Execution of Projects at Federal Ministry of Health (FMoH) / Ministry Of Defence (MoD)

The Federal Ministry of Health (FMoH) / Ministry Of Defence (MoD)

In Collaboration with the Infrastructure Concession Regulatory Commission (ICRC)

Selection of Consultant for the Preparation of an Outline Business Case (OBC) for

Armed Forces Specialist Hospital. Abuja, FCT. Nigeria

Request for Expressions of interest

The Federal Ministry of Health (FMoH) and the Ministry of Defence in collaboration with the Infrastructure Concession Regulatory Commission (ICRC), hereinafter referred to as Armed Forces Specialist Hospital Project Development Team (PDT) would like to assess the feasibility of Public Private Partnership (PPP) on a risk sharing basis, for the structured development of a 200+ bed, world class acute care hospital in Abuja with the intention that the hospital would be accredited by reputable international accreditation agencies.

This facility will primarily serve military personnel, their families and in addition extend its services to private, fee-paying patients. The hospital which shall be known as the “Armed Forces Specialist Hospital” will be located in Abuja, and a piece of land measuring about 23 hectares on the outskirts of Abuja has already been allocated by the FCT Administration for this purpose.

Consequent   upon   this,   the   Armed   Forces   Specialist   Hospital   project Development Team (PDT) wants to assess the strategic fit, achieve.  Value for money and affordability of the project through the engagement of highly qualified consultant(s) to provide Transaction Advisory Services for carrying out an Outline Business Case for the project in line with the National  Policy   on   Public   Private   Partnership   (PPP)   published   by   Nigeria’s Infrastructure Concession

Regulatory Commission (ICRC).

The Armed Forces Specialist Hospital Project Development Team (PDT) through this Expression of Interest (EOI) intends to appoint a single firm of consultants or firms of consultants in consortium to prepare the OBC for the Armed Forces Specialist Hospital project and hereby invites suitably qualified Consultants to express interest in providing the services

Terms of Reference

The consultancy services to be provided include but are not limited to the following:

  • Identification and evaluation of potential commercial activities/business options to be carried out at the proposed Armed Forced Special Hospital. Consultations with relevant stakeholders should be part of this process;
  • Definition of project concept- a dear description of the project concept, including description of policy context;
  • Technical   scope-    description   of   the   key   technical   parameters envisioned for the project;
  • Needs analysis- high-level review of the project’s commercial rationale and analysis of the demand for and desirability of the project;
  • Options analysis – if the project is found to be suitable for PPP, presentation of the range of technical, legal and financial options for structuring the PPP transaction(s), including key contract terms for the recommended option (for example proposed payment mechanism to reflect recommended risk allocation)
  • Cost estimation; preliminary project costing, including expected capital outlays,    environmental    and    social    safeguards,    and    ongoing maintenance costs, as well as a discussion of non-quantifiable costs; Preliminary assessment of the social and environmental impacts project;
  • In-patient and out-patient demand and revenue forecasting for the project;
  • Review the legal and regulatory frameworks for engaging in a health-sector PPP and provide in the analysis an overview of any outstanding legal and regulatory issues that could have an effect on attracting quality concessionaires; and
  • Development of a financial model to carry out the initial PPP screening to determine suitability for PPP procurement. The consultant should prescribe a methodology to differentiate fully self-supporting fee for service projects from those likely to require subsidy (capital grant and/or availability payment/revenue guarantees) and those likely to be fully publicity financed. The financial model will evaluate full project life costs, affordability limits, risks and their costs and optimal value-for-money methods of delivery.

Submission of Expressions of Interest (EOl’s)

Prospective firm of consultants or firms of consultants in consortium should submit an Expression of Interest detailing the following requirements as a basis for pre-qualification:

  • Corporate profile of firm/consortium indicating history, organizational structure, areas of specialization, key competencies and resources.
  • In the event of joint/consortium bid. profile of consortium including ownership structure, role of each corporate entity with full contact details of lead firm and a signed and independently verifiable agreement between the parties,
  • Certificate of incorporation or evidence of compliance with statutory requirement for business registration in firm/consortium’s home country as applicable,
  • 3 years current tax clearance certificate or evidence of compliance with statutory requirement for taxation in home country as applicable.
  • VAT registration certificate or evidence of compliance with statutory requirement for VAT in home country as applicable.
  • Certified true copy of MEMART (memorandum & article of association) or evidence of existence as legal entity in home country as applicable.
  • 3 years current unabridged audited financial reports.
  • 3 years current corporate annual returns or evidence of compliance with statutory requirement for end of year returns in home country as applicable.
  • Details (including CV’s) and specific role of members of the project team whose expertise and experience is relevant to delivering the consultancy engagement.
  • Details of direct experience advising public authority on outline business case (OBC) or structuring of PPP projects. (Please provide sufficient contact details of client for ease of verification)
  • Description of at least five (5) similar PPP health transactions closed in emerging markets during the past seven (7) years, at least one of which must be in the last three (3) years (Please provide sufficient contact details of client for ease of verification)
  • Description of experience working in Nigeria and/or sub-Saharan Africa. (Please provide sufficient contact details of client for ease of verification)

Expressions of Interest must be submitted in one original and five copies in a sealed envelope clearly marked “Expression of Interests for Selection of Consultants (Armed Forces Specialist Hospital. Abuja A CD-ROM version should also be included.

The Expression of Interest (EOl’s) should be addressed and delivered not later than 4.00pm on Monday 20th December 2010 to the address listed below:

Head, National Public Private Partnership Programme

Federal Ministry of Health,

Rooms 11 -12,11th Floor, Phase III,

New Federal Secretariat Complex

Shehu Shagari Way, Maitama, F.C.T. Abuja

Tel: + 234-(0)709 055-4333

Interested applicants may obtain further information at the address above from 8.00 am to 4, 00 pm, Monday through Friday (except public holidays)

Only short-listed Consultants will be contacted.

Please note that expression of interest sent through e-mail and/or tax will not be considered.

Procurement of Goods at Federal Ministry Transport/Nigerian Ports Authority (NPA)

The Federal Ministry Transport/Nigerian Ports Authority (NPA)

In Collaboration with Infrastructure Concession Regulatory Commission (ICRC)

The Public Private Partnership (PPP) Project

OBC Transaction Adviser for Kirikiri Lighter Terminals 1 & 2

Request for Expressions of Interest

The Federal Government of Nigeria (FGN) has applied for a credit from the International Development Association (IDA) and intends to apply part of the proceeds of this credit to payment for the services of highly qualified consultants for the Outline Business Case (OBC) Transaction Adviser  through Public Private Partnership (PPP). The transaction is also under consideration for support by the World Bank Group as part of a broader initiative to support the FGN’s Public Private Partnerships Program.

Federal Ministry of Transport (FMoT)/Nigerian Port Authority (NPA) in collaboration with  the   Infrastructure   Concession   Regulatory  Commission  (ICRC);  and in continuation with the Nigerian Ports Reform through Public Private Partnership (PPP) for reliable, efficient and safe port operations, would like to assess the feasibility of Public Private Partnership for the Kirikiri Lighter Terminals (KIT) 1 and 2,  Tin Can Island Port, in Lagos. Consequent upon this. Government is taking steps to assess the strategic fit, achievability, value for money and affordability for  the procurement of concessionaires to finance, construct, maintain, and the KIT 1 and 2. The PPPs in the Nigerian Ports are based on the Landlord Port Port Model

Subject to the conclusions of the OBC exercise, the procurement of the Transaction Adviser will follow the National Policy on Public Private Partnership (PPP)published by Nigeria’s infrastructure Concession Regulatory Commission (CIRC) and the World Bank Guidelines. This policy requires, as part of the project preparation phase, that an Outline Business Case (OBC) be prepared and submitted to the Government’s Economic Management Team. Consultants recruited for the OBC stage work will be eligible to bid for any prospective c Advisory work, in accordance with IDA procurement guideline

The Kiriklri Lighter Terminals 1 and 2 were initially scheduled among other PORTS terminals for concession to private investors in 2006 but was later stepped down due to governments decision to deploy the facility for fishing purposes However, government is presently disposed to concessioning to private operators for a variety of possible uses including fishing and container operations.

Ports Reform Process

Prior to the concession of a large number of Nigerian sea ports to private operators beginning in 2006, the ports were characterised by high degree of centralization,  high port charges, poor infrastructure, bureaucracy and multiple  governmental agencies which made the ports uncompetitive and unattractive in the West African sub-region.

Scope of Work

The main objective of this consultancy is to establish the technical, economics, and financial viability of the identified project(s) as PPP projects, through the generation of an OBC – Outline Business Case   The OBC will represent a key input of the PPP project preparation phase.

Among the tasks involved in the generation of the Outline Business Case are:

  1. Carry out primary review of the jetties at KLT 1 & 2 including
  2. Status quo assessment:   Assessment of the commercial, technical and legal status of existing facilities, their uses,  and contractual arrangements with respect to Kirikiri, and more general market assessment of the Lagos port environment with respect to Kirikiri, and more general market assessment of  the Lagos port environment;
  3. Assessment of maritime and land transport connectivity of Kirikiri;
  4. Identification and evaluation of potential commercial activities/business options to be carried out at the Kirikiri Lighter Terminals. Consultations with relevant stakeholders should be part of this process;
  5. Definition of project concept: a clear description of the project concept, including description of policy context;
  6. Technical scope: description of the key technical parameters envisioned for the project;
  7. Needs analysis: high-level review of the project’s commercial rationale, and analysis of the demand for and desirability of the project;
  8. Options analysis: If the project is found to be suitable for PPP, presentation of the range of technical legal and financial options for structuring  PPP transaction(s), including key contract terms for the recommended option (for example, proposed payment mechanism to reflect recommend risk allocation.

For each PPP business option, the following tasks are required

  • Cost estimation: preliminary project costing, including expected capital  outlays (including rehabilitation and dredging),  environmental and Social safeguards (including relocation), and ongoing maintenance costs as well as a discussion of non-quantifiable costs:
  • Preliminary assessment of social and environmental impacts of the project, highlighting likely major impacts that have been addressed in option development/assessment;
  • Thorough market analysis, project demand and revenue forecasting; Development of a preliminary financial mode! to carry out the initial PPP screening to determine which projects can support a tariff and which cannot, and ultimately, suitability for PPP execution.  The adviser should prescribe a methodology to differentiate fully self-supporting tariff projects from those likely to require subsidy (capita! grant and/or availability payment/revenue guarantees) and those likely to be fully publicly financed.  The financial   model will evaluate full project life costs, affordability limits, risks and their costs and optimal value-for-money methods of delivery.
  • The economic and financial conclusions drawn from the financial mode! should be clearly articulated, and should include sensitivity analysis and reporting of standard financial and economic evaluation parameters including post-tax Financial Internal Rate of Return (FIRR),
  • Affordability analysis: Where a PPP concession scheme is found to be viable, the adviser will provide indications of minimum Viability Gap Funding and/or operating subsidies, if appropriate, required to attract private sector participation, along with justifications for such indications.
  • Risk analysts: preparation of risk register identifying ail the reasonably foreseeable risks and possible mitigation measures, and preliminary risk allocation among the public and private sectors;
  • Implementation recommendations: if applicable, preliminary recommendations on proposed approach to PPP tendering process timetable, etc.

Submission of Expressions of Interest (EOls)

Prospective OBC Transaction Advisers should submit an Expression of Interest detailing the following information as basis for pre-qualification:

  • Profile of firm/consortium including ownership structure including key permanent staff and role of each corporate entity with full contact details of lead firm.
  • Details of direct experience advising governments on outline business case (OBC)/ structuring of PPP transactions;
  • Track record of successful closing of PPP concessions, particularly in the
  • ports/transport sector;
  • Description of roles played in at least five (5) PPP transport/ports specific transactions closed in emerging markets during the past seven (7) years (at least one of which should be in the past three (3) years:
  • Relevant experience in the ports sector (including technical competence);
  • Copies of unabridged financial reports for the last three (3) yrs
  • Experience working in Nigeria and/or sub-Saharan Africa;

The Consultant will be selected in accordance with the procedures set out in the World Bank Guidelines: Selection and Employment of Consultants by World Bank Borrowers. January 1997 (Revised September 1997, January 1999. May 2002, May 2004, October 2006 and May 2010)

Expressions of Interest must be submitted in six (6) copies in a sealed envelope dearly marked “EXPRESSIONS OF INTEREST FOR OBC TRANSACTION ADVISER FOR NPA.” ACD-ROM version should also be included.

The expressions of interest should be addressed and delivered not later than 4.00pm on Monday, 22nd December, 2010 at the addressed below:

The Managing Director

Nigerian Ports Authority

26/28 Marina, Lagos

Email: mdwestng@yahoo.com

Interested applicants may obtain further information at the address above from 8:00am to 4.00pm. Monday through Friday (except public holidays)

Only short-listed Consultants will be contacted.

Expression of interest through email or fax will not be entertained.

Procurement of Goods at College of Education Gindiri

College of Education Gindiri

Advertisement

Invitation for Prequalification Of

Contractors/Suppliers

The College of Education, Gindiri intends to award contract under the 2009/2010 ETF intervention in Library Development.

1.       Areas of Prequalification

  • Procurement of 2023 Nos. of various subject books
  • Procurement of 18 Nos. HP Branded system, Pentium 4.3 GHZ, Intel, 2GBRAM DVD Writer, 160GB Hard Disk, 17″ flat Screen,
  • Procurement of 18 Nos. Vsonic UPS. 6.5VA

2. Pre-qualification Requirements

  • Evidence of registration/incorporation of company by the Corporate Affairs Commission, either as a contractor or supplier or both,
  • Evidence of registration with the College of Education, Gindiri as a limited liability company.
  • Company’s three years income Tax Clearance Certificate (s) (TCC).
  • Company’s support staff and their experiences in the field.
  • Recent Bank Statement from any of the recapitalized Banks in Nigeria.
  • List of similar projects successfully executed in the last three years, including clients, consultants and certificates of practical completion.

3.       Submission of Pre-qualification Documents

The applications which should include GSM Nos. must be submitted in a sealed envelope addressed to:

The Ag. Registrar,

College of Education, Gindiri,

P.M.B. 01000, Gindiri.

All applications should be personally deposited in the tender box provided in the office of the Registrar of the College between the hours of 10.00am and 4:00pm, Mondays – Fridays, on or before 6th December, 2010.

All contractors will be informed of the date for the opening of the tender Pre-qualification.

D.N. Kumle (JP), AMNIM, MDBI

Ag. Registrar.

Construction, Supply and Installation of Goods at Ondo State Waste Management Authority, Akure

Ondo State Government

Ondo State Waste Management Authority, Akure

Tenders are hereby invited from interested Contractors for the execution of the following projects:

Lot 1:    –     Construction of Gate House and Construction of Fence.

Lot II;   –     Supply of office furniture.

Lot III: –      Supply and installation of weigh bridge.

Lot IV: –      Supply of Thrash Bags.

2.       All tenders should be accompanied with the following documents.

  1. Evidence of Registration with the State Ministry of Works for the year 2010
  2. Evidence of payment of non-refundable tender fee for each of the slots.
  3. Evidence of three (3) years Tax Clearance Certificate for 2007, 2008, 2009, 2010.
  4. Evidence of payment of Ondo State Development Levy for three (3) years (2008,2009,2010),
  5. Evidence of Registration of Company with Corporate Affairs Commission,
  6. Company profile detailing technical and managerial competence as well as evidence of execution of similar projects.

3.       Interested Bidders are to obtain relevant documents/information in respect of the Lots from the Director of Finance and Administration, Ondo State Waste Management Authority, Alagbaka, Akure.

4.       Completed tenders in respects of each Lots should be submitted in waxed sealed envelope and marked at the left hand corner as “Tender for Lot” addressed to:

The Secretary,

State Tenders Board,

Cabinet & Special Services Department,

Governor’s Office, Akure.

5.       On or before 13th December, 2010.

Ondo State Waste Management Authority, Akure

Supply of Various Goods at Ondo State Universal Basic Education Board

Ondo State Universal Basic Education Board,

Oda- Road, Akure

Invitation to Tender

The Ondo State Universal Basic Education Board (SUBEB) hereby invites registered, experienced and reputable contractors to tender for the underlisted jobs:

LOT1: Supply of Wall Charts for 1, 166 Primary Schools,

I.        Common Basic shapes and formulae

II.      Common Colours

III.    Classes of Food

  1. Food Chain

LOT 2:        Refurbishment of Auditorium Seats in SUBEB

2. Interested vendors must submit along with their tenders the following documents:

(i)     Evidence   registration   of  Company   with   Corporate  Affairs Commission:

(ii)   Registration with Ondo State Ministry of Works for 2010.

(iii)  Three years Tax Clearance Certificate (2007, 2008, 2009).

(iv)  Evidence of payment of 3 years Development Levy (2008, 2009 and 2010)

(v)   Receipt of payment of non-refundable tender fee of N10.000.00.

3.     Interested bidders can obtain contract details from State Universal Basic Education Board (SUBEB), School Services Department, Oke-Eda, Akure after showing evidence of payment of tender fee,

4.       All tender documents should be submitted in sealed, waxed envelope marked SUBEB/SS/10 and also indicate the LOT No. on the left top corner of the envelop to be addressed to:

The Secretary,

State Tenders Board,

Cabinet and Special Services Department,

Governor’s Office, Akure, Ondo State

5.       All tenders must be submitted on or before Monday, 13th December, 2010 please note that the violation of any of the above conditions may render a tender invalid and Government is not bound to accept the lowest bid or give reasons for rejecting any tender,

Ajayi Olufunmilayo O. (Mrs).

For: Chairman