Expression of Interest for Engagement as External Auditors at Nigerian Civil Aviation Authority, Aviation House

Nigerian Civil Aviation Authority Aviation House

P. M. B. 21029, 21038, Ikeja-Lagos

Tel: +234- 1- 4721521 and Fax: +234- 1- 2790421

Ref: NCAA/DFA/FIN/001/012

 

Expression of Interest for Engagement as External Auditors

                                             

The Management of Nigerian Civil Aviation Authority (NCAA) invites interested competent, experienced and reputable Audit firms to submit expression of interest for engagement as External Auditors.

 

A) Scope of Work:

The Nigerian Civil Aviation Authority is a public sector parastatal under the Federal Ministry of Aviation. Therefore, the scope of its audit work is in conformity with the requirements of a public sector auditing. Specifically, the Audit Firms shall audit the accounts of the Authority in line with the relevant Standards on Auditing and issue audit opinion thereon. In addition to the above, the Audit Firms shall prepare a management letter, in which they shall:

(a)     Give comments and observations on the accounting records, systems and controls that were examined during the course of the audit.

(b)    Identify specific deficiencies or areas of weakness in systems and controls, and make recommendations for their improvement.

(c)      Report on the degree of compliance of the financial transactions of the Authority with relevant extant rules, regulations as well as laws and give comments, if any, on internal and external matters affecting such compliance.

(d)     Communicate matters that have come to their attention during the audit which might have a significant impact on the operations of the Authority.

(e)      Give comments on the extent to which outstanding issues/qualifications issues have been addressed.

(f)      Give comments on previous audits’ recommendations that have not been satisfactorily implemented; and

(g)    Bring to the attention of the Authority any other matters that the Audit Firms consider pertinent.

Ideally, the management letter should also include responses from the Authority to the issues highlighted by the Audit Firms.

 

B)      Minimum Qualification and Experience:

The requisite qualifications of the key officers of the Audit Firms shall include but not limited to the following:

  • Statutorily recognized professional accounting qualification(s).
  • Membership, in good standing, of a body of Accountants affiliated to the International Federation of Accountants (IFAC).
  • Must have at least three years experience in the audit of a public sector organization in Nigeria.
  • Verifiable familiarity with SAGE accounting package, Microsoft Excel and Microsoft Word.
  • Good communication skills.
  • Any other relevant qualification and experience.

 

C)      General Requirements

Interested prospective Audit Firms are required to submit the following documents:

1.       Evidence of registration of the firm with the Office of the Auditor General of the Federation.

2.       Evidence of registration with Financial Reporting Council of Nigeria.

3.       Evidence of registration of the firm with Corporate Affairs Commission (CAC), and being up to date with relevant annual returns.

4.       Verifiable evidence of similar public sector engagements successfully executed within the last three (3) years showing addresses of such clients with turnover in excess of N5,000,000,000 (Five Billion Naira) and dates of the engagements. Please include copies of letters of such appointment.

5.       Current Year Tax Clearance Certificate.

6.       Sworn affidavit in line with the provisions of Part IV, Section 16, Subsection 6(e and f) of the Public Procurement Act, 2007 as applicable to consulting firms.

7.       Evidence of registration and up to date remittance of employee Pension Fund Contribution in line with the provisions of Part IV, Section 16, Subsection 6(d) of the Public Procurement Act, 2007.

8.       Company Profile indicating names, qualifications and experience of key personnel.

9.       Evidence of registration with relevant professional bodies.

 

 

D)      Additional Information

i)       The EOI indicating technical descriptions and methodology should be submitted in a sealed envelope with the firm’s name indicated at the back of the envelope.

ii)      Only shortlisted firms whose EOI meet the above requirements shall be invited to obtain Request for Proposal.

iii)     Firms are free to provide any other useful information that may show their ability to carry out the assignment satisfactorily.

 

E)      Submission of Bid

Bids are to be clearly marked ‘Confidential Ref: NCAA/DFA/FIN/001/012 addressed to

The Secretary Tenders Board

Procurement Unit

Nigerian Civil Aviation Authority

Aviation House

Ikeja – Lagos

 

And dropped into a bid box provided at the door step of NCAA Conference Hall at the above address within the hours of 8am and 4pm Mondays to Fridays except on public holidays.

 

Please note that:

a)       The assignment is a joint audit assignment.

b)      Due diligence shall be conducted.

c)       All correspondences are expected to bear the reference number shown above.

d)      Non-compliance with provisions of this advertisement will render any submission non-responsive.

e)       This advertisement shall not be construed as a commitment on the part of NCAA, nor shall it entitle an interested audit firm to make any claims whatsoever and or seek any indemnity from NCAA by virtue of such audit firm having responded to this advert.

f)       Submitted EOIs shall be opened by 12 noon at the conference room of Nigerian Civil Aviation Authority, Aviation House, Ikeja – Lagos on ot before 26th October 2012.

 

Signed:

Management

 

Request for Quotes to Renovate Health Facility at FHI 360

 

 

Request for Quotes to Renovate Health Facility

 

A: Background: Family Health International (FHI 360) with funding from the United States Agency for International Development (USAID) is supporting the government of Nigeria (GON) to enchance sustained cross sectional integration of HIV/AIDS and TB services by building Nigerian capacity to deliver sustainable high quality, comprehensive, prevention, treatment, care and related services in all the 36 states and the FCT.

 

FHI 360 desires to use part of the grant to improve infrastructure, equipment and supplies in FMC Owerri support by the SIDHAS project to provide a Laboratory Diagnostic Complex with a Laboratory Training Center of international standard as bedrock for enhancing laboratory capacity building, service integration and improved quality care.

 

FHI 360 hereby solicits bids from Nigeria construction firms with competencies in infrastructure upgrades to undertake required renovation of this facility by performing functions outlined in the terms of reference below.   

 

B: Terms of reference for the required contractors

  1. Study and interpret BOQs and design prepared and presented by FHI 360 or to agent
  2. Use the provided BOQs to prepare bids for the site listed for renovation
  3. Carry out renovation works as per the approved BOQs and contract
  4. Adhere to all agreed standards for required upgrades, including quality, workmanship, costs size and manufacturer brands for all HFs to be upgraded
  5. Provide technical oversight to sub contractors or workers and ensure that renovation works meet set standards
  6. Ensure steady progress of work and ensure that all works are completed within set timelines to a quality acceptable to FHI360 and FMC Owerri
  7. Ensure that the renovation processes adhere to USAID approved environment impact mitigation measures as relates to the SIDHAS cooperative agreement with FHI 360

 

C: Qualifications: A reputable construction firm with.

  1. Proven track record and a minimum of 10 years’ experience in the building industry.
  2. Evidence of having implemented projects of equal or higher magnitude within the last 5 years.
  3. Construction/engineering firm must have valid and documented tax clearance and insurance policy
  4. The firm should have an office or branch office within the state of interest.
  5. The firm should have proof of currently employing qualified engineers in relevant fields such as civil, electrical and mechanical to perform the various aspects of the contract
  6. Must be willing and able to provide a bank guarantee to cover funds advanced by FHI 360 for the contract.
  7. Must be willing to accept retention of 5% of the contract value, on final completion of work until six months after the work is completed, if no defects arise in the renovation work conducted.

 

E: Payment Terms

Our preferred option of payment is for services rendered through achieved milestones, while an advance payment request will be backed by commensurate bank guarantee from a reputable bank up to but not exceeding 25% of the contract sum and thereafter valuation reimbursement based on the level of works completed and certified by the project management firm acting on behalf of FHI 360

 

 

D: Key Deliverables & Expected Outputs

By the end of the assignment, the following outputs will be expected:

  • Pictorial documentation of the before and after of facility renovated
  • Facilities (lab complex) renovated to meet the basic minimum infrastructural standards agreed with FHI 360 and state/local governments.
  • Final report of the entire contract

 

 

F: Application procedure

All prospective applicants must first obtain  BOQ and design information from the addresses below or schesseret@sidhas.org

 

The Associate Director, Procurement, Contracts and Grants,

FHI 360, Plot 1073 J.S Tarka Street. Garki,

Area 3.

P.M.B. 44, Abuja.

 

 

H. Submission of Offers

All Proposals including supporting documents as proof of required qualifications in Section C above must be submitted in sealed envelope by 5:00pm Nigeria time, on October 24th 2012 to the Associate Director, Contracts and grants, FHI 360 Plot 1073 J.S. Tarka Street, Garki, Area 3, P.M.B. 44, Abuja. Bids submitted after the deadline aforementioned will be disregarded.

 

Expression of Interest for Pre-Qualification of Contractors for Borehole drilling at FHI360

Expression of Interest for Pre-Qualification of Contractors for Borehole drilling

 

A: Introduction

FHI360 through its Global Fund Round 9 funded Project hereby solicits EXPRESSION OF INTERSET (EOI) from Nigerian borehole drilling firms with competences in motorized water borehole drilling for Pre-qualification to undertake geophysical survey and drilling of fifty motorized boreholes in six geo-political regions. A scope of work for the prospective contracts is described below

 

The successful contractors will be engaged by FHI360 to do the work only through a negotiated contract FHI360 will indicate the drilling sites and secure the required permission for the use of the land where the contract is to be carried out from the Local Authority responsible for the area. The Contractor will be responsible for all the damages occurring outside the allocated land given the geographical spread of the sites to be drilled and time constraints, at least one firm per geopolitical zone will be contracted to execute the project

 

 

B: Terms of reference for the required pre-qualified contractors

  1. Carry out geophysical survey of sites to be drilled to determine borehole depths and prepare a report to be approved by FHI360
  2. Study and interpret BOQs prepared and presented by FHI 360 or its agent
  3. Use the geophysical report and provided BOQs to prepare bids for all sites listed for drifting in the preferred state.
  4. Carry out drilling works and provide the necessary equipment and supplies as per the approved BOQs and contract. The specification for borehole is 6″ World Bank standard PVC casing with standard screen. Piped to an overhead tank and reticulated to the facility
  5. Adhere to all agreed standards for required boreholes, equipment and supplies including quality, workmanship, costs, size and manufacturer brands for all HFs to be upgraded
  6. Provide technical oversight to subcontractors or workers and ensure that renovation works meet set standards
  7. Ensure steady progress of work and ensure that all works are completed within set timelines to a quality acceptable to FHI360
  8. Ensure that the renovation processes adhere to approved environment impact mitigation measures.

 

 

 

 

 

C: Qualifications: A reputable construction firm with:

  1. Proven track record and a minimum of 10 years’ experience in the borehole drilling industry.
  2. Evidence of having implemented projects of equal or higher magnitude within the last 5 years including amounts of the contract executed in relation to borehole drilling. A copy of award letters will be an added advantage.
  3. Valid and documented tax clearance and insurance policy
  4. The firm should have an office or branch office within the state of interest
  5. The firm should have proof of currently employing qualified engineers in relevant fields such as civil, electrical and mechanical to perform the various aspects of the contract
  6. Evidence of equipment and machinery to be used for geophysical survey and borehole drilling. These should include at minimum PAT 301 T air hammer/mud circulation to 120 m either truck or trailer mounted or its equivalent. Atlas Copco 146 compressor or its equivalent, Test pumping unit comprising a Grundfos SQ 5/50 submersible pump or its equivalent and generator set, suitable support vehicle for mobility in difficult terrain and enough consumables for the entire drilling operation
  7. Must be willing and able to provide an insurance bond or bank guarantee to cover funds advanced by FHI 360 for the contract
  8. At least three (3) references should be supplied, including the name of the client and name of the client’s individual contact, including phone number, email, and address. In addition, at least three (3) testimonials or certifications of work completed should be submitted
  9. Firms should indicate geo-political regions of their choice and slates within which they have strong competence

 

 

F:      Reporting & Timing of Contract

The period of this assignment shall be between November 1, 2012 and November 30, 2012.

 

F: Application procedure

E: Payment Terms

 

All prospective applicants must first obtain the list of drilling site from the addresses below or kgiwa@sidhas.org for guidance on locations of the facilities and other supporting information

 

 

The Associate Director, Special Projects

Phone No: +234-9461-5555 ext 6802, Email: kgiwa@sidhas.org

FHI 360, Plot 1073 JS Tarka Street. Garki,

Area 3.

Abuja.

 

 

H. Submission of Offers

Proposals must be received in hard copy on or before October, 18th 2012 at 5:00pm local time.

Proposal must include as the subject line the following: Borehole Drilling and Geophysical Survey, and addressed as follows:

 

Associate Director, Contracts and Grants,

FHI 360 Plot 1073 JS,

Tarka Street, Garki,

Area 3, Abuja.

Invitation for Bids (IFB) at Federal University of Petroleum Resources Effurun, Delta State

Invitation for Bids (IFB)

 

Federal Government of Nigeria

 

Federal Ministry of Education

 

Federal University of Petroleum Resources Effurun, Delta State

 

Science and Technology Education Post-Basic (STEP-B) Project

 

Credit No: IDA 4304-UNI

 

Procurement and Installation of Laboratory Equipment

 

IFB No: FUPRE/STEPB/NCB/G/01/2012

 

Issued Date: 15 October, 2012

 

 

This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007 and 2 National Dailies of the same date.

The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post-Basic Project (STEP-B Project), and it intends to apply part of the proceeds of this credit to payments under the contract for the Procurement and Installation of Laboratory Equipment

The Science and Technology Education Post-Basic Project, Federal University of Petroleum Resources, Effurun, now invites sealed bids from eligible and qualified bidders for the Procurement and Installation of the following:

 

Lot No.

 

Item Description

 

Quantity

 

Bid Security

 

Delivery Period

 

Location

 

1 Supply and Installation of Laboratory Equipment (for Earth Science Department)

 

Various

 

At least 25% of bid price

 

60 days

 

Federal University of Petroleum Resources. Effurun (Main Campus) Delta State

 

2 Supply and Installation of Laboratory Equipment (for Physics Department)

 

Various

 

At least 25% of bid price

 

60 days

 

Federal University of Petroleum Resources. (Main Campus) Effurun, Delta State, Nigeria
3 Supply and Installation of Laboratory Equipment (for Environmental Science & Chemistry Department)

 

Various

 

At least 25% of bid price

 

60 days

 

Federal University of Petroleum Resources, (Main Campus) Effurun, Delta State, Nigeria

 

 

Bidders may bid for any one or more lots and discounts offered for the award of combined lots will be considered in bid evaluation.

 

2.       Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from eligible source Countries as defined in the Guidelines.

 

Interested eligible bidders may obtain further information from the Project Manager, STEP-B Project, Federal University of Petroleum Resources, Effurun, Delta State and inspect the bidding documents at the address given below, between the hours of 8.00am to 4.00pm Mondays to Fridays, except on public holidays.

 

Qualifications requirements include:

(i)      Evidence of previous supply (sale) of similar equipment for the past

Five (5) years

(ii)     Audited financial statements for the last three (3) years.

(iii)    A Manufacturer’s Authorization for equipment not produced by the company.

A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of N 10,000.00 (Ten Thousand Naira only). The method of payment will be Bank Draft in favour of STEP-B Project, Federal University of Petroleum Resources, Effurun. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request which shall be at the bidder’s cost.

 

Bids must be delivered to the address below at or before 12:00 noon local time on Friday, 16th November 2012. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below on Friday, 16th November 2012 at 12:00 noon local time. All bids must be accompanied by a Bid Security of at least 2.5% of bid price in local currency or an equivalent amount in a freely convertible currency.

 

The address referred to above is:

 

The Project Manager,

Science and Technology Education Post-Basic (STEP-B) Project,

Federal University of Petroleum Resources, Effurun,

Delta State

 

Tel: +234 8023620402, +234 8068610430

E-mail address: fupre.stepb@yahoo.com

 

Consultants at Revenue Mobilization Allocation and Fiscal Commission

 

Revenue Mobilization Allocation and Fiscal Commission

Plot 210 Tafawa Balewa Way, Central Area, Abuja.

 

  1. 1.     Introduction.

The  Revenue Mobilization Allocation and Fiscal Commission by virtue of Paragraph 32 (a) Part 1of the Third Schedule to the 199 Constitution of Federal Republic of Nigeria (as amended), has the mandate to “monitor the accruals to and disbursement of revenue from the Federation Account”.

 

The collection of revenue due from the payment of taxes and duties into the Federation Account is both the Federal Inland Revenue Service (FIRS) and the Nigerian Customs Service (NCS). In carrying out their functions, both Agencies appointed Collecting Bank for the purpose of collecting taxes and duties and remitting same to the Central Bank of Nigeria (CBN) through the Lead Banks.

 

In pursuance of its constitutional function of monitoring all accruals into the Federation Account and to ensure transparency and accountability, the Commission in collaboration with the Federation Allocation Account Committee (FAAC) is to engage the service of a reputable Consultant to undertake the Verification and Reconciliation of Revenue Collection and Remittances by FIRS and NCS from January, 2008 to June 2012 and therefore request for both technical and financial proposal from interested firms as Lead and other Consultants.

 

  1. 2.     Scope of the work:

 

Lead Consultant

Supervise and coordinate the assignments of other Consultants

  • Verify and reconcile all flow of revenue from collecting Agencies from January 2008 – June. 2012 in accordance with the relevant Agreements between the collecting banks, the Federal inland Revenue Service (FIRS) and Nigeria Customs Service (NCS)
  • Produce Comprehensive Report of all the findings and recommendations to the Commission

 

  1. 3.     Technical and Financial Bid Submission Requirements

In order to be considered for the bids as Lead Consultant, the firm or company must submit the following documents:

  • Must be a firm or company of reputable Professionals in the field of finance, accounting and taxation. At least five partners must be members of reputable professional bodies.
  • Must be registered with the Office of the Auditor General of the Federation
  • Must have a structured office with adequate facilities and branch network.
  • Relevant experience of not less than 7 years of professional practice.
  • Evidence of Valid Certificate of Incorporation/Registration with the Corporate Affairs
  • Commission including photocopies of Form CO2 and CO7.
  • Current Tax Clearance Certificate for the last 3 years (2009, 2010, & 2011).
  • Evidence of VAT Registration and Remittances.
  • Company Profile including names, CV, Qualification(s) and Experience(s) of key personnel.
  • Evidence Financial Capability to handle the Job including letter of reference from your Banker
  • Evidence of Execution of similar Service
  • Certified Audited Account of the Company for the past 3 years (2009, 2010 & 2011 )
  • Evidence of PENCOM Registration and Remittance
  • Evidence of compliance with Industrial Training Fund (ITF) Act
  • Any other document that will place the company on comparative advantage.

 

  1. 4.     Scope of the work

 

Other Consultants

  • Report to the Lead Consultant
  • Reconcile all flow of revenue from the collecting banks to Banks
  • Reconcile all transfer from Lead Banks to the Federation Account at the Central Bank of Nigeria (CBN)
  • Verify that the remuneration to each collecting bank is in accordance with the agreement with the Federal Inland Revenue Services (FIRS) and Nigeria Customs Services (NCS)
  • Cover allocated bank and revenue sources as given by the Lead Consultant.

 

 

  1. 5.     Requirement for other Consultants:
  • Same as for the Lead Consultant, except that the qualified partners must be a minimum of three and the years of experience in similar assignment should be a minimum of four years

 

 

6.        Collection/Submission of Technical and Financial Documents

 

(i)      Collection of Bid Documents:

The Firms/Companies that meet the above requirements should pay a non refundable tender fee of twenty five thousand Naira (N25, 000.00) only in bank draft in favour of Revenue Mobilization Allocation and Fiscal Commission before the collection of bid documents from the Head of Procurement between the hours of 10:00am and 4:00pm, Monday to Friday.

 

(ii)     Submission of Bid Documents:

The complete documents should be enclosed in an envelope sealed and marked (a) “Pre-qualification for….”, (b) Financial Bid for….” indicating “Expression of Interest as Lead Consultant (Or other Consultant) to undertake “Verification and Reconciliation of Non-Oil Revenue Remittances” and must be addressed and returned not later than 26th November, 2012 to:

 

The Secretary to the Commission,

Revenue Mobilization Allocation and Fiscal Commission

Plot 210 Tafawa Balewa Way, Central Area, Abuja.

 

Att: Head of Procurement

 

 

7.       Closing Date

The closing date for submission of duly completed technical and financial bidding documents is 26th November, 2012 by 12:00noon on Monday.

 

8.       Bid Opening and Venue

The Bids will be opened on the closing date of submission, Monday. 26th November. 2012 in the Commission’s Board Room, Ground Floor of the Commission by 1.00pm All bidders, NGO’s and the general public are invited to the opening of the Bids.

 

9.       Please Note That:

(i)        Revenue Mobilization Allocation and Fiscal Commission reserves the right to reject any or all Pre-qualification documents that fails to meet expected standards

(ii)     Only shortlisted Consultants will be invited for further consideration

(iii)    Late Submissions will not be entertained

(iv)    This advertisement is not a commitment on the part of the Revenue Mobilization Allocation and Fiscal Commission to appont any Consultan,

 

Signed:

Head of Procurement

For: RMA & FC