Selection of Financial Adviser(s) for the Divestment of AMCON’s Shareholding in Enterprise Bank Limited (Request for Proposal (“RFP”)) at Asset Management Corporation of Nigeria (AMCON)

Head Office

3rd Floor, Murjanatu House,

1, Zambezi Crescent

Off Aguiyi Ironsi Street

Maitama – Abuja.

Tel: 09-2780300

Lagos Office:

8th Floor, Mulliner Tower

39, Alfred Rewane

(Old Kingsway Road)

Ikoyi, Lagos,

Tel: (01-2773100-299

Asset Management Corporation of Nigeria

Selection of Financial Adviser(s) for the Divestment of AMCON’s Shareholding in Enterprise Bank Limited

Request for Proposal (“RFP”)

In August 2011, the Asset Management Corporation of Nigeria (“AMCON” or “the Corporation”) was invited by the Nigerian Deposit Insurance Corporation to capitalize three Bridge Banks it had created, namely Main-street Bank Limited, Keystone Bank Limited and Enterprise Bank Limited (or collectively “the AMCON Banks”).

AMCON currently owns the entire equity capital of the AMCON Banks and has commenced the process leading to the divestment of its shareholding in the three banks, starting with Enterprise Bank – a commercial bank, headquartered in Lagos, Nigeria, with 6 subsidiaries and a network of 145 branches.

AMCON is in the process of seeking proposals from leading Investment Banks for the provision of financial and transactional advisory services towards the divestment of its entire shareholding in Enterprise Bank.

Interested advisers must provide information indicating that they are qualified to perform this service Each interested party should submit a Proposal detailing the following, as a basis for selection:

  • Demonstrable Experience in similar transactions
  • Recommended Transaction Approach
  • Experience of key team members
  • Indicative timetable
  • Proposed fee structure
  • Potential conflicts of interest

AMCON now invites Financial Advisory Firms to respond to its Request for Proposals to act as Financial Adviser to AMCON on the divestment of its equity stake in Enterprise Bank. The RFP will be available on, and can only be downloaded from, AMCON’s website (http://www.amcon.com.ng/rfp-enterprise.aspx) from 12:00pm (Nigerian Time) on Monday, May 27, 2013.

Qualified International Financial Advisers or Investment Banks who are not registered by the Nigerian Securities & Exchange Commission (“SEC”) to provide this function, must form a consortium with an SEC registered Issuing House.

Selection of advisers will be according to the procedures and criteria outlined in the RFP. Proposals from Financial Advisers are to be received on or before 5:00pm (Nigerian Time) on Friday, June 7, 2013. Only selected advisers shall be notified of the outcome of the selection process

Mustafa Chike-Obi

Managing Director

Asset Management Corporation of Nigeria

To Download the Request for Proposal, Visit AMCON’S

Website: (http://www.amcon.com.ng/rfp-enterprise.aspx)

Board of Directors: Aliyu Kola Belgore, OFR (Chairman), Mustafa Chike-Obi (Managing Director)

 

Executive Directors: Mofoluke B. Dosumu, Hewett A.O. Benson, Abbas M. Jega.

 

Non-Executive Directors: Aruma Oteh, Danladi I. Kifasi, Kingsley Moghalu, Eniye Ambakaderemur; Umar Ibrahim

 

Invitation for Technical and Financial Bids from Interested Bidders For Projects under the 2013 Appropriation Act at Anambra Imo River Basin Development Authority

Federal Republic of Nigeria

Federal Ministry of Water Resources

Anambra Imo River Basin Development Authority

Km 10 Owerri-Aba Road, Owerri

Invitation for Technical and Financial Bids from Interested Bidders For Projects under the 2013 Appropriation Act

 

1.1     Introduction;

The Anambra Imo River Basin Development Authority one of the Parastatals under the Federal Ministry of Water Resources is desirous of executing approved projects under its 2013 Appropriation Act. To achieve this, the Authority hereby invites Technical and Financial Documents from interested, qualified and competent Companies/Firms and Consultants, including Joint Ventures (JVS).

 

1.2     The projects earmarked for execution are categorized as follows:

Lot A1:      CONSTRUCTION OF DAM AT

Lot A1/01:  Omor Water Scheme (Owushi Dam) Ayamelum LGA Anambra state

Lot A1/02:  UGBO. ENUGU STATE

 

LotA2:        REHABILITATION OF DAM AT

LotA2/-01:  Barabara Dam at Okwo, Mgbo, Ohakwu LGA of Ebonyi North

 

LOTB1:     CONSTRUCTION WORKS FOR CONTROL AND DETENTION FLOOD/EROSION AT

Lot B1/01:   Technical Secondary School Akpoha and Other Erosion Site

Lot B1/02: Obiofia Ichi/Uhumabiam Ozubulu, Ekwusigo LGA

Lot B1/03:            Ekwulumili/Unubi, Nnewi South LGA

Lot B1/04: Umeojiriegbo Umudim, Nnewi North LGA

Lot B1/05:            Amansiodo-Imez1oghe Erosion Control Project Ezeagu LGA

Lot B1/06: Abor-Umuavulu-Umuikwo Erosion Control Project LGA

Lot B1/07: Obinaugwu-Gbaragu Ahani-Achi Erosion Control, Oji River

Lot B1/08: Aguenyi-MPU Erosion Control Project, Aninri L.G.A

Lot B1/09:            Ekegbo-Ozuda-Umuegbosi Erosion Control Project Oji River

Lot B1/10:            Ikwoka-Amagu-Ajuno Obimo Erosion Control Project Nsukka LotB1/11:            Egwu-Achi-Awgunta Erosion Control Project Agwu

Lot B1/12: Adoration-Umuchigbo Erosion Control Project Enugu East

Lot B1/13: Umuama-Umuegbosi Erosion Control Project Oji River

Lot B1/14:            Ogbodikwu-Amaekpe Erosion Control Project

Lot B1/15:            Awene Olo-Mgbagbuowa Erosion Control Project, Ezeagu

Lot B1/16:            Umuokorudo obohu Stream Erosion Project

Lot B1/17:            Umuibeji Erosion Control Project

Lot B1/18: Akanu/Amanchi Amaguishiagu Erosion And Flood Control Works Lot B1/19:            Greater Awgu, Enugu State

Lot B1/20:            Completion of New GRA Erosion Control, Enugu State

Lot B1/21:            Ohom Orbain Udenu LGA

Lot B1/22:            Completion of Umuagulu Erosion Control Awgu LGA

Lot B1/23:            Godi Agbo Road

Lot B1/24:            Oyibo Mmaku

Lot B1/25:            Obeagu-Eguawa

Lot B1/26:            Amachara

 

LOTB2:     CONSTRUCTION WORKS FOR REHABILITATION/STABILIZATION OF EROSION RAVAGED ROADS WITH EARTHWORKS AND CONCRETE DRAINS AT

 

Lot B2/01:  Nkwemeke Umuocham Ugbuegbelu Road, Imo State

Lot B2/02:  Awi-Abosi Oba Idemili South LGA

Lot B2/03:  Ogwumabiri Ahia Nwaevule Ama Joseph Umunwada Girls Secondary School Rd. Ikenanzizi Obowo

Lot B2/04:            Ofor Lolo Inyishi Amuza Amaimo Rd

Lot B2/05: Power Line Eifances Road, Aba North

Lot B2/06: Umuokuru Village Road (Uratta Integrated Market Aba North)

LotB2/07:  Okpiomege Agbaelu Ndiaguagba Access Road

Lo| B2/08:   Ogbede Market Ugwuode Umuofiagu-Diogbe / Umunko Junction Road Igbo Etiti

Lot B2/09: Umuowa-Amaibo Nguru Road, Ngor Okpala

Lot B2/10:            Okwuoke-Umuek Wunne-Or1shieze Road Ngor Okpala

Lot B2/11: Umuawa/Umuosu Junction through Umuosu Village Square By­pass to Nkwoegwu Road Flood Control Umuahia North LGA

Lot B2/12:  Isiekata Junction to Umuegoro/Umuapu/Umuaro with a Spur at Amuhu/Apukwu/Umuachiri Flood Control in Isiala Ngwa South

Lot B2/13:            Erie to Ebun Wanaroad, Afikpo South LGA, Ebonyi State

Lot B2/14: Ezi-Udeogu-Obodo Agwa Road Erosion Control

Lot B2/15:  15 Kilometer Old DFFRI Road Isiekata Junction to Umuegoro/ Umuapu/Umuaro with a Spur at Amuha/Apukwu/Umuachiri Flood Control in Isiala Ngwa South

Lot B2/16: Owutu to Itara Uwana in Afikpo LGA, Ebonyi State

Lot B2/17:            Akpugoeze-Osibe Road

Lot B2/18:            Atta-Umudim Road

 

Lot C1:      DRILLING OF MOTORISED BOREHOLE AT:

Lot C1/01: Amaigbo Education Center Nwangele LGA

Lot C1/02: BSC Community Orlu LGA

Lot C1/03: Obibiezenna, Ogbobeke

Lot C1/04: Nkwo Obohia Ahiazu Mbaise

Lot C1/05: Nkwoezido Ezinihitte

Lot C1/06: Orie Amumara Ezinhite, Imo State

Lot C1/07: Agba, Ebonyi State

Lot C1/08:            Ohofia Ebonyi State

Lot C1/09A:         Isiekenesi in Ideato South

Lot C1/09B:         Obodoukwu in Ideato North

Lot C1/10: Umopia Akokwa Ideato North LGA with Reticulation and Tank

Lot C1/11: Ukwu Ugiri

Lot C1/12: Mgboma Alike Square (Customary Court)

 

Lot C1/13:            Oshiri Community in Onicha LGA, Ebonyi State

Lot C1/14:            Akpoha, Ozizza, Unwanna, and Amasiri Communities

Lot C1/15A: Adaba Uzo Uwani

Lot C1/15B: Ukopi-Ekwegbe Igbo Etiti

Lot C1/I5C: Ukehe Igbo Eti

Lot C1/16:            Afor, Amodu Nkanu West LGA, Enugu State

Lot C1/17:            Amaegbeleenu Agu Amurri Nkanu West LGA, Enugu State

Lot C1/18:            Amigbo Akegbe Ugwu Nkanu West LGA. Enugu State

Lot C1/19A: Awka North

Lot C1/19B: Awka South

Lot C1/20: Federal College of Education (Technical) Umunze

Lot C1/21:            Market Square Ogborji

Lot C1/22:            Market Square Omogho

Lot C1/23:            Market Square Amaokpala

Lot C1/24:            Idemili North and South Anambra

Lot C1/25:            Okwuoke Umuokwunne Ngor Okpala, Imo State

Lot C1/26:            Amaibo Nguru Ngor Okpala Imo State

Lot C1/27:            Igwe’s Palace Azigbo Nnewi South, Anambra State

Lot C1/28:            Orie Akpu,Orumba South, Anambra State

Lot C1/29:            Igwe’s Palace Ndiokolo Orumba North, Anambra State

Lot C1/30:            ST. James Anglican Church Compound Aguluezechukwu Aguata LGA, Anambra State

Lot C1/31: Umudim Hall, Ikenga, Aguatalga, Anambra State

Lot C1/32:            ST. James Anglican Church Compound UGA Aguata LGA, Anambra State

Lot C1/33A-33J: 10 Locations in Anambra Central Senatorial District

Lot C1/34:   Hope Ville Uturu in Isuik Wuato LGA, Abia State

Lot C1/35:            ST. James Kolping, ST. James Catholic Church, AKU, Igboet Etiti LGA

Lot C1/36:            OBU-OLA Water Project, Oji River L.G.A

Lot C1/37: Umule Mkporobe

Lot C1/38:            Akanu-Ndoki

Lot C1/39:            Uzoaku-IPU South

Lot C1/40:   Umuiku Ozar/Ukwu

Lot C1/41:            Amagu Obimo

Lot C1/42:            Umudire Ezifor

Lot C1/43:            Umuokogu

Lot C1/44: Okirika Nweke Ahiazu Mbaise

 

Lot C2:       Construction of Surface Water schemes to provide portable Water to Communities involving Compact treatment units at

Lot C2/01:            Amakama Umuahia South LGA

Lot C2/02:            Elugwu Nkpuke Ubakala Umuahia South LGA

Lot C2/03:            Arochukwu Water Supply Scheme

Lot C3:       Rehabilitation and Reticulation of Water Schemes at

Lot C3/01:            Akokwa

Lot C3/02: Awoidemili

Lot C3/03: Umuma Isiaku

Lot C3/04:            Umuaka

Lot C3/05:            Oguta

Lot C3/06:            Isunjaba

Lot C3/07: Arochukwu/Ohafia Federal Constituency of Abia State

Lot C3/08:            Nenu Water Scheme in Obingwa LGA

Lot C3/09: Amiyinvosi Water Scheme in Isialangwa South

Lot C3/10: Okpualangwa Mini Water Scheme in Isiala Ngwa South

Lot C3/11:            Umuagwu, Umuohiagu in Ngor Okpala, Imo State

Lot C3/12: Ogbombara Spring Water Harvestation

 

Lot C4:       Construction of Solar Powered Boreholes at

Lot C4/01: Nimo Town, Njikoka LGA

Lot C4/02: Umuahia North/South/Ikwuano LGAS

Lot C4/03: Awka North/South LGAS

Lot C4/04: Owerri Municipal North/West LGAS

Lot C4/05: Mkpuka Village Isi-Ala Ngwa South LGA

Lot C4/06: Ikwuato Idembia in Ezza South LGA

Lot C4/07: Orieuushi Amii Akabo, Ikeduru LGA, Imo State

Lot C4/08: Umueze Abazu, Ogwa, Mbaitoli LGA, Imo State

Lot C4/09: Eke Amaeke Market Amaeke Inyishi Ideduru LGA, Imo State

Lot C4/10: Umuoso-Mgbidi in Ohaji/Egbema LGA Imo State

Lot C4/11: Ndionyemobi in Oguta LGA, Imo State

Lot C4/12: Ubulu in Oru West LGA Imo State

Lot C4/13: Assa/Obille in Ohaji / Egbema LGA, Imo State

Lot C4/14: Oye Umuona

Lot C4/15: Ebonesie Zone (Azia Town and Mbosi Town)

Lot C4/16: Amaifeke Clan Umutanze Community and Amaruru Market

square in Orlu, Orsu & Oru East FED. Constituency, Imo State

Lot C4/17: Umuezeiyi Hall Achina

Lot C4/18: Completion of Solar Powered Borehole at Ezeafulukwe square Umuchu

Lot C4/19: Completion of Solar Powered Borehole at Achalla Umuchu

 

Lot C5:      Construction of Hand Pump Boreholes

Lot C5/01: Abakaliki/Izzi Federal Constituency

Lot C5/02:  8No Hand pump Boreholes at Ohaozara/Onicha/IVO Federal Constituency Ebonyi State

Lot C5/03: 15Nos Hand pump BoreholesNgamggbo-Urobo, Ngamgbo Anumocha, Ngamgbo Ekpiriokponku, Anyadilogu, Egwudulegu, Amaokpor etc.

Lot C5/04:  14Nos. Hand pump Boreholes, 1 in each of the 20 wards of Ihiala LGA Ihiala Zone (Wards: Amamu A & B, Uzoakwa, Ogboro & Ihite) etc

Lot C5/05:  Azuebonyi Okofia Community-Ezza South LGA, AGBO Community Ishielu LGA etc

 

Lot D1:       Rural Electrification scheme involving solar Street Lighting at

 

Lot D1/01:  Ngor Okpella

Lot D1/02:  Nkwerre and Owerre Nkwo Oji in Nkwerre LGA

Lot D1/03:  Amaigbo in Nwangele LGA

Lot D1/04:  Ekwe in Isu LGA

Lot D1/05:  Umuaka in Njaba LGA

Lot D1/06:  part of Onicha Clan, Onicha in Onicha LGA, Ebonyi State

Lot D1/07:  Uburu Autonomous Community Uburu in Ohaozara LGA. Ebonyi State

Lot D1/08:  Ukawu Community in Onicha LGA, Ebonyi State

Lot D1/09:  Amesi from Igw’s Palace to ilo Mgbakoito with a spur in Marcel

Okpalaizuegbu’s House

Lot D1/10:  From girls Secondary School Achina to Oye Market Achina

Lot D1/11:  Ugwuawuru Umuaku Rural Electrification Umunneochi LGA

Lot D1/12:  Energization of Enugu AGU Water Scheme & Installation of Pole

Mounted Street Lights

Lot D1/13:  UDI/Ezeagu Federal Constituency

 

Lot D2:      Rural Electrification scheme involving the use of Transformer

Lot D2/01:  300KVA Transformer and LV overhead (ACC) to Abaomege in Onicha LGA

Lot D2/02: 30Nos 300KVA on 33KV line transformer in Ohatekwe Amuno,             Aguinyiamaamuno, Ndieze Amuno etc

Lot D2/03:  Extension of 11KVA line from Ezzamgbo to Umuezeokoha, installation of 300kva transformer and reticulation

Lot D2/04:  Installation of 300KVA Transformer and Reticulation of 5KM of 220V low voltage lines in Akwuraukwu Agba in Ishielu/Ezza North

 

Lot E1:       Construction of Buildings:

Lot E1/01:  2No. 3Classroom Block at Akaeze and Ishiagu communities IVO LGA, Ebonyi State

Lot E1/02:  Market Stalls at Afo Ezinifite

 

Lot E2:       Rehabilitation of Buildings

Lot E2/01:  Rehabilitation of Igwu Project Office

 

Lot F:         Goods and Services

Lot F1/01:   HTV/AIDS Programme

Lot F1/02:   Self Loader

Lot F1/03:   Tractors (DT) Complete with implements

Lot F1/04:   Revitalization of RBDA Agricultural services

Lot F1/05:   Servicom Activities

Lot F1/06:   Anti corruption programme

Lot F1/07:   Hydrology/Hydrometeorological Programme

 

Lot G:        Consultancy Projects

Lot G1/01:  Study, design, Feasibility study and Environment impact Assessment of Umueze-Anamand Enugu-out farm lands, Anambra State.

 

2.0     Eligibility Criteria:

Interested bidders for any of the above projects are requested to provide the following as minimum technical and financial requirements.

 

2.1     Consultancy Services

i.        Certificate of Registration with CAC

ii.       Tax Clearance Certificate for the last three years 2010, 2011, 2012 with Tax Identification Number (TIN)

iii.      VAT Registration and Remittance

iv.      Evidence of experience in at least five (5) jobs of similar nature and complexity, executed within the last ten years, with verifiable letters of contract award, evidence of payment and certificate of job completion.

v.       Detailed Company Profile with copy of Article of Association/Memorandum of Understanding (if joint Venturers) and Company’s Registration with relevant professional bodies, such as COREN, ARCON etc.

vi.      Evidence of personnel capability including list of key professionals, curriculum vitae of each professional and evidence of registration of these personnel with relevant bodies such as COREN, ARCON etc.

vii.     Submission of three (3) years (2010, 2011 and 2012) Audited Accounts.

viii.    Evidence of remittance of Pension Contribution of Employees and certificate of Compliance issued by PENCOM.

ix.      Evidence of Industrial Training Fund (ITF) registration/ contribution

x.       Provision of Bank details including SORT CODE

 

2.2     Works

i.        Certificate of Registration with CAC

ii.       Tax Clearance Certificate for the last three years 2010, 2011, 2012 with Tax Identification Number (TIN)

iii.      VAT Registration and Remittance

iv.      Evidence of ownership of or access to lease of relevant construction equipment and their status (where applicable)

v.       Evidence of experience in at least five (5) jobs of similar nature and complexity, executed within the last ten years, with verifiable letters of contract award, evidence of payment and certificate of job completion.

vi.      Detailed company profile which should include list of key personnel, their qualifications (certificates & CVs) and experience in similar works

vii.     Memorandum of Understanding should be included for Joint Ventures

viii.    Evidence of financial capability/Bank reference letter showing line of credit available to the tune of N200million for projects in lot A, N100million for projects in lot B and N 20million each for projects in lots C,D and E

ix.      Submission of three (3) years (2010, 2011, 2012) Audited Accounts with Annual Turn Over of a verification sum of at least N50million for projects in Lot A and N25million for projects in LOT B,C,D and E

x.       Evidence of remittance of Pension Contribution of Employees and certificate of Compliance issued by PENCOM.

xi.      Evidence of Industrial Training Fund (ITF) registration/contribution

xii.     Provision of Bank details including SORT CODE

xiii.    Provisioaof2% bid security for jobs above 50 Million Naira

 

2.3     Goods and Services

i.        Certificate of Registration with CAC

ii.       Tax Clearance Certificate for the last three years 2010, 2011 2012 with Tax Identification Number (TIN)

iii.      VAT Registration and Remittance

iv.      Evidence of ownership of or access to lease of relevant construction equipment and their status (where applicable)

v.       Evidence of experience in at least five (5) jobs of similar nature and complexity, executed within the last ten years with verifiable letters of contract award, evidence of pay certificate of job completion

vi.      Detailed company profile which should include list of key personnel, their qualifications (certificates & CVs) and experience in similar works

vii.     Memorandum of Understanding should be included for Joint Ventures

viii.    Evidence of financial capability/Bank reference letter showing line of credit available to the tune of N10million for projects in lots F

ix.      Submission of three (3) years (2010, 2011, and 2012) Audited Accounts with Annual Turn Over of a verifiable sum of at least N10million for projects in lots F

x.       Evidence of remittance of Pension Contribution of Employees and certificate of Compliance issued by PENCOM.

xi.      Evidence of Industrial Training Fund (ITF) registration/contribution

xii.     Provision of Bank details including SORT CODE

 

3.0     Collection of Technical and Financial Documents

3.1     Interested companies on presentation of written application and evidence of payment of a non refundable processing fee ofN30, 000.00 (Thirty Thousand Naira) only for lot(s) A, B, C, D & E; and N10, 000.00 (Ten Thousand Naira) only for lot(s) F and G shall collect bidding documents as from 12:00 noon on Monday, 20th May 2013 at the:

          Office of the

Head of Procurement,

AIRBDA Head Quarters (Room C17),

KM 10, Owerri-Aba Road

Owerri.

 

3.2     All payments are to be made to the Anambra Imo River Basin Development Authority Unit of the Department and payment receipt presented at Room C17, being the Procurement Unit of the Authority to enable the collection of Technical and Financial documents for Lots of interest.

 

3.3     All terms and conditions in me Collected Technical/Financial Documents MUST be strictly adhered to, please.

 

4.0     Submission of Completed Technical and Financial Documents

 

4.1     Completed Technical and Financial Bids shall be submitted in Two (2) hard copies and one (1) Electronic copy (non – re writable compact disk/DVD) in two different sealed envelopes and labeled “Technical and financial” respectively with “Project category and Lot Number” at the top right corner and enclosed in a Third envelop on which is also indicated the Project category and Lot Number and addressed to:-

 

The Managing Director

Anambra Imo River Basin Development Authority

KM 10, Owerri- Aba Road

PMB 1301, Owerri

 

and submitted to Room C17 (To be submitted into a secured tamper proof bid-box at room C17 in the Authority’s km 10, Owerri-Aba Office Headquarters)

 

4.2     All Technical & Financial bid documents MUST be accompanied with duly signed submission letter by the bidden.

 

4.3     All bidding documents submitted shall be subjected to Due Diligence in accordance with the Public Procurement Act (PPA)2007.

 

5.0     Closing Date for Submission of Bid

5.0     The closing date and time for the submission in respect of all projects is on or before Tuesday, 2nd July, 2013 at 1.00pm prompt. Any bid submitted after this date and time will be rejected.

 

6.0     Opening of Bids

6.1     Bids shall be opened same day immediately after deadline of submission at the Anambra Imo River Basin Staff Club, Owerri.

 

6.2     Only firms whose Technical bids fulfill the minimum requirements would have their financial, bids opened on a date to be announced.

 

6.3     All bidders are expected to bring along die Original Copies of all relevant documents for sighting.

 

6.4     Non Governmental Organizations (NGOs) and the general public are hereby invited to witness the Bids Opening.

 

7.0     Enquiries

All inquiries should be directed to the address below:

 

The Head of Procurement,

Anambra Imo River Basin Development Authority

KM 10, Owerri- Aba Road

PMB 1301, Owerri

 

Disclaimer and Conclusion

8.1     This announcement is published for information purposes only and does not constitute an offer by the Authority to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the Authority to procure/concession services.

 

8.2     The Authority will not be responsible for any costs or expenses incurred by any interested party(ies) in connection with any response to this invitation and/ or the preparation or submission in response to any inquiry.

 

8.3     The Authority pledges fair treatment of all participants but are not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning any reasons thereof.

 

Signed:

Management

SIGNED: MANAGEMENT

Invitation for Pre-Qualification and Tender at United Nations Development Programme

United Nations Development Programme

7th FGN-UNDP Country Programme (2009-2012) Office

Government House Awka

Invitation for Pre-Qualification and Tender

The United Nations  Development Programme in conjunction with Anambra State Government hereby invites bids for pre-qualification and consideration for tender from interested, reputable and competent consultant(s) to execute the under listed assignments:

A.   1.       Title

De-silting of drains at Nnewi along Owerri road by traffic light

2. Objective

To build upon the foundations laid through development of policy frameworks in the control of flooding.

3.       Scope of Work

De-silting of blocked drainage channels for conveying flood water and control of mass wasting of soil

4.       Profile of Applicants

Interested Firms/Individual Consultant applicants should submit their profile alongside their applications

Experience in the industry Technical Capacity
ANSG/UNDP/SRMP/001/01. i   Minimum of 7-10 years direct practical i experience in the field and excellent report i writing skills.
  1. Individual consultants must have University Degree in Engineering or its equivalent and
  2. Evidence of previous qualitative competence.
  3. Firms must enlist suitably qualified consultants with evidence of qualifications as in (1) above.

Applicants should submit their applications (technical and financial) in bag envelopes dearly marked SUSTAINABILITY AND RISK MANAGEMENT PROGRAMME FOR EVIRONMENTAL GOVERNANCE IN ANAMBRA STATE (ANSG/UNDP/SRMP/001) at the top right hand of the envelop.

b. 1.   Title

Flood Early Warning System and Management of Flood Disaster in Anambra State

2.       Objective

The project intends to train and educate representatives from Communities, NGOs, CBOs etc on how to avert flood disaster and help in reducing flood problems.

3.       Scope of Work

  1. This will ensure that all flood prone communities and CSOs in the State are trained and educated on how and what to do to avert flood disaster,
  2. Generate, Collate and interpret flood data in the State;
  3. Review the workability of Flood Early Warning System (EWS) if any;
    1. Produce flood preparedness, EWS. and Rapid Response Strategies document;
    2. Appraise past government intervention measures on flood and Early Warning System (EWS);
    3. Strengthen the capacities of NGOs, CBOs, Fanners, Youth bodies and relevant MDAs through workshops and EWS.

C. 1 Title

Framework for Environmental compliance Monitoring in Anambra State.

2. Objective

i.        To identify the environmental impact generating activities in Anambra State with a view to suggest suitable compliance monitoring framework to ensure safe and conducive environment and to educate and train regulatory bodies on how suitable compliance monitoring can be achieved.

 

3.       Scope of Work

i.        Identification of Environmental Impact Generating Activities for    Environmental Compliance Monitoring (ECM);

ii.       Evaluation of the degree of impact generation;

iii.      Classification of the types and nature of ECM;

iv.      Identification and evaluation of Risk and Hard factors in ECM and

v.       Production of implementable ECM document.

 

D.  1.          Title

Environmental sensitivity index mapping and assessment to mainstream environmental priorities into Anambra State development plan.

 

 

2. Objective

i.        To identify the locations and magnitude of the environmentally-sensitive areas in the State with a view to present it in a composite map for ease of assessment.

ii.       To grade the sites and provide environmentally based solutions to each of the sensitive areas.

3. Scope of Work

  1. Identification/Mapping of Environmentally sensitive Areas in the State;
  2. Evaluation and prioritization of ESAs
  3. Characterization/Classification of factors Natural and Anthropogenic;
  4. Evaluation of possible wealth creation potentials of the ESAs
  5. Proffering cost-effective Impact Mitigation and remediation measures.
  6. Production of an implementable Environmental Sensitive Mapping (ESM) document.

4.       Profile of Applicants

Interested firms/Individual consultant applicants should submit their profile alongside their applications

 

Experience in the Industry Technical Capacity
ANSG/UNDP/SRMP/001/04

Minimum of 7-10 years direct practical experience in the field and excellent report writing skills.

  1.                               I.            Individual consultants must have advanced University Degree in Environmental Sciences or related discipline and evidence of previous qualitative environmental competence.
  2.                            II.            Firms must enlist suitable qualified consultants with evidence of qualifications as In (a) above

Applicants should submit their applications (technical and financial) in bag envelopes clearly marked SUSTAINABILITY AND RISK MANAGEMENT PROGRAMME FOR EVIRONMENTAL GOVERNANCE IN ANAMBRA STATE (ANSG/UNDP/SRMP/001) at the top right hand of the envelop. All applications should be submitted not later than 7th June, 2013, addressed to “Partnership Manager, UNDP Office, Government House Awka.”

E.1. TITLE

  • Larviciding /fumigation of flooded communities and stagnant water (Ponds)

2. Objective

To build upon the foundations laid by SEMA and Donor Agencies for the protection of life and properties

 

3.       Scope of Work

i.        Pest / Vector population reduction as a means of improving a healthy environment will be demonstrated within the flooded communities.

ii.       All the stagnant water and ponds including residents within the flooded areas will be treated with Public health pesticides as approved by WHO for an effective Pest/Vector control

4 .      Profile of Applicants

Interested firms/individual consultant applicants should submit their profile alongside their applications

Experience in the Industry Technical Capacity
ANSG/UNDP/SRMP/001/04

Minimum of 7-10 years direct practical experience in the field and excellent report writing skills.

  1. Individual consultant must be Licensed by Environmental Health Officers Registration Council of Nigeria (EHERECON) and must have University Degree in Environmental Sciences or related discipline and evidence of previous qualitative environmental competence.
  2. II.               Firms must enlist suitable qualified consultants with evidence of qualifications as in (a) above.

Applicants should submit their applications (technical and financial) in bag envelopes clearly marked SUSTAINABILITY AND RISK MANAGEMENT PROGRAMME FOR EVIRONMENTAL GOVERNANCE IN ANAMBRA STATE (ANSG/UNDP/SRMP/001) at the top right hand of the envelop. All applications should be submitted not later than 7th June, 2013, addressed to “Partnership Manager, UNDP Office, Government House Awka.”

Signed:

Professor Chinyere Stella Okunna

Chief Staff/Hon. Commissioner,

Ministry of Economic Planning & Budget

Development Partnership Coordinating Ministry)

Anambra State

Michelle Onugbolu

Partnership Manager

 

General Procurement Notice for the Execution of 2013 Capital Projects at Federal Institute of Industrial Research, Oshodi (FIIRO)

Federal Institute of Industrial Research, Oshodi

(Federal Ministry of Science and Technology)

P.M.B 21023, Ikeja Lagos

 

General Procurement Notice for the Execution of 2013 Capital Projects

 1.     Introduction:

The Federal Institute of Industrial Research, Oshodi (FIIRO) is a Parastatal Under the aegis of the Federal Ministry of Science & Technology. FIIRO is desirous of executing some capital projects under the 2013 Budget Appropriation. Suitably qualified and reputable contractors are invited to submit technical and financial bids for the underlisted projects.

 

 

B. Project Description:

S/N Project Item Description

1.       Supply and Installation of Solar Lightening

2.       Supply of Fruit juice Processing Plant

3.       Supply of Furniture to Security House and Multipurpose Hall

4.       Supply of Furnitures for Staff

5.       Supply & Installation of Digital Signate and live Streaming Facility for FIIRO

6.       Proposed Construction of Animal House

7.       Consultancy Services on Capacity Building

8.       Consultancy Services on Publicity

9.       Proposed Rehabilitation of Toilets and Soak away Pits in FIIRO

10.     Upgrading of Deputy Directors Offices

11.     Proposed Rehabilitation of Electroplating Building.

12.     Procurement of Administrative Office at FCT Abuja.

13.     Consultancy Services on Training Workshop & Technology Stakeholder workshops.

14.     Supply and Installation of Test Furnace, Pilot Plant Furnace and Frit Furnace.

Rigan Games 2013

15.     Supply of Coaster Bus

16.     Mobile Toilets

17.     Supply of Sport Kits

18.     Upgrading of Games Facilities

19.     Consultancy Services on Publicity of RJGAN Games.

20.     Supply of Medical Equipments

C.   Eligibility Criteria

a)       Evidence of registration with Corporate Affairs Commission (CAC) namely Certificate on in corporation and Article of Association;

b)      Tax Clearance Certificates for the Last 3 Years (2010, 2011 and 2012);

c)       Evidence of Pension Contribution and Remittance s of employee pension Firms having more than (5) employee;

d)       Evidence of VAT Registration and Remittance;

e)       Detailed Company Profile including Curriculum Vitae of Professional Staff for the Project, academic and Professional Certificates, documents detailing experience and attestation of availability;

f)       Evidence of experience in at least (5) jobs of similar nature and complexity executed within the last three years with verifiable letters of contract award, evidence of payment and certificate of job completion;

g)       Evidence of financial capability /reference letter from a reputable Bank;

h)      Full account details including SORT code

i)       Annual Auditors’ Report for the last 3 years (2010, 2011 and 2012)

j)       Evidence of ITF Contribution and Remittance

D.   Collection of Bidding Documents

Upon presentation of evidence of Payment of non-refundable tender fee of N20, 000 into the Institute’s Account, Contractors shall on written application collect Standard Bidding Documents from:

 

The Office of the Deputy Director (Procurement)

Federal Institute of Industrial Research,

Oshodi, Lagos.

 

E.      Submission of Pre-Qualification Documents

Technical and Financial bids (2 hard copies and I sort copy) shall be submitted in two different sealed envelopes and labeled “Technical Bid” and “Financial bid” respectively with the Company’s name indicated at the back of each envelope. Both envelopes should be sealed and placed in a third envelope marked with Lot No and Name at the Top right hand corner and address to:

The Director General/CEO

Federal Institute of Industrial Research, Oshodi,

P.M.B. 21023, Ikeja

Lagos State

 

The document should be returned to the “Tender Box” in the office of the Director General not later than 12 noon, 28th June, 2013.

The document will be examined on the same day at 2.00pm in the institute’s Auditorium Company representatives are encouraged to witness the box opening.

NB.

  1. Only technically qualified companies will be considered for financial Tender
  2. Late submission of tender Document will be rejected
  3. The Institute is not bound to accept the lowest tender
  4. The institute will not be held liable for any un-received tenders sent by courier or post
  5. The Institute will not enter into any correspondence with any Unsuccessful bidder.

 

Signed

Management

Invitation for Pre-qualification/Tender at Federal University Ndufu-Alike, Ikwo (FUNAI)

Federal University Ndufu-Alike, Ikwo

(Funai) Ebonyi State

Invitation for Pre-qualification/Tender

Preamble

The Federal University Ndufu-Alike, Ikwo (FUNAI) intends to implement some capital projects under various works and services as approved in the budget of the financial year 2013. The University hereby invites interested competent construction companies to submit Disqualification documents for the following projects:

 

LOT NO PROJECT DESCRIPTION
1 Gate House Complex Comprising Of Fence Walls, Curved Suspended Canopy Slab, And An Obelisk Tampered Wall
2 One Kilometre Dual Carriage Way From The Gate House Complex Into The Main Campus

 

1.       Pre-Qualification Requirements

Interested Contractors/Companies are required to submit the following pre-qualification documents;

a)       Certified true copy of Certificate of Incorporation;

b)       Certified true copy of particulars of Directors;

c)       Certified true copy of Tax Clearance Certificate for the last three (3) years;

d)       Evidence of VAT registration and remittance;

e)       Unabridged company Audited Annual Report for the immediate past(3) years

f)       Certified true copy of Company Annual returns to CAC for the immediate past three(3) years;

(g)     A sworn affidavit mat no partner/director have 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 and that all the required documents are both Genuine and Up To Date;

(h)     Evidence of registration with National Pension Commission (PENCOM) and remittances of pension deductions to pension Fund Administrations (PFAs);

(i)      A statement from Company’s bankers) indicating that the company does not as at the time of this bid have any existing loan or financial liability with the banks(s) for the last three months, and

(j)      Evidence of compliance with the provisions of section 6(1) of the Amended Industrial Training Fund (ITF) Act, 2011.

 

Specific Pre-Qualification Requirements:

(a)     Annual Turnover of at least Two Hundred and Fifty Million Naira (as stated in a verifiable tax clearance certificate) in the last 3 years;

(b)     Experience as a Prime Contractor on at least 4(Four) 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 to be attached);

(c)      Full details of key Human Resources of the Organization whose experience and competencies are relevant to the project with respective Curriculum Vitae, Academic and Professional qualifications, evidence of membership of Professional bodies and Key staff E-Mail and Phone numbers.

d)      Only Indigenous Companies will be considered for this Project

e)       Contractors presently working with the University on Three (3) or more on – going projects need not apply.

f)       Evidence that me Contractor has the requisite plants and equipment to execute projects of this nature and complexity,

g)       Evidence of access to or availability of credit facilities certified by the bankers’ (equivalent of Fifty Million Naira minimum).

 

Additional Information

  1. Verification Exercise may include visits to operational base project sites. Contractors are therefore advised to give detailed addresses for such visitations
  2. Contractors who worked for the University and have history poor performance, abandonment   and termination need not apply;
  3. This advertisement shall not entitle pre-qualified companies having been pre-qualified;
  4. The University reserves the right to reject any pre-qualified contractors at its sole discretion and at no cost whatsoever.

 

Submission of Pre-Qualification Documents

  1. Interested bodies are to submit pre-qualification documents in sealed envelopes appropriately marked “pre-qualification” with the company name indicated at the back of each envelope marked with the lot number at the top right hand comer and addressed to:

The Registrar,

Federal University

Ndufu-Alike, Ikwo

P.M.B. 1010, Abakaliki

Ebonyi State.

 

  1. II.               All bids must be submitted on or before the 3rd June 2013 by 12noon and all tenders received shall be publicly opened by 1.00pm on the same day at the University main auditorium,

 

Opening of Bids

The Bid opening will be followed with Evaluation of Submission and Pre-Qualification

  1. Pre-qualified contractors for the Construction Project will be shortlisted to submit tenders after evaluation and verification of claims.
  2. Only shortlisted contractors will be invited to submit Tender,
  3. Companies or their representatives are invited to witness the bids opening exercise

 

Signed,

G.O Chukwu

Registrar