Advertisement of Vacancy for University Tax Consultant at Federal University of Technology, Owerri

Federal University of Technology, Owerri

P.M.B. 1526, Owerri

Office of the Registrar

 

Advertisement of Vacancy for University Tax Consultant

 

 

1.0        Introduction

The Federal University of Technology, Owerri, hereby invites applications for appointment as Tax Consultants to the University.

 

2.0    Pre-Qualification Requirements

The interested Tax Consultants are invited to submit the following documents with the application:

(I)               Tax clearance certificate for the last 3 (three) years.

(II)            Evidence   of   company   registration   with Corporate Affairs Commission

(III)         Evidence of company registration with relevant professional body(ies) in Nigeria and or Diaspora/International.

(IV)        Verifiable list of similar and other consulting jobs successfully done with   their locations and dates. Please include copies of letters of such appointments.

 

 

3.0     Conditions and Procedure For Application

All Interested Tax Consultants must be registered with the University as Consultants and must pay a non-refundable fee of N30,000.00 at the Bursary Department. The copy of the above receipts must be enclosed with the pre-qualification requirement for the application to be submitted.

 

4.0    Submission of Application

Interested Tax Consultants must submit 2(two) separate copies in wax sealed envelopes and marked “Tax Consultant Application” on the right hand side of the envelope and addressed to:-

The Registrar/Secretary to Council

Federal University of Technology

PMB 1526

Owerri

 

The closing date for submission of applications will be 1st January, 2012.

 

5.0     The   University   shall   not   enter   into   any correspondence with any unsuccessful Consultant

 

Orje Ishegh-Nor

Registrar

Invitation for Per-qualification of Contractors for Provision of Water Supply System and Electrification of 200 Housing Units, Along Kalgo Road, Birinin Kebbi at Kebbi state Ministry of Lands, Housing and Urban Development

Kebbi State Government

Ministry of Lands, Housing and Urban Development Gwandan Gaji Secretariat, Brinin Kebbi

 

Invitation for Per-qualification of Contractors for Provision of Water Supply System and Electrification of 200 Housing Units, Along Kalgo Road, Birinin Kebbi

 

Kebbi state Ministry of Lands, Housing and Urban Development wishes to invite qualified contractors for per-qualification to execute the following projects at the 200 Housing unties along road, Brinin Kebbi.

 

1.

(a) Construction of water supply system for the 200 number Housing units

(b) Electrification of the 200 Housing units.

 

2.       Pre- qualification Requirements

The following are the pre-qualification requirements which should be submitted by interested contractors

 

1.       Certificate of incorporation with corporate affairs commission

2.       Three years tax clearance and VAT registration.

3.       Company profile including names, qualification and experience of company staff.

4.       Evidence of financial capability to handle the project.

5.       Catalogue of similar works successful executed.

3.       Applicants should submit their complete profile to the Director Housing of the Ministry not later then 3rd January 2013.

 

Signed:

Kabiru Usman Dakingari

Director Housing,

For: Hon. Commissioner.

Request for Expressions of Interest at National Planning Commission (NPC)

National Planning Commission (NPC)

Consultancy Services for the Development of a National Integrated

Infrastructure Master Plan for Nigeria

 

Request for Expressions of Interest

 

Project Background

The Federal Government of Nigeria (FGN) is in the process of developing a National Integrated Infrastructure Master Plan (NIIMP). The objective of the exercise is to address the country’s approach to infrastructure development in a holistic and coordinated manner. In furtherance of this exercise, the National Planning Commission (NPC) is seeking to appoint a Coordinating Consultant to coordinate the efforts of the various Technical Working Groups (TWGs), the National Technical Working Group (NTWG) and the National Steering Committee (NSC) that will have overall coordinating responsibility for the exercise. To achieve the above, NPC intends to engage the services of a highly qualified consulting firm, with requisite capacity and competency, to guide, advice and coordinate the activities of the TWGs towards the development of the NIIMP.

 

The achievement of the above objectives hinges on (i) developing methodologies for integration of subsectoral master plans, programmes and planning tools in order to facilitate the resource allocation decision making process, and (ii) the establishment of an understanding of various existing subsectoral masterplans, strategies for the relevant sectors and current issues, challenges and opportunities.

 

Scope of Work

The selected consultant shall be required to carry out tasks that include but are not limited to the following:

a)       Review the ToRs for the TWGs with a view to ensuring its completeness and adequacy.

b)      Coordinate and supervise the activities of the TWGs.

c)       Provide specific thematic area support to each of the TWGs.

d)      Work closely with other key stakeholders to facilitate the delivery of the NIIMP.

e)       Manage, where necessary; sector experts to support the development of the integrated infrastructure plan.

f)       Provide guidance on project selection and prioritization methodologies in order to optimize integrated infrastructure planning.

g)       Identify and collate TWGs’ milestone reports at agreed activity breakpoints.

 

h)      Collate and integrate TWGs’ reports  into a comprehensive, coherent and integrated master plan.

i)       Provide advice on ICT platforms that can be deployed to support information harmonization, collation and storage; and

j)       Develop and manage a communication strategy for the NIIMP project.

 

Pre-qualification Requirement

Prospective consultants should submit an Expression of Interest detaiting the following pre-qualification information:

 

  • Incorporation with the Corporate Affairs Commission.
  • Tax Clearance Certificate (2009-2011) and VAT Certificate.
  • Evidence of compliance with Industrial Training Fund (ITF) contribution as contained in the Bureau for Public Procurement (BPP) regulation.
  • Profile of firm/consortium including evidence of legal existence, ownership structure, key permanent staff and role of each corporate entity (in case of a consortium) and full contact details of the lead firm.
  • Track records of not less than 10 years with detailed cognate experience in advising governments in infrastructure planning and development in various sectors.
  • Evidence of planning experience with a minimum of 2 deals in infrastructure planning and delivery in developing economies.
  • Details of experience working in Nigeria and/or sub-Saharan Africa, including proof of local capacity development experience.
  • Evidence  of having  successfully designed, developed and implemented similar programmes for public authorities in Nigeria or elsewhere; and
  • Copies of unabridged financial reports for the last 3years.

 

Submission of Expressions of Interest

Expressions of Interest shall be in English and must be submitted in three (3) hard copies in a sealed envelope clearly marked “EXPRESSIONS OF INTEREST FOR THE ENGAGEMENT OF A COORDINATING FOR CONSULTANT FOR THE DEVELOPMENT OF A NATIONAL INTEGRATED INFRASTRUCTURE MASTER PLAN (NIIMP)”,

 

The expressions of interests should be addressed and delivered on or before Thursday 3rd January 2013 at 2.00pm at the address below:

 

Secretary, Procurement Planning Committee

Room 208, 2nd  Floor

National Planning Commission

Plot 421, Constitution Avenue

Central Business District

Abuja

E-mail: info@npc.gov.ng

 

Interested applicants may obtain further information at the address above from 8.00 am to 5,00 pm, Monday through Friday (except public holidays).

 

The Consultant(s) will be selected in accordance with the procedures set out in the Bureau of Public Procurement (BPP) Act 2007

Only short-listed Consultants will be contacted.

 

Signed:

Secretary, Procurement Planning Committee

National Planning Commission

 

Invitation to Tender at Odi-Olowo/Ojuwoye Local Council Development Area Town Planning Way, Ilupeju, Lagos State

Odi-Olowo/Ojuwoye Local Council Development Area Town Planning Way, Ilupeju, Lagos State

 

Invitation to Tender

 

Tenders are hereby invited from interested reputable contractors/corporate bodies/developers, registered with Odi-Olowo/Ojuwoye Local Council Development Area and Lagos State Ministry of Works to do as stated below:

 

–         Acquire and takeover the Management of Awolowo Ultra

–         Modem Market at Babalosa, Odi-Olowo/Ojuwoye, Lagos State.

 

Requirements:

–         Certificate of Registration of company with the Corporate Affairs Commission

–         Evidence of registration with Lagos State Work Registration Board

–         Evidence of Registration with Odi-Olowo/Ojuwoye Local Council Dev. Area

–         Evidence of Financial Capability

–         Three years tax Clearance Certificate

–         Payment of non refundable Tender Fees of # 150,000.00

 

Tenderers are advised to inspect the project before submitting their tenders.

 

Submission of Tender Document

All application for tender should be sealed in an envelope and addressed to:

 

The Council Manager

Odi-Olowo/Ojuwoye LCDA

Town Planning Way,

Ilupeju.

 

The completed tender should be deposited in the Tender box of the Council Manager at the Council Secretariat during office hours on or before 2nd January 2012.

 

The LC.D.A is not bound to accept the lowest and highest tender nor give reasons for rejecting any tender. Any tender received other than in the manner prescribed above will not be entertained or considered.

 

Signed

R. O. Fashola (Esq)

Council Manager.

Tender Notice at Lokoja Local Government

Lokoja Local Government

Tender Notice

 

1.       Lokoja Local Government Tender Board is inviting interested reputable   contractors for Bid to tender for:

 

1.       Supply of Three (3) HILUX VANS

 

2.       Tender Requirements for the Contracts

(i)      Certificates of incorporation with CAC

(ii)               Comprehensive Company Profile to include:

Evidence of similar Job(s) executed in the last 5 years i.e. Certificate of Practical Completion and payments:

(iii)    Audited Account for the past three (3) years (2010, 2011 & 2012)

(iv)   List of Personnel and Equipment

(v)     Tax Clearance Certificates for 2008, 2009 and 2010

(vi)   Evidence of up-to-date Registration with

 

Lokoja Local Government Worksdept

(vii)   Evidence of Finance Capability duly issued from any Capitalized Bank in Nigeria.

(viii)  Evidence of traceable address (Not P.O. Box) in Nigeria

(ix)    Evidence of payment of non-refundable fee of N50,000.00

 

3.       Collection and Submission of Tender Documents:

Interested Contractors are to obtain Tender Documents from the HOD Works DPM Lokoja Local Government Tender Board.

All completed tender documents should be waxed, sealed and submitted to:

 

The Secretary

Lokoja Local Government Tenders Board.

Local Government Secretariat Lokoja

 

4.       All tenders must be submitted on or before 2nd January 2013.

 

Please note that late tenders will not be attended to:

 

Signed

CHIEF ADOGA UMAR (DPM)

Secretary

Local Government Tenders Board