Background Image

ECOWAS COMMISSION-

EXPRESSIONS OF INTEREST: SELECTION OF A CONSULTANCY FIRM FOR THE DEVELOPMENT OF AN INTERACTIVE WEBSITE FOR THE ECOWAS INTEGRATED REGIONAL STRATEGY FOR HUMAN CAPITAL DEVELOPMENT

PERIOD OF ADVERTISEMENT: 17 SEPTEMBER 2020 – TO: 7TH OCTOBER 2020
CLIENT: ECOWAS COMMISSION
SOURCE OF FUNDING: ECOWAS BUDGET
TYPE: EXPRESSIONS OF INTEREST
SELECTION OF A CONSULTANCY FIRM FOR THE DEVELOPMENT OF AN INTERACTIVE WEBSITE FOR THE ECOWAS INTEGRATED REGIONAL STRATEGY FOR HUMAN CAPITAL DEVELOPMENT

1. The ECOWAS Commission intends to use its resources to finance a service contract with a consulting firm (could be a single firm, a consortium or partnership thereof) that will be responsible for the development of an interactive website for the ECOWAS Integrated Regional Strategy for Human Capital Development.

2. The main objective is to design and construct a comprehensive and user friendly website to host the Commission’s HCD strategy and provide a platform for knowledge sharing and data transparency across the region.

3. The overall duration of the assignment is estimated at 90 days, which can be extended if necessary, based on the needs of the ECOWAS Commission as well as the contracted firm’s satisfactory performance.

4. The ECOWAS Commission invites Consulting Firms as communication agencies for the development of an interactive website for the ECOWAS Integrated Regional Strategy for Human Capital Development to submit their candidacy for the services described above.

Interested, eligible and qualified consulting firms must provide full information on their qualifications and experience, demonstrating that they are qualified and experienced in providing similar services.

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

ECOWAS COMMISSION-

EXPRESSIONS OF INTEREST: SELECTION OF A CONSULTANCY FIRM FOR THE DEVELOPMENT OF A COMMUNICATIONS STRATEGY FOR THE ECOWAS INTEGRATED REGIONAL STRATEGY FOR HUMAN CAPITAL DEVELOPMENT

PERIOD OF ADVERTISEMENT: 17 SEPTEMBER 2020 – TO 07TH OCTOBER 2020
CLIENT: ECOWAS COMMISSION
SOURCE OF FUNDING: ECOWAS BUDGET
TYPE: EXPRESSIONS OF INTEREST
SELECTION OF A CONSULTANCY FIRM FOR THE DEVELOPMENT OF A COMMUNICATIONS STRATEGY FOR THE ECOWAS INTEGRATED REGIONAL STRATEGY FOR HUMAN CAPITAL DEVELOPMENT

1. The ECOWAS Commission intends to use its resources to finance a service contract with a consulting firm (could be a single firm, a consortium or partnership thereof) that will be responsible for the development of a communications strategy for the ECOWAS Integrated Regional Strategy for Human Capital Development.

2. The main objective is to develop a communications strategy to promote and facilitate human capital development in the West African region.

3. The overall duration of the assignment is estimated at 90 days, which can be extended if necessary, based on the needs of the ECOWAS Commission as well as the contracted firm’s satisfactory performance.

4. The ECOWAS Commission invites Consulting Firms as communication agencies for the development of a communications strategy for the ECOWAS Integrated Regional Strategy for Human Capital Development to submit their candidacy for the services described above. Interested, eligible and qualified consulting firms must provide full information on their qualifications and experience, demonstrating that they are qualified and experienced in providing similar services.
The criteria for shortlisting are as follows:
(a) General Experience of the firm – Minimum five (5) years of demonstrated relevant experience delivering global and pan-African communications campaigns, developing strategic communications strategies, producing and executing social media strategies and content;
(b) Specific experience – Prior communications consulting experience in the areas of health, education, and social development is preferred; development cooperation and public sector experience (prior experience working with international institutions, regional organizations, or donors as well as prior experience working with clients in West Africa (or similar contexts) is strongly preferred);
(c) Availability of Relevant Staff to be assigned to the ECOWAS project, showing full list of staff along with their respective CVs providing details on competencies (At least a Masters or bachelor’s degree in either Communications, public relations, marketing, or relevant fields) as well as relevant experience in Human Development issues.
(d) Language: Strong English skills, with French skills strongly preferable. Translation capabilities required in absence of working French abilities.
NB: In addressing the above listed criteria, consulting firms must provide tangible evidence and detailed references for all claims made in terms of experience and capabilities, similar assignments, etc. Each reference provided should be summarized on a project sheet, and will be considered and accepted only if the candidate attaches supporting documents indicating the contact information of the contracting authorities so as to facilitate verification of the information provided, covering excerpts of contract (inner cover page; page with the signatures and the Terms of Reference) along with attestation(s) of good performance of each contract presented.

5. Interested Consulting firms may apply as a consortium or partnership to ensure and/or boost their consolidated capacities to execute the assignment.

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

OGUN STATE WATER CORPORATION-

INVITATION FOR BIDS FOR THE SUPPLY AND INSTALLATION OF CUSTOMER BILLING SYSTEM, CUSTOMER RELATIONSHIP MANAGEMENT SYSTEM (CRM) AND ANCILLARY WORKS FOR OGUN STATE WATER CORPORATION UNDER ORGANIZATIONAL TECHNICAL ASSISTANCE PROJECT

INVITATION FOR BIDS FOR THE SUPPLY AND INSTALLATION OF CUSTOMER BILLING SYSTEM, CUSTOMER RELATIONSHIP MANAGEMENT SYSTEM (CRM), AND ANCILLARY WORKS FOR OGUN STATE WATER CORPORATION UNDER ORGANIZATIONAL TECHNICAL ASSISTANCE PROJECT
OGSWC/OGUWASP/OTA/EWF/NCB/GDS/002-NO 2

1. The Ogun State Water Corporation has received funds from the Agence Française de Développement French Development Agency towards the cost of Ogun Urban Water Supply Project. It is intended that part of the proceeds of these funds will be applied to eligible payments under the contract for Supply and Installation of Customer Billing System Customer Relationship Management Systems and ancillary works for Ogun State Water Corporation under Organizational Technical Assistance Project.

2. 2ML Consulting Limited now invites sealed bids from eligible bidders for Supply and Installation of Customer Billing System, Customer Relationship Management Systems and ancillary works for Ogun State Water Corporation under Organizational technical Assistance Project (the Goods)

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

FHI360-

EXPRESSION OF INTEREST FOR INDIVIDUAL CONSULTANCY (ENGAGEMENT OF CONSULTANT FOR SQUEAC SURVEY)

FHI360
EXPRESSION OF INTEREST FOR INDIVIDUAL CONSULTANCY
(ENGAGEMENT OF CONSULTANT FOR SQUEAC SURVEY)

BACKGROUND:
Northeast Nigeria is currently faced with a growing humanitarian crisis with a vast number of Internally Displaced Persons in need of humanitarian assistance. These IDPs are living in camps and among host communities, with limited access to basic social services, health care, protection, WASH, food security, livelihoods and resources, ultimately leading to unprecedented levels of malnutrition and food insecurity. FHI 360 has been working in Nigeria for more than 30 years and has expanded its programs to respond to the humanitarian crisis through integrated WASH, Health, Protection and Nutrition interventions. FHI 360 has continued to carry out nutrition in emergency intervention including Community Management of Acute Malnutrition (CMAM) since late 2017 FHI360 is seeking to engage a Consultant for 30 days beginning from October 15, 2020 to conduct Semi Quantitative Evaluation of Access and Coverage (SQUEAC) Survey. This survey aims at ascertaining the level of coverage of CMAM.

QUALIFICATIONS OF THE CONSULTANT:
1. A health professional or nutritionist with MPH, MSc or advanced professional degree or field-related experience
2. Significant and proven experience, at least three years, in community-based nutrition surveys
3. Knowledge in designing and implementing CMAM and IYCF programs
4. Excellent analytical and bio-statistical skills.
5. Excellent qualitative and quantitative data collection, analysis, interpretation and report writing skill
6. Strong communication skills, able to effectively present information clearly and respond appropriately to questions from FHI 360 staff and other relevant stakeholders.
7. Advanced proficiency in the use of MS Office, EPI INFO, SPSS and SQUEAC methodology, WHO Anthro, ODK/Kobo collect, CS Pro.
8. Fluent in written and spoken English and Local Languages

Interested and qualified candidate download the complete Terms of Reference for the survey from the following weblink: https://bit.ly/2RxFUy8

The following selection criteria with corresponding points will be used for the evaluation procedure:
Qualifications  – 30 Points
Working experience relevant to the assignment  – 30 Points
Knowledge of local Languages  – 10 Points
Knowledge of MS Office, EPI INFO, SPSS and SQUEAC methodology, WHO Anthro, ODK/Kobo collect, CS Pro.  – 30 Points

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

AHMADU BELLO UNIVERSITY, ZARIA-

INVITATION FOR TENDER FOR EXECUTION OF PROJECTS

AHMADU BELLO UNIVERSITY, ZARIA
INVITATION FOR TENDER

1.0 INTRODUCTION
Ahmadu Bello University (ABU), Zaria is an Educational Institution under the Federal Ministry of Education. Experienced and competent Contractors/Suppliers/Vendors are to submit Tender for the under listed project of the University’s 2019 Revitalization Fund and Capital Appropriation 2020.

2.0 SCOPE OF WORK/SUPPLIES
(a) Construction of residential building and sports facility
(b) Rehabilitation of student accommodation
(c) Supply of teaching and research equipment and furniture for various departments

3.0 ELIGIBILITY REQUIREMENTS:
(i) Evidence of certificate of incorporation issued by Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 & CAC7;
(ii) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2017, 2018 & 2019), valid till 31 December, 2020;
(iii) Evidence of current Pension Compliance Certificate valid till 31 December, 2020;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2020;
(v) Evidence of current Nigeria Social Insurance Trust (NSITF) Compliance Certificate valid till 31 December, 2020;
(vi) Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31 December, 2020 or valid Certificate issued by the BPP;
(vii) A Sworn Affidavit:
(a) that no Partner/ Director has been convicted in any country for criminal offences related to fraudulent or corrupt practices or criminal misrepresentation or falsification of facts relating to any matter;
(b) disclosing whether or not any officer of the relevant committees of Ahmadu Bello University or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary in the bidder and confirm that all information presented in its bid are true and correct;
(c) that the company-does not at the time of this bid have any existing loan or financial liability with a bank, other financial institutions or third party that is classified as doubtful, –non- performance, bad or whose repayment portion has been outstanding for the last four (4) months;
(viii) Unabridged Company’s Audited Report for the last past three (3) years (2017,2018,2019);
(ix) Evidence of financial capability to execute the project by submission of reference letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
(x) Verifiable documentary evidence of at least three (3) projects of similar nature and complexity comparable to the works under consideration within the last five (5) years (Copies of letters of award/ Certificates of completion, Valuation Certificate and photographs of the projects are to be attached);
(xi) Company’s profile with the Curriculum Vitae of key professionals including photocopies of relevant academic and professional qualifications with attestation of availability and contact phone numbers (Evidence of registration with relevant regulatory professional bodies (e.g. ARCON, COREN, QSRBN etc.);
(xii) List of Plants and Equipment with proof of ownership/ Lease, (where applicable);
(xiii) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
(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

4.0 COLLECTION OF TENDER DOCUMENTS
Prospective bidders are requested to collect bidding from the Secretary Tenders Board, Ahmadu Bello University, upon presentation of evidence of payment of non-refundable tender fee of Ten Thousand Naira (N10, 000.00) only for each of the Lot desired; using Central Bank of Nigeria (CBN) Payment account number as follows; Account Name Ahmadu Bello University, Zaria on REMITA Platform through any reputable Commercial Bank in Nigeria.

5.0 SUBMISSION OF TENDER DOCUMENTS
Bidders are to submit two hard copies each of the Technical bid and financial bid packaged in sealed envelopes and clearly marked as “TECHNICAL BID” and “FINANCIAL BID” and addressed to “The Vice-Chancellor, Ahmadu Bello University, P.M.B. 1045, Zaria, Kaduna State” and clearly marked with the description of the project and the Lot. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and dropped in the designated Tender Box located in the office of the Procurement Unit No. 3 VONTRAC Building Site II A.B.U, Zaria; not later than on or before 12:00 noon on Monday, 26 October 2020.

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

FEDERAL MEDICAL CENTRE, OWERRI-

INVITATION TO TENDER AND EXPRESSION OF INTEREST (EOI) FOR EXECUTION OF 2020 CAPITAL PROJECTS PROGRAMMES

FEDERAL MEDICAL CENTRE, OWERRI
PMB 1010 ORLU ROAD, OWERRI, IMO STATE
INVITATION TO TENDER AND EXPRESSION OF INTEREST (EOI) FOR EXECUTION OF 2020 CAPITAL PROJECTS PROGRAMMES

1. INTRODUCTION:
The Federal Medical Centre, Owerri in fulfilment of her mandate to provide quality and painless Health Care Services hereby invite reputable and interested suppliers/consultants with requisite competence and expertise in supply and consultancy services, to tender for supply and Expression of interest for Services in respect of 2020 Capital Projects/Programme:

2. SCOPE OF SERVICES:

CATEGORY A: SUPPLY OF GOODS:

Lot 1 Equipping/Furnishing of the New Born Ward.

CATEGORY B: CONSULTANCY SERVICES

Lot 2A Integrated Mission on Maternal Mortality in Umumusa Njaba LGA.
Lot 2B Integrated Mission on Maternal Mortality in Nkwere LGA

3. ELIGIBILITY REQUIREMENTS:
i. Evidence of Certificate of incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 Business Name is acceptable for Category B
ii. Evidence 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 (3) years valid till 31st December, 2020:
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 current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020:
vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP
vii. Sworn Affidavit disclosing whether or not any officer of the relevant committees of Federal Medical Centre, Owerri 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
viii. Company’s Audited Accounts for the last three (3) years (2017, 2018 & 2019,
ix. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed
x. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic Professional qualifications
xi. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects
xii. Letter of Authorization from the Original Equipment Manufacturers listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria, for bidders of Lot 1.
xiii. Category B: Evidence of Firm’s registration with relevant professional bodies);
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,

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

THE DEVELOPMENT EXCHANGE CENTRE-

NOTICE OF CALL FOR EXPRESSIONS OF INTEREST

THE DEVELOPMENT EXCHANGE CENTRE
NOTICE OF CALL FOR EXPRESSIONS OF INTEREST

The Development Exchange Centre DEO is a women-focused Non-Governmental Organization with membership. It is non-partisan, non-faith based and not for profit. DEC was established in 1987 as a forum to Exchange development ideas among local women groups. It is registered with the Corporate Affairs Commission (CAC)- IT/10826

S/n Thematic area Focus
1 Education  a.      Adult literacyb.      Adolescent girlsc.       Girl child education
2 Economic empowerment a.      Vocational trainingb.      Agriculturec.       Production

DEC is calling for expressions of interest for the selection of partners to ensure the implementation of projects in respect of its strategic programming. DECS approach of selection is to ensure that DEC partners with organizations most suited to achieve desired results and objectives of its projects. To this effect, DEC invites non-governmental organizations/ community based organizations operating in Bachelor Gombe states that will support primarily women adolescent girls and the girl child (girls of school age) to bid for a project from the thematic areas of:

Each proposed project will be for a period of 6 to 9 months only.

To accommodate a wide range of intending interests, organizations have been grouped into the following categories
a. Category A: groups without a formal registration from any government authority but recognized by and accepted by their communities. They have minimal management structure and are financially self-sustaining through contributions and levies for their activities informal groups). This category of groups is eligible for projects with budgets between NGN 390,000-1.949.610)
b. Category B: groups that have partial financial support and some form of legal recognition (such as members of trade unions, cooperatives and associations, but may not have a structured constitution. Groups here have staff/volunteers and their activities are financed by member’s contributions and donations. (Semi-formal) This category of groups is eligible for projects with budgets between NGN (1, 950,000 2729, 610).
c. Category C: groups registered with government agencies such as the Corporate Affairs Commission (CAC), with a management and leadership structure consisting of staff management and directors. The activities are planned and carried out by employees and financed by donations and grants. (Formal groups). This category of groups is eligible for projects with budgets between NGN(2,730,000-3,900,000)

Instructions for submission of concept notes
1. All relevant documents soft copy) for the response to this call can be accessed on DEC website at www.dexcentre.org or (hard copies) at the organization’s head office at No. 5 Kaduna Road, Bauchi Bauchi state. The documents consist of:
a. Organization profile form
b. Concept note form

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

FEDERAL MINISTRY OF WATER RESOURCES-

REQUEST FOR EXPRESSIONS OF INTEREST FOR CONSULTANCY SERVICES FOR ESTABLISHMENT OF A COMPREHENSIVE RURAL WATER SUPPLY AND SANITATION INVESTMENT PLAN IN 23 STATES + FCT IN NIGERIA

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF WATER RESOURCES
REQUEST FOR EXPRESSIONS OF INTEREST (REOI)
(CONSULTING SERVICES)
AFRICAN DEVELOPMENT BANK FUNDED INCLUSIVE BASIC SERVICES DELIVERY AND LIVELIHOOD EMPOWERMENT INTEGRATED PROGRAM IN NORTHEAST STATES.

CONSULTANCY SERVICES FOR ESTABLISHMENT OF A COMPREHENSIVE RURAL WATER SUPPLY AND SANITATION INVESTMENT PLAN IN 23 STATES + FCT IN NIGERIA

DATE OF ISSUANCE: 14TH SEPTEMBER, 2020
RURAL WATER SUPPLY AND SANITATION COMPONENTS
LOAN/GRANT NO: 2000200000701/5800155001751
PROJECT ID NO.: FMWR/AFDB/RWSS/GRANT/SERVICES/003/20

1. The Government of Federal Republic of Nigeria Has been allocated grant funds (the “Grant’) from the Rural Water Supply and Sanitation initiative – Trust Fund (RWSS-TF)which are administered by the African Development Bank (“the Bank”) and executed by the Federal Ministry of Water Resources. The Federal Ministry of Water Resources intends to apply the funds to eligible payments under the contract for Consultancy for establishment of a comprehensive Rural Water Supply and Sanitation investment plan in Nigeria

2. OBJECTIVE OF THE ASSIGNMENT
The overall objective of this assignment is to improve the social well-being and health of the Nigerian people including poverty reduction through provision of sustainable Water Supply and Sanitation service to the people in the rural area

3. SCOPE AND TASK OF THE CONSULTANT’S ASSIGNMENT
The scopes of the assignment include desk review of relevant policy and strategy documents, RWSS data inventory collection and updating, development of the estimation model, Stakeholders consultations and preparation of the investment plan. The assignment will covers twenty three (23) States and FCT.

The consultant firm will update gender disaggregated data on communities that have been provided with facilities in terms of their condition and the performance of services as well as those without any facilities with the view to determine chords for cohabitation, expansion as well as provision of new services on demand in the future It will develop mechanism for determining unit costs under varying assumptions, a mechanism for developing total estimate of costs for project and compile Investment Plan for the sub sector The consultant is expected to carry out in-depth review of Relevant Policy Direction and Technical Guidelines, bold continuous consultations with line Ministries and then relevant stakeholders and hold validation workshop.

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

SOLID MINERALS DEVELOPMENT FUND-

REQUEST FOR EXPRESSION OF INTEREST FOR THE PROJECTS UNDER THE 2020 CAPITAL BUDGET

SOLID MINERALS DEVELOPMENT FUND
NO 16 YEDSERAM STREET-MAITAMA ABUJA
REQUEST FOR EXPRESSION OF INTEREST

1. INTRODUCTION
The Solid Minerals Development Fund is an Agency of Ministry of Mines and Steel Development. In compliance with the provisions of the Public Procurement Act, 2007 the Fund hereby invites interested, competent, and reputable Consultants to submit expression of interest for the following Projects under the 2020 Capital Budget:

2. SCOPE OF SERVICES

CATEGORY A: NON-CONSULTANCY SERVICES

2.1       STRATEGIC ENGAGEMENT AND SENSITIZATION

Lot 1: Advocacy programs on safe Gold Mining practice by Artisanal and Small-scale miners in Zamfara State.
Lot 2: Advocacy programs on safe Gold Mining practice by Artisanal and Small-scale miners in Osun State.
Lot 3: Advocacy programs on safe Gold Mining practice by Artisanal and Small-scale miners in Niger State.
Lot4: Sensitization programme on Mining activities in Imo State, South East, Nigeria.

CATEGORY B:     SERVICES

2.2       FINANCING INFRASTRUCTURAL INTERVENTION

Lot 5: De-Risking Artisanal and Small-scale Phosphate Mining in Nigeria and the provision of Technical Support.
Lot 6: Women and Children in Artisanal Mining: Economic and Social implications.
Lot 7: Artisanal and Small-Scale Gold Mining in Nigeria: A documentation of Membership, Structure, localities, their production activities in the North-West and South- West Geo political zones.

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/CORRIGENDUM

NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)
(ESTABLISHED UNDER THE NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY ACT, 2007)
MARITIME HOUSE: 4 BURMA ROAD, APAPA, P.M.B. 12861, LAGOS.
E-MAIL: procurement@nimasa.gov.ng
WEBSITE: www.nimasa.gov.ng
INVITATION TO TENDER/EXPRESSION OF INTEREST/CORRIGENDUM

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 express interest/tender for the under-listed projects appropriated in the Agency’s Budget.

2. SCOPE OF WORKS/SUPPLIES/SERVICES
PROJECT TITLE: INVITATION TO TENDER

LOT-1 Production of Voyage Magazine
LOT-2 Provision of Dedicated 40MB/40MB Internet Connectivity at NMRDC, Kirikiri, Apapa, Lagos
LOT-3 Supply of Executive Vehicle for Western Zone
LOT-4 Supply of Executive Vehicle for Eastern Zone
LOT-5 Supply of Executive Vehicle for Abuja office
LOT-6 Remediation of a Degraded Environment in the Niger Delta (Central Zone- Forcados and Escravos)
LOT-7 Furnishing of New Administration Building at SAR Base Clinic, Azare Crescent, Apapa, Laqos
LOT-8 Supply of Generators and Construction of Diesel Tank and Shade for C4i at NMRDC Kirikiri, Lagos

PROJECT TITLE: EXPRESSION OF INTEREST

LOT-9 Consultancy for Design Framework for Assessment and Audit of the NSDP Scheme
LOT-10 Consultancy for the provision of Radio Programme
LOT-11 Consultancy for the provision of Television Programme
LOT-12 Consultancy for the Organization of 2020 World Maritime Day Essay Competition
LOT-13 Consultancy for the Organization of NIMASA/Maritime Merit Award and Employee of the Month/ Employee of the year
LOT-14 Consultancy for Standardization of Dockwork in the Nigerian Maritime Industry – Career Path for Dockworkers

3. ELIGIBILITY REQUIREMENTS
Prospective bidders are required to submit the following documents;
(i) Certificate of Incorporation issued by the Corporate Affairs Commission (CAC), including Certified True Copy of Form CAC7 and CAC 2.1 or CAC1.1.
(ii) Copy of Company’s Income Tax Clearance Certificate for the last three years (2017, 2018 and 2019) valid till 31 December, 2020, with minimum average annual turnover of N50 Million for Works;
(iii) Evidence of current Pension Compliance Certificate valid till 31 December, 2020;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 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 30/06/2020 or valid Certificate issued by BPP;
(vi) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2020;
(vii) A Sworn Affidavit
(a) 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;
(b) that none of the company’s directors has been convicted in any law court for any criminal offence including fraud and financial impropriety; and
(c) 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 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) Evidence of accreditation/registration with relevant professional body(ies): NITDA, CMD etc, as the case may be;
(xii) Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (in case of construction: COREN, QSRBN, ARCON, CORBON etc.);
(xiii) List of Plants/Equipment with proof of Ownership/Lease (where applicable);
(xiv) Company’s Health, Safety and Environment (HSE) policy;
(xv) 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 (LOTS1 – 8)
Prospective Bidders for Lots l -23 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 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 (Log in to NIMASA Account on Remita, select other income as name of service/purpose, select others as item and input a unit price of 10,000.00 for each Lot). After payment, Teller shall be taken to the NIMASA Revenue Unit for issuance of receipt for collection of Bidding Documents. Note that payment of Tender fee is not required at this stage for Lots 9-14.

5. SUBMISSION OF TENDER DOCUMENTS (LOTS 1 – 8)
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 11:00a.m. on Thursday, 15 October, 2020 to the address below:
The Head Procurement, 5th floor, Nigerian Maritime Administration and Safety Agency, No 4 Burma Road, Apapa, Lagos. Submission on the last day shall be done at the BID OPENING Venue Multi-Purpose Hall of NMRDC, Kirikiri, Apapa, Lagos.
Late submission will be returned un-opened.

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