Request for Expression of Interest for Consultancy Services for the Conduct of Anti-Corruption Scoping Survey 2013 at Technical Unit on Governance and Anti-Corruption Reforms (TUGAR)

Technical Unit on Governance and Anti-Corruption Reforms (TUGAR)

Request for Expression of Interest for Consultancy Services for the Conduct of Anti-Corruption Scoping Survey 2013

1.0   Background

The Technical Unit on Governance and Anti-Corruption Reforms (TUGAR) is a research, monitoring and evaluation unit set up to respond to the critical need for a rigorous approach to policy making grounded on empirical, data collection and analysis, and in-depth country specific diagnosis on corruption and related governance issues. The initiative is part of Government of Nigeria’s policy to design country specific strategies to coordinate, monitor and evaluate anti-corruption and other governance initiatives, and to implement corrective actions as needed. TUGAR is domiciled within the NEITI Secretariat.

1.1            Objective and Scope of the Assignment

The scoping survey is a continuation of the National Environmental Scan and Scoping Study on the anti-corruption initiatives commenced in 2009. The 2013 survey will capture and analyze all anti-corruption and related governance initiatives at the State and Local Government levels in ten (10) States of the Federation with the following components:

  • Policy Framework;
  • Mandates and Deliverables;
  • Structure and Capacity Issues
  • Cross cutting and related issues with particular emphasis on the Public Finance Management System.

The scoping shall comprise of initiatives within the government structure and initiatives by non-state actors.

2.0     Qualification and Experience of Consultants

2 1     The assignment requires experienced consultants in research and analytical work including robust knowledge of the anti-corruption and related governance environment in Nigeria and a working knowledge of the global environment.

3.0     Submission of Expression of Interest

3.1     NEITI on behalf of TUGAR now invites eligible consultants with experience in similar assignments to undertake the study, under National Competitive Bidding (NCB) process. Expressions of interest from eligible Consultants should include the following information as basis for pre-qualification:

i.        Evidence of Registration with Corporate Affairs Commission

ii.       Profile of firm including Names and Curriculum Vitae of the firm’s proposed personnel who will work on this assignment, detailing their qualification and individual experiences in handling similar assignments in anti-corruption reforms,

iii.      Details of similar assignments executed by the firm in the last Three (5) years

iv.      Evidence of VAT registration and v.  Evidence of payment of Tax for the past three years i.e. 2010, 2011 and 2012

vi.      Evidence of compliance to Pension Act 2004

3.2     Consultants will be selected in accordance with the provision of the Public Procurement Act 2007

Submission of EOI

One Original + Five copies (and a softcopy on CD ROM) of the EOI must be submitted in a sealed envelope clearly marked “Expression of Interest for Conduct Of Anti -Corruption Scoping Survey 2013”.

The EOI must be delivered not later than 5:00pm on Monday 10th June, 2013 at the address indicated below:

The Executive Secretary

Nigeria Extractive Industries Transparency Initiative (NEITI)

4th Floor, Murjanatu House,

No. 1 Zambezi Crescent, Off Aguyi Ironsi Street, Mattama, Abuja

Attention: Procurement

For more information please visit: www.neiti.org.ng

Invitation for Pre-qualification of Tender at Zaria Local Government

Zaria Local Government

Kaduna State

Invitation for Pre-qualification of Tender

In its effort to improve the living standard of its people, Zaria Local Government wishes to undertake the execution of some development projects under the subsidy re-investment programme (SURE-P). Therefore, all interested contractors are invited for pre-qualification tender.

 

2.       Scope of Work:

1.       Rural electrification project at Kugu D/Abba Ward

2.       Construction of 300 11/0145 step down sub-station at Kusfa, Ang, Juma, Gwar-Gwaje, Pompo T/Wada and Ang, Dan Malam

3.       Supply of motor vehicle Golf 3 atation wagon (fairly used)

4.       Supply of 10 tricycle machine (Keke Napep)

5.       Construction of wall fence at PHC Clinic D/Abba and T/Wada

6.       Construction of drainage from Makwalla – KG Baba Wullo Kaura Ward

7.       Construction of drainage from Yan Dussa Junction -Behind Alhudahuda College and Direbobi Gangaren Tukurwa Kwarbai “B” Ward.

8.       Construction of drainage behind; Pro Shafi’u Abdullahi’s house hile Mal. Shehu House Kwarbai “A” Ward.

9.       Construction of drainage Kg Alh. Baba Sale Kg Alh. Isiyaku Kofan Kuyanbana Ag Juma ward.

10.     Construction of drainage at Kg Alh. Jibrin Dan Hajiya Mosque Bg Sarki Namai Jaki Anguwan Juma Ward.

11.     Construction of drainage at Ang. Mal. Mamuda – Kamaca Bg Kwata T/Wada Ward.

12.     Construction of drainage at Kofar kibo Anguwan Fatika Ward

13.     Construction of drainage at Kg Na Allah Kg Mal. Wada Ang Fatika ward

14.     Construction of drainage at Wusasa behind Asibiti Gidan Tagwaye Kufena ward.

15.     Construction of drainage at kg Balarabe Kubau House tom Kg Liman habibi’s House Gyallessu ward.

16.     Construction of drainage at kg Mal. Dabo House Murtala Liman House Kwarbai “A”.

17.     Construction of drainage at Bg. Mal, Isah-kg Mal. Bashiru Kusfa Limancin kona ward.

18.     Construction of drainage along Kakeyi Road both side Dambo ward.

19.     Construction of drainage from Madauci Bagudu House- Madaka Junction -Akushin Kura Kwarbai “B” ward.

20.     Construction of drainage from transformer -kg Salanke Bg Mai Hoto Kaura ward.

21.     Construction of drainage at Makaranta Mal. Auwali- Kwata Kubanni T/Wada ward.

22.     Construction of drainage at Motorized Borehole at Local Government Secretariat.

23.     Construction of PHC Unit at Ang, Juma

24.     Construction of PHC Unit at Rubuci.

25.     Construction of wall fence and rehabilitation of drainage at Burial ground at T/Jukun

26.     Supply of hospital equipments.

 

3.       Pre-Qualification Criteria:

1.       Evidence of incorporate with Corporate Affairs Commission

2.       Registration with Kaduna State works registration board in relevant categories.

3.       Company’s audited account for 3 years

4.       Evidence of financial capability and Bank support.

5.       Experience and technical qualification to key personnel

6.       Records of previous projects executed and evidence of knowledge of the

7.       VAT registration and evidence of past VAT remittance

8.       List of equipment plants and technology capability.

9.       Local resources utilization

10.     Community and social responsibility support

11.     Any additional information, Information that may enhance the company for the award of the contract.

 

4.       Submission of Pre-qualification Documents

Pre-qualification documents should be forwarded to be office of the Director of the Director of Administration and General Services, Zara Local Government in a Sealed Envelop Marked Pre-Qualification Documents on or before 24th May 2013.

Signed:

Alh. Ibrahim Usman

Director of Administration and General Services

Zaria Local Government

 

 

 

Invitation for Pre-Qualification for Tender at Nigerian Agip Oil Company Limited

Nigerian Agip Oil Company Limited

Operator of the NNPC/NAOC/Phillips/SPDC/Total Unitised Venture

 

Invitation for Pre-Qualification for Tender on: Stepping Down of 33kv Overhead Transmission Line to Cluster “2” & Transits/HOST Communities within Samabri-Biseni

 

1.       Introduction

The Nigerian Agip Oil Company Limited (NAOC) intends to put in place a contract for stepping down of a 33KV dual and single overhead transmission line running on a special reinforced concrete poles from Idu Flow station to Samabri – Biseni Cluster 2 location and five different communities. The Company therefore invites submissions for pre-qualification for bidders list from suitable and reputable companies having experience in related fields.

2.       Scope of Work

The Scope of Work of this Contract shall include but not limited to:

Detailed Engineering, Procurement, Construction, Installation, Testing, Pre-commissioning and Commissioning of the 33KV dual and Single lines to cluster “2” and five transit/host communities respectively.

This is aimed at having dedicated lines for running of ESP wells and for electrification of the transits and host communities within Samabri-Biseni. The Project involves the procurement of Transformers and all associated components and Stepping down the Dual and single 33KV Overhead Power Transmission network (already laid from the 33KV Outdoor Breaker at Idu Flow station to Samabri – Biseni cluster “2” and me adjourning communities) to Cluster 2 and five communities respectively

 

3.       Nigerian Content Requirements

In order to enhance and increase as much as possible, the indigenous content of contract, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined in the NOGICD Act 2010 and other extant laws.

 

This will be in respect of personnel, materials, equipment and subcontracting. As part of the Nigerian Content requirement, potential tenderers shall submit the following documents

 

a)       Preparation of Nigerian Content Plan that addresses utilization of Nigerian Labour, Services, Materials and Equipment for this service in order to achieve a minimum target as set out in line with the requirements of the NOGICD Act 2010

 

b)     Detailed description of all work bidders will accomplish using Nigerian Resources (Labour, Materials & Services).

 

c)       Provision of current and in-place organization structure with detailed experience and skills of key management personnel with names. Provide evidence (personnel list and positions with CVs and organization chart to substantiate) of percentage of management that are Nigerian Nationals and the percentage of the total workforce that are Nigerians.

 

d)     Detailed past experience/present commitment to staff training and development of Nigerian personnel for the past 3 years. Furnish details of training plans for Nigerians specific to this scope of work.

 

e)       Demonstrate that entity is a Nigerian company as defined in the NOGICD Act 2010. Where capacity is inadequate, genuine alliances with multinationals companies for the purpose of technology transfer will be accepted; the alliance or Joint Venture will demonstrate with binding Memorandum of Agreement signed by chief executive of the entities that evidences clear work-share ratio among the parties and time frame for growth or transfer to be achieved.

 

f)       International or multinational companies working through their Nigerian subsidiaries demonstrating that a minimum of 5% of the equipment is owned by the Nigerian subsidiary.

 

g)       Provide details of your company’s ownership and share holding structure; forms CAC 10, CAC2.5, CO2 and CO7.

 

h)      Provide evidence of current registration of firm/lead engineers with regulating bodies in Nigeria, COREN, etc.

i)       Provide evidence of ownership of engineering equipment and relevant engineering software.

j)       Provide evidence of Nigerian Content Equipment Certificate

k)      Provide evidence of ownership/lease agreement of committed in country infrastructure

l)       Provide detailed description (address and layout drawings) of where procurement center and warehouse in Nigeria will be

m)     Proposed indigenous Company should be the lead contractor and the MOA should be governed by the laws of the Federal Republic of Nigeria to execute scope of work.

 

4.       Pre-Qualification

Only qualified companies shall be invited to competitively tender for the said project.

 

To qualify for consideration, potential tenderers are required to submit the following documents. Failure to submit any of the under-listed documents may compel us to disqualify the applicant:

 

1.       Full details of company profile.

2.       Evidence to show company registration in Nigeria – Certificate of

Incorporation

3.       Company’s financial details and certified audited accounts for the last three (3) years. (2010, 2011 and 2012)

4.       Organization structure, available manpower with a list of key professional staff with their resume and equipment.

5.       Relevant and verifiable experience in the oil/gas industry for the past 5 years concerning similar jobs.

6.       Provide in detail, Company’s Health, Safety and Environment Policy and Program.

7.       Provide Community relations proposal giving in detail how your Company has successfully handled community-related issues in the past and propose to do so for the said project.

8.       Power of Attorney for officers assigned to interact with NAOC on the bid proposal as notice person(s).

9.       Copy of recent Department of Petroleum Resources (DPR) – registration certificate in line with the scope of work.

10.     Copy of NAOC registration, if any.

11.     Give evidence and experience record about the capability of engineering, procurement and installing CM & U (Conversion, Modifications and Up-rates).

12.     Any additional information that will enhance the potential of the company.

13.     Bidder to provide copies of tax clearance certificate for the last three (3) years (2010, 2011, 2012)

 

5.       Closing Date

The pre-qualification documents shall be sealed and marked “Confidential”- “Stepping Down of 33kv Overhead Transmission Line to Cluster “2” & Transits/Host Communities within Samabri-Biseni.”, with your Company’s Name clearly written. The pre-qualification document should reach the address given below not later than Wednesday, 29th May, 2013 (fifteen (15) working days) from the date of this publication.

 

The Strategic Procurement Division Manage

Nigeria Agip Oil Company Limited

No. 40/42 Aguiyi Ironsi Street, Maitama

Abuja.

 

Please note:

a.       Notwithstanding the submissions of the pre-qualification documents, NAOC is neither committed nor obliged to include your company and associates on any bid list or to award any form of contract to your company and/or associated companies, agents or sub-contractors.

b.       Only short-listed companies having similar past experience shall be invited for tendering.

c.       NAOC shall deal directly with only authorized officers of the tendering companies and not through individuals or Agents.

 

This advertisement of “Invitation for pre-qualification” shall not be construed as a commitment on part of NAOC, nor shall it entitle Tenderers to make any claims whatsoever and/or seek any indemnity from NAOC and/or any of its partners by virtue of such Tenderers having responded to this advertisement.

 

Management

Invitation for Pre-Qualification and Tender For Year 2012 Tertiary Education Trust Fund Special Intervention Projects at Adeyemi College of Education, Ondo

Adeyemi College of Education, Ondo

Invitation for Pre-Qualification and Tender For Year 2012 Tertiary Education Trust Fund Special Intervention Projects

1.0         Introduction

Adeyemi College Of Education, Ondo Intends To Undertake Pre-Qualification And Tender Exercises For The Underlisted Tertiary Education Trust Fund (Tetfund) Year 2012 Special Intervention Projects.

 

Interested And Reputable Contractors Are Hereby Invited To Forward Their Documents For The Purpose Of PRE-QUALIFICATION AND TENDER For The Underlisted Projects:

YEAR 2012 SPECIAL INTERVENTION PROJECTS

(i)                Supply And Installation Of 2.5 MVA(ABB) Transformer,

(ii)             Supply And Installation Of 12.0m High Street Light Poles And Auxilliary Concrete Works

 

2.0        Pre-Qualification Requirements

Prospective Contractors Shall Be Required To Submit The Following Pre-Qualification Documents:-

(i)                Evidence of Registration with Corporate Affairs Commission (CAC).

(ii)             Evidence of Tax Clearance Certificate For The Last Three (3) Years

(iii)           Evidence of VAT Registration And Remittances,

(iv)           Evidence of Company’s Audited Accounts for Three (3) Years and Its Annual Turnover.

(v)             Evidence of Compliance with Pension Reform Act, 2004.

(vi)           Evidence Of Similar Projects Successfully Executed With Their Locations (Copies Of Letters Of Award To Be Attached),

(vii)        Technical Qualifications and Experience Of Key Personnel,

(viii)      Evidence of Financial Capability and Bank Support (Attach Bank Reference, Statements of Account E.T.C.).

(ix)           Equipment and Technical Capacity.

3.0        Tender Requirements

Prospective Contractors Shall Be Required To:

(I)      Collect Tender Documents In The Office Of The Director, Physical Planning, Works And Services After The Payment Of A Non-Refundable Tender Fee Of N50, 000.00 (Fifty Thousand Naira) Only In Respect Of Project (I) And N20, 000.00 Only For Project (II) To Adeyemi College Of Education Skye Bank Investment Account No. 2121770005379.

4.0        Submission of Pre-Qualification/Tender Documents

Pre-Qualification and Tender Documents Should Be Neatly Packed In A Sealed Envelope Marked “PRE-QUALIFICATION AND TENDER FOR YEAR 2012 TERTIARY EDUCATION TRUST FUND (TETFUND) SPECIAL INTERVENTION PROJECTS (INDICATE SPECIFIC PROJECT) At The Top Left Hand Corner of The Envelope To:

The Registrar,

Adeyemi College of Education,

P.M.B. 520, Ondo.

Not Later Than 20th June, 2013 by 12.00 Noon

The Bids Will Be Opened As Follows:

Closing Date/Time: 20th June.2013   –     12.00 Noon

Opening Date/Time: 20th June, 2013 –     1.00 p.m.

Opening Venue:   S. K. Babalola Hall

Interested Companies Are By This Notice Invited To Attend The Opening Exercise.

5.0   Verification of Claims

Please note that Adeyemi College of Education, Ondo reserves the right to verify claims made in the pre-qualification documents submitted by interested contractors.

Note:-

Companies Would Be Further Considered.

F.E. Aderinboye

Registrar

Invitation to Tender at Federal Science and Technical College, Uyo

Federal Ministry of Education

Federal Science and Technical College, Uyo

Invitation to Tender

Tenders are invited from reputable contractors for the construction and supply of the under-mentioned jobs in the College

LOT  i         Renovation of Block Laying & Concreting Workshop.

LOT ii         Completing of Science Laboratory Block.

LOT iii        Supply and Installation of ICT Laboratory Equipment

LOT iv        Supply and Installation of Radio T .V. and Electronics Equipment

LOT v         Supply and Installation of Welding and Fabrication Equipment,

LOT vi        Supply and installation of Mechanical and Automobile Workshop Equipment.

LOT vii       Supply and installation of Electrical Installation Workshop Equipment.

2.0     All applicants are to pay a non-refundable Tender fee of #10,000,00 for each tender in Bank Draft in favour of the Principle FSTC, Uyo. Closing Date for submission and opening of Tender is 21st June, 2013 by 10.am. Each tender should be bided far and submitted in a separate envelope address to the Chairman, School Tender Board, FSTC, Uyo

3.0.    Tenderers are requested to visit the site at FSTC, Uyo for collection of Tender Documents before Tendering.

4.0     Qualification to Tender

Interested contractors should submit the following/ information/documents along with their proposal:

  1. Evidence of Registration with Corporate Affairs Commission,
  2. Evidence of similar contract executed in the last (3) three years,
  3. Evidence of financial capacity/strength to execute projects,
  4. Evidence of Registration and remittance to Industrial Training Fund (FTF)
  5. Evidence of Registration and remittance to Pension Commission of Nigeria (PENCOM)
  6. Tax Clearance Certificate for the last three (3) years, to be valid to December, 31st 2012.
  7. VAT Clearance Certificate,
  8. Evidence of Payment of non-refundable tender fee of N10,000.00 in favour of principal, FSTC, Uyo.
  9. Any additional information that enhance the chance of the Company/Contractor.
  10. Please note that no successful bidders will be given more than two contracts,
  11. interested member of the public are hereby invited to the proceedings of the tender opening on the 21st June, 2013 at the College compound.

 

Signed

Nweke T. A (Mrs)

Chairman

Schools Tenders Board