Invitation for Expression of Interest for the Provision of International Financial Reporting Standards (IFRS) Implementation Consultancy Service at Nigerian Export Import Bank

NEXIM

Nigerian Export Import Bank

 

Invitation for Expression of Interest for the Provision of International Financial Reporting Standards (IFRS) Implementation Consultancy Service

 

Introduction

Nigerian Export-import Bank (NEXIM) in compliance with the directive of the Financial Reporting Council of Nigeria (FRCN) wishes to invite qualified consultants with excellent track record of experience and performance for the provision of IFRS implementation service for the Bank.

 

Scope of Work

NEXIM Bank seeks to adopt the International Financial Reporting Standard preparation, presentation in the preparation, presentation and the reporting of its financial statements.

 

 

General Requirement

1.       Evidence of company registration with the Corporate Affairs Commission;

2.       Certified True Copy of Memorandum and Articles of Association;

3.       Evidence of Company Tax Clearance Certificate in the last three(3) years (2009-20011)

4.       Evidence of VAT Registration and remittances

5.       Evidence of financial capacity to undertake the project: a- Bank Reference letter, and b-Bank statement or evidence of financial backing from a Bank.

6.       Company’s audited accounts for the last three (3) years

7.       Evidence of compliance with the Pension Act, including proof of remittance to PFAs; and

8.       Evidence of contribution to the Industrial Training Fund (ITF), in the case of Nigerian companies.

9.       Evidence of payment of tender fee of =N=20,000.00 (Twenty thousand). The payment should be made in Bank Draft payable to the Nigerian Export-Import Bank.

 

Technical Requirement:

  1. Evidence of registration with relevant professional body:
  2. Demonstrable understanding of the job requirements;
  3. Evidence of successful execution of similar assignment in the financial services sector within the last two years;
  4. Company profile indicating qualification and experience of key staff for the project, and;
  5. Resources and Man days required for the whole work and in phases;
  6. Detailed proposal which shall cover: Project timeline: Cost implications; Deliverables

 

 

 

4.0.    Bid Submission

The submission should be in two separate envelopes

The general requirements should be submitted in one wax sealed envelope boldly marked “Pre-qualification and Tender” at the top left hand corner.

 

The Financial Bid should be submitted in another wax-sealed envelope boldly marked “Financial Bid” at the top left hand corner.

 

The financial proposal must indicate all associated costs of the project including relevant taxes and the validity period of the bid price.

 

The submission (not by post) should be addressed to the:

Secretary, Procurement Planning Committee,

Nigerian Export-Import Bank, 2nd

Floor, NEXIM House, Plot 975,

Cadastral Zone, AO, Central Business District, Abuja

On or before Monday, 17th October, 2012.

 

The pre-qualification tenders will be opened in the presence of the bidders representatives on the 29th October, 2012 by 12.00 NOON.

 

 

VENUE:     NEXIM Bank Conference Room. 5th floor. NEXIM House, Abuja. TIME:               12:00 noon.

 

Important Notice,

  1. Only successful pre-qualified consultants would have their Financial Bids evaluated
  2. NEXIM Bank reserves the right to verify the authencity of claim(s) made by the tendering parties;
  3. NEXIM Bank reserves the right to reject any submission based on unverifiable information; and
  4. All Financial bids should be quoted in Naira (N) for all Nigerian companies, while foreign-based companies should avail themselves with the most current (prevailing) Naira exchange rate for the purpose of conversion.
  5. The Bank is not bound to accept the lowest fee quotes by any consulting firm.
  6. The consultant shall bear all costs, expenses and other cost associated with the preparation and the submission of the proposal.

 

This advertisement serves as an express notice to all relevant civil society.

 

Signed

MANAGEMENT

Invitation for Pre-Qualification at Bank of Industry

Bank of Industry

 

Invitation for Pre-Qualification

 

1. Introduction

The Bank of Industry (BOI) intends to undertake the construction of its New Corporate Office. This advert is to request interested companies to submit themselves for pre-qualification.

 

2.       Brief Descriptions of Works and Services

The Construction of the proposed Corporate Office (Tower 2) includes but is not limited to the following:-

  1. Construction of Multi-storey structure with ancillary facilities including elevated parking spaces.
  2. Construction of drainages, fencing, sanitary sewages portable water and electricity supply network, waste water treatment, landscaping and horticultural works etc.

 

3.       Pre-Qualification Requirements

  1.                    i.            Legal status (Public Liability Company, Limited Liability Company, Corporation etc) registered capital, paid up capital, shareholding, date of establishment, nationality and country from which control is exercised.
  2.                  ii.            Evidence of company incorporation in Nigeria, current registration with Federal Ministry of Works.
  3.               iii.            Details of company profile including organization structure, key professional staff and their resume, other
  4.               iv.            Details of foreign/local technical partners, including inception date, scope and copy of executed agreement.
  5.                  v.            Evidence of availability of requisite and appropriate skills among staff and persons to be engaged in the project.

 

4.       Provide Company Brochures, including under listed items:

  1. Tax clearance certificate for the last three (3) years, including VAT      registration and past VAT remittances
  2. Bank reference letter
  3. Company’s audited accounts and financial reports for the past three (3) years.
  4. Detailed evidence of compliance with Pension ACT

 

5.       Verifiable Evidence of having successfully carried out works of similar nature and scope in the past five (5) years. Documentary evidence of executed works is required.

Provide details of the works undertaken which are considered relevant in demonstrating your ability and capability to successfully undertake this project. This information shall include:

  1.        i.            Title of Project(s)
  2.      ii.            Brief Description of Projects(s)
  3.   iii.            Clients(s) and Client(s) address(es)
  4.   iv.            Scope of works performed.
  5.      v.            Date of award of contract(s)
  6.   vi.            Contractual period for execution of project
  7. Actual period of Execution
  8. Reasons for discrepancies between (vii) and (viii) above, if any.
  9.   ix.            Nature of Contract (fixed lump sum, reimbursable etc.
  10.      x.            Name and address of referee in Clients Company for each referenced project (provide telephone numbers and e-mail address for quick reference). You should provide BOI with a Letter of Authority to confirm previous relevant experiences claimed.
  11.   xi.            Completion certificate for completed projects and letter of award for ongoing projects,
  12. Description, specifications and proof of ownership of equipment and facilities currently owned by the contractor
  13. Evidence of annual construction turnover of not less than N 2.5 billion.

 

For a joint venture or partnership, the previous experience being claimed should include those executed by the Joint Venture of Partnership and Power of Attorney for same.

 

6.       The Pre-Qualification Application and any support documents with respect to the requirements should be submitted in one original plus three copies not later than 8th October, 2012.

The documents should be sealed and clearly marked

“Pre-Qualification for BOI Corporate

Office Project Tower 2nd and submitted at the

BOI Head Office, 23 Marina, Lagos and marked

“Attention Executive Director (Corporate Services)”

 

7.       Important Information

  1. Please note that this is not an invitation to tender. You may be invited to participate in the tendering for the project subsequent to our evaluation of your submissions. BOI reserves absolute discretion and right to either accept or reject any document, and it shall not be required to assign a reason for refusal to invite any company to participate in the tendering exercise or to enter any correspondence concerning the selection of any contractor for the works. All costs incurred by any company as a result of this pre-qualification and any subsequent request for information shall be to the company’s account
  2. Interested companies with annual construction turnover of less than N2.5 billion need not apply.
  3. Companies that have not executed projects of minimum of 12 Storey building in the past need not apply
  4. Due diligence shall be conducted on the companies that meet the requirements for qualification to participate in the tender process
  5. This pre-qualification and any related process neither creates any commitment by BOI nor establishes any legal relationship with BOI

 

Signed:

Management

Invitation for Pre-Qualification/Tender at University of Agriculture

University of Agriculture

P.M.B. 2373 Makurdi

 

Invitation for Pre-Qualification/Tender

 

1.0     Introduction:

1.1     The University of Agriculture Makurdi intends to engage the services of reputable contractors for the procurement of selected works and goods under her year 2012 TETF Normal Intervention Projects.

1.2    The University therefore wishes to invite responses from competent and reputable contractors for pre-qualification/ Tender for the procurement under the following requirements:-

 

S/No

 

PROJECT

 

NON REFUNDABLE TENDER FEE BID SECURITY

 

LOT1

 

Construction of Phase 11 of Centre for Entrepreneurship Development comprising of Offices, Library and Workshops.

 

N50,000.00

 

2% of Tender Sum obtained from Reputable Bank

 

LOT 2

 

Construction and Furnishing of 4 – Classroom. Block at College of Management Sciences

 

N50,000.00

 

2% of Tender Sum obtained from Reputable Bank

 

LOT 3

 

Furnishing of Auditorium and Lecture Halls for4No. Colleges, University Annex and Centre for Entrepreneurship Development

 

N30,000.00

 

Nil

 

LOT 4

 

Procurement of Equipments for Veterinary Teaching Hospital N30,000.00

 

Nil

 

 

 

2.0    Eligibility Criteria

a)     Evidence of Registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of Incorporation and Articles of Association.

b)      Last 3 years (2009, 2010 and 2011) Tax Clearance Certificates.

c)      Detailed Company profile giving names or list of key professionals, administrative staff with their qualifications and verifiable evidence of registration with professional bodies.

d)     Possession of experience as a Main Contactor in at least three (3) projects of similar nature and complexity with verifiable letters of contract award and certificates of job completion within the last three (3 years)

e)      Verifiable evidence of finance support by a| reputable Bank including one year Bank Statement.

f)       Audited Account details for the last 3 years (2009, 2010 and 2011)

g)      Evidence of pension and social security contribution.

h)      Evidence of VAT registration and remittances.

i)        List of Equipments indicating current status and owner OR Equipment franchise.

j)        Arrangement of document to follow the list above and appropriately numbered with a table of content indicating the pages or folios on which the items are to be found. Any submission that does not conform to this format shall not be processed further.

k)      A Statement of Declaration;

I.            The Directors of the Company seeking pre-qualification had never been convicted in criminal proceedings by any court of law.

II.            None of the key   procurement officers of the University of Agriculture Makurdi is a former or present Director of the Company

 

 

3.0    Collection Offender Document

Tender documents are to be collected from the Director of Physical Planning upon presentation of evidence of cash payment at the Bursary Department of the University, of the non-refundable tender fee prescribed for the Lot.

 

4.0     Submission of pre-Qualification/Tender Documents:

4.1     Interested Bidders are to submit pre-qualification and tenders documents in in­different sealed envelopes appropriately marked “Pre-qualification” and “Tender” with the company name indicated at the back of each envelope not later than 16th October, 2012. Both envelopes should be sealed and placed in a third envelope marked with the Lot number at the top right hand corner and addressed to:

The Registrar

University of Agriculture –Makurdi

 

 

4.2     Completed documents should be submitted not later than 12.00 Noon local time October, 2012. The pre-qualification documents shall be opened same day at 1.00 pm in the Senate Chambers of the University, while the tender document of only pre-qualified contractors shall be opened in the same Chamber on 23rd October 2012. Interested bidders or their representatives are hereby invited to attend the functions as scheduled, please.

 

5.0    Disclaimer and Conclusion

5.1      This announcement is published for information purposes only and does not constitute an offer by the University to transact with any party, nor does it constitute a commitment or obligation on the part of the University to procure works or goods.

5.2     Failure to comply with the above requirements would automatically result in disqualification, while documents submitted late shall be rejected.

5.3     The University reserves the right to verify the authenticity of claims made in the documents submitted.

5.4     The University will not be responsible for any costs or expenses, incurred by any interested party in connection with any response to the invitation.

5.5     The University is not bound to pre-qualified bidder and reserves the right to annul the selection process at any time without incurring any liabilities.

 

Signed:

Registrar

Invitation to Pre-Qualification for 2012 Capital Projects at National Gallery of Art

National Gallery of Art

(A Parastatal under the Federal Ministry of Tourism, Culture and National Orientation)

 

Invitation to Pre-Qualification for 2012 Capital Projects

 

The National Gallery of Art intends to undertake the execution of the under listed projects under the 2012 capital budget of the Gallery. To this end, qualified contractors are invited to tender for the projects.

 

 

Description of Works

The following are the projects for execution.

 

S/N Lot Number Project Description
1 CON – 01 Construction of Nupe Cultural Palace bida, Niger State
2 CON – 02 Oriental Heritage Galaxy Centre, Mbutu
3 CON – 03 Construction of Multipurpose Hall/ICT Centre & Cultural Gallery, Okoh Anambra
4 CON – 04 Construction of national Gallery of Art centre Ukpor, Nnewi South Anambra
5 CON – 05 Construction Kulili Gallery of Art Centre kulili-LAU, Taraba
6 Con – 06 Construction of Ufesoido Community Art centre and Culture Gallery, Akpu

 

Eligibility

Interested Contractors are required to forward the following documents along with Financial Bids

a.       Certificate of Incorporation with Corporate Affairs Commission (Limited Liability only)

b.       Evidence of VAT Registration, remittance and TIN number

c.       Company Current Tax Clearance Certificate for the last three years 2009, 2010 and 2011;

d.       Details of Company Profile including Curriculum Vitae of at least four professional most qualified staff and other resources

e.       Evidence of Financial Strength and Banking Support;

f.       Evidence of similar job experience in the past five years

g.       Name, email addresses and telephone numbers of contact person for the project.

h.       Bids for lot numbers 1, 2, 3 & 6 must be accompanied with 2% bid security.

i.        Evidence of payment of non-refundable fee of #20,000 only per lot.

j.        A letter authorizing National Gallery of Art to verify claims with relevant bodies or agencies.

k.       Firms Audited Account for year 2009, 2010 & 2011

l.        Sworn Affidavit that the firm and none of the principle or associate of the firm is an ex-convict or bankruptcy

m.      Provide ONLY coloured photocopy of the documents listed in a, b, & c above.

n.       Financial and Technical bids must be in four (4) copies each.

 

 

Collection of Tender Documents

The Bid documents are to be collected and submitted at the Procurement Unit, Federal Secretariat, Plot 04, Phase II, Block E, room 801,8 floor, upon payment of non-refundable tender fees of #20,000.00 per each lot to National Gallery of Art, Bank ECO/OceanicAcc.No.0901301007912

 

 

Submission of Bid Documents

(i)                Technical document should be placed in one envelope, sealed and boldly marked “TECHNICAL BID”

(ii)             Financial bid should be placed in another separate envelope

(iii)           The name of the company and title of the projects lot number should be clearly written on the reverse side of the envelopes

(iv)           Insert the Envelopes containing Technical and profile documents and the financial bid in another bigger A3 envelope, seal and addressed to:

Procurement Unit

National Gallery of Art

Federal Secretariat, Plot 04, Phase II,

Block E, Floor 8 & 9 Shehu Shagari Way,

P.M.B.456, Abuja.

 

Late Submission/Disclaimer

Late submission will not be accepted. By this notice, National Gallery of Art is neither committed in any way to award, any form of contract to any company; nor shall any organisation submitting documents be entitled to claim an indemnity from the Gallery.

 

 

Closing /Opening Of Bids

All submission of bid documents ends on 24/09/2012, at 12. 00 noon and bids shall be opened at 2.00 p.m. same day in the Gallery’s Boardroom. All bidders and interested members of relevant Civil Societies are advised to be present.

 

Signed

Director General National Gallery of Art

Invitation for Expression of Interest for Design of Engineering Infrastructure and Production of Tender Documents for Kyami District Phase V of the FCC at Federal Capital Development Authority Abuja, Nigeria Office of the Executive Secretary

Federal Capital Development Authority Abuja, Nigeria Office of the Executive Secretary

 

The attention of the General Public is hereby drawn to the projects advertised on 3rd September, 2012 in Federal Tenders Journal, Leadership and The Sun Newspapers, please.

2.       The advertisements for the following:

(i)      Pre-qualification to Tender for the “Provision of Engineering Infrastructure to Newly Created Plots at Minister’s Hill, Maitama”, Abuja

(ii)     “Re-invitation for the Expression of Interest to tender for the Resident Consultancy Services Lots III – VII” are hereby cancelled.

3.       While the advertisement for pre-qualification to Tender for the Final Engineering Design of Infrastructure to Kyami District (Lots Vii -ix) is being restructured as follows:

 

Invitation for Expression of Interest for Design of Engineering Infrastructure and Production of Tender Documents for Kyami District Phase V of the FCC.

 

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to engage a Multi-Disciplinary Engineering Infrastructure Consultant for the Final Engineering Design of Infrastructure to Kyami District. The District is located in Phase V of Federal Capital City, Abuja and covers about 2,760 Ha.

 

In line with the 2007 Public Procurement Act, the Authority is inviting interested, competent and reputable Multi-Disciplinary Engineering Infrastructure Consultants to submit pre-qualification documents in respect of the Final Engineering Design of Road Networks, Bridges, Water Distribution, Foul Sewage Networks, Storm Water Drainage, Culverts, Electricity and Telecommunication (Ducts) Networks Including Production of Tender Documents

 

1.       Scope of Work

 

A. The scope of work involves:

(i)      Engineering Survey.

(ii)     Hydrological Survey and analysis.

(iii)    Submission of inception report

(iv)    Route Subsoil and Deep soil investigation.

(v)     Design of Vertical and horizontal alignment of all road networks

(vi)    Detailed engineering design of all bridge structures

(vii)   Estimation of daily water demand per capital based on land use

(viii) Estimation of per capital discharge

(ix)    Submission of inception report

(x)     Design of box and pipe culverts

(xi)    Design of water reticulation networks

(xii)   Design of foul sewer networks

(xiii) Design of storm water drainage networks

(xiv) Design of water and sewerage appurtenances

(xv)   Estimation of power demand based on land use

(xvi) Submission of inception report

(xvii)           Design of injection substation

(xviii)          Design of high tension networks

(xix) Design of low voltage networks

(xx)   Design of street lighting

(xxi) Design of telecommunication(ducts) networks.

(xii)   Preparation and submission of Design Reports, Drawings and other Tender

Documents including Bill of Engineering Measurement and Evaluation (BEME)

 

2.       Pre-Qualification Requirements

Interested Companies are invited to submit the following pre-qualification documents:

(a)     Evidence of incorporation of the Company with Corporate Affairs Commission (CAC) including Articles and Memorandum of Association of the company and up to date Annual returns with the CAC (forms C02 & C07 to be included).

 

(b)     The Company must show evidence of the following:

(i)      Tax Clearance Certificate for the last three (3) years supplied with the Company’s Tax Identification Number (TIN)

(ii)     Pension and Social Security Contributions

(iii)    Registration with Pencom.

(iv)    Remittance to pension fund Administrator

 

(c)      A sworn Affidavit to the effect that:

(i)      The Company is not in receivership, insolvency or bankruptcy

(ii)     The Company does not have any Directors who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or Financial impropriety.

(iii)    No present or former Director of the company is a shareholder or has any pecuniary interest in any of the relevant committees of the FCDA or BPP.

(iv)    All the documents submitted for the pre-qualification bid are not only genuine but correct

 

(d)     Evidence of Firm Registration with Council for The Regulation of Engineering in Nigeria (COREN) (Originals of the documents 2 (a-d) are to be sighted during opening session, please Firms that refuse or are unable to produce the original during opening will be disqualified).

 

(e)      A chart indicating the number and categories of Nigerians that are to be employed by the firm in the course of this project.

 

(f)      Evidence of payment of Training Contributions to the Industrial Training Fund.

 

(g)    Evidence of compliance with the Employee’s Compensation Act; i.e. Remittance of 1% of the total emolument of your workers to the Nigerian Social Insurance Trust Fund

 

(h)    Audited account of the company for the last 3 years duly endorsed by a firm of Chartered Accountants.

 

(i)      Evidence of similar jobs executed in the last 3 years. Copies of Award Letters, Last Interim Certificate of Valuation for on-going projects, Completion Certificates are to be enclosed.

 

(j)      List of key technical personnel stating their roles, designation, qualifications and years of experience with the guarantee that a minimum of ten (10) relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

 

Notes:

Items 2(a – g) are Eligibility Requirements and their Originals must be produced by the Company for sighting during the opening session.

 

The photocopies of professional certificates are to be initialed, endorsed by the owners and professional seal must be embossed on the professional certificate.

 

Evaluation of the pre-qualification documents will be based on the outlined pre-qualification requirements and only those that are successful will be invited to submit Technical and Financial Proposals.

 

3.       Submission of Documents:

The pre-qualification documents should be submitted in a hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals and shall be placed in a sealed envelope clearly marked “Original” and “Electronic Copy” with the following inscription: “Pre-Qualification to Tender for the Design of Engineering Infrastructure and Production of Tender Documents for Kyami District Phase V of the FCC”. The pre-qualification documents should be submitted directly to FCDA Procurement Department, Room 005 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11, Garki Abuja on or before Tuesday 2nd October, 2012, by 12 noon. All documents will be publicly opened on the same day at the FCDA Conference Room in the presence of all prospective bidders or their Representatives.

 

4.       Further Note:

1.       Interested firms are responsible for the registration, timely and safe submission of their pre-qualification documents, means of delivery notwithstanding.

 

2.       The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.

 

3.       Documents provided in response to 2(a-J) should be arranged as Listed

 

4.       FCDA Management regrets any form of inconvenience that this might have caused you.

 

Signed:

Director, Procurement

For: Executive Secretary