opening.

 

(i).               Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association

(ii).              Tax Clearance Certificate for the last three (3) years, ending December 2011;

(iii).             Companies Audited Account for the last three (3) years prepared by a Chartered Accounting Firm;

(iv).             Evidences of registration and remittance of contributory for staff of the company pension fund as provided in section 16 subsection 6 (d) of the Public Procurement Act, 2007

(v).              Bank Statement of the Company for the twelve (12) months and Reference letter from a reputable Nigerian Bank (original);

(vi).             Company profile showing the list of key personnel officers to be attached to the project stating their roles, designation, qualifications and experience,

(vii).            Verifiable documentary evidences of similar jobs successfully executed in the last five (5) years. Copies of Letters of Award of Contract and/or Completion Certificates will be considered;

(viii).           List of equipment to be used for the project, their locations and whether owned, hire or lease,

(ix).             Sworn Affidavit in line with the provisions of Part IV, section 16, sub-section 6

(e-f) of the Public Procurement Act, 2007.

(x).              Interested Companies should have up to date returns with the CAC and be informed that due diligence could be conducted;

(xi).             Letter authorizing CRFFN or its representative to cross check the submitted account

(xii).   Work plan and technology capacity

 

4.      Submission of Documents

The document must be arranged in the order of the above stated criteria and loose-bound. The submission should be in triplicate and placed in one sealed envelope containing the original and two other copies and clearly marked “Expression of Interest for (the Project)”. The documents are to be dropped in the Tender Box at the CRFFN Tenders Board Secretariat Conference Hail office complex, No. 51 Khartoum Street Zone 5, Wuse, Abuja on or before 24th October, 20112 by 12.00 noon. The representatives of the bidding companies are invited to witness the opening of the documents on the same day at conference hall, office complex, No. 51, Khartoum Street Zone 5, Wuse, Abuja by 2.00pm.

Note:

 

i.        The absence of any criteria (i), (ii) and 0v) above would be considered NON-RESPONSIVE and that automatically disqualifies any applicant for further considerations. Also, the original document of (i)(ii) and (iv) above must be produced for sighting during the Opening session.

 

ii.       Only firms that score up to 70% and above shall be shortlisted and invited to submit technical and financial proposals for the consultancy service.

 

iii.      Due diligence could be conducted on the firms that have submitted pre-qualification  documents. Therefore, the addresses) of the Head Quarters with its branch offices must be clearly specified,

 

iv.     Interested members of the general public, especially the Civil Society Organisations are invited to attend the opening exercise but shall adhere to the Code of Conduct for Public Procurement Observers issued by the Bureau of Public Procurement (BPP).

v.      Firms’ representative are to come along with a letter of introduction indicating name, rank and sample signature to the venue of the opening exercise,

vi.     This advertisement shall not be construed as a commitment on the part of CRFFN, nor shall it entitle responding firm to seek any indemnity from CRFFN by virtue of such firm having responded to this advertisement

vii.    Submissions at the opening venue shall be rejected.

 

Signed

Secretary, Tender Board

Invitation for Bids at ECOWAS Parliament

International Conference Centre

P.M.B 567 Garki, Abuja –Nigeria

Email: parliament@parl.ecowas.int

Tel: +234 9 460 4330

Fax; +234 9 460 4359

Invitation for Bids

 

IFBN:ECW, PARL/LCB/ADMIN. /2011/01-2     Date: 27/09/2011

1.       ECOWAS Parliament has allocated funds for the procurement of 2012 Official Diaries and intends that these funds are applied to eligible payments under the contract for the design, production and supply of the diaries.

 

2.       International eligible bidders may obtain further information from and inspect the bidding Documents at the office of the Procurement Officer, ECOWAS Parliament, international Conference Centre, Area 10, Garki. Abuja.

 

3.       A complete set of Bidding Documents may be obtained by interested bidders on the submission of a written application to the Registry to enable bidders collect, each, an authorized copy of the said bidding document from the procurement unit.

4.       Bids must be delivered to the Registry at ECOWAS Parliament on or before 28th October 2011 by 12:00 noon and must be accompanied by a bid security at three hundred and ninety (390, 000) thousand Naira from a reputable bank in Nigeria: Address for the submission of bids is:

The Registry,

ECOWAS Parliament,

International Conference Centre,

Area 10, Garki,

Abuja.

 

5.       Bids will be opened in the presence of bidders’ representatives who choose to attend, on the closing date and time for bid submission, at ECOWAS Parliament

 

6.       All bids must be addressed to:

The Secretary General

ECOWAS Parliament

International Conference Centre

Area 10, Garki 2

Abuja.