Procurement of Consultancy for Baseline Survey/Staff Insurance/Asset Insurance Services at Abia State Agency for Community and Social Development Project (ABIA-CSDP)

Abia State Agency for Community and

Social Development Project (Abia – CSDP)

Request for expression of Interest

 

Procurement of Consultancy for Baseline Survey/Staff Insurance/Asset Insurance Services for Abia – CSDP

Credit No. 4496 UNI

Project ID No. P090644

RFP No. AB/CSDP/C/CQ/01-03/11

 

 

The Federal Republic of Nigeria has received financing from the World Bank toward the cost of the community and social Development Project, and intends to apply part of the proceeds for consultancy services. The services include (1) Baseline survey, (2) Staff Insurance and (3) Asset In­surance services of Abia CSDP which are to be processed and packaged separately.

 

 

CSDP

The community and social Development Project (CSDP) is a development intervention that built on the LEEMP and CPRP structures to effectively target social and natural resources at the community level, as well as improve LGA responsibility to service delivery. One of the key highlight of the CSDP is that clear-cut supportive roles and responsibilities are provided for the key actors in the project cycle. They include: the Federal level, the State level, the Local Government level and the Community level. The following are the 3 major components:

 

Project Component: l – Coordination & Program Support

Project Component: 2-LGA/Sectoral Ministries Capacity & Partnership Building

Project Component: 3 – Community-Driven Investment

 

 

Objectives of the Services

  1. The overall objective of the baseline survey is to collect and collate baseline information in sample communities of participating Local Government Areas of Abia State. This baseline is to broadly assist in providing an idea of the project impact based on a comparison of pre and post project situation in the CSDP communities and LGAs.

 

  1. The overall objective of the staff insurance services is to manage insurance and related transactions for Abia CSDP staff. The CSDP staff Regulation and condition of Service stipulates the establishment of Group Personnel Insurance Scheme for staff benefits on a contributory basis. Group Life/Accident insurance policy inclusive.

 

  1. The overall objective of the asset insurance services is to manage insurance of assets and equipment for Abia CSDP, considering that the Agency has varied assets which require insurance cover by law.

 

Teams

The teams shall respectively include at least:

 

1.       BASELINE SURVEY: (a) Socio-economic/Sociologist/Agric-Economist (b) a Natural resources expert/environmentalist and (c) a hydro-geologist and an M & E specialist is also expected to have an auxiliary staff strength.

 

2.       STAFF INSURANCE: Advanced degree holder in actuarial sciences or other relevant numerate area with membership of Chartered Insurance Institute of Nigeria or other accept able professional body.

 

ASSET INSURANCE: As above

 

Scope of Service

  1. The Baseline Survey is expected to cover the eleven participating LGAs in the State.
  2. The Insurance Service (Staff and Asset) shall be annually and renewable upon satisfactory performance.

 

 

Selection Methods

Consultants Qualification (CQ) shall be used to process the base line Survey and the insurance Services.

 

 

Payment Schedules

For the base line Survey:

3o% of the contract sum upon submission and acceptance of inception report

50% of the contract sum on submission of draft report (Interim Report).

20% of the contract sum on submission and acceptance of final report.

 

 

For the Insurance Services (Asset and Staff)

Annual premium and any other charges are based on request from Consultant

 

The Abia State Agency for Community and Social Development Project (ABIA-CSDP) now invites eligible consultants to indicate their interest in providing the services.

 

Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions availability of appropriate skills among staff, etc). Consultants may associate to enhance their qualifications.

 

A consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of consultants by World Bank Borrowers (current edi­tion).

 

 

Interested consultants may obtain further information at the address below during office hours 8.00AM Monday through Friday except on public holidays.

 

Expressions of interest must be delivered to the address below  on or before 4:00pm 7th July, 2011

 

 

General Manager

Abia-CSDP

18 Orlu Street/Umuwaya Road

Umuahia, Abia State

E-mail: abia_csdp@yahoo.com

Consultancy to Review the Renewable Energy Masterplan at Energy Commission of Nigeria

Consultancy to Review the Renewable Energy Masterplan

Reference Number: ECN/UNDP/7CP/2011B

1.        Background and Rationale

In 2005. the UNDP supported the Energy Commission of Nigeria to produce the Renewable Energy MasterPlan (RUMP) for Nigeria. The REMP articulates Nigeria’s vision and sets out a roadmap for increasing the contribution of renewable energy to the nation’s energy supply mix by expanding access to energy through the use of renewable energy requires identifying specific actionable programmes, activities and projects with set target  timelines with the current level of RE development  in Nigeria. At this point in time, it is of utmost necessity to review the seven – year old REMP by updating the data, .activities programmes and projects that will enhance the penetration of renewable energy in the country’s energy supply mix under the active participation of the private sector.

 

2.         Objectives

The Commission  is therefore seeking for professionals institutes of the review  of the 2005  Renewable  Energy Master Plan  to be able to achieve the following objectives

1.         To update data and information in the REMP

2.         To identify specific actionable  RE programmes, activities, RE portfolios and projects with set targets

3.         To make the REMP private sector-driven

 

3.         Scope of Work

1.         Overview of the first version of the REMP

2.         Update all data and information

3.         Identification of relevant actions and/or activities in their order of priorities

4.         Produce 100 copies of print-out report

5.         Presentation of the reviewed REMP to stakeholders in a  half-Day workshop

 

Deliverables

1.         Debriefing and validation discussions/reports with UNDP, bilateral organizations and other stakeholders

2.         Both printed and electronic copies of the revised REMP document

 

5.         Timeframe

1.         Reputable firm/individuals with a minimum of five (5) years experience and work in the area of environment and energy issues in Nigeria

2.         In case of firms, resume of personnel should be included in the proposal.

 

7. Submission of Proposals

Interested individuals/firm should submit in two (2) envelops their proposals  the first, a technical proposal showing the  planned  methodology and approach on how they intend on completing the assignment and the second the financial proposal for the assignment. Proposals should be submitted quoting the above reference number to the address below on or before 22nd June, 2011.

 

The Director General

Energy Commission of Nigeria

Plot 701c, Central Business Area,

Opposite, National Mosque

Abuja.

 

Provision of Geophysical Site Survey at Addax Petroleum Exploration (Nigeria) Limited

Addax Petroleum Exploration (Nigeria) Limited

(RC NO. 333613)

 

Advert for Tender Opportunity

ETB-0501 Provision of Geophysical Site Survey in OML-126/137

 

1.   Introduction:

Addax Petroleum Exploration (Nigeria) Limited (Hereinafter referred to as “APE(N)L”) invites interested and pre-qualified Contractors to respond to this advertisement opportunity for the Provision of Geophysical Site Survey at APE(N)L’s OML-126/137 facility, as detailed in item 2 below. The contract is proposed to commence in 2012 and continue for a duration of two (2) years with an option to extend the duration for a further period of one (1) year.

 

 

2.  Scope of Services:

This Scope of Services covers the provision of seabed / high resolution seismic survey over 15 locations in OML-126/137 offshore Nigeria.

 

 

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall have the necessary experience, capability and shall be fully responsible for the supply and provision of:

  • Seismic recording instruments incl. necessary streamers
  • Seismic sources
  • QC and fast track processing in the field.
  • Analogue equipment

 

The selected Contractor will be responsible for the mobilisation and subsequent demobilisation of its equipment, tools and personnel between place of origin and APE(N)L’s nominated onshore base location.

 

3.       Mandatory Requirements:

3.1.    To be eligible for this tender exercise, interested Tenderers are required to be pre-qualified in the PRODUCT GROUP 3.10.03: SITE SURVEY SERVICES category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified  suppliers in this category will receive invitation to Tender (ITT).

 

3.2.    To determine if you are pre-qualified and view the services category you are listed for: You may visit NipeX NJQS Website at www.nipexng.com and access

NJQS with your log in details, click on continue Joint Qualification Scheme tool, click on ‘check my supplier status’ and thereafter click on’ supplier product group;

 

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

 

3.4.    To initiate the JQS Pre-qualification process, you may access www.nipexng.com to download the requisite application form, make necessary payments and contact NipeX office for further action.

 

3.5.    In addition, Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX system.

 

 

4.       Nigerian Content Requirements:

Tenderers are to note that they will be requested during the technical  tender to provide details of their relevant strategy  to ensure that they fully company with the Nigerian Oil and Gas Industry Content Act. 2010 as provided at www.nnpcgroup.com and www.nigcontent.com , in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluation.

 

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:

  • Demonstrate that the entity proposed for execution of the service, 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 detail of company ownership and share holding structure.
  • With photocopies of its CAC Forums CO2 and CO7
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigeria Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerians companies and personnel that will be involved in executing the work.
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contract directly or under subcontract agreements) with names and addresses including evidence of well equipped offices and workshop
  • Provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of 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).
  • Provide detailed description of location of in-country facilities (equipment, storage, workshops, repair, maintenance and testing facilities
  • Provide  detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.
  • Provide details on any other Nigerian Content initiative the company is involved in.

 

 

5.       Closing Date

5.1.    This tender opportunity shall remain open in the NipeX System from now till 12:00noon on 29th June, 2011 (the advert closing time/date)

 

5.2.    Only Tenderers who are registered with NJQS under this Product/category as at the advert closing time/date shall be invited to submit Technical Bids.

 

6.   General Conditions

Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:

  • All costs incurred in preparing and processing NJQB pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account
  • This Advert shall neither be construed as any form of commitment on the part of APE(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek any indemnity from APE(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS,
  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires ore-qualified Contractors to submit their documentation in the following manner

(I)               Pre-Qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders,

(II)            Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders,

  • APE(N)L will communicate only with authorised officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will NOT communicate through individuals or appointed Agents.

 

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

Construction of Multipurpose Hall at A.D. Rufa’i College for Legal and Islamic Studies Misau

A.D. Rufa’i College for Legal and Islamic Studies Misau

P.M.B. 004 Misau Bauchi State

Invitation for Pre-Qualification for

Education Trust Fund Intervention Project (ETF)

2009 & 2010 Merged Project

 

The College hereby invites reputable and competent contractors for pre-qualification as pre-requisite or tender of the following ETF intervention for the year 2009 and 2010 merged project. Construction of Multipurpose Hall

 

Pre-Qualification Requirements

i.        Evidence of incorporation by Corporate Affairs Commission

ii.       Evidence of professional qualification of key staff

iii.      Evidence of registration with the College in the appropriate category

iv.      Evidence of similar jobs completed within the past three (3) weeks

v.       VAT Registration Certificate

vi.      Audited Account for the past three (3) years

vii.     Letter of attestation from the bank to confirm the financial strength and willingness to support the company to financially execute the project

 

Pre-qualification documents are obtainable at the office of the Head of Works of the College.

 

Submission of Pre-Qualification Documents
The pre-qualification documents must be sealed and returned to the office of the Head of works on or before 23rd June 2011.

 

The College reserves this right to reject any or all pre-qualification submissions and or discontinue the tendering process at any time. Nothing in this advert should be construed to be a commitment on the part of the College nor shall it entitle any potential tender to make claims whatsoever and seek an ideminity from the College on account of responding to this advert. The College would not enter into correspondence with non-qualified constructors in any form.

 

Tender Documents

Only contractors who have satisfied pre-qualification conditions above may be allowed to tender on payment of non-refundable fee of twenty thousand naira only (N20,000.00) in bank draft payable to A.D. Rufa’i College for Legal and Islamic Studies MISAU. Tender documents which must be completed and returned not later than 16th June, 2011 are obtainable at the office of head of works upon presentation of evidence of payment. Names of pre-qualified contractors will be published on the Notice Board of the College.

 

Signed

ALH. HAMMA BASHAR

REGISTRAR

Providers of Security Guards, Cleaners and Drivers at Aeromantime Group of Companies

(Providers of Security Guards, Cleaners and Drivers)

 

Aeromantime Group of Companies wishes to engage the services of organizations which shall be interested in rendering any or all of the outsourced services indicated here below:

 

  • Supply of Security Guards
  • Supply of Cleaners
  • Supply of Drivers

 

Qualification Criteria

Legal Status and Profile

  • Full name of the company and contact persons, Postal Address, Telephone Nos and Email Address
  • Ownership structure including name(s) of Shareholders and percentage shareholdings
  • Company Registration documents including Certificate of Incorporation, Memorandum and Articles of Association and CAC form Co7
  • Evidence of Registration with the Federal Ministry of Labour
  • Evidence of Registration with PICOMSS

 

Other Requirements

  • Evidence of experience in rendering such services e.g. List of firms that form your Clientele base
  • Terms of Employment and method on the engagement of workers
  • Proposed salaries payable to workers
  • Proposed charges/fees payable to the company
  • Bank Reference
  • Company profile

Submission of Application/Pre-qualification Documents

 

Applications/pre-qualification documents should be marked, appropriately indicating the service to which they relate and submitted in sealed envelopes addressed to:

The Group Head Administration/Personnel/Legal

Aeromaritime Group of Companies

6th Floor, Maritime House

Kirikiri Lighter Terminal Phase I

P.O. Box 1193

Apapa, Lagos

 

To reach him on or before 12 noon Friday, June 17, 2011

 

Note: This request for Proposals should not be construed as a commitment on the part of the company to guarantee the selection of any applicant to make any claims whatsoever and/or seek any compensation for expenses incurred by reason of having responded to this advertisement.