Invitation for Expression of Interest: Consultancy Services at Federal Ministry of Environment, Abuja

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Ministerial Tenders Board

Invitation for Expression of Interest: Consultancy Services

Introduction:

The Federal Ministry of Environment as part of the implementation of its 2011 Budget intends to engage the services of consultants for various projects which are listed as follows:

 

LOTA: Consultancy Services for:

A01:  Developing a planned Adaptation Strategies to combat climate change in

Nigeria.

A02:  Development of our Industrial environment, specifically the value chains for

Renewable Energies.

A03:  Mitigating climate change at the local level through Renewable Energy

Systems.

A04:  Environmental Survey of Nigerian Rivers Phase 1, River Niger and River

Benue.

A05:  Development of a modern EIA Registry for Nigeria.

A06:  Industrial Pollution Prevention and Control, (Obajana Cement Industry in

Kogi State)

 

LOT B: Programmes and Meetings

B01:  Biotechnology for community sustainable development programme

B02:  GEF Meetings and Secretariat Support

B03:  Development and execution of effective strategy for collaboration with all

sate of the Federation and other stakeholders on Environmental matters (NCE)

B04:  Production of Annual Report.

B05:  University linkage Centers.

 

The Federal Ministry of Environment is therefore inviting interested Consultants to submit application for Expression of Interest (Eol) for the various items listed above

 

Tender Requirements:

Interested, suitable and reputable companies are required to submit me following

Pre-qualification documents, Failure to submit any of the underlisted document  may result in the disqualification of the company.

(i)      Certificate of Registration with Corporate Affairs Commission

(ii)     Provide details of Company’s profile including the Curriculum Vitae of the       key professional staff and other resources;

(iii)    Company’s current Tax Clearance certificate for the last three (3) years.  (State Tax Identification Number – TIN);

(iv)    Verifiable evidence of previous experience in the jobs of this magnitude/nature. (Attach letter of Award and Certificate of Completion);

(v)     A brief explanation of understanding of the project and methodology for

carrying out the task;

(vi)    Evidence from the company’s Financial Capacity/Bank Support to undertake the works, if awarded;

(vii)   Name/e-mail Address and phone number at contact person;

(viii)  Company Audited Account for the last 3 Year;

(ix)    Any other information that would be of advantage to the company;

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

(xi)    Evidence of VAT Registration and Remittance;

(xii)   Evidence of fulfillment of Pension Obligation,

(xiii)  Evidence of Registration with appropriate Regulatory Authority where applicable;

Additional Information

(i)

(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.

Submission Deadline: Completed application for Eol containing one Original and one Duplicate copies as well as an Electronic copy are to be submitted in a sealed Envelope marked CONFIDENTIAL on the Top Left Corner and Written Application for EOI (Project Name/Lot No.) at the Centre. The application Addressed to the Secretary, Ministerial Tenders Board. Federal Ministry of Environment, Room B301 (3rd Floor), Mabushi, Abuja. To reach him on or before Monday 19th September 2011 by 12 Noon While the Bids will be opened by 2:00p.m. on the same date at the Ministry’s Conference Room, Mabushi, Abuja.

NOTE: Only the shortlisted companies will be invited to submit Financial Bids.

 

(Signed)

Permanent Secretary

Invitation to Tender for Capital Projects under 2011 Budget at Nigerian Armed Forces Resettlement Centre, Oshodi, Lagos

Nigerian Armed Forces Resettlement Centre,

Oshodi, Lagos

Invitation to Tender for Capital Projects under 2011 Budget

 

Nigerian Armed Forces Resettlement Centre Oshodi Lagos, hereby invites interested companies to tender for the following Capital Projects under 2011 Budget. This advertisement overrides our previous publication in the Thisday and Punch Newspapers of Wednesday 27, July 2011 and Federal Tenders Journal on Monday, 8 August 2011.

 

LOT 1 –       Provision of Health Facilities & Drugs.

LOT 2 –       Construction of Security Post.

LOT 3 –       Construction of Fire Stations & Points.

LOT 4 –       Provision of Sporting & Recreational facilities

LOT 5 –       Reconstruction of Drainages/ Roads.

LOT 6 —     Provision of Safety Clothing and Hems for Killings of trainees & Instructors.

LOT 7 –       Construction of Armoury (Phase II)

LOT 8 –       Re-construction of Officers Mess.

1 OT 9 –      Refurbishing of Industrial Machines and Equipment.

 

 

Tendering Requirements

Interested and competent contractors wishing to carry out any of the above jobs are to submit the following documents for verification:

1.       Evidence of registration / Incorporation with the Corporate Affairs Commission (CAC)

2.       Copy of VAT Certificate including TIN;

3.       Current Tax Clearance Certificate for the last Three (3) years;

4.       Names of Bankers with references;

5.       Comprehensive profile of company with CVs of key officers including photocopies of relevant professional /technical qualifications;

6.       Current Company’s Statement of Accounts duly stamped by a registered auditor;

7.       Verifiable evidence(s) of successful completion of similar works within the past three (years and attach Copies of letters of awards and certificates of successful Completion;

8.       Refundable Bid Security of 2% of Bid sum in Bank Guarantee valid for 108 days must accompany bid documents for Lots above N 50,000,000.00;

9.       Evidence of compliance with the Pension Reform Act 2004 (as amended); and

10.     Affidavit disclosing whether or not any officer of NAFRC or BPP is a former or present director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particular.

 

Collection of Tender Documents

Prospective bidders are requested to contact HQ NAFRC to collect bid documents before deadline for submission.

 

Deadline for Submission of Documents

Both technical and financial bids should be submitted simultaneously but in separate sealed envelopes and marked ‘Tender for Lot…” at the left corner, marked “Confidential” and addressed to:

Secretary,

NAFRC Tenders Board,

Nigerian Armed Forces Resettlement Centre, Oshodi

PMB 21119 Oshodi, Lagos

 

and dropped in the lender’s Box at Director of Logistics Office, NAFRC Oshodi before 12 noon on 4th October, 2011.

 

 

Opening Tender Documents

Opening of Tender documents will hold immediately after the deadline in the presence of applicants or their representatives at DANJUMA HALL, NAFRC OSHODI Lagos at 12.30pm on 4th October 2011.

 

 

Important Notice

 

Please note that:

i.        Nothing in this advert shall be construed to be commitment by NAFRC;

ii.       NAFRC reserves the right to verify claims by firms. Responding firms shall therefore include in their submission, relevant authorities and guarantees for such verifications(s);

iii.      Only companies/firms that meet the above-stated requirements would be contacted

iv.      Failure to comply with the above-stated instructions will automatically be disqualified; and

v.       Late submission shall not be accepted.

The Commandant,

Nigeria Armed Forces Resettlement Centre, Oshodi

 

Procurement of Various Items at Federal Ministry of Environment, Abuja

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Ministerial Tenders Board

Invitation for Tender

Introduction:

The Federal Ministry of Environment as part of the Implementation of its 2011 Budget intends to carry out the procurement of the various items in the lots as fisted hereunder:

 

LOT A: Erosion/ Flood Control Works in following location across the country:

A01:  Egbe Erosion /Flood Control, Egbe Road, EkitiState;

A02:  Gully Erosion At Akama Oghe; .

A03:  Jakara Erosion Control in Kano Municipal, Kano State;

A04:  Isinbode Erosion and Flood Control Project, Isinbode Ekiti East LGA Ekiti State;

A05:  Completion of Early Warning / Nigeria Erosion And Watershed Management Project (NEWMAP)  (MOE) Nationwide;

A06:  Confidence Avenue/Ondo Road Flood Control Works lle Oluji, Ondo State;

A07:  Ayesan/Eyingu Road, Erosion and Flood Control Project in Ondo State;

A08:  Construction of Gully Erosion in Abdulahi Ibrahim Street, Old Magistrate River Bank, Katsina-Ala Township, Katsina-Ala LGA Benue State;

A09:  Ikuru Town Shore protection and Reclamation, About 2km Shoreline Iduru Town Andoni LGA, Rivers State;

A10:  Adebiyi Street/Express, Erosion Control Project, Ile-Oluji, Ondo State;

A 11: Odukenye Street Erosion Control Works Atibe-Eket LGA, Akwa Ibom State;

A12:  Ekanem Street Erosion Control Works Akwa Ibom State;

A13:  Erosion Control Works at Akpenan Street, Akwa Ibom State;

A14:  Gully Erosion Control at Efon Alaaye, Ekiti State;

A15:  Erosion Control Project at Ode-Ekiti, Gbonyin LGA, Ekiti State;

A16:  Flood and Erosion Control Project at Ogbunagha Town Gbrain Clan Yenepoa LGA, Bayelsa State;

A17:  Erosion and Flood Control Works at Amuwo Odofin, Lagos State;

A18:  Izuoha-Umuchamoko Flood and Erosion Control Project, Amuzi Ahiazu

Mbai’sa LGA, Imo State;

A19:  Gallah Erosion and Flood Control Project, Gallah, Niger State;

A20:  Erosion and Flood Control Work at Augie, Kebbi Sate;

A21:  Yola Storm Water Drainage works, Yola, Adamawa State;

A22:  St Valerian Church, Akpaka Erosion Site GRA, Phase II, Onitsha;

A23: Erosion Control at Obot Udo Mbre In Atan, Usuky Ukwok in Ini LGA, Akwa Ibom State;

A24:  Oba Erosion Project, Anambra State;

A25:  Ideani Erosion Project, Anambra State;

A26:  Immiri John, Ojoto Erosion Project, Anambra State;

A27:  Egbe Road Erosion Flood Control Project;

A28:  Mararaba Jos flood Control, Kaduna State;

A29:  Madufa Erosion Control;

A30:  Ekimakae Road Drainage work;

A31:  Head 23040102: Flood Erosion and Control Work in Bendeghe Ekiem Town Cross River State;

A32:  Erosion Control at Mahuta;

A33:  Tashan Tsamiya and Fleleke Erosion Control, Sokoto State;

A34:  Damare Ward Flood Control Yola Town, Adamawa State;

A35:  Flood and Erosion Project at Wilmot Point Road, Bar-Beach, Victoria Island, Lagos State;

A36:  Okpoma-ltekpa Road Drainage Work, Yala LGA, Cross River State; A37:        Flood Erosion and Control works in Bendeghe Ekiem Town, Cross State; A38: Madda Kamve-Namtbari-Konawaya Road Flood and Erosion Control

Works, Adamawa State;

A39:  Completion of Shore Protection and Erosion Control of Abakabiriya-Nembe Bayelsa East Senatorial District, Bayelsa State;

LOT B:      Rehabilitation, Improvement and Equipping of dilapidated offices across the country:

B01:  Renovation and Equipping of the Federal Ministry of Environment Staff

Canteens at Green Building in Maitama and Brown Building on Independence Way, Central Business District in Abuja

 

B02:  Rehabilitation, Improvement and Equipping of the dilapidated Accounts

Offices (Headquarters Abuja, FCT and the 36 States Accounts Offices).

B03:  Renovation and Equipping of the Ministry’s Staff Clinic at Green Building along Aguiyi Ironsi Way Maitama, Abuja, FCT

 

LOTC: Procurement of Goods:

C01:   Acquisition of Fire proof file racks cabinet for the Ministry’s registries at Abuja, FCT

 

C02.   Procurement and Installation of Fire Extinguishers and other Fire Accessories /Equipment for Brown, Green and Forestry Buildings Buildings, Forestry Building and Special Climate Change Unit Building

 

C03:    Purchase of Law Books/ Printing of Agreements.

C04:    Purchase of Equipment (or Survey of Soil Quality In selected sites in six

geo Political Zones, Phase 1; North Central.

C05:    Purchase of Library Books and Equipment.

C06:    Procurement Training Equipment

 

Interested and competent contractors are therefore invited to submit bids/tenders for the projects listed in the lots above.

 

Tender Requirements:

Interested suitable and reputable companies are required to submit along with the tenders the following Pre-qualification documents. Failure to submit any of the under-listed documents may result in the disqualification of the Contractor.

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

liability only)

(ii)     Provide details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources,

(iii)    Company’s current Tax Clearance certificate for the last three (3) years. (State Tax Identification Number- TIN)

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

magnitude/nature. (Attach letter of Award and Certificate of

Completion)

(v)     List of Equipment Owned,

(vi)    Evidence of the company’s Financial capacity and Bank Support to undertake the works, if awarded.

(vii)   Name/e-mail Address and phone number of contact person,

(viii)  Company Audited Account for the last 3 Years,

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

(x)     Evidence of VAT Registration and Remittance,

(xi)     Evidence of fulfillment of Pension Obligation

(xi)    Any other information that would be of advantage to the company.

 

 

Additional Information

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.

 

Non-Refundable Tender Fee, Complete set of bidding documents are to be collected from Secretariat of MTB, Federal Ministry of Environment, Room B301, Mabushi on payment of a non-refundable Fee of Thirty Thousand Naira (N30,000.00) for each of the projects listed under any of the lots.

 

Submission Deadline: Completed Financial and Technical Tenders are to be submitted in two Separate Envelopes Marked Financial Bids and Technical Bids respectively. Each of the Envelopes are to contain one original and two duplicate as well as electronic copies of the Tenders respectively, and Both Envelopes Enclosed in a Larger Envelope Mark CONFIDENTIAL on the Top Left Corner and Written Tender for (Name and Lot Number of the Project Being Tendered for) at the Centre. The Tender Addressed to the Secretary, Ministerial Tenders Board, Federal Ministry of Environment, Room B301 (3rd Floor), Mabushi, Abuja. To reach him on or before 12Noon Monday, 19th September, 2011. The Technical Bids will be opened by 2:00p.m. on the same date at the Ministry’s Conference Room, Mabushi, Abuja.

 

NOTE: Only the Technical bids will be opened on the date mentioned in this publication while the Financial Bids of the Bidders that passed the Technical Evaluation would be opened on a date that would be communicated to these Companies.

Signed

Permanent Secretary

 

Request for Expression of Interest: Consultancy Services at Akwa Ibom State Malaria Control Booster Project

Akwa Ibom State Malaria Control Booster Project

(World Bank Assisted)

Request for Expression of Interest: Consultancy Services:

Baseline data collection for Impact Evaluation study

Household, Community, Public Primary Health  Medicine Vendor, and Community-Directed Distributor Surveys

Country: Nigeria

Project: Akwa Ibom State Malaria Control Booster Project

Project Sector: Health

Category: Consulting Services

Credit No.: 4250 UNI P097921

Project  ID No. P097921

 

Expression of Interest

This Request for Expression of Interest follows the General Procurement Notice for the Project that appeared in the Development Business No.GNP/002/07 of 9th September, 2006 and 12th February, 2007 and Thisday and Daily Trust Newspapers of 12th February, 2007.

 

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Malaria Control Booster Project (MCBP). The Federal Government through the Federal Ministry of Finance has lent part of this sum to Akwa Ibom State via a subsidiary agreement. The Akwa Ibom State Malaria Control Booster Project intends to apply part of the proceeds for the procurement of the services of:-

A Consultant on Baseline data collection for Impact Evaluation study

The project is aimed at reducing morbidity and mortality due to malaria and related childhood ailments in the State through the delivery of the Malaria Plus Package (MPP) interventions. The prime targets for these interventions are children under 5 years and pregnant women.

 

The consultant is to:

1.       Contribute to instrument finalization  and manual development with Project Management and MIEP/PIs, final survey instruments and Manuals, formatting of questionnaires and manual development

 

2       Secure ethical clearance (follow-up survey only) from a Social Sciences Ethics Review Board.

 

3.      Reproduce questionnaires in a quantity sufficient to cover survey needs.

 

4.       Recruit and contract a sufficient quantity of: Interviewers and Medical Assistants, Data Entry Operators; Supervisors; Senior Medical Expert(s); GlSexpert(s); etc

5.       Procurement and logistics: office space and training venue, ail necessary survey management equipment, Computers, GPS units, malaria rapid diagnostic tests, etc and to provide all necessary logistical support

 

6.       Sample design: Sampling strategy based on guidelines from

Project Management and MIEP/PIs, Household listing in selected areas, additional listing in selected areas as required  Selection of survey and replacement households and communities and calculation of sample weights  following data collection.

 

7.       Training: Conduct training of trainers, Interviewers and Supervisors, Medical Assistants and Supervisors, Data Entry Operators and  to provide Training Materials.

 

8.       Selection of field/survey implementation staff: select final set of interviewers, Medical Assistants, Supervisors, and Data Entry Operators for Survey Administration.

 

9.       Conduct data collection: Field Household and Community surveys.

 

10.     Data management and quality control: Organize and apply quality control measures during  data collection,  create a computerized double-entry data entry template using CSPro with relevant quality control tools/measures, carry out data entry, ensure safe handling and security of all data in both hard and soft formats, enforce strict anonymity of data and to transmit full data sets to Akwa Ibom State Malaria Control Booster Project, the NMCP and MIEP/PIs.

 

The Akwa Ibom State Malaria Control Booster Project now invites eligible consultants to indicate their interest in providing services in Firm to Implement Impact Evaluation Survey. The consulting services are to extend over a period of 12 months initially and renewable as needed.

 

Method of application

Interested Firms must provide information indicating that they are qualified to perform the services (brochures, description of similar assignment, experience in similar condition, availability of requisite skills, etc). Consultants  may associate to enhance their qualifications.

 

Firms will be selected in accordance with the procedures set out in the World Bank Guidelines: Selections and employment of Consultants by World Bank Borrowers (current edition).

 

Interested Firms may obtain further information at the address below during office hours on Mondays to Fridays between 9.00am -4.00pm daily, except on public holidays.

Expression of Interest must be delivered to the address below on or before the 5th of September, 2011.

 

Akwa Ibom State Malaria Control Booster Project

Ministry of Health, Block 8, Room 9

Idongesit Nkanga Secretariat Complex

Uyo

Akwa Ibom State.

 

Attention: Project Manager

GSM No: 08023176595, 08023297074

Email: drakrogo@yahoo.co.uk

Invitation for Pre-Qualification/Tender for Construction Works and Services at Federal Ministry of Lands, Housing and Urban Development

Federal Ministry of Lands, Housing and Urban Development,

Headquarters, Mabushi, Abuja

Millennium Development Goals (MDGs) Project

Invitation for Pre-Qualification/Tender for Construction Works and Services

 

Introduction

The Federal Ministry of Lands, Housing and Urban Development intends to implement capital projects of Urban Renewal and Slum Upgrading under the Millennium Development Goals (MDGs) Programme in line with the approved budget of the Financial Year 2011. The Ministry hereby invites interested competent Construction Companies and Service providers to submit prequalification/tender document for the following MDGs projects:

Objective:

The objective of the project is to deliver basic municipal infrastructure and   services in Rural and Poor Urban

 

The objective of the project is to deliver basic municipal infrastructure and services in Rural and Poor Urban Settlements through reconstruction/upgrading and rehabilitation of the existing ones in the six (6) Geopolitical Zones of the country.

Scope of Works:

The works consist of the following:

i)       Construction of roads and drainages in slums within Districts of different urban centers in the Geo­political Zones.

ii)      Provision of Water Scheme and Reticulations in the six (6) Geo-political zones.

iii)     Construction of Domestic solid waste collection points and disposal infrastructure in the six Zones.

iv)     Construction of Buildings and Public Utilities.

v)      Power supply to Public Buildings/Utilities and Street Light projects including Solar Powered Light in the six (6) Geo-political zones.

vi)     Community Halls, Skill Acquisition Centers and other Social facilities.

 

Pre-Qualification/Tender Requirement

Interested construction companies and service contractors are invited to submit the following prequalification documents:

i.        Certificate of Company Registration/Incorporation with Corporation Affairs Commission

ii.       Company Current Tax Clearance Certificate for the last three (3) years.

iii.      VAT registration certificate.

iv.      Evidence of Company’s registration with PENCOM

v.       Evidence of financial capability and banking support

vi.      Company profile showing:

a.       Technical qualification and experience of key personnel to be involved in the project,

b.       Plant, equipment and technology capacity.

c.       List of similar projects executed In the last three (3) years.

viii.    Company Audited Account for the past three (3) years. Company local content policy.

ix.      Company health, safety environment and community social responsibility programme.

 

Method of Application:

The Financial and Technical Bid Documents should be collected from the Procurement Unit of Federal Ministry of Lands, Housing  and Urban Development,   Mabushi,  Abuja  on the presentation of evidence of payment of non-refundable Tender fee of N50,000.00 (Fifty thousand Naira) in favour of Federal Ministry of Lands, Housing and Urban Development. The Bid Documents must be submitted in a sealed envelope and clearly marked “Prequalification/Tender for MDGs Projects”. Technical proposal should be enveloped differently from Financial Bids. Part A which is Technical shall be submitted in a sealed envelope and clearly marked “Technical” while Part B which is the Financial Bid shall be similarly soiled and marked “FINANCIAL” also in a separate envelope. Both envelopes should be enclosed in one larger sealed envelope and submitted to:

 

The Secretary,

Ministerial Tenders Board

Federal Ministry of Lands, Housing and Urban

Development,

(Room A313, Block A)

Mahushi

Abuja.

On or before Thursday 6th October, 2011 by 12.00 noon.

 

Formal Opening of Bids:

The tender documents will be publicly opened at the Ministry of Works Conference Room, Mabushi, Abuja at 1.00 pm after close of submission on Thursday, 6lh October, 2011. Bidders or their representatives, interested members of the public and Non Governmental Organizations (NGOs) are invited to witness the opening of technical bid documents.

 

Only Prequalified Bidders will be invited for opening of Financial Bids at a later date.

 

We have also paid this advert to be placed in the federal Tender Journal.

Signed:

Surv. Emmanuel I. Ogbile (OON)

Permanent Secretary

FMLHUD