Invitation for Expression of Interest in the Procurement and installation of 5 Nos 500KVA Transformations at Government of Oyo State

Government of Oyo State

Ministry of Special Duties, 4th Floor, Water Corporation Building, State Secretariat, Ibadan

 

Invitation for Expression of Interest in the Procurement and installation of 5 Nos 500KVA Transformations

 

Specification:

Pursuant to the incorruptible commitment of the Present Administration to the transformation of the aesthetic value, accessible electricity supply and economic advancement of Oyo State, which is now extended to the procurement and installation of 500 KVA Electricity transformers for Neighbourhood markets and identified Communities in the State> the Ministry of Special Duties, on behalf of the Oyo State Government intends to invite reputable Electrical Contractors to submit Expression of Interest in the procurement and installation of 5 Nos. 500KVA ELECTRICAL TRANSFORMERS FOR Neighbourhood Markets and identified Communities in Ibadan Land.

 

Contract No        Description

Lot 1                    Procurement and delivery of 5 Nos, 500KVA Electricity Transformers at specified locations.

 

Lot 2                    Installation of 5 Nos. 500KLYA Electricity at specified locations.

 

Condition Forbidding:

All eligible Electrical Contractors may apply on the following conditions;

(i)                Evidence  of Company’s ‘registration  under the Corporate AiJairs Commission/Certificate of Incorporation;

(ii)             Evidence of payment of Twenty Thousand Naira (N20,000.00) Tender fee;

(iii)           Photocopies of Company’s Financial details for the last three (3) consecutive years;

(iv)           Evidence of registration of Business Premises with the Ministry of Trade and Investment, Oyo State;

(v)             Tax Clearance of two (2) Directors of the Company for the last three consecutive years;

(vi)           Evidence of similar project/contract executed in the past.

(vii)        Evidence of Company’s registration with Due Process Office, Oyo State;

(viii)      Submission of Company’s profile containing information on:

(a)  Traceable residential and contact addresses;

(b) Key staff Nominal list;

(c)  Operational Bank Account Number;

(d) Documentary evidence of similar jobs successfully handled in the past three years; and

(e)  Availability of equipment and implement to execute the assignment

 

Note:          Violation of any of the condition above is tantamount to automatic disqualification of the bid.

 

 Tender Modalities:

Interested Bidders are advised to contact the office of the Permanent Secretary, Ministry of Special Duties, Oyo State, for details.

 

Bid Submission:

All valid tenders should be submitted in 12’X16’ sealed envelope addressed to the Permanent Secretary, Cabinet and Security, Office of the Executive Governor, Secretariat, Ibadan on or before 12 noon (local time) not later than 8th March, 2013 with the title: TRANSFORMERS and the Lot bidding for boldly written on the right hand side of the envelope. The Government is not bound whatsoever to award the contract to the lowest or the highest bidder.

 

Bid Opening:

Bids shall be opened publicly on the 15th March, 2013 at exactly 12 noon at the Conference Room, Office on the Head of Service, Governor’s Office, Secretariat, Ibadan. All Bidders are advised to send representatives to the bid opening exercise.

 

Signed:

O.S. Badamas (Mrs.),

Permanent Secretary (MoSD).

 

Invitations to Participate in the Tendering Exercise for Various Supplies under FCT Procurement Department & Abuja Enterprise Agency (AEA) for FY 2013 at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

 

Invitations to Participate in the Tendering Exercise for Various Supplies under FCT Procurement Department & Abuja Enterprise Agency (AEA) for FY 2013

 

The Federal Capital Territory Administration (FCTA) through the FCT Procurement Department is inviting competent and interested Companies/Suppliers

 

1.       FCT Procurement Department:

i) Procurement of Office Materials & Supplies

ii) Procurement of Computer Materials & Supplies.

 

2.       Abuja Enterprise Agency (AEA):

i) Supply of Office Furniture & Equipment

 

A.      Technical (Prequalification) Requirements:

i.        Evidence of registration with Corporate Affairs Commission (CAC);

ii.       Tax Clearance Certificate for the last three (3) years expiring 31st December, 2013;

iii.      Evidence of registration with Pension Commission and up to date remittance of Employees’ contributory pension funds;

iv.      Evidence of ITF Contribution in compliance with ITF amendment Act;

v.       Up to dale evidence of Annual returns with CAC, and note that due diligence could be conducted;

vi.      Verifiable documentary evidences of similar jobs that had been successfully executed within the last three years;

vii)    Last three (3) successive years Audited Accounts prepared by a Chartered Accounting Firm;

viii)   Current Bank Reference, and statement of account of the Company for the last twelve (12) months;

ix)     Sworn affidavit in compliance with the provisions of Part IV Section 16, Sub-section 6 (a & f) of the Public Procurement Act, 2007

 

 

B.      Collection of Tender Documents

Interested Companies should collect the Tender documents from FCT Procurement Department, First Floor, Block B, FCTA Secretariat, Kapital Road, Area 11, Garki-Abuja upon the presentation of evidence of payment of N10, 000.00 non-refundable Tenders fee for each Procurement as identified above into FCT Treasury Revenue Account No. 5030009770 at Fidelity Bank PLC (Central Area), Abuja.

 

C.      Submission:

The Technical and Financial bid documents should each be sealed and labeled “Technical” and “Financial” Bids separately as appropriate, and the two envelopes be put in another envelope that should also be sealed and labeled at the right hand corner accordingly indicating a particular Procurement of interest. The Tender documents (Technical & Financial bid) shall each be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by an authorized Principal Officer of the bidding company. The document should be deposited in the Tender Box at the office of the Secretary, FCT Tenders Board Secretariat, Room 043, First Floor, Block B, FCT Procurement Department, FCTA Secretariat, Kapital Road, Area 11, Garki-Abuja not later than 12.00 noon of 11th April, 2013. The representatives of the bidding Companies and interested members of Public especially Civil Rights Organizations are invited to witness the opening of the Tenders respectively on the same day 11th April, 2013 at FCT Archives & History Bureau, near AGIS, Area 11, Garki -Abuja. This bid is for a period of six (6) weeks.

 

Note:

 

i)                   Interested bidder without any of the items i-iv of the prequalification requirements listed above shall be disqualified from the Tendering processes.

ii)                The representatives of the companies are to bring a letter of introduction indicating name, rank and sample signature.

iii)              This advertisement shall not construed as a commitment on the part of FCTA nor shall it entitle responding companies to seek any indemnity from FCTA by virtue of such companies having responded to advertisement.

iv)              FCTA is not bound to accept the lowest or any of the bids.

 

Signed:

Management

 

Invitation to Tender at Akwa Ibom State Government

Government of Akwa Ibom State of Nigeria

 

Invitation to Tender

 

Akwa Ibom State Government, through the Finance and General Purposes Committee (FGPC) is desirous of engaging the services of reputable Contractors for the Construction of a Civil Service Training Centre in the State. The works are categorized under the following lots:

 

Lot 1:         Administrative Block

Lot 2:         Classroom Block

Lot 3:         Library and Computer Block

Lot 4:         Hostel Block

Lot 5:         Multi-Purpose Hall

Lot 6:         Cafetaria Block

Lot 7:         Staff Block

Lot 8:         Clinic Block

Lot 9:         Main Entrance/Covered Walkway

Lot 10:       General External Works

 

2.       TENDERS are hereby invited from ONLY COMPETENT contractors who have registered with Akwa loom State Finance and General Purposes Committee under the GENERAL CONTRACTORS CATEGORY H and are in possession of valid certificates.

 

3.       INTERESTED Contractors who wish to tender for this project should pay a non-refundable Tender fee of 250,000.00 (Two Hundred and Fifty Thousand Naira) to the Sub-Treasury, Uyo and must present original Treasury Receipt with photocopies to the Secretary, Finance and General Purposes Committee, Governor’s Office Complex, Uyo

 

4.       CONTRACTORS who may have earlier tendered for the above projects should present the original Treasury receipts having paid their tender fees for the collection of Tender Documents.

 

5.       ENDER DOCUMENTS may be collected from the Permanent Secretary, Ministry of Housing & Urban Renewal on presentation of the following:

a)       Original and photocopies of 3 years current Tax Clearance Certificates issued by Internal Revenue Services.

b)      Evidence of Registration as a Major Contractor under the relevant category as earlier stated.

c)       Evidence of previous contract works executed

d)      Evidence of Financial and Technical capability to execute the job; and

e)       Company Profile

 

6.       COMPLETED AND SIGNED TENDERS for the advertised project in sealed envelopes marked Confidential should be submitted to the Secretary, Finance and General Purposes Committee and the TENDER REGISTER must be signed.

 

7.       THE COMMITTEE may at its discretion, reject any Tender which does not conform to the basic Tendering rules.

 

8.       THE COMMITTEE is not bound to accept the lowest TENDER or any TENDER.

 

9.       ALL COMPLETED TENDERS must be submitted on or before 8th March, 2013.

 

10.     Late Tenders will not be accepted.

 

Barr. (Mrs) Mercy Isang

Secretary

Finance and General Purposes Committee

Governor’s Office Complex

Uyo

Expression of Interest (EOI) For Statutory Audit of Firs at Federal Inland Revenue Service

Federal Inland Revenue Service

15 Sokode Crescent, Wuse Zone 5, P.M.B 33,

Garki, Abuja, Nigeria

www.firs.gov.ng

 

Expression of Interest (EOI) For Statutory Audit of Firs

 

Introduction:

The attention of the general public is hereby drawn to our earlier advertisement in the Federal Tenders Journal of Monday May 14th Sunday May 27th, 2012 and other National dailies namely; Nigerian Tribune (17th May, 2012), The Champion Newspaper (17th May, 2012) and the FIRS website inviting prospective auditing firm for expression of interest (EOI) for engagement as a statutory audit firm for FIRS.

 

The Federal Inland Revenue Service (FIRS) is re-advertising for expression of interest (EOI) for engagement of an audit firm to audit its annual Financial Statements. The purpose of the audit is to express an independent professional opinion as to whether proper accounts and other records relating to those accounts have been kept by FIRS in respect of its activities, funds and properties; and also provide an opinion on whether the annual financial statements have been prepared in accordance with the relevant statements of accounting standards issued by the Financial Reporting Council of Nigeria. The appointed External Auditors shall serve for a period of 3 years renewable once subject to satisfactory performance as evaluated by the FIRS

 

2.       Eligibility /Requirements

Interested Audit firm shall at least:

  • Ø Be a duly licensed Accounting firm with one of the professional accounting bodies and has been in existence for at least 10 years;
  • Ø Show evidence of Registration with the office of the Auditor General of the Federation;
  • Ø Show evidence of all of the Partners’ current Tax Clearance Certificate showing a tax history for the last 3 years:
  • Ø Show evidence of Certificate of Registration with the Corporate Affairs Commission;
  • Ø Show  proof of experience  in  auditing of public sector financial statements prepared on  the  basis of accrual accounting concept as guided by public sector financial management regulations, fiscal responsibility and public procurement acts;
  • Ø Provide profile of the firm, its partners and key professional staff who must be IFRS certified and curriculum vitae of particular staff that will work on this engagement;
  • Ø Show evidence of having branch offices in major cities from which the key offices of FIRS in Nigeria can be effectively covered, and set out the methodology with which they would conduct the audit of FIRS;
  • Ø State the staff strength of the firm; and
  • Ø Where applicable, evidence of PAYE deduction and remittance to the relevant Tax Authority
  • Ø Evidence of compliance with section 6(1 )-(3) of the Industrial Training Fund Amendment Act 2011 as they relate to training contributions by liable organization.

 

3.       Submission of EOI Documents:

Prospective firms are required to submit their EOI documents (hand delivery, not by courier) 1 original and 2 copies of sealed envelopes (with both envelops bearing the vendor’s name and address) in a scaled package addressed as shown below with the envelope CLEARLY MARKED “Statutory Audit Firm for FIRS”.

 

EOI documents are to be submitted (hand delivered, not by courier) to:

 

The Director, Procurement Department,

Federal Inland Revenue Service, Revenue House (Room 126),

15 Sokode Crescent, Off Michael Okpara Street,

W use Zone 5, Abuja

 

The deadline for submission of EOI documents shall be 12.00noon on Tuesday, 9th April, 2013. Any document submitted after this deadline shall be rejected. Documents received will be publicly opened by 1:00pm prompt on Tuesday, 9th April, 2013 at the address above in the presence of the company representatives who wish to witness the opening.

 

4.       All firms that had responded to the earlier advert are equally advised to respond to this current advert.

 

5.       For all enquiries, please call 08074983355 or e-mail: firsprocurement@firs.gov.ng.

 

Signed

Secretary

FIRS Tenders Board,

For: Ag. Chairman, FIRS

Pre-Qualification for Suitably Qualified Facility Management Company at Huawei Technologies company (Nigeria) Limited

Pre-Qualification for Suitably Qualified Facility Management Company

 

Background Information

Huawei Technologies company (Nigeria) Limited is a leading Multinational Telecommunication vendor in Nigeria that deals in the sales, supply and maintenance of Telecommunication Equipments. The business spans all over the Nation. Due to the huge business interest we have in the country with an ever increasing workforce of both Nigerians and Expatriates that necessitates the provision of befitting Residences for them, Huawei requests to engage the services of highly reputable Facility Management Company to partake in the Facility Management Bidding Process

 

 

Scope of Work

The successful company shall provide Facility Management services which include but not limited to Maintenance of both public and common areas, Fumigation, Plumbing, Carpentry, Swimming Pool, Water Treatment, Gardening, Air condition, Smoke Extractor & Refuse Collection etc.

 

 

Location o/Residences

There are close to 20 Residences of at least 15 Flats each spread Nationwide. Majority of the Residences are located in Victoria Island/Lekki in Lagos while other locations for now are Ibadan, Enugu, Abuja, Port Harcourt and Kano.

 

 

Minimum Requirements

Interested companies should be able to meet the following basic requirement

1.       The company should be a licensed and Approved Facility Management company with at least 5 years proven experience

2.       The company must have provided or providing Facility Maintenance service for Multinational companies with similar number of Residences stated above preferably in the Telecom Industry or Oil & Gas

3.       The company must have Qualified, Trained and Certified Technicians with at least 2 years working Experience in Electrical, Plumbing, Water Treatment, Swimming pool works etc.

4.       The company should have at least 15 Multinational Company Residences of similar number of Flats that it is currently providing Facility Management service for

5.       The company should have the capacity to provide Facility Management service Nationwide

6.       The company must have Office in Lagos and branch or remote offices in the following cities or adjourning states for ease of operation, Abuja, Lagos, Port Harcourt, Enugu, Kano, Ibadan etc

7.       The Contract to be signed with the eventual Winner(s) shall be for between 2-3 years

 

 

Submission

Interested companies should send their letter of interest. Company Profile with other relevant documents that can attest to their capabilities to:

Mr Fadipe Abolore Abiodun (08033961S26) or Mr Jedi Yin (08095432425)

 

Address:   Huawei Technologies Company (Nigeria) Limited

4th Floor, New Oriental Hotel Building

No 4 Oriental Hotel Road, Before Lekki Toll Gate

Lekki Road, Victoria Island, Lagos, Nigeria

 

Oft

E.mail to: Abolore.fadipe@huawei.com  or yinweiqiang@huawei.com

 

Closing Date: All submissions must be received on or before 7th March, 2013.

 

HUAWEI TECHNOLOGIES COMPANY (NIGERIA) LIMITED HUAWEI