Background Image

FEDERAL COOPERATIVE COLLEGE, OJI RIVER, ENUGU STATE-

INVITATION FOR PRE-QUALIFICATION /EXPRESSION OF INTEREST FOR THE IMPLEMENTATION OF 2021 PROCUREMENT ACTIVITIES

FEDERAL COOPERATIVE COLLEGE, OJI RIVER, ENUGU STATE, OJI-RIVER
INDUSTRIAL LAYOUT OFF OLD ENUGU-ONITSHA ROAD
INVITATION FOR PRE-QUALIFICATION /EXPRESSION OF INTEREST FOR THE IMPLEMENTATION OF 2021 PROCUREMENT ACTIVITIES

A. INTRODUCTION
The Federal Cooperative College, Oji River, Enugu State, Oji-River in keeping with its mandate and in compliance with the provisions of the Public Procurement Act, 2007, intends to implement the College’s 2021 Capital Projects. The College hereby invite interested, competent, and reputable Contractors and Consultants with relevant experience and a good record of accomplishment for the procurement of the under-listed.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)-

INVITATION TO TENDER/EXPRESSION OF INTEREST FOR VARIOUS SUPPLIES AND CONSULTANCY

NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)
NO 4 BURMA ROAD, APAPA, LAGOS
INVITATION TO TENDER/EXPRESSION OF INTEREST

1. INTRODUCTION
The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transportation in compliance with the Public Procurement Act (PPA) 2007. Invites reputable contractors/firms/companies with proven records of accomplishment to tender for the under-listed projects appropriated in the Agency’s Budget:

2. SCOPE OF SUPPLIES/SERVICE

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

OGUN STATE ECONOMIC TRANSFORMATION PROJECT (OGSTEP)-

REQUEST FOR EXPRESSIONS FOR CONSULTING SERVICES

OGUN STATE GOVERNMENT
OGUN STATE ECONOMIC TRANSFORMATION PROJECT (OGSTEP)
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – INDIVIDUAL SELECTION)
CREDIT NO.: IDA-V1860
ENGAGEMENT OF THREE (3) INDIVIDUAL CONSULTANTS FOR THE POST OF PROJECT MANAGER

– Project Manager Agriculture
-Project Manager Skills
-Project Manager Business Enabling Environment (BEE)

The Ogun State Government through the Federal Government of Nigeria has applied for a credit from the International Development Association (hereinafter referred to as IDA)/World Bank towards the financing of the OGUN STATE ECONOMIC TRANSFORMATION PROJECT (OGSTEP). The Project Implementation Unit of OGSTEP intends to apply part of the proceeds of this credit to payments under contracts for the Consultancy Services listed above.

The consulting services for these three (3) roles will support the development of strong, constructive and responsive relationships that are important for successful management of OGSTEP to increase the participation of the private sector in the economy of Ogun State with a focus on improving the business-enabling environment, strengthening agri-food value-chains and upgrading skills.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

IBADAN URBAN FLOOD MANAGEMENT PROJECT (IUFMP)-

REQUEST FOR EXPRESSIONS OF INTEREST FOR CONSULTANCY SERVICES FOR UNMANNED AERIAL VEHICLE (UAV) BASED MONITORING & EVALUATION, TRAINING AND FLOOD DAMAGE ASSESSMENT MAPPING OF AREAS IN IBADAN CITY

OYO STATE GOVERNMENT
IBADAN URBAN FLOOD MANAGEMENT PROJECT (IUFMP)
(PROJECT ID: P130840 IDA NO. 5510)
REQUEST FOR EXPRESSIONS OF INTEREST
CONSULTANCY SERVICES FOR UNMANNED AERIAL VEHICLE (UAV) BASED MONITORING & EVALUATION, TRAINING AND FLOOD DAMAGE ASSESSMENT MAPPING OF AREAS IN IBADAN CITY
ISSUED DATE: TUESDAY 12TH JANUARY, 2021

1. BACKGROUND
The World Bank is supporting the Oyo State Government to implement the Ibadan Urban Flood Management Project (IUFMP) that aims at developing a long-term flood risk management framework by initiating risk assessment, community awareness, and providing enough flexibility in the project design to make changes based on learning. The project also supports capacity building for food risk management in the city of Ibadan. It reinforces Oyo State Government’s early warning and response capabilities and leverages existing World Bank projects in Oyo State in support of the IUFMP.

Specifically, the Bank’s support will finance some priority investments related to improving the infrastructure of Ibadan City, especially those destroyed by the August 26, 2011 floods. The Bank’s support will also help Ibadan reduce flood risks, improve waste collection and treatment, while developing and improving the quality of existing infrastructural assets.

The project is designed to keep a good balance between urgent post disaster needs (dredging, reconstruction of bridges, roads, etc.) and medium-to-long term needs (institutional support, upgrading existing and building new infrastructure to upgrade services and mitigate future risks). Selected sub – projects should comply with regional and local government plans, address critical issues described above to integrate planning and operational aspects that maximize the benefits of infrastructure investments to the beneficiary communities in the long run.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

IFAD ASSISTED LIVELIHOOD IMPROVEMENT FAMILY ENTERPRISE IN THE NIGER DELTA (LIFE-ND) PROJECT EDO STATE-

PREQUALIFICATION NOTICE FOR WORKS, SUPPLIES AND CONSULTANCY SERVICES

IFAD
PREQUALIFICATION NOTICE
FEDERAL GOVERNMENT OF NIGERIA
FEDERAL MINISTRY OF AGRICULTURE AND RURAL DEVELOPMENT
IFAD ASSISTED LIVELIHOOD IMPROVEMENT FAMILY ENTERPRISE IN THE NIGER DELTA (LIFE-ND) PROJECT EDO STATE PROJECT COORDINATING OFFICE (SPCO)
IFAD Loan No: 2000002120

The Federal Republic of Nigeria has received a loan of US$60 Million equivalent from the International Fund for Agricultural Development (IFAD) toward the cost of the Livelihood Improvement Family Enterprise Project- Niger Delta (LIFE-ND) and intends to apply part of the proceeds to payments for Goods, Works, and Consulting/ Non-Consulting services to be procured under this program. Specifically, the program will undertake the following:

(1) Procurement of Works (Rural Roads, Land Development, Water Supply Schemes, markets, Agro buildings, processing and storage facilities), General renovation works.
(2) Procurement of Goods -Office Equipment, Office Furniture, Generating set, GPS Climate Smart Agriculture equipment, Agro Processing Equipment, Agro Inputs.
(3) Procurement of Consultancy and related services including: – Training of incubators and Incubatees/Apprentices, Training on procurement/ financial management, Operation and Maintenance, Supervision Planning and Reporting. M & E services, Procurement Advisory services, Policy and strategy formulation, Agricultural Extension Services, Climate Change and Environment, Rural Institution strengthening, Financial Inclusion Services and Rural Infrastructure Services, General training and Technical assistance , Knowledge Management and Communication services.
(4) Procurement of Non-Consultancy services – Hotel and Catering services, Janitorial services, Office maintenance and security, Event management.

The program includes the following components: (a) Enhancement of economic opportunities for rural youth and women which includes Support to Rural Agribusiness Incubation, Production and Marketing Infrastructure Support to Agribusinesses, Financial Inclusion support for Agric Business, Rural Institution Strengthening and Knowledge Management (b) Program Management and Coordination.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

WORLD BANK AFRICA GENDER INNOVATION LAB (GIL)-

CALL FOR EXPRESSIONS OF INTEREST: SEEKING NGOS, GOVERNMENTS, DONORS, AND PRIVATE SECTOR FIRMS WITH INTERVENTIONS DESIGNED TO IMPROVE WOMEN’S ECONOMIC EMPOWERMENT IN NIGERIA.

WORLD BANK AFRICA GENDER INNOVATION LAB (GIL)
CALL FOR EXPRESSIONS OF INTEREST:
SEEKING NGOS, GOVERNMENTS, DONORS, AND PRIVATE SECTOR FIRMS WITH INTERVENTIONS DESIGNED TO IMPROVE WOMEN’S ECONOMIC EMPOWERMENT IN NIGERIA.
CALL RELEASE DATE: 23 NOVEMBER 2020
SUBMISSION DEADLINE: 5 PM US EASTERN STANDARD TIME ON 8 JANUARY 2021.

Whom is this opportunity for?

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

EQUAL ACCESS INTERNATIONAL-

REQUEST FOR PROPOSAL (RFP) PUBLIC OPINION POLL FOR STRENGTHENING MEDIA SUPPORT FOR COMMUNITY ACCOUNTABILITY MEASURES PROJECT IN NIGERIA

REQUEST FOR PROPOSAL (RFP) PUBLIC OPINION POLL FOR STRENGTHENING MEDIA SUPPORT FOR COMMUNITY ACCOUNTABILITY MEASURES PROJECT IN NIGERIA
Closing date 12 Jan 2021
Synopsis of the RFP
RFP No. NG12-RFP-2021-01
Issue Date: January 04, 2021
Title: Public Opinion Poll for Strengthening Media Support for Community Accountability Measures project in Nigeria
Issuing Office & Email/Physical Address for Submission of Proposals:
EQUAL ACCESS INTERNATIONAL
1001 Connecticut Ave NW, Suite 909
Washington, DC 20036
eaprocurement@equalaccess.org
Deadline for Receipt of Questions: 1/7/2021 5:30pm EST (GM-05:00)
Deadline for Receipt of Proposals: January 12, 2021, 5:30 PM – Eastern Standard Time (GMT -05:00)
Point of Contact: Sayed Maroof Hamedi
Anticipated Award Type: Firm Fixed Price Purchase Order

Basis for Award: An award will be made based on the Trade Off Method. The award will be issued to the responsible and reasonable offeror who provides the best value to EAI and its client using a combination of technical and cost/price factors.

1. Introduction and Purpose
1.1 Purpose
EAI, the implementer of the Strengthening Media Support for Community Accountability Measures project in Nigeria, invites qualified offerors to submit proposals to supply and deliver Public Opinion Poll in support of program implementation.

The requirements for this activity are described in the “Statement of Work” in Attachment A. EAI encourages your organization to indicate its interest in this procurement by submitting a proposal according to the instructions in this RFP. EAI will make an award to the responsible Offeror submitting an offer which provides best value to the project: technical merit and price will be both considered.

Issuing Office
The Issuing Office and Contact Person noted in the above synopsis is the sole point of contact at EAI for purposes of this RFP. Any prospective offeror who fails to register their interest with this office assumes complete responsibility in the event that they do not receive direct communications (amendments, answers to questions, etc.) prior to the closing date.

1.2 Type of Award Anticipated
EAI anticipates awarding a Firm Fixed Price Purchase Order. This contract type might be subject to change during the course of negotiations.

2. General Instructions to Offerors
2.1 General Instructions
“Offeror”, “Subcontractor”, and/or “Bidder” means a firm proposing the work under this RFP. “Offer” and/or “Proposal” means the package of documents the firm submits to propose the work.

Offerors wishing to respond to this RFP must submit proposals, in English, in accordance with the following instructions. Offerors are required to review all instructions and specifications contained in this RFP. Failure to do so will be at the Offeror’s risk. If the solicitation is amended, then all terms and conditions not modified in the amendment shall remain unchanged.

Issuance of this RFP in no way obligates EAI to award a subcontract or purchase order. Offerors will not be reimbursed for any costs associated with the preparation or submission of their proposal. EAI shall in no case be responsible for liable for these costs.

Proposals are due no later than January 12,2021 , 5:00 PM EST, to be submitted by email to eaprocurement@equalaccess.org , the RFP number must be stated in the subject line of the email. The cost and technical proposals Must be submitted in separate emails. Late offers will be rejected except under extraordinary circumstances at EAI’s discretion.

The submission to EAI of a proposal in response to this RFP will constitute an offer and indicates the Offeror’s agreement to the terms and conditions in this RFP and any attachments hereto. EAI reserves the right not to evaluate a non-responsive or incomplete proposal.

2.2 Proposal Cover Letter
A cover letter shall be included with the proposal on the Offeror’s company letterhead with a duly authorized signature and company stamp using Attachment B as a template for the format. The cover letter MUST contain the information requested in Attachment B.

2.3 Questions regarding the RFP
Each Offeror is responsible for reading and complying with the terms and conditions of this RFP. Requests for clarification or additional information must be submitted in writing via email as specified in the Synopsis above. No questions will be answered by phone. Any verbal information received from a EAI or project employee or other entity shall not be considered as an official response to any question regarding this RFP.

Copies of questions and responses will be distributed in writing to all prospective bidders who are on record as having received this RFP after the submission date specified in the Synopsis above.

3. Instructions for the Preparation of Technical Proposals
The Technical Proposal and Cost/Business Proposal must be kept separate from each other. Technical Proposals must not make reference to cost or pricing information at any point. This will enable in order the technical evaluation to be made strictly on the basis of technical merit.

Technical proposals shall include the following contents:

1. Technical Approach and Evidence of Local Knowledge – Description of the proposed services which meets or exceeds the stated technical specifications or scope of work. The proposal must show how the Offeror plans to complete the work and describe an approach that demonstrates the achievement of timely and acceptable performance of the work.

2. Methodology: considering the Statement of Work, please describe in details the following:

a) The steps, in chronological order, that you will take to implement the work. Make sure to describe any innovative approaches or technology you plan to use.

b) A description of similar projects you implemented in the past and lessons you learned that will be incorporated into the activity described in this RFP.

3. Past Performance: Provide a list of at least three (3) recent awards of similar scope and duration. The information shall be supplied as a table, and shall include the legal name and address of the organization for which services were performed, a description of work performed, the duration of the work and the value of the contract, description of any problems encountered and how it was resolved, and a current contact phone number of a responsible and knowledgeable representative of the organization. See Attachment C.

4. Staffing: Please provide the following, in order:

a) A staffing plan for this activity that includes the following information for each proposed staff member:

-Name and Proposed position on the team:

-Summary of relevant expertise and experience

b) CVs for each proposed staff member. CVs should be no longer than one page in length.

Staffing plans that propose staff with qualifications and experience related to the tasks stated in this RFP will be evaluated more favorably than staffing plans that do not take these factors into consideration.

3.1 Services Specified
For this RFP, EAI is in need of the services described in Attachment A.

3.2 Technical Evaluation Criteria
The award will be made to the offeror whose offer presents the Best Value: the optimal combination of technical merits and reasonable cost. Proposals will be scored on technical factors first. Only the Cost/Business proposals of those offers that surpass the minimum qualifying score of 70 points in the technical evaluation will have their Cost/Business Proposal reviewed. Those that do not reach this qualifying score in the Technical Evaluation will be considered non-competitive and their Cost/Business proposals will not be considered.

Provide a clear, specific and succinct technical proposal that covers both the conceptual and practical approaches of how to achieve the objectives of this project. Specifically, please address the following, in the order specified below:

Item

Points Available

1. Technical Approach and Evidence of Local Knowledge

25 Points

2. Methodology

25 Points

3. Past Performance

25 Points

4. Staffing

25 Points

100 Points

4. Instructions for the Preparation of Cost/Price Proposals
4.1 Cost/Price Proposals
The Cost/Business Proposal must be submitted separately from the technical proposal and will primarily indicate the cost for performing the work specified in this RFP. At a minimum, the Cost/Business proposal should include the following information:

a) A detailed budget that provides a break-down of costs by line item. Note that any indirect/overhead costs should be listed as a separate line item in the budget and should not be built into the direct costs. Use the budget template presented in Attachment D. The budget could have two tabs – one for detail and one for summary.

b) Bidders should not use any “loaded rates” for labor. Budgets should include base labor rates only. Forms with loaded rates (i.e. inclusive of staff bonuses or any other type of financial benefit) will be rejected. However, the actual fringe could be included.

c) Detailed cost notes that provides information on each of the line items in the budget and explains why these items are needed for implementation of the activity.

d) If indirect rates are charged, Offerors must provide supporting computations for the allocation for indirect/overhead costs, a copy of an audit report and balance sheet, and a profit and loss (P&L)/income & expenditure / revenue & expenditure statement OR a copy of the current Negotiated Indirect Cost Rate Agreement (NICRA).

e) No profit/administrative fee will be allowed or reimbursed as part of the cost proposal

5. Basis of Award
5.1 Best Value Determination
EAI will review proposals and make an award based on the technical and cost evaluation criteria stated above. The offeror whose proposal provides the best value to EAI will be selected.

Evaluation points will not be awarded for cost. Cost will primarily be evaluated for realism and reasonableness. EAI may award to a higher priced offeror if a determination is made that the higher technical evaluation of that offeror merits the additional cost/price.

EAI may award to an Offeror without discussions. Therefore, the initial offer must contain the Offeror’s best price and technical terms.

Attachments
Attachment A: Scope of Work for Services or Technical Specifications
Public Opinion Polling for Strengthening Media Support for Community Accountability Measures project in Nigeria

Background: Equal Access International (EAI) – a non-governmental organization (NGO) with U.S. regional offices in Washington, D.C.– partners with communities around the world to co-create sustainable solutions utilizing community engagement and participatory media and technology. With funding from bi-laterals, multi-laterals, foundations, and individual donors, EAI has a 17-year track record implementing social change projects and currently operates in Afghanistan, Burkina Faso, Cameroon, Chad, Cote d’Ivoire, Kenya, Mali, Nepal, Niger, Nigeria, Pakistan and the Philippines.

Implemented by Equal Access international (EAI), the Strengthening Media Support for Community Accountability Measures in Nigeria (SMS4CAM) project supports the MacArthur Foundation’s mission of supporting accountability, transparency, and good governance in Nigeria, at scale. SMS4CAM leverages the success of EAI’s and partners’ unique broadcast and new media platforms to raise awareness of corruption, encourage those who engage to change the environment, and hold government officials to account, without naming and shaming them.

EAI is achieving this through multi-platform dissemination of high-quality media products, each playing a role in creating an environment of dialogue and discussion around corruption and good governance issues. Programs feature positive role models for communities and government officials to emulate and convene government officials alongside issue area experts and their constituents to address issues of concern. EAI produces quality, engaging, and credible media content using its flagship methodology: creating a “Generative Communication Ecology” of deep stakeholder engagement, which utilizes local languages and the voices of community members themselves to effect positive social change.

Through SMS4CAM, EAI partners with AREWA24 to produce and air two television series, “Kwana Casa’in/90 days” and “Dadin Kowa” on the AREWA24 television channel. “Dadin Kowa” focuses on a range of social issues, including drug abuse, domestic violence, girl child education, child labor, violent extremism, and human trafficking; AREAWA24 and EAI were able to weave strong anti-corruption themes into the script and enable this messaging to be delivered organically through character and storyline development. Similarly, “90 days” addresses accountability issues through a storyline that focuses on corruption in the power and education sectors in Northern Nigeria.

Purpose: EAI is interested in conducting polling in Hausa-speaking areas of Northern Nigeria to determine the impact and efficacy of SMS4CAM TV programming’s normative change approach to anti-corruption on citizens attitudes and behaviors in Northern Nigeria.

Duties and Responsibilities:

The Offeror must design an online opt-in polling methodology and collect data from assigned Hausa-speaking areas of Northern Nigeria.

Key research question: Does (and if so, how does) the TV programming influence citizens’ awareness, attitudes, and behaviors on topics and norms related to corruption in Nigeria?

Survey specifications:

· Respondents from Hausa regions in Nigeria

Segmented into 2 groups: people who watch SMS4CAM TV programming and people who do not
It is estimated that approximately 50% of Hausa respondents watch the TV programming
· Regions identified through self-reporting question at the outset of the survey

· Respondents aged 15+

· Language: Hausa

· Questions will be closed-ended and can be text-based or include images

· Survey demographics include age, gender, and location (these questions do not count for the total number of questions)

· Approximately 1-2 weeks in duration

· At least 2,200 total Hausa-speaking respondents, including at least 1,100 viewers of SMS4CAM TV programming

· 12-15 questions

To capture only Hausa respondents, the Offeror must filter out non-Hausa respondents based on respondents’ self-reported location or other self-reported questions.

Deliverables:

The end deliverable will include a final survey completed and data collected from Hausa-speaking areas of Northern Nigeria and a detailed Report of the findings and analysis. The report must be in English.

Attachment B: Proposal Cover Letter
[On Firm’s Letterhead]

TO: EAI Procurement Team

We, the undersigned, provide the attached proposal in accordance with RFP-Click here to enter text.-Click here to enter text. issued on Click here to enter text.. Our attached proposal is for the total price of .

I certify a validity period of Click here to enter text. days for the prices provided in the attached Price Schedule/Bill of Quantities. Our proposal shall be binding upon us subject to the modifications resulting from any discussions.

Offeror shall verify here the items specified in this RFP document.

We understand that EAI is not bound to accept any proposal it receives.

Yours sincerely,

Authorized Signature:

Name and Title of Signatory: Click here to enter text.

Name of Firm: Click here to enter text.

Address: Click here to enter text.

Telephone: Click here to enter text.

Email: Click here to enter text.

Company Seal/Stamp:

Attachment C: Past Performance Form
Include projects that best illustrate your work experience relevant to this RFP, sorted by decreasing order of completion date.

Projects should have been undertaken in the past three years. Projects undertaken in the past six years may be taken into consideration at the discretion of the evaluation committee.

#

Project Title

Description of Activities

Location

Province/District

Client

Name/Tel No

Cost in US$

Start-End

Dates

Completed on schedule

(Yes/No)

Completion Letter Received?

(Yes/No)

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

UN-WOMEN-

REQUEST FOR PROPOSAL (RFP) TO CONTRACT THE SERVICES OF A FIRM TO DEVELOP A COMPREHENSIVE MAPPING OF WOMEN WITH DIALOGUE AND MEDIATION CAPACITIES THAT COULD BE DEPLOYED IN FORMAL PROCESSES IN NIGERIA

UN-WOMEN
REQUEST FOR PROPOSAL (RFP) TO CONTRACT THE SERVICES OF A FIRM TO DEVELOP A COMPREHENSIVE MAPPING OF WOMEN WITH DIALOGUE AND MEDIATION CAPACITIES THAT COULD BE DEPLOYED IN FORMAL PROCESSES IN NIGERIA
REFERENCE: RFP/NGA30/2020/02070
BENEFICIARY COUNTRY(IES): NIGERIA
PUBLISHED ON: 04-JAN-2021
DEADLINE ON: 08-JAN-2021 23:59 (GMT 3.00) BAGHDAD, RIYADH, MOSCOW, ST. PETERSBURG

Description
General Instructions:

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

OGUN STATE ECONOMIC TRANSFORMATION PROJECT (OGSTEP)-

REQUEST FOR EXPRESSIONS OF INTEREST FOR CONSULTANCY SERVICES

OGUN STATE GOVERNMENT
OGUN STATE ECONOMIC TRANSFORMATION PROJECT (OGSTEP)
(SPONSORED BY THE WORLD BANK)
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES)

INTRODUCTION
The Ogun State Government through the Federal Government of Nigeria has applied for a credit from the International Development Association (hereinafter referred to as IDA)/World Bank towards the financing of the OGUN STATE ECONOMIC TRANSFORMATION PROJECT (OGSTEP). The Project Implementation Unit of OGSTEP intends to apply part of the proceeds of this credit to payments under contracts for the Consultancy Service.

(1) Credit No.: IDA-V1860
ENGAGEMENT OF CONSULTANT TO PREPARE ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT / ENVIRONMENTAL AND SOCIAL MANAGEMENT (ESIA/ESMP) PLAN
OG/CS/PPA/50/2020/50

The consulting service for Engagement of Consultant to Prepare the Environmental and Social Impact Assessment/Environmental and Social Management (ESIA/ESMP) Plan will support the development of strong, constructive, and responsive relationships that are important for successful management of OGSTEP’s Environmental, Social and Gender Risks.

The Ogun State Government now invites eligible firms to indicate their interests in providing the Services. Interested Consulting firms should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

The shortlisting criteria are:
The prospective firm must be accredited with the Federal Ministry of Environment and must be familiar with the World Bank Environmental processes and procedures, with demonstrated experiences in conducting EIA, ESIA, EMP and ESMP.

Applications must be accompanied with current calibration certificates of Consultant’s In-situ measurements equipment.

See link for the ToR: https://bit.ly/34SEi9x

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants [under IBRD Loans and IDA Credits & Grants] by World Bank Borrowers 2011 edition and revised edition July 2014 (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.

A Consultant will be selected in accordance with the Consultant Qualification Based Selection (CQS) method set out in the Consultant Guidelines of the World Bank.

Deadline for submission: One copy of CV and signed copy of Expressions of Interest letter must be delivered to the address below by e-mail on or before 4 weeks from the date of publication (January 29, 2021).

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)-

INVITATION TO TENDER/EXPRESSION OF INTEREST FOR VARIOUS SUPPLIES AND SERVICES

NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)
MARITIME HOUSE: 4 BURMA ROAD, APAPA, P.M.B. 12861, LAGOS.
EMAIL: procurement@nimasa.gov.ng; WEBSITE: www.nimasa.gov.ng
PROC. 01/21/SN02
INVITATION TO TENDER/EXPRESSION OF INTEREST

1. INTRODUCTION
The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transportation in compliance with the Public Procurement Act (PPA) 2007, invites reputable contractors/firms/companies with proven records of accomplishment to tender for the under-listed projects appropriated in the Agency’s Budget:

2. SCOPE OF SUPPLIES/SERVICE

CATEGORY A: INVITATION TO TENDER
LOT-T1 Purchase of SME Machinery in Abia State
LOT-T2 Purchase of SME Machinery in Adamawa State
LOT-T3 Purchase of SME Machinery in Akwa Ibom State
LOT-T4 Purchase of SME Machinery in Bauchi State
LOT-T5 Purchase of SME Machinery in Benue State
LOT-T6 Purchase of Relief Materials for IDP in Ebonyi State
L0T-T7 Purchase of Relief Materials for IDP in Edo State
LOT-T8 Purchase of Relief Materials for IDP in Imo State
LOT-T9 Purchase of SME Machinery in Kano State
LOT-T10 Purchase of SME Machinery in Kebbi State
LOT-T11 Purchase of SME Machinery in Kogi State
LOT-T12 Purchase of SME Machinery in Nasarawa State
LOT-T13 Purchase of SME Machinery in Ogun State
LOT-T14 Purchase of Relief Materials for IDP in Ondo State
LOT-T15 Purchase of Relief Materials for IDP in Osun State
LOT-T16 Purchase of Relief Materials for IDP in Oyo State
LOT-T17 Purchase of Relief Materials for IDP in Plateau State
LOT-T18 Purchase of Relief Materials for IDP in Taraba State
LOT-T19 Purchase of Relief Materials for IDP in Zamfara State
LOT-T20 Purchase of Educational Materials to Primary/Secondary School in North Central Geo-political Zone

CATEGORY B: EXPRESSION OF INTEREST
LOT-T21 Engagement of Consultant for the conduct of 2020 Management Performance Review (MPR)

3. ELIGIBILITY REQUIREMENTS
Prospective bidders are required to submit the following documents:
(i) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission including Certified True Copy of Form CAC7 and CAC 2.1 or CAC1.1. Business Name is also acceptable for Category B;
(ii) Copy of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last three years (2017,2018 and 2019) valid till-31st December 2020, with a minimum average annual turnover of N20 Million;
(iii) Evidence of current Pension Compliance Certificate valid till 31st December 2020;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2020;
(v) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of valid Interim Registration Report (IRR) expiring 31/12/2021 or valid Certificate issued by BPP;
(vi) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2020;
(vii) A Sworn Affidavit:
• disclosing whether or not any officer of the relevant committees of the Nigerian Maritime Administration and Safety Agency or the Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
• that none of the company’s directors has been convicted in any law court for any criminal offence including fraud and financial impropriety; and
• that the company is not in receivership, bankrupt or insolvent.
(viii) Audited Accounts of the company for the last three years (2017,2018 and 2019);
(ix) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating a willingness to provide credit facility for the execution of the project when needed;
(x) Documentary evidence of at least three (3) similar jobs successfully executed/ on-going within the last five (5) years including Letters of Award, Valuation/Job completion certificate etc.);
(xi) Category B: Evidence of registration with relevant professional regulatory body(ies);
(xii) Company’s Profile with the signed Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
(xiii) For Supply of Equipment: Letter of Authorisation as representatives of the Original Equipment Manufacturers (OEMs);
(xiv) All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS (CATEGORY A)
Prospective Bidders are requested to collect Bid Documents from the office of the Head Procurement, 5th Floor, Maritime House No.4 Burma Road, Apapa, Lagos, upon presentation of evidence of payment of a non-refundable tender fee of Ten Thousand Naira (N10,000.00) only per lot. Payment shall be made to NIMASA’s remita account in any reputable Commercial Bank in Nigeria. After payment, Teller shall be taken to the NIMASA Revenue Unit for issuance of a receipt for collection of Bidding Documents. Note that payment of Tender fee is not required at this stage for Category B.

5. SUBMISSION OF TENDER DOCUMENTS (CATEGORY A)
Technical documents shall be enclosed in a separate envelope (marked Technical) and Financial Bid in another envelope (marked Financial). The two separate envelopes shall be enclosed in one sealed outer envelope clearly marked “INVITATION TO TENDER” stating the “Lot No”, company name and the “Project Title”. The technical bid and the financial bid shall be submitted in duplicate on or before 11:00 a.m. on Thursday, 4 March, 2021 to the address below:

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us