Request for Proposal for the Appointment of a Coordinating Consultant for the Environmental Impact Assessment (EIA) at Federal Ministry of Power

Federal Ministry of Power

Request for Proposal for the Appointment of a Coordinating Consultant for the Environmental Impact Assessment (EIA) for Small and Medium Hydropower Projects in’ Different Locations Nationwide

 

 

Introduction

The Federal Ministry of power intends to Environmental Impact Assessment (EIA) of small & medium hydropower projects at selected dam sites in twenty (20) different locations as part of its diversification of sources of electricity. accordingly, the ministry in line with the 2011 budget proposals invites interested, experienced and reputable consultancy firms to apply as coordinating consultant for the  Environmental Impact Assessment (EIA) of  Small & Medium Hydropower Projects, in difference location nationwide.

 

 

Scope of Work

The scope of works shall include;

  1. i.            Preparation of Terms of reference and the detailed Technical/Financial Proposals (RFP) for the Environmental Impact Assessment (EIA)  of the identified Small Projects
  2. ii.            Evaluation of the Technical & Financial Bids of the Consultants participating in the Tender Environmental Impact Assessment (EIA)
  3. iii.            Coordination, Review and Analysis of Reports and Submissions of the successful   Consultants

 

 

 

Conditions for Pre-Qualification

Interested Firms are expected to collect, fill and submit Standard Request for Proposal (RFP) for Coordinating Consultancy Services for Environmental Impact Assessment (EIA) for Small & Medium Hydropower Projects from  the Office of the Secretary, Ministerial Tenders Board along with the following:

 

 

  1. i.            Company Profile with copy of Article of Association and CAC Form CO7
  2. ii.            Evidence of Firm’s accreditation with the federal Ministry of Environment /NESREA
  3. iii.            Evidence of ownership of Laboratory accredited by Federal Ministry  of Environment ( FME)/NESREA or access to the Laboratory accredited by FME/NESREA
  4. iv.            Curriculum Vitae of individual  experts/staff who will be assigned to the required services including qualification, Individual experience in handling  assignments and attestation available
  5. v.            Financial Capacity Profile of the firm and Evidence of Tax Clearance certificate for 2008, 2009, 2010
  6. vi.            Evidence of experience in at least three (3) similar projects executed within the last five (5) years with verifiable Letters of Contract Award.
  7. Submission of three (3) years Audited Account with an annual Turnover of over N13million in each of the last 3 years
  8. Evidence of Employee Open Retirement Saving Account (RSA) with a Pension Fund Administrator (PFA) of choice
  9. ix.            Evidence of Remittance of both Employer and Employee Pension Contribution to the appropriate Pension Fund Custodian

 

 

The consultant shall be selected in accordance with the procedures set out in the BPP Standard Request for Proposal   (RFP) for the selection of Consultancy Firms (Complex Lump Sum) January 2008

 

 

Submission of Proposal

Complete Technical and Financial Proposals should be submitted in two (2) separate envelopes enclosed inside a third (3rd) sealed envelope (one Electronic copy in Microsoft Office Original and six (6) copies of each Technical & Financial Proposals respectively and marked “Coordinating Consultancy Services for Environmental Impact Assessment (EIA) for Small & Medium Hydropower Projects nationwide” at the top right hand corner and addressed to:

The Secretary

Ministerial Tenders Board (MTB)

Federal Ministry of Power

Federal Secretariat Complex

Room 347, Phase 1, Annex III,

Abuja , FCT

 

To reach him on or before 12:00 noon 18th April, 2011. The prequalification documents should be enclosed inside the Technical Proposal. The technical proposals shall be opened same date at 1.00pm in the Conference Room of the Honourable Minister of States,  4th floor, Annex III, PHASE 1, Federal Secretariat Complex.

 

 

 

 

 

Important Information

  • This notice is an Invitation to Tender and not Pre-qualification.
  • Only the Financial bids of the Technically qualified Consultants would be opened. The financial bids of the others would be returned unopened.
  • Only  Consultancy Firms with proven experience in Hydropower project Designs are eligible to submit proposal.
  • No representatives or agents should bid for or behalf any Consultants as the client shall not discuss or deal with any third parties.
  • Federal Ministry of power reserve the right to verify and authenticate any claims by Firms.
  • Prospective Consultants should therefore include in the submission necessary authority for verification.
  • Firms should abide by the bidding instructions and requirement to avoid rejection of their bid.
  • The Federal Ministry of Power shall not enter into any debate(s) or discussion with any party(ies) with respect to the rejection of bid not conforming to directives and accommodating documents.

 

Enquiries on the Invitation

All enquires on the proposals are to be directed to:

Director (EIS)

Federal Ministry of Power

Federal Secretariat Complex

Room 347, Phase 1, Annex III,

Abuja, FCT.

 

 

Signed

I.B. Soli (OON)

Permanent Secretary

 

 

Request for Proposal for the Appointment of a Coordinating Consultant for the Feasibility Studies & Engineering Design of Small and Medium Hydropower Projects at Federal Ministry of Power

Federal Ministry of Power

Request for Proposal for the Appointment of a Coordinating Consultant for the Feasibility Studies & Engineering Design of Small and Medium Hydropower Projects in’ Different Locations Nationwide

 

Introduction

The Federal Ministry of power intends to undertake feasibility studies & engineering designs of small & medium hydropower projects at selected dam sites in twenty (20) different locations as part of its diversification of sources of electricity. accordingly, the ministry in line with the 2011 budget proposals invites interested, experienced and reputable consultancy firms or joint ventures to apply as coordinating consultant for the feasibility studies and Engineering Designs of  Small & Medium Hydropower Projects,

 

 

Scope of Work

The scope of works shall include;

i.   Preparation of Terms of reference and the detailed Technical/Financial Proposals (RFP) for the Feasibility Studies of the identified Small and Medium Hydropower Projects
ii.  Evaluation of the Technical’s & Financial Bids of the Consultants participating in the Tender for Feasibility Studies
iii.  Coordination, Review and Analysis of Reports and Submissions of the successful   Consultants
iv.  Assist FMP in all processes relating  to tendering and award of contract for the construction of the small and Medium Products HPP Projects

Conditions for Pre-Qualification

Interested Firms or Joint Ventures are expected to collect, fill and submit Standard Request for Proposal (RFP) for Coordinating Consultancy Services for Feasibility Studies and Engineering Design for Small & Medium Hydropower Projects from  the Office of the Secretary, Ministerial Tenders Board along with the following:

i.            Company Profile with copy of Article of Association and CAC Form CO7
ii.            Company Registration with Professional Bodies particularly COREN or its equivalent
iii.            Curriculum Vitae of individual experience in handling assignments and attestation available
iv.            Financial Capacity Profile of the firm and Evidence of Tax Clearance certificate for 2008, 2009, 2010
v.            Evidence of experience in at least three (3) Hydropower projects executed within  the last five (5) years
vi.            Evidence of Hydro Consultancy services with a contractual value of over N2 billion Submission of three (3) years Audited Account.
Evidence of Employee Open Retirement Saving Account (RSA) with a Pension Fund Administrator (PFA) of choice
ix.            Evidence of Remittance of both Employer and Employee Pension Contribution to the appropriate Pension Fund Custodian

 

 

The consultant shall be selected in accordance with the procedures set out in the BPP Standard Request for Proposal   (RFP) for the selection of Consultancy Firms (Complex Lump Sum) January 2008

 

Submission of Proposal

Complete Technical and Financial Proposals should be submitted in two (2) separate envelopes enclosed inside a third (3rd) sealed envelope (one Electronic copy in Microsoft Office Original and six (6) copies of each Technical & Financial Proposals respectively and marked “Coordinating Consultancy Services for Feasibility Studies & Engineering    Designs for Small & Medium Hydropower Projects nationwide” at the top right hand corner and addressed to:

The Secretary

Ministerial Tenders Board (MTB)

Federal Ministry of Power

Federal Secretariat Complex

Room 347, Phase 1, Annex III,

Abuja , FCT

 

To reach him on or before 12:00 noon 18th April, 2011. The prequalification documents should be enclosed inside the Technical Proposal. The technical proposals shall be opened same date at 1.00pm in the Conference Room of the Honourable Minister of States,  4th floor, Annex III, PHASE 1, Federal Secretariat Complex.

 

Important Information

  • This notice is an Invitation to Tender and not Pre-qualification.
  • Only the Financial bids of the Technically qualified Consultants would be opened. The financial bids of the others would be returned unopened.
  • Only  Consultancy Firms with proven experience in Hydropower project Designs are eligible to submit proposal.
  • No representatives or angst should bid for or behalf any Consultants as the client shall not discuss or deal with any third parties.
  • Federal Ministry of power reserve the right to verify and authenticate any claims by  Firms.
  • %0

2011 Invitation for Pre-Qualification for Tender at National Judicial Institute, Abuja

National Judicial Institute, Abuja

2011 Invitation for Pre-Qualification for Tender

The NJI, Abuja wishes to pre-qualify competent Contractors and Service Providers who may wish to tender for jobs as specified below, and accordingly invites those that are competent, experienced and reputable to apply.

 

 

These goods and services are required by the National Judicial Institute in its office, Abuja.

 

 

LOT 1: MATERIALS AND SUPPLIES – GENERAL

 

  1. Office Materials and Supplies
  2. Library Books & Periodicals
  3. Computer Materials & Supplies
  4. Printing of Non-Security Documents
  5. Printing of Security Documents
  6. Drugs & Medical Supplies
  7. Uniforms & Other Clothing
  8. Other Materials and Supplies.

 

Lot 2: Maintenance Services – General

  1. Maintenance of Motor Vehicle
  2. Maintenance of Office Furniture
  3. Maintenance of Building – Office
  4. Maintenance of Building – Residential
  5. Maintenance of Other Infrastructure
  6. Maintenance of Office Equipment
  7. Maintenance of Computers & IT Equipment
  8. Maintenance of Generators & Plants

 

Lot 3: Training – General

 

  1. Local Training

 

LOT 4:   Other Services –General

 

  1. Security Services
  2. Cleaning & Fumigation Services

 

Lot 5: Consulting and Professional Services

  1. Information & Technology Consulting

 

 

LOT 6: Transportation Equipment – General

 

  1. Road Motor Vehicle

 

 

LOT 7:     Purchase of Office/Resid. Equip. – General

  1. Office Furniture & Equipment
  2. Residential Furniture and Equipment
  3. Computer Equipment/Computerization of  NJI
  4. Communication Equipment
  5. Library Equipment/Development
  6. Production of NJI Publications
  7. Medical Equipment
  8. Electricity Transformer

 

 

Lot 8:   Acquisition of Land & Building – General

  1. Construction of Office/NJI Permanent Site Develop.
  2. Landscaping & Drainage/Erosion Control

 

Lot 9: Rehabilitation/Repairs – General

  • Rehabilitation of Office
  • Rehabilitation of Quarters

 

 

Lot 10: Infrastructure Roads – General

  1. Construction of Roads

 

 

Lot 11: Infrastructure Others – General

  1. Power Generating Plans
  2. Water Supply
  3. Provision of street Lights

 

 

Lot 12: Pre-Qualification Requirements

Prospective Contractors shall be required to possess the following pre-qualification Documents;

 

 

a)     Valid  Certificate of Registration/Incorporation

b)    Current Tax Clearance Certificate for the last (3) years, Valid up to December, 31st 2010.  Tax Identification Number

c)     Value Added Tax Registration Certificate

d)    Evidence of registration as a contractor with the National  judicial Institute, Abuja or renewal thereof

e)     Company’s resume including details of key staff strength to be deployed for execution of the contract and their professional certificates should be attached.

f)      Details of equipment and plants, including machinery owned or to be hired

g)     Name and address of banker(s)  Including  a letter of reference/guarantee from the bank.

h)    Evidence of involvement and experience in similar contracts stating contract sums and showing evidence of award and timely completion

i)       Evidence of compliance with the provision of Section 16(6)

(a-d) of the Public Procurement Act 2007.

 

B1 Submission of Pre-Qualification Documents

Pre-qualification documents should be enclosed in a sealed envelope marked at the top centre “LOT NO.” and at the bottom left “PRE QUALIFICATION 2011” to the National  Judicial Institute, Airport Road, Abuja, On or before 21st March, 2011  to:

The Institute Secretary,

National Judicial Institute,

P.M.B 5020,

Airport Road,

Abuja.

 

Opening of the bids will take place at the NJI foyer, National Judicial Intitute, Airport Road, Abuja on 29th March, 2011 by 12noon.

 

Please Note

a)     All Submission Would be verified from the relevant agencies like the federal Inland Revenue Services, Corporate Affair Commission, etc,

 

b) This advertisement for

“Pre-qualification to tender” shall not be construed to be a commitment on the part of the National Judicial Institute, Abuja nor shall it entitle the submitting Tenderer to make any claims whatsoever and or seek any indemnity from the National Judicial Institute by virtue of such Tenderer having responded to this advert.

c)     Pre-qualification bid should be very clear about the bidders areas and proven competence and interest.

d)    Proposal for different Procurement/Lot should be submitted in different envelopes,

e)     subsequent to this pre-qualification exercise tender for contracts and jobs will be accepted only from pre-qualified Contractors,  and the National Judicial Institute, Abuja shall to not enter into any  correspondence   with   unsuccessful applicants.

f)      Only regular stockers of goods are advised to apply as minimum period would be allowed between the date of award and final delivery.

g)     All submissions will be verified as the case may be.

h)    Late submissions will be rejected,

Signed:

Secretary, Tenders Board

 

 

 

Provision of Consultancy Services on the Implementation of International Financial Reporting Standards (IFRS) and Basel II at Central Bank of Nigeria

Central Bank of Nigeria

and Nigeria

Deposit Insurance Corporation

Invitation for the Submission of Expression of Interest

For The Provision of Consultancy Services on the

Implementation of International Financial Reporting

Standards (IFRS) and Basel II in the Nigerian

Banking Sector

Introduction

The Central Bank of Nigeria, in line with its mandate of promoting a sound financial system in Nigeria, and in consonance with the ongoing reforms in the Nigeria banking system, has commenced full preparation at ensuring that the banking system in Nigeria fully comply with the requirements of Basel II and gradually migrate to Basel III by end 2012.

 

Furthermore, the Federal Government of Nigeria’s directive on mandatory adoption of International Financial Reporting Standards (IFRS) for all listed and significant public-interest entities by January 1, 2012. has informed the need for the CBN, as the apex regulator of the banking system in Nigeria, to provide the necessary guidance and direction to the banking industry for orderly migration of financial reporting from the Nigerian/Local GAAP to IFRS.

 

Accordingly, the Central Bank of Nigeria (CBN), in collaboration with the Nigeria Deposit Insurance Corporation (NDIC), has commenced efforts to guide the industry towards full implementation of IFRS and Basel II, with timelines of January 1, 2012 and December 31 , 2012, respectively.

 

2.       Expression of Interest for the Provision of Consultancy Services on the Implementation of IFRS in the Nigerian Banking Sector

 

The CBN/NDIC desires to engage a competent and knowledgeable Consultant or firm of Consultants on IFRS implementation in the Nigerian banking sector.

The successful applicant shall be resident within the CBN for the duration of the implementation period, in order to guide the banking sector, towards a seamless and orderly implementation of IFRS in Nigeria. The choice of the firm/Consultant will be based on proven, successful and verifiable IFRS conversion record in jurisdiction(s) similar to Nigeria.

 

a.)     PROPOSED RESPONSIBILITIES OF THE CONSULTANT

The Consultant will be required to:

i.        Carry out clear and unambiguous assessment and documentation of the industry readiness, impact of IFRS, and identification of specific infrastructure required to support an organized industry-wide conversion to IFRS. The assessment will amongst others include the:

  • Regulatory framework
  • Legislation/legal framework
  • Skill gaps and training requirements
  • Enabling environment
  • Technology, including changes to source systems and ledgers

 

ii.       Specify the benchmark, in line with best practices, for each of the items stated in (i) above.

 

iii.      Advise the CBN/NDIC IFRS Implementation Committee on the modalities for effective migration and timelines.

 

iv.      Propose practical and reasonable means of closing the identified gaps in the implementation of IFRS, including capacity building for supervisors/regulators (but shall not be directly involved in providing training services).

 

v.      Provide a well sequenced conversion/migration plan with cost implications.

vi.      Be actively involved in the implementation process by providing the required support from the commencement to the conclusion of the IFRS Implementation Project in the Nigerian financial services industry, including post implementation reviews.

 

vii.     Be also responsible for the implementation of IFRS in CBN/NDIC as reporting  entities.

 

viii.    Coordinate and support the actual rollout stages to compliment the work of the CBN/NDIC’s Implementation Committee.

 

ix.      Determine how the conversion to IFRS would affect regulatory agencies’ policies and contractual arrangements (including debt covenants) that are currently based on local GAAP.

 

3.       Expression of Interest for the Provision of Consultancy Services On the Implementation of Basel II in the Nigerian Banking Sector

The CBN/NDIC desires to engage a competent and knowledgeable Consultant or firm of Consultants to assist with implementation of Basel II in the Nigerian banking sector. The successful applicant shall be resident within the CBN for the duration of the implementation period, in order to guide the banking sector, towards a seamless and orderly implementation of Basel II and the eventual migration to Basel III. The choice of a firm/consultant will be based on proven, successful and verifiable implementation of Basel II in jurisdiction(s) similar to Nigeria. Also, it is a requirement that the organization (including the key resources to be deployed for the exercise) must have actively participated in their referenced Basel II implementation exercise.

 

In choosing the Consultant that would assist in the implementation of Basel II and III in the Nigerian banking sector, preference would be accorded a Consultant with proven technical and working knowledge of the Basel Capital Accord requirements and who had successfully facilitated the implementation of Basel II in jurisdiction(s) similar to Nigeria.

3.1     Proposed Responsibilities of the Consultant

The Consultant will be required to:

 

a.       Coordinate the conduct of an initial Baseline Survey of the Nigerian banking system to ascertain the level of implementation of any segment of the Basel II and III Framework. The assessment will, amongst others, include the determination of the following:

  • Risk Management Framework and infrastructure in place:
  • Strength of Internal Controls and Compliance function.
  • Methodology used-in ascertaining capital adequacy;
  • Robustness of IT infrastructure;
  • Available skills and expertise;
  • Number of years of loss data available;
  • Data completeness and revalidation; and
  • Adequacy and robustness of overall credit and collateral management.

 

b.  Specify the benchmark, in line with best practices, for each of the items stated in (a) above.

 

c.  Offer advice on capacity building in relation to the project. The Consultant is specifically expected to advise on the types of training programme to undertake, identify competent resource  persons  and  exposure/attachment to similar jurisdictions where Basel II/III is fully implemented;

 

d.  The Consultant is to facilitate and closely coordinate the workings of the Technical Committee and the various Workgroups set up by the CBN/NDIC IFRS/Basel II Steering Committee to ensure early completion of their assigned roles;

 

e.  Facilitate, coordinate and ensure early preparation of all the Consultative Papers for exposure to stakeholders:

 

f.   Incorporate all comments and inputs on the Consultative Papers by stakeholders and ensure their early finalization:

 

g.  Coordinate and monitor the parallel runs of the Basel II and III frameworks in the banking system;

 

h.  Coordinate an interactive forum with stakeholders to discuss weaknesses/gaps arising from the parallel run;

 

i.    Facilitate the finalization of the Basel II & III Implementation Framework;

 

j.    Closely monitor the live implementation of the Framework for a minimum period of one year; and

 

k.       Put in place structures towards the adoption of Basel II & III.

 

4.       Requirements from Interested Firms/Individuals </strong

Construction of Projects at Ministry of Rural and Community Development, Kano State

 

Ministry of Rural and Community Development,

Kano State

Invitation to Tender

 

The Kano State Government of the Federal Republic Of Nigeria desirous of improving rural infrastructures in all nooks and crannies of the state, invites prospective contractors to bid for tenders on the under listed projects under 2011 budget through the Ministry of Rural and Community Development:

a.       Construction/Upgrading of Access Roads.

b.       Water supply (Construction of Head Pumps, Motorised and Solar Powered Bore Holes)

 

How to Obtain Tender Dossier

 

2.       The tender dossier is available for purchase at the Ministry of Rural and.   Community Development, Kano State. The tender dossier for each lot is  obtainable upon payment of prescribed/non refundable charges as contained in the Government extant circular on tender fees. The dossier is obtainable from the under signed and payment is to be made in Bank Draft payable to the Ministry of Rural and Community Development, Kano State,

 

3.       Tenders must be submitted using the standard tender form included in the tender dossier whose format and instructions must be strictly observed.

 

4.       Completed dossiers are to be submitted and delivered by hand or registered mail

To:

The Honourable Commissioner,

Ministry of Rural and Community Development,

No. 2., Dr. Bala Muhd. Road, by Sokoto Road,

Kano State

Attention: Secretary Special Ministerial Tenders Board.

The application MUST reach him on or before 18th March 2011.

 

Please NOTE that the Ministry reserves the right to accept or reject any application.