Procurement of Vehicles at Economic Community of West African States (ECOWAS)

Invitation for Bids (IFB)

Procurement of Vehicles

1.       ECOWAS parliament has allocated funds for the  acquisition of vehicles, and intends to apply part of its 2011 budget allocation to payments under the Contract for the procurement of these vehicles that are required for the implementation of its current annual work programmed.

 

2.       ECOWAS Parliament now invites sealed bids from eligible and qualified bidders for the  procurement of the following vehicles:

  • 1 No. 4×4 Automatic Transmission 8 Seater Petrol Vehicle
  • No. petrol 4×4 Automatic Transmission Double Cabin Pick-Up Vehcle
  • 1 No. Mid-size Sedan Automatic Petrol Vehicle with 2.0-2.7L Engine Capacity
  • 1 No. 2.0L Automatic Transmission Station Wagon Petrol Vehcile

 

3.       Bidding will be  conducted through the  Local Competitive Bidding (LCB) procedures specified in line with the  provisions of the ECOWAS Tender Code, and  is open to all bidders with the  capability, Technical and financial, to provide after sales services and access to mandatory spare in-country for the efficient, effective and economical vehicle life cycle maintenance support throughout the economic lifespan of the required vehicles.

 

4.       Qualifications requirements include: Evidence of company Registration of Bidder, up-to-date tax clearance, manufacturer’s authorization, documented evidence of bidders technical and financial capability of having executed similar contracts in the  last three years. Bidders must also be capable of completing delivery of the  required vehicles DDP within a delivery period  of  six (6) to eight (8) weeks. Documentation indicating the country of origin of each vehicle must also accompany each bid.

 

5.       Bids must be delivered to the  ECOWAS Parliament Registry and addressed to:

The Secretary General

ECOWAS Parliament

International Conference Centre

Area 10, Garki 2

Abuja, Nigeria.

 

On or before 14th April, 2011 by 3.00pm. Electronic bidding  will not be permitted. Late bids will be rejected. All bids must be accompanied by Bid Security of three percent (3%) of the bid price from a  reputable bank operating in Nigeria and acceptable to ECOWAS Parliament.

 

6.       Each bid must be clearly marked as follows: “Procurement of Vehicles. ECOPARL/ADMIN/LCB/001/2011. Please do not open”.

 

Expressions of Interest for Procurement Agent at National Agency for the Control of AIDS (NACA)

The National Agency for the Control of AIDS (NACA)

Expression of Interest

Preamble:

The National Agency for the Control of AIDS (NACA) recently signed Round Nine (9) Global Fund Grant on behalf of the Federal Government of Nigeria to cover HIV/AIDS Treatment, Care and Support in particular and strengthen the health system in Nigeria generally. The programme seeks to scale up provision of antiretroviral treatment and related services such as counseling and testing, Prevention of Mother-to-Child Transmission (PMTCT) and community care.

 

Being a performance-based and counter-part funding programme, the National Agency for the Control of AIDS (NACA) intends to engage the services of Agents who have highly specialized knowledge and extensive experience in procurement to manage the acquisition of goods and associated services required on this project.

 

Assignment Description

  • Specifically, the objectives of the engagement are, among others:
  • To provide professional opinions on procurement and contract processes;
  • To ensure accurate and timely acquisition of cost competitive goods and services for the Agency by undertaking procurement of ARVs, HIV test reagents and other health commodities necessary for HIV treatment;
  • To identify/ source suppliers and negotiate reasonable costs and contract details with effectiveness and due diligence on behalf and in the best interest of NACA
  • To manage contracts and ensure timely delivery of goods/services contracted in compliance with agreement and guidelines of the fund;
  • To   maintain   expert   level   of knowledge   of   procurement   industry   and commodity/services of Health sector as well as understanding the industry standards and practices;
  • To develop and maintain effective working relationships within assigned team (if any) and the Procurement department of the Agency in order to ensure that team-oriented approach is effective and productive;
  • To prepare periodic procurement /and delivery progress reports for NACA.

 

Guiding Criteria for Selection of Procurement Agent

The selection of the Procurement Agent will be in accordance with the procedures set\ out in Guidelines published by the Donor and Bureau of Public Procurement.

 

Eligibility Criteria and  Expected  Contents  of  Expression  of Interest

  • Prospective Applicants are requested to submit their Expressions of Interest that demonstrate capacity and capability to undertake this assignment detailing the following information as basis for short-listing for further evaluation in a subsequent process in which technical and financial proposals will be requested and reviewed accordingly;
  • Evidence of Incorporation in base Country;
  • Evidence of Tax payment for the past 3 consecutive years, where necessary;
  • Evidence of VAT registration & proof of past remittances; where necessary;
  • Agents profile containing experience, resources and delivery capacity with minimum three (3) years experience on procurement and should have adequate staffing and logistic capacity to deliver the intended results. These information should include  Background with brochures and area of expertise, Description of similar assignments with documents, supporting documents of experience of at least three (3) years including cost, project structure and spell out professional capacity of staff as well as  adequate and appropriate resources to carry out the assignment;
  • Annual Turnover and Audited Statements of Accounts for the past three (3) consecutive years,
  • Evidence of recommendation from prospective Agents Bankers indicating the financial capacity and capability to undertake the Assignment, if awarded;
  • Evidence of Compliance with the provision of the Pension Reform Act 2004 as contained in Section 16 sub section 6 (d) of the Nigerian Public Procurement Act 2007, where necessary;
  • A write-up on the understanding of the Assignment.

 

General Terms & Conditions

Expressions of Interest must be in English language only and submitted in three (3) copies (one original & two copies) in a sealed envelope clearly marked NACA -EXPRESSIONS OF INTEREST FOR PROCUREMENT AGENT with acknowledgement to NACA office at the address below. The Agency reserves the right to reject any or all of the Expressions of Interest.

 

Interested Procurement Agents may obtain further information at the same address from 9.00am t0 3.30pm local time Mondays to Fridays (Except public holidays).

 

Expressions of Interest must be delivered to the same address on or before 12noon local time on Friday, 8th April, 2011.

 

Only Procurement Agents shortlisted for the next stage would be contacted and required to send a detailed proposal within fifteen (15) days based on the detailed Request for Proposal (RFP) that would be issued to them.

 

Contact Information

National Agency for the Control of AIDS (NACA), Plot 823 Ralph Sodeinde Street,

Central Business District, Abuja, NIGERIA

Tel: +234 (9)461-3724-29  Fax: + 234 (9) 461-3700

Email: info@naca.gov.ng

 

 

 

 

Proposal for the Provision of Audit Services at United Nations Development Programme (UNDP)

Request for Proposal

Provision of Audit Services for the DGD Project

The United Nations Development Programme (UNDP) in Nigeria wishes to invite qualified organizations to submit proposals for the Provision of Audit services for the Democratic Governance for Development (DGD) Project.

 

All organizations that wish to participate in the bid can access the RFP document   on   the   http://procurement-notices.undp.org/or

http:www.ng..undp.org/procurement.shtml

 

Your proposal should reach the following address in hardcopy on or before 7th April 2011 by 1.00pm  local time Abuja.  Email copies  will not  be accepted or considered. The submission should be marked and titled “RFP for Proposal for the provision of Audit Services for the DGD Project”.

United Nations Development Programme

Plot 617/618 Diplomatic Zone,

Central Area District, Abuja

Attention: The Service Centre Manager

Tel: +23494616208

Fax: +23494618507.

 

For any clarification on any aspect of this RFP, please send an email to olayinka. sanusi@undp.org

 

We thank you for your interest

 

This request for proposal does not amount to a commitment on the part of the UNDP either financially or otherwise. UNDP reserves the right to accept or reject any or all the proposals without any obligation to inform the affected applicants of the found for the acceptance or rejection.

 

Request for Proposals on Baseline Survey at United States Agency for International Development (USAID)

USAID from the American People

Nigeria Northern Education Initiative

Baseline Survey on Community Perspectives on Orphans and Vulnerable Children (OVC) and Girls’ Education

Request for Proposals

The Nigeria Northern Education Initiative (NEI) is funded by the United States Agency for International Development (USAID) to strengthen government delivery of basic education services and increase access to education (and related services) for orphans and vulnerable children (OVC) in the northern state of Bauchi and Sokoto.   NEI is inviting interested Nigeria-based research organizations (RO) to submit proposals to implement baseline survey in the second quarter of 2011.

 

The overall goal of the survey is to provide relevant baseline indicators against which the effects of project activities can be evaluated eventually. Data will be collected from a sample of adults and teenagers aged 13-17 years in five project and five non-project LGAs per state. There will be three questionnaires used in the fieldwork, including a household schedule, an  adult questionnaire and an adolescent questionnaire. For budgeting purposes, Please assume that 1000 households will be included in each state, and about 2 hours will be spent collecting data from each household.

 

Activities and Responsibilities for the RO: The successful RO will be responsible  the following activities: (1) Develop and implement the survey; (2) Pretest draft survey questionnaires to be provided by NEI; (3) Finalize draft  questionnaires based on pretest results; (4) Recruitment and  train fieldworkers (5) Produce printed questionnaires in sufficient fieldwork; (6) Implement data collection; (7) Enter data for all survey questionnaires using an appropriate data processing software; (8) Prepare a report documenting fieldwork and data processing activities; and, (9) Provide NEI with a clean dataset from the survey.

 

Timing:

It is expected that the data collection will take place in the second  quarter of 2011. ROs are requested to submit a timeline  for the survey based on the  activities described above.

 

Outputs

NEI expects the following outputs from the successful RO upon completion of the baseline survey data collection and processing

Final survey tools in Hausa and English (print and electronic copies);

Cleaned and fully labeled data set in stata, SPSS or other software that can be converted into stata format

All completed questionnaires

Copies of all tools used to select household and respondents

Report on fieldwork and data processing

 

Budget

ROs are requested to submit a detailed budget, including the following: honorarium, subsistence allowance, transport, questionnaire production, and other costs.

 

Selection Criteria

Proposals will be evaluated by a panel of reviewers on the basis of the following criteria: (1) Technical quality of proposal (35 points);  (2) Ethical issues and protection of human subjects (15 points); (3) Qualifications and experience of the key researchers (17 points); (4) Research experience and capacity of the RO (18 points); and (5) cost considerations (15 points).

 

Bid Submission

Bids must be received on or before Friday, 15th April 2011 by 3.00pm Nigerian time. Interested ROs should submit bids electronically to sbabalol@jhuccp.org, copying mmabala@jhuccp.org. Only bids received electronically and before the deadline will be considered.

 

Bids are to include (1) A detailed description of the proposes sampling design and survey procedures; (2) A detailed description of procedures to protect human subjects; (3) A detailed budget for the survey (4) CVs of the  Principal Investigator, field supervisors, and other key personnel; (5) Detailed description of data entry procedures; and  (6) statement of organizational capacity.

 

To obtain a more detailed version of this RFP or if you have questions, please contact sbabalol@jhuccp.org before 3.00pm Nigeria time on April 7, 2011.

 

Selection of a Consultant to Conducts Feasibility Study in the Establishment of a Payment and Settlement System at Economic Community of West African States (ECOWAS)

Request for Expressions of Interest

Selection of a Consultant to Conducts Feasibility Study in the Establishment of a Payment and Settlement System in Ecowas

 

The ECOWAS Commission is a regional organization charged with the development, implementation of policies and programs towards the integration of its 15 Member States. The mission of the Commission is to promote regional integration in all fields of social, cultural and economic activities, including monetary and financial sectors. For that purpose, The ECOWAS Community has achieved a Free Trade Area (FTA) and it is at the verge of attaining the status of a customs union, with the adoption of a common external tariff very much in sight.

 

 

Toward the establishment of the ECOWAS common investment market (ECIM), the Commission , in its will to achieve market integration , including the financial markets in the sub region, wishes to lead the reflection by the recruitment of a Consultant to conducts feasibility study in establishment of a regional interbank system of and settlements within the ECOWAS to reduce bottler trade, payments and capital flow in the region.

 

The services included under this project are:

i. Strategic Orientation of the Project

  • The Project concept/ payment and settlement business
  • The desirability of a Regional cross border payment and settlement institutions in ECOWAS

 

 

ii. Legal and Regulatory Framework

  • The legal environment of the projects
  • Status and ownership of the project Rules and regulations

 

 

iii. Project Architecture(Technical and operational)

  • The Technical requirements for establishment of a payment  system  and  Technical  feasibility  of the Project.
  • Technology types, Technology Risks and Service Agreements for the Regional System
  • Operation Requirements
  • Protecting   security  concerns  and  confirmation  of payment instructions and putting in place a localized electronic messaging system.
  • Trade quotation
  • Trading and Settlement Procedures including entry and exit requirements and regulations and criteria for participation.
  • Systemic risk and Delivery of Value Risk.

 

 

iv. Business Plan

  • Social and economic justification of the project
  • The Payment and settlement systems markets (size, segments, products and services, pricing, competition and competition analysis, market analysis in different zones of the sub-region) in ECOWAS,
  • Business Model for a Regional Payment System
  • Marketing Strategies and Marketing plan
  • Ideal ownership Structure for the Regional System
  • Sustainability of the Project
  • Human resources and man power plan
  • Office and Office infrastructure
  • Plant site and location
  • Organizational structure
  • Business Risk Analysis and mitigation
  • Systemic Risks and Delivery of Value Risks
  • Capital structure/Financial Structure
  • Project Finance Plan
  • Financial Feasibility

 

 

v. Road Map/Strategic Plan

vi. Conclusion

 

  • Consultant s Opinion on the project.

II.      The ECOWAS Commission now invites eligible consultants (Firm) to indicate their interest in providing these services.

Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments with all necessary proofs, experience in similar conditions, availability of appropriate skills among staff, and all other necessary information for these services) Consultants may constitute joint-ventures to enhance their chances of qualification.

 

III.     The selection procedure will be based on Quality and Cost in accordance with the Ecowas Tender Code. ECOWAS Commission is under no obligation to shortlist any consultant who expresses interest.

 

 

IV.      Interested consultants may obtain further information at the address below during office hours: Monday to Friday from 9: 00 am GMT+1 to5.00pm GMT+1.

 

ECOWAS Commission, Directorate of General Administration , Procurement Unit, 101, Yakubu Gowon Crescent Asokoro District, P. M. B. 401 Abuja Nigeria

 

Phone Number:+234 703 558 42 78/ +234 8138989043

 

E-mail: nkuakor@yahoo.fr;bangoura53@yahoo.fr

 

V.      Expressions of interest must be delivered in sealed envelope and clearly marked SELECTION OF A CONSULTANT TO DEVELOP A NEW RECRUITMENT SYSTEM FOR ECOWAS, do not open except in presence of the Tender Committee to the address below not later than April 15th 2011 at 5.00 pm GMT+1.

 

ECOWAS Commission, Directorate of General Administration, Procurement Unit, 101, Yakubu Gowon Crescent Asokoro District, P. M. B. 401 Abuja Nigeria

 

Phone Number:  +234 703 558 42 78/ + 2348138989043

 

E-mail: nkuakor@yahoo.fr;bangoura53@yahoo.fr

 

Signed

Halima Ahmed

Director, General Administration