Expression of Interest (EOI) for Provision of Financial Consultancy Services at Central Bank of Nigeria (CBN)

Central Bank of Nigeria Expression of Interest (EOI) for Provision of Financial Consultancy Services

The Central Bank of Nigeria (CBN), on behalf of the Federal Government of Nigeria, is facilitating the development of a world class international convention center in Abuja metropolitan area. The project involves the construction of auditoria, exhibition centers, business centre and a five (5) and (3) star hotel complexes.

The CBN will undertake the Construction of the Auditoria, the Exhibition Centers, and their associated engineering services. However, the Hotel complexes and sundry commercial facilities will be developed under a Public Private Partnership (PPP) scheme. Consequently, the CBN is desirous of engaging the services of a Financial Consultants for the development of an effective and efficient financial and investment framework to guide the planned development.

The Consultants are among others responsibilities, expected to carry out the following:

  • Identify Investment opportunities and develop a sustainable framework for undertaking the scheme in line with ICRC act 2005.
  • Identify inherent risk and develop strategy towards risk management throughout the life of the scheme.
  • Develop template and criteria for evaluating and appraising financing proposal submitted by prospective financiers/concessioners
  • Design a funding plan in line with the project scope and phases and liaise with the Project Team for a continuous review of the plan.
  • Analyze PPP contract options, towards a workable and effective PPP arrangement including post completion operational financial options.
  • Evaluate risk implication of the various financing proposals from prospective financiers/concessioners.
  • Undertake periodic review of financial plans and render report to the Bank.
  • Undertake periodic risk assessment of the scheme and render report to the Bank.
  • Prepare financial forecasts highlighting relevant investment parameters.
  • Continuous review of existing approved financial options and strategies in pursuant of our core value of Continuous Improvement.

Consequently, reputable firms interested in rendering such specialist services to the Bank, are requested to send in their Expression of Interest (EoI) for that purpose.

Requirements:

Interested firms are required to submit proposals prepared in English Language with the following requirements which shall be used as criteria for preliminary selection.

Mandatory (Without which companies will be disqualified)

(i)                Evidence of registration with Corporate Affairs Commission.

(ii)             Certified true copy of Memorandum and Article of Association.

(iii)           Evidence of payment of tax for the last three (3) years as at when due (such evidence should reflect the value of the projects undertaken by the Company in the last three (3) years).

(iv)           Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling employer’s obligation to employees with respect to pensions.

(v)             Evidence of payment of training contributions to ITF (Industrial Training Fund).

Others

  1. Evidence of participation in similar scheme with verifiable reference of related services rendered in the last three (3) years (attach letters of engagement)
  2. Corporate profile of the firm including CV of key personnel supported by Professional licenses, registered address, functional contact email address, GSM phone number(s), facsimile number(s).
  3. Audited accounts in the last three (3) years duly stamped by licensed Auditors.
  4. References of satisfactory performance on similar projects from three (3) previous clients.
  5. Evidence of competence in Financial, Contract and Project Management
  6. Professional Certification and licenses (national and international) in the field of financial management and other related fields.

Interested firms should note that consultants’ remunerations shall be negotiated based on the Federal Government approved fees for consultancy services in the Public Sector.

Submission:

Applications for EoI accompanied by the relevant documents should also be forwarded in sealed envelope marked at the top left corner and boldly written

“EoI in respect of Financial Consultancy Services for the Development of International Convention Centre in Abuja (Ref CBN/CDP/2013/0…..)” and addressed to:

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C, CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

Fax No: 09-616-38239

E-mail: igbadamosi@cbn.gov.ng      

Closing Date:

All submissions must be received at the above Office not later than 4.00pm on 5th July 2013.

Opening Date

All submissions will be opened on 9th July, 2013 at 11.00am at 2nd Floor Wing D, Procurement & Support Services Department, Central Bank of Nigeria.

Important Notice:

  • Only short listed firms will be contacted
  • The Bank reserves the right to reject any proposals.

Signed

Management

Invitation for Pre-Qualification to Tender at Fagge Local Government Council, Kano State

Fagge Local Government Council, Kano State

Invitation for Pre-Qualification to Tender

As part of intensified effort to provide some basic infrastructure to facilitate the socio-economic development of its people, the Fagge Local Government intends to execute projects that have direct impact to its people and consequently wishes to invite interested and competent contractors to submit eligibility indication of interest documents for the following:

S/N Project Name Location
1 Hand Pump Danrimi Labitis
2 Temporary Shade Makarantar Babale Kwachiri
3 Renovation of Islamiya Layin Yan Soye T/Bajuma
4 Drainages Layin Ali Imam T/Bajuma
5 Drainages Lungun Abba Dan Makwaru
6 Construction of Upstairs with 4 Classroom (Islamiyya) Layin Mailafiya Kwachiri T/Bajuma
7 3 Seater Table, Wall Fence, Gate and Renovation of 4 Classes Kwankwachi Craft School
8 General Renovation of L.G Secretariat Local Government Secretariat
9 Construction of 70m Drainages Abbale Street Fagge
10 Chalet Single Layih Gidan Alh. Shaibu R/Lemo
11 Chalet Kuma Makaranta
12 Renovation of Mosque Kwachiri Layin Tanki
13 Renovation of Mosque Bayan Makaranta Kicirawa
14 Renovation of Personnel/PRS LEA Fagge
15 Printing of Plate Number (House) House Numbering
16 Drainages/Culvert Hajj Camp Katsina Road
17 Renovation of Mal. Salisu Mosque Various Places
18 Renovation of Juma’at Mosque Juma’at Mosque Fagge
19 Renovation PRS Office
20 Renovation 5 Daily Prayer Mosque Gobirawa
21 Construction of Drainages 1Km Length Kwachiri Danrimi
22 Rehabilitation of Wall Fence Danrimi Grave Yard
23 Construction of Grave Yard Sabowar DAnrimi Kwachiri
24 Renovation of Mosque Layin Isala Maigura
25 Construction of 20m Drainages Fagge D
26 Spread Latrine Afa Feeder Road
27 Spread Latrine Friday Mosque Jaba
28 Construction of Drainages at Bashir Tashi & Israla N/Gura 300m Line Drainages
29 Construction of Precast Conclude Fagge 2
30 Construction of Small Shade Various Locations
31 Construction of Road Side Open Traders Shade Various Selected Places

Pre-Qualification Requirements

The interested contractors are expected to submit the following pre-qualification documents:

1.       Evidence of Registration with Corporate Affairs Commission

2.       Tax Clearance Certificate for the Value Added Tax (VAT)

3.       Evidence of financial and technological capability

4.       A Company profile and list of key officers with evidence of proficiency in the relevant field

5.       Full address and office location of the contractors

6.       List of similar successfully executed projects within or outside the State which are verifiable

7.       Any other pre-qualification supportive evidence can be an added advantage

8.       No refundable fee of N10, 000 per project

Submission of Documents:

All submissions must be made on or before 10th June, 2013 as late submission will not be considered. The documents are to be delivered to the office of the Director Personnel Management of the Local Government Respondents are to take note that this advert should not be considered as a commitment on the part of the Local Government nor shall it entitle any contractor to any claim whatsoever and or seek any form of indemnity from the Local Government by virtue of such contractor having responded this publication.

Signed:

Director Personnel Management

Secretary Tender Board  

Tender Notice for Sure-P Projects at Sabon-Gari Local Government

Sabon-Gari Local Government

Kaduna State

Tender Notice for Sure-P Projects

This is to invite suitably qualified contractors for pre-qualification to tender for the construction/supply/general renovations of some projects across the Local Government.

Scope of Work

1.       Electrification of Abdu Kwari PHC, Angwan Fulani

2.       Purchase of 2 nos 300/33 KVA Transformers

3.       Construction of Bridge at Gadan 88 Hayin Ojo

4.       Construction of Bridge at Layin Zomo

5.       Renovation of 4 block of classrooms at Bashir Aminu L.E.A

6.       Purchase of Furniture for Primary Schools at: (a) Angwan Fulani   (b) Makaya (c) Muchia L.E.A (d) Dogarawa (e) Chikaji (f) Kwarin Ayuba (g) Mil Goma (h) Zabi (i) Jema’a (j) Barrack (k) Lemu

7.       Construction of perimeter fence at L.E.A (Army Chindit) Jushi

8.       Fencing of Sa’idu Primary School, Samaru

9.       Construction of 4 nos. Pit Toilet at Abdu Kwari PHC, Angwan Fulani

10.     General Renovation of Abdu Kwari PHC, Angwan Fulani

11.     Purchase of Generator for cool room (EC 8000cxs model)

12.     Purchase of Medical Equipment

13.     Fencing of Refuse Dump site at UNDP

14.     Purchase of 11 nos. Motorcycle (Boxer model)

15.     Clearing of Refuse Dump at Victoria Street, Muchia

16.     Purchase of the following items for Youth and Women empowerment: (a) Grinding Machines (44 nos) (b) Irrigation Pumps, 3”pmt (24 nos.) (c)Sewing Machines (Singer model), 55 nos.

17.     Purchase of the following items for UNDP: (a) 5 nos Sewing Machines (Singer model) (b) 4 nos. Knitting Machines (Emperial model)

18.     Purchase of the following items for Women Development Centre, Sabon-Gari: (a) 4 nos. Knitting Machines (Emperial model) (b) 10 nos. Sewing Machines (Singer model), and (c) generator for the Centre

19.     Purchase of 10 nos. Keke NAPEP (State Government type)

20.     Purchase of Barbing Salon equipment for 22 men and generators

21.     Repairs/rehabilitation of boreholes at Audu Kwari clinic

22.     Construction of Mono Pump at Samaru clinic

23.     Reconstruction of broken box culvert adjacent Magistrate Court along Kings road

24.     Reconstruction of broken slabs and evacuation of drainage at Club street, Sabon-Gari.

25.     Construction of Culvert from: (a) Duula-Samaru (b) Dogpn Ichi-Samaru

26.     Upgrading of Mono Pump to semi-water system (over head tanks) at Basawa, Samaru and Jushi

27.     Construction of drainage at Bomo

28.     Construction of 2 nos. culvert at Bomo

29.     Construction of Drainage and 2 nos. ring culvert at Kwakwaran Manu

30.     Construction of ring culvert and sand filing/opening of drainage at Ratio Sidi, Hanwa

31.     Purchase of 18-scater bus

 

Submission of Pre-Qualification Bids

Eligible contractor or companies should forward their profiles to the Director of Works, Sabon-Gari Local (Government in a scaled envelop marked “interested projects” on or before 31st 2013

 

Note

This advertisement should NOT be considered as contract award or any commitment on the part of Sabon-Gari Local Government nor shall it entitle any contractor to claim whatsoever from the Local Government on the basis of responding to this publication.

 

SIGNED:

Executive Chairman

Sabon-Gari Local Government

Kaduna State

 

Invitation to Submit Technical and Financial Bids at Federal Medical Centre, Umuahia

Federal Medical Centre, Umuahia

P.M.B. 7001, Umuahia, Abia State

 Invitation to Submit Technical and Financial Bids

In pursuance of the execution of its 2013 capital projects, the Federal Medical Centre, Umuahia, Abia State intends to procure the following works, goods and services in the projects listed below. Interested and reputable companies (Manufacturers. Suppliers, Contractors, etc) are hereby invited to submit Technical and Financial Bids for the lots listed below:

 

A.      Medical Equipment Supply:

Lot AI   –     Supply of 7nos Multi-Parameter Patient Monitor.

Lot A2  –     Supply of 1no Anaesthetic equipment 1no Endoscopy Machine.

Lot A3  –     Supply of 1no 4D Ultrasound machine

Lot A4  –     Supply of  1 set of ENT (ENT Out-Patient Examination Suit) and 1 no set of Ophthalmology equipment (Visual Field Analyzer. Keratometer, A-Scan/Pachymeter, Ophthalmic Microsurgical Instruments, Retinal Camera and Mini Autoclave).

Lot A5 –      Supply of 25nos – Hospital Bedside Lockers and Overhead Tables.

Lot A6  –     Supply of 3nos ICU Beds and 1no Ventilator

 

B.      Construction Works:

LOTS B1 –  Renovation and Upgrading of existing wards / building phase II (Crowther, Ibiam and Maternity Complex) in accordance with 2013 Appropriation sum.

LOT B2 –    Completion of 250 Bedded wards and construction of walk way and Ramp.

LOT B3 –   Construction and Equipping of a new Radiology Department.

 

C.      Computer Software Acquisition:

LOT C –      Computerization- Installation of Accounting Management Software and Network System.

LOT C2 –    Procurement of 80nos. Desktop Computers, 10 nos. HP Laptop Computers and 20nos Hp 2055 Printers.

LOT C3 –    Procurement and Installation of Inverter with 6nos Heavy Duty                                   Batteries

 

Requirements:

Interested bidders are required to submit the following along with their bids:-

(i)      Copy of Certificate of Incorporation/Evidence of Registration with the Corporate Affairs Commission (CAC).

(ii)    Evidence of Tax Clearance Certificate for the last three years, (2010, 2011 & 2012). Note that Turnover will be computed from paid tax in determination of financial strength.

(iii)    Evidence of VAT Registration with TIN Number and past remittances for the last 3 years.

(iv)   Evidence of Certification/Exemption from PENCOM in accordance with the Pension Reform Act, 2004 including evidence of remittances of Employee’s Pension contributions/deductions.

(v)    Evidence of contribution/remittance of 1% Annual Total Emolument accrued to members of staff of the Company payable to Industrial Training Fund (ITF)

(vi)    Company Audited Accounts prepared by a reputable Chartered Accounting firm for the last three years (2010, 2011 & 2012) showing annual turnover.

 

2.       Other Requirements:

(vii)  Evidence of technical capability.

(viii)  Verifiable list of similar jobs successfully executed in the last three years including letters of contracts, project costs, job completion certificates and payments (please provide contact addresses of the clients who may be contacted for reference).

(ix)    Evidence of financial capability to execute the projects.

(x)     Company Profile and Technical qualification/curriculum vitae of key personnel with evidence of experiences on similar jobs.

(xi)    Submission of relevant Technical Specification and detailed brochures of equipment being offered (for Lots A1- A6) only.

(xii)   List of verifiable Equipment indicating ownership or on lease (for construction works only)

(xiii)  A Sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence.

(xiv)  A Sworn Affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the Federal Medical Centre, Umuahia is a former or present Director, shareholder or has any pecuniary interest in the bidder.

3.       Bid Documents

Bid Documents can be obtained from the Procurement Unit, Federal Medical Centre. Umuahia upon payment of Twenty Thousand Naira (N20,000.00) only

4.       Submission of Bids

(a)    Technical and Financial bids should be enclosed in a Sealed tamper proof envelope, indicating the Lot at the Top Right Hand corner of the envelope and addressed to:

The Medical Director,

Federal Medical Centre,

P.M.B. 7001, Umuahia,

Abia State.

(b)    Bid documents should be obtained within four (4) weeks of the date of this publication and submitted not later than 1st July 2013.

(c)      The documents should be deposited in the tender box at the office of Head of Administration, Federal Medical Centre, Umuahia. Company names should also be written at the reverse side of the envelope. Closing time for all submissions is on or before 1st July, 2013. At 12 noon prompt. Late submission shall not be entertained.

5.       Opening

Opening of the received bids will commence at 12.30pm 1st July, 2013 at the Federal Medical Centre, Umuahia Board Room on the 2nd Floor, New Administration Complex. All bidders and/or their Representatives. Relevant Professional Bodies and NGOs are invited to witness the public opening exercise accordingly.

 Please Note that:

All CAC, VAT, PENCOM, ITF and TAX certificates may be referred to the security Agencies, Corporate Affairs Commission, Federal Inland Revenue Services (FIRS), National Pension Commission and other relevant bodies for verification.

The Federal Medical Centre. Umuahia reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

The Evaluation of the received documents shall be strictly based on the requirements specified above.

Prospective contractors should ensure they sign the register provided on submission of bid documents

This advertisement shall neither be construed as commitment on the part of Federal Medical Centre, Umuahia, nor shall it entitle any firm to make any claims whatsoever, and/or seek any indemnity from Federal Medical Centre, Umuahia by virtue of having responded to the advertisement.

All expenses incurred in preparing bid documents in response to this advertisement shall be borne live Contractors.

Signed:

Dr. Abali Chuku

Medical Director

Invitation for Pre-Qualification of Contractors for 2013 Appropriation for Capital Projects at Akanu Ibiam Federal Polytechnic Unwana

Akanu Ibiam Federal Polytechnic Unwana

P.M.B. 1007, AFIKPO, Ebonyi State, Nigeria

 

Invitation for Pre-Qualification of Contractors for 2013 Appropriation for Capital Projects

 

Introduction

The Akanu Ibiam Federal Polytechnic, Unwana intends to execute its approved Capital Projects for the 2013 year. We therefore invite competent and reputable contractors to apply for pre-qualification for the following:

1.       Construction of Administrative Building; and

2.       Construction of a Block of Ten (10) Classrooms.

 

Method of Application

Application should be submitted with the following documents for assessment:

a.       Evidence of Certificate of Incorporation as a company in Nigeria issued by Corporate Affairs Commission (CAC).

b.       Evidence of audited account of the company for the last three (3) years.

c.       Evidence of Tax Clearance for three (3) years.

d.       Evidence of VAT and past remittance.

e.       Evidence of financial capability which includes bank reference and most recent bank statement.

f.       Evidence of similar projects successfully executed in the recent past,

g.       Company profile including  curriculum vitae/certificate of technical personnel and relevant equipment.

h.       Affidavit of disclosures of Directors

i.        Annual turnover of the Company.

j.        Evidence of annual contribution to Industrial Training Fund (ITF).

k.       Evidence of Pension Contribution of employers.

 

Submission of pre-qualification documents

All documents must be submitted to the Registrar in triplicate and in a sealed and waxed envelope clearly marked with the project name at the top left hand side of the envelope on or before 10th June 2013.

 

The pre-qualification bids shall be opened at 12 noon on 10th June 2013 in the Council Chamber.

 

Note: Only competent bidders shall be issued invitation to tender.

 

Signed:

MRS. A. D. Okono

Registrar