Prequalification for the development and implementation of a Cross Border Transaction System at Central Bank of Nigeria

Central Bank of Nigeria

Invitation to Express Interest and Tender Financial Bid for the  Development and Implementation of A Cross Border Transactions system

The Central Bank of  Nigeria is desirous to undertake  a pre-qualification exercise  for service providers to express interest and tender financial bid for the development and implementation of a Cross Border Transactions System.

 

Scope of Work

The scope of work requested involves the designing and implementing a flat form to capture and analyse cross border transactions related payment messages.

 

Pre-qualification Requirement

Interested and competent service providers wishing to express their interest in the above mentioned project must submit the following documents for verification: –

 

Mandatory (without which company will be disqualified)

i)          Evidence of registration with Corporate Affairs Commission.

ii)         Certified true copy of Memorandum and Article of Association.

iii)        Evidence of payment of tax for the last three (3) years as at when due.

 

Others

(iv)      Comprehensive company profile with CV of key personnel,

(v)       Verifiable  evidence  of  similar jobs  successfully executed or being executed

within the last five years, attaching copies of letters of award and successful completion certificates,

(vi)      Reference letters from 3 previous clients of similar projects satisfactorily

executed,

(vii)     Reference letter from bank staring how much credit line the Bank is willing to give

to carry out such project(s).

(viii)    Current Company’s audited statement of accounts duly stamped by a registered

Auditor,

(ix)      Evidence of employees Retirement Savings Account (RSA) with a pension fund

administrator,

(x)       Evidence of remittance of  employer and employee pension contribution to

appropriate pension fund custodian

(xi)      Evidence of membership of relevant professional bodies/associations,

(xii)     Operational strategy,

(xiii)    Quality Assurance Policy

(xi)      Company’s  registered   address, functional  contact  email address, GSM              phone number(s) and facsimile number(s)

(xiv)     Evidence of employees Retirement Savings Accounts, RSA) with a Pension Fund Administrator.

(xv)      pension contributions to the appropriate pension fund custodian.

(xvi)     Evidence of transferring all Pension Funds and Assets prior to the

commencement of the pension Reform Act to licensed pension operators.

 

Collection of Bid Document

Interested and competent service providers wishing to carry out the above job should collect the information for Bid (IFB) document from Head Application Management Division, Information Technology Department, CBN Head Office (1st Floor, Wing A) on payment of a non-refundable fee of N10,000.00 (Ten Thousand Naira Only). The payment will be in Bank Draft payable to Central Bank of Nigeria.

 

Submission

The submission will be in two separate envelopes.

 

A.        The General Requirements should be submitted in one wax sealed envelope boldly marked at the top left Corner: “Prequalification for the development and implementation of a Cross Border Transaction System to the Central Bank of Nigeria”

B.        Financial bid should be submitted in wax sealed envelope boldly marked at the top left corner: “Financial Bid for the development and implementation of a Cross Border Transaction System to the Central Bank of Nigeria”

And addressed to:-

 

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C

CBN Head Office Complex,

Central Business District,

Abuja,FCTNigeria.

Fax No: 09-616-38239

e-mail:- gahmed@cbn.gov.ng

 

Closing Date

All submissions must be received at the above Office on or before 8th June, 2011.

 

Important Notice

(a)       This is not an invitation to tender. Full tendering procedure will be applied to contractors prequalified and found capable of executing the  project

(b)       Nothing in the advert shall be construed to be a commitment on the part of the CBN

(c)        The names of successful prequalified contractors will be published and posted on the CBN website (www.cbn.gov.ng) and notice boards in CBN locations.

 

Signed

Management.

 

 

 

 

 

 

Invitation for Pre-qualification/Technical Evaluation to bid as an Insurer to Provide Insurance Coverage at Afren Resources Limited

Invitation for Pre-qualification/Technical Evaluation to bid as an Insurer to Provide Insurance Coverage for Afren Asset and Liability Operational Insurance 2011 to 2012

 

Afren Resources Limited (hereinafter referred to as Afren) acting in its capacity as a Technical Services provider (TSA) for various oil and gas assess in Nigeria, wishes to invite interested, qualified and reputable Nigerian Insurance Companies (referred to as Company) having experience in the provision of insurance coverage for major oil and gas companies.

 

Scope of Work for Provision of Insurance Coverage

Onshore and Offshore Property Insurance and Operators Extra Expense (OEE) Insurance

Third Party Liability Insurance

Cargo Insurance

Construction All Risks

 

Commencement and Validity

The policy is expected to commence early Q3, 2011 and will be for a period of one year.

 

Pre-qualification and Technical Requirements:

To qualify for consideration, firstly potential insurers must have an operational office base in Nigeria. Secondly they will be required to supply the required set of under mentioned documentation properly certified in specific chapters separated by dividers in binders, on 3 CD ROMs, and in the same order as stated below, and fulfill the Technical Bid Requirements as set out below. Failure to follow any of the instructions, submit any of the required documents, or failure to meet the Technical Bid Requirements will lead to disqualification of the applicant’s bid.

1.       Provide currently applicable Certificate of Registration of Company with the Corporate Affairs Commission (CAC), together with Memorandum and Articles of Association showing the list of directors, and shareholding structure.

2.       Certified true copies by National Insurance Commission (NAICOM) of the Company’s licence as an insurer to transact general insurance business and in particular energy business

3.       Evidence of NAICOM’s approval of latest annual return and accounts for the most recent underwriting year.

4.       A signed declaration by the Chief Executive Officer that the Company has settled all outstanding discharge claims, and all other major outstanding payables.

5.       Full details (schedules and wordings) of all re-insurance contracts relevant to the coverage requested.

6.       Name, address and profile of international re-insurance brokers, which have handled the Company’s energy business in the past 24 months

7.       Certified documentation evidence demonstrating experience as leader on similar energy insurance covers that insurer has provided to its clients over the past 5 years, together which names of clients.

8.       Full office address of Company Head Office in Nigeria including telephone and fax numbers and email addresses. Similar for branch offices in Nigeria.

9.       Provide Company profile including full shareholding structure, Company’s financial details and published annual reports and accounts for the most recent year and 2 years immediately before that. Company’s tax clearance certificates for the past 3 years.

10.     Bank reference covering banking transactions for the past 3 years.

11.     Company’s overall organisational structure with names of directors and officers (with resumes) and names of staff and roles.

12.     Company’ specific organisation for energy underwriting and claims with names of staff, resumes and roles

13.     Copy of current relevant Department of Petroleum Resources (DPR) permit

14.     Company’s Health Safely Security and Environment policy and programme, (evidence of HSSE competence training in the past 3 years)

15.     Company’s quality assurance and quality control standards and processes for the coverage to be provided.

16.     Details of similar contracts executed within the last 3years including names of clients with contact data so that references can be taken up, contract details dates and values

17.     Federal Inland Revenue Tax Identification Number (TIN) and currently applicable Tax Clearance Certificate

 

Technical Bid Requirements

This is t technical prequalification and should not be interpreted as a commercial invitation to tender. All interested parties seeking technical prequalification must satisfy the following criteria

  • Be a Limited Liability Company registered in Nigeria and licenced by the National Insurance Commission to transact general insurance business
  • Have a net base of Naira 7bn and paid up share capital of Naira 5bn
  • Have a proven track record in leading energy insurance business in Nigeria
  • Have a dedicated energy underwriting and claims department with a minimum of 5 experienced and qualified staff
  • Must have a proven track record of paying all valid claims fully within 12 months of notification.
  • Be prepared to work with Afren, its advisers, and its nominated reinsurance broker in particular with regard with regard to transaction processes.

 

Nigerian Content

Afren is committed to the achievement of a high level of Nigerian Content in the execution of services. Bidders are enjoined to provide their Nigerian Content Plan for this service. the details required are shareholding structure as certified by the Corporate Affairs Commission, organisation structure with the names, roles and responsibilities of the management staff with indication of their nationality etc

Details of past training programmes for the staff and plans for future training of the staff.

 

Bid Submission

All interested and qualifying insurance companies wishing to apply for prequalification must do so in accordance with the above instructions, with documents and CD ROMS contain in a sealed envelope and submitted to

 

The Supply Chain Manager

Afren Resources Limited

Octagon Building

13 Marinho Drive, Victoria Island,

Lagos.

 

The submission should reach the recipient on or before 7th June, 2011 by 2:00 pm (Nigerian Time)

 

This notice for prequalification shall not Imply any commitment or obligation on part of Afren Plc nor establish any legal or commercial relationship, no communication will be entered into with any unsuccessful applicant.

Pre-qualification for jobs from 2011 budget at Centre for Management Development

Centre for Management Development

Expression of Interest

Introduction:

The Centre for Management Development (CMD) is a Federal Government Parastatal established in January 1973 to Co-ordinate the activities of, and give proper direction to Institutions engaged in education, training and retraining of managerial manpower in Nigeria.

 

The centre is the operational arm of the Nigerian Council for Management Development (NCMD), established under the enabling Act. CAP.N. 99 LFN 2004 (as amended).

 

The centre invites interested competent contractors/suppliers/companies to tender for the  pre-qualification for the following jobs from its 2011 budget:

 

Lot 1    Consultancy Services

(a)       Architectural and engineering designs

(b)       Research on management development

(c)        Furniture and office equipment

(d)       Generators

(e)       Vehicles (Toyota brand saloon and 4×4)

 

Lot 2      Purchase of computers/provision of ICT Infrastructures

Creating a centralized hub of ICT activities within the centre/zonal offices through and LAN and VAST

Establishment of a unique  e- learning  resource centre information with adequate:

(a)       Hardware viz. video conferencing facilities, digital cameras, etc

(b)       Operating system

(c)        Soft ware document  management systems (achieving  HR database).

(d)      Networking – LAN a WAN

(e)       Servers Internet, exchange and anti-virus servers

(f)        Other equipment such as Split air-conditioners, network printers etc.

(g)      Server operating system, MS-Office, Suites, Antivirus software, document

management  software, Microsoft exchange managing and collaboration 2011. Semantex backup software web portal design and development domain registration and management.

 

Lot 3   Purchase of Teaching/Learning Aid Equipment

Acquisition of up-to-date equipment to enhance a delivery of our training programmes at Lagos, Owerri, Abuja, Uyo, Kano and Ibadan offices. They include 14 (Nos) polyvision interactive electronics boards, 13 (Nos) LG, DVD Players and VCD, 1 (No) professional video camera, 4 (Nos) Sure Macrophone, 22 (Nos) Toshiba Multimedia projectors with 3500Ansi lumens, 14 (Nos) APC1.5KVAstabilizers.

 

Lot 4   Purchase of Library Equipment

Subscription of Electronics journals and e-Library.

 

Lot 5 Construction/Provision of Office Building

Construction of Kano Area Office for North-West geo-political zone to provide quality training, research and consultancy assignments in areas such as:- economic planning NV 20:2020 budgetary control, project design and implementation. Economic policy1 formulation and monitoring and evaluation.

 

Lot 6 Rehabilitation/Repairs of Road

(a)       Construction of 3km link road with asphalt/culverts

(b)       Installation of Solar Street Lights

(c)        Land Scapping of digital centre

 

Lot 7A  Outsourcing of General Services

Cleaning   and   janitorial   services,   security,   gardening   and   lawns fumigation.

 

Lot 7B Rehabilitation/Repairs of Office Building

(a)      Renovation of and furnishing of property comprising 4units of four

(4) bedroom flats suite with a one bedroom BQ each A4 bedroom duplex with a Penthouse and a gatehouse at Plot 673, Agadez Street, Wuse II Abuja with a land mass of 1608,935QM.

(b)      Renovation/Furnishing of property comprising of bungalow and a storey building, 4 (Nos) prefabricated buildings (blocks U.G. Library Computer) and participants relaxation room, 4 seminar rooms and a gatehouse at No. 1, Akinyele Avenue, GRA Bodija Ibadan.

 

Lot B Research and Development

(a)       Rudimentary Skills Research

(b)       Research in areas of economic management administration and human

resource management to identify skill gaps, shortages, and mis-match.

(c)        Collaborative research with NBS and NISER on capacity and effectiveness of MDAs

(d)       Research on how to set up a post graduate school (PGS),

 

Eligibility for Consideration

Proposals from interested consultancy firm/contractors/suppliers should be submitted with the following documents:

1.         Evidence of registration or incorporation with the corporate affairs commission (CAC)

2.         Tax clearance certificate for the last three (3) years

3.         Evidence of the company’s audited accounts for the last three (3) years

4.         VAT Certificate and evidence of past remittances

5.         Evidence of financial viability and bank reference from reputable bank

6.         Profile of the company including details of directors/management, staff strength, their competencies, expertise and experience.

7.         Payment of non-refundable expression of interest fee of N20,000 only in bank draft or CMD receipt payable to the centre.

8.         Details of previous similar jobs undertaken (If any) with evidence such as letter of award etc.

9.         Registration with the Federal of Ministry of Works, Housing and Urban development category C

 

Submission

The pre-qualification document should each be sealed and labelled (“Technical bids for lots  e.g 1,2,or 3,)  separately and be submitted in five (5) copies (one original and four other copies) and all pages are to be duly endorsed by an authorized principal officer of the biding company. The document is to be dropped in the office of The Assistant Director, Corporate Affairs Division. Centre for Management Development, Management Village, Shangisha, Lagos on or before Friday 8th July 2011 by 12noon.

 

(Signed)

Director-General

Centre for Management

Management Village,

Shangisha, Lagos

Request for Expression of Interest at Kaduna State Rural Access and Mobility Project

The Federal Republic of Nigeria

Kaduna State Government

Kaduna State Rural Access and Mobility Project

Credit No: CR 4408-NG

Study on Road Management Institutional Development and Capacity Building Reforms in Kaduna State

 

Request for Expression of Interest

This request for Expression of Interest (EOI) follows the General Procurement Notice (GPN) for this project that appeared in the Development Gateway Market Web Site and appeared in Development Business, issue No. 725 of 30th day of April, 2008.

 

The Kaduna State Government has received a credit of from the International Development Association (IDA) towards the cost of the Rural Access and Mobility Project (RAMP 1) in Kaduna State and it intends to apply part of the proceeds of this credit to payments under the Consultancy Services Study on Road Management Institutional Development and Capacity Building Reforms in Kaduna State.

 

SPIU requires the services of a suitably qualified Consultancy firm to provide Consultancy Services for Study on Road Management Institutional Development and Capacity Building Reforms in Kaduna State. The study which is to improve capacity in road management in all government agencies responsible for management of roads will focus on:

(i)      Strengthening the road network public sector management capacity, a subcomponent that would cover enhancement of skills in strategic planning, program and project scheduling, designing, implementation and maintenance in relation to rural road infrastructure; and

 

(ii)     Development and implementation of institutional reforms with a view to enhancing efficiency in resource allocation and utilization, procurement, quality control, monitoring and reporting responsibilities at the State Government level.

 

The objectives of this study are:

i)       To develop a State Road Sector Policy framework;

ii)      To develop an appropriate institutional legal framework for management of roads;

iii)     To recommend appropriate, phased and manageable institutional reforms;

iv)     To develop an appropriate strategy for a Road Management System; and

v)      To assist in the implementation of the initial phases of the reform.

 

The Consultant shall provide of qualified experienced personnel for efficient execution of these services. The implementing agency, the State Project Implementation Unit (SPIU) on behalf of Kaduna State Ministry of Work and Transport, now invites eligible consulting firms 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.

The consultant will be selected using Quality Cost Based Selection (QCBS) method of selection of consultants in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers, published in May 2004 and revised October 2006 and January 2011.

 

One original and three copies of the Expression of Interest must be submitted in a sealed envelope clearly marked “Expression of Interest for Consultancy Services Consultancy Services for Study on Road Management Institutional Development and Capacity Building Reforms in Kaduna State”

 

Interested Consultants may obtain further information at the address below during office hours 8:00am to 4:00pm daily, from Monday to Friday. State Project Implementation Unit (SPIU) is not bound to short list any firm Expression of interest must be delivered to the address below on or before 29th June, 2011 by 12:00 Noon local time.

 

Attention: Engr. Musa T. Tete (Project Coordinator)

State Project Implementation Unit (SPIU)

Kaduna State Rural Access and Mobility Project,

Ministry of Works and Transport, No 12 Sokoto Road, Kaduna,

Kaduna State, Nigeria.

Email: musatete@yahoo.com or kad _ramp@yahoo.com

Phone: (+) 234-803-3899313

 

Procurement of Water Treatment Chemicals at Cross River State Water Board Limited

The Federal Republic of Nigeria

Cross River State Government

Second National Urban Water Sector Reform Project CR, 40860-UNI (PO711391)

Invitation for Bibs (IFB)

Procurement of Water Treatment Chemicals

CRSWB/2NUWSRP/NCB/GDS/CHEM/2011/002

1.       This Imitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business: issue no. 673 of February 28, 2006 online and in DG Market.

 

2.       The Federal Government of Nigeria has received a loan from the International Development Association (IDA) toward the cost of the Second National Urban Water Sector Reform Project, and it intends to apply part of the proceeds of this loan to payments under the Contract for the Procurement of Water Treatment Chemicals.

 

3.       The implementing Agency, Cross River State Water Board Limited now invites sealed bids from eligible and qualified bidders for the following Water Treatment Chemicals CRSWB/2NUWSRP/NCB/GDS/CHEM/2011/002.

Lot 1
Lot/No Description Quantity Place of Delivery Delivery Schedule
a. Aluminium Sulphate

180 Metric Tons (MT) CRSWBL, Calabar Treatment Plant 14 Days
Lot 2
b. Hydrated Lime 120 Metric Tons (MI) CRSWBL, Calabar Treatment Plant 14 Days
Lot 3
c. Calcium Hypochlorite 50 Metric Tons (MI) CRSWBL, Calabar Treatment Plant 14 Days
Lot 4
d. Ultraviolet Visible Lab. Spectrophotometer CRSWBL, Corporate Office Laboratory, Calabar. 21 Days

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines, “May 2004 as revised 2010”.

 

5.       Interested eligible bidders may obtain further information from Cross River State Water Board Limited;

Engr. Elemi B. Etowa, elemi4@yahoo.com and inspect the Bidding Documents at the address given below from 9:00am— 4:00pm on every working day (Monday- Friday).

 

6.       Qualifications requirement include:

 

(a)     Financial Capability

Bidders shall furnish documentary evidence that they meet the following financial requirement(s):

(i)      Provide credible evidence of payment of mandatory taxes for the last three years.

(ii)     Provide reputable Banker’s declaration that the Bidder has the financial capacity or a line of credit to execute the contract (as contained in the schedule of requirement) for supply of’ goods.

 

(b)     Experience and Technical Capacity

Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):

(i)      Bidders MUST provide Manufactures authorization with their bids;

(ii)     Bidder MUST demonstrate credible previous experience in supply of similar Water Treatment Chemicals products;

(iii)    Bidder MUST demonstrate availability of haulage facilities to final destination,

(iv)    Confirmation of availability of stock to meet the required supply schedule,

 

(c)      The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement:

 

(i)      That the product offered is suitable for use as water treatment chemical for producing potable water that meets World Health Organization (WHO) Standards of Water Quality or more than the Highest Desirable Levels of the Guidelines;

(ii)     That the product offered is suitable for Human Consumption,

(iii)    The Products MUST come delivered in clearly/ or legible marked Containers, bearing date of manufacture and evidence of certification.

 

Additional details are provided in the Bidding Documents.

7.       A complete set of Bidding Documents in English Language may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee N15,000.00 (fifteen thousand Naira only). The method of payment will be by Cheque, Bank Draft, or cash. The Bidding Documents will be sent by Courier, e-mail or picked by the Bidder at the address shown below.

 

8.       Bids must be delivered to the address below on or before 1:00 pm on June 27, 2011 Electronic bidding will not be permitted

Late bids will be rejected.

 

Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 1: 15 pm on June 27th 2011.

 

All bids must be accompanied by a “Bid Security” per lot as specified: Lot 1 NGN 380,000;  Lot 2 NGN 250,000.  Lot 3 NGN 695,000 and Lot 4 NGN130,000 or an equivalent amount in a freely convertible currency/ or instrument.

 

9.       The address referred to above is:

 

The Managing Director.

Attention: Engr. Elemi B. Etowa

Cross River State Water Board Limited Corporate Office,

147, Ndidem Usang Iso Road, Calabar,

Cross River State, Nigeria

Tel.: (+234)87 450  111, (+234) 803 670 8465

E-mail: elemi4@yahoo.com