Invitation to Tender for External Audit Services at UK-based International NGO

Invitation to Tender for External Audit Services

 

Christian Aid is a UK-based international NGO which exists to support sustainable development eradicate poverty and challenge the systems and structures that keep people poor. The organisation works through local partners in over 50 countries around the world. Christian Aid has working in Nigeria since 2003 with its country office in Abuja.

 

Tenders are invited for the provision of external audit services for the Country Programme for the 2011-12 financial year. Christian Aid’s financial year runs from 1st April to 31st March. Tenders should clearly articulate your capability and experience of carrying out external audit services in Nigeria.

 

The contract will be for an initial three year period and will be subject to annual appointment.

Providers interested in supplying this service are requested to submit a tender document NOT more than 30 pages for the Technical Proposal and 4 pages for the Financial Proposal. The proposal should contain the following information:

  • Organisational Profile
  • Proposed approach to Audit work
  • Details of relevant experience within the sector
  • Audit improvements and value added in other organisations
  • Anything of special value which your firm could offer to Christian Aid
  • CVs of senior staff such as the Audit Partner and Manager and members of the team who would supply the services including the location of staff
  • Proposed Fees for the first year of the contract providing a full breakdown of hours per member of staff and any additional charges
  • Indicative work plan
  • Details of other NGO clients as well as any references that might be used.

 

Bids in sealed envelopes clearly marked ‘Tender for Provision of External Audit Services’ must be addressed to:

 

The Finance Manager

Christian Aid (UK), Nigeria

35 Justice Sowemimo Street

Off  TY Dajuma Street

Asokoro, Abuja

Request for additional information should be sent to: pramdur@christian-aid-org

 

Closing date for receiving bid is  5th June 2012 by 5.00pm.

 

Invitation for Pre-Qualification and Tenders for the Execution of 2012 Capital Projects at University of Uyo Teaching Hospital

University of Uyo Teaching Hospital

P. M. B. 1136, UYO, Akwa Ibom State

 

Invitation for Pre-Qualification and Tenders for the Execution of 2012 Capital Projects

 

The University of Uyo Teaching Hospital, Uyo invites qualified Contractors and Suppliers to tender for the undertisted projects under the Year 2012 Capital Appropriation.

 

Projects

 

Group A:  Construction Works

i.        Construction of two-storey Laboratory Block

ii.       Completion of the Construction of Theatre in Orthopaedic Block

 

Group B:   Supply of Medical Equipment

Supply and Installation of C. T. Scan Machine (16 slides) and Accessories.

 

Pre-Qualification Requirements

To qualify for consideration, interested Contractors and Suppliers are required to submit the following documents in the order listed:

i)       Certificate of Registration with Corporate Affairs Commission (CAC);

ii)      Company Tax Clearance Certificate for the past three (3) years;

iii)     Evidence of VAT Registration and Remittances;

iv)     Evidence of similar jobs executed in the past 3 years including scope certificates of award and completion;

v)      Evidence of financial capability (Bank Guarantee. Audited Accounts and Statement of Account for the last 6 months);

vi)     Company’s profile, including names, curriculum vitae, evidence of technical and professional qualification of key personnel;

vii)    Evidence of payment into Staff Pension Scheme;

viii)   List of equipment and plants owned by Company (where applicable)-

ix)     Manufacturers Authorization for the distribution/supply of items(s) marketed.

Sworn Affidavit certifying that,

i)       None of the Directors of the Company has ever been convicted by a court of law or is bankrupt;

ii)      The Company is not bankrupt;

iii)     No Officer of the procuring entity is a former or present Director, Shareholder or has any interest in the Company;

iv)     Information presented in the bids are true and correct.

 

Note: Table of contents and pagination of documents submitted, are required.

 

Collection of Bid Documents

Interested Contractors/Suppliers should collect bid documents, containing detailed specifications and drawings for the job from the Department of Works, on the payment of a non-refundable processing fees as follows:

i.    Construction of two-storey Laboratory Block –      N100,000.00

ii.   Completion of the Construction of Theatre in Orthopaedic Block –     N80,000.00

iii.  Supply and Installation of C.T. Scan Machine (16 slides) and Accessories.  -N100,000,00

 

You are also advised to undertake inspection visits to the project sites of interest, before preparation of bids.

 

Submission of Documents

Two (2) sets each, of soft-bound copies of Pre-qualification and Tender documents should be enclosed separately, in sealed envelopes for each project of interest and clearly marked, “Pre-qualification to tender/ “Tender Bid” (respectively) for Year 2012 Capital Project-Group/Project name with the Company’s name and address indicated at the back of the envelope”. Each submission should be addressed to:

 

The Chief Medical Director

University of Uyo Teaching Hospital, Uyo

P.M.B.1136

Uyo, Akwa Ibom State.

 

Submissions should be dropped into the Tenders Box in the Conference Room, 2nd Floor, Administration Block on or before Monday 9th July, 2012 by 12 noon.

 

Opening of pre-qualification and tender documents will take place on the same day at 1.00 p.m, in the Hospital Conference Hall. Contractors or their representatives are invited to attend.

 

Please Note:

i)       Only Contractors and Suppliers that meet the pre-qualification criteria will have their financial bids opened.

 

ii)      The University of Uyo Teaching Hospital reserves the right to reject any or all documents submitted and to terminate the selection process without any liability to the Hospital.

 

Signed:

S. O. Williams

Acting, Director of Administration for:   

Chief Medical Director

Invitation to Pre-qualification/Tender for the Execution of Year 2009/2010/2011 (Merged) TETFUND Normal Intervention Projects at Federal University of Technology, Minna

Federal University of Technology, Minna

(Office of the Registrar)

 

Invitation to Pre-qualification/Tender for the Execution of Year 2009/2010/2011 (Merged) TETFUND Normal Intervention Projects

 

The Management of the Federal University of Technology, Minna hereby invites interested and reputable Contractors with relevant experience and good track record to apply to Pre-qualify/tender for 2009/2010/2011 (merged) Tertiary Education Trust Fund (Tetfund)

 

Normal Intervention Projects.

 

Projects Summary

 

Lot Project Description Tender Fee
Lot A Construction of Examination Testing Centre 100,000.00
Lot B Procurement of Computers for Examination Testing Centre 100,000.00
Lot C Procurement of Computer hard-ware and software 100,000.00
Lot D Procurement of Telecommunication Technology Laboratory Equipment 100,000.00
Lot E Supply and installation of Generator Set 70,000.00
Lot F Computer and Laboratory Table and   Iron Stools 50,000.00
Lot G Procurement of Information Technology Service Data Centre Equipment 100,000.00

 

Pre-Qualification Requirements:

Interested contractors are required to submit pre-qualification documents which should include:-

i.        Evidence of registration with Corporate Affairs Commission.

ii.       Tax clearance certificate for the last three years and Vat registration Certificate.

iii.      The firm/ company profile and management structure.

iv.      Verifiable documentary evidence of similar jobs that had been successfully executed within the last five (5) years.

v.       Company Audited Financial Statement for the last three (3) years.

vi.      Details of equipment to be deployed for the project.

vii.     Evidence of Financial capabilities and Bank support.

viii.    Evidence of compliance with Pensions reforms Act. 2004.

ix.      Evidence of compliance with Industrial Training Fund Amendment Act, 2011.

x.       A sworn affidavit that none of its Directors has been convicted in any      country.

xi.      A sworn affidavit that all documents submitted are genuine and verifiable.

xii.     Any other relevant information.

 

Collection Tender Document:

Tender document should be collected from the cash office, Bursary Department, Mina Campus Gidan Kwano upon presentation of evidence of payment of a non- refundable fee for each lot, made in bank draft payable to the Federal University of Technology, Minna.

 

Submission/Opening of Documents:

All documents should be submitted in sealed envelopes clearly marked with the name of the Lot to: The Registrar, Federal University of Technology, P.M.B. 65 Minna, Niger State. Submission should be made on or before 9th July 2012 by 12:00 noon.

 

The pre-qualification/ tender documents shall be opened on Monday, 2nd July 2012 by 12:00 noon in the Senate Chamber, Senate Building, Main Campus Campus Gidan Kwano.

 

Signed: M. D. Usman

Registrar

 

Invitation for Pre-Qualification to Tender for TETFUND Special Intervention Projects at University of Maiduguri

University of Maiduguri

(Office of the Registrar)

 

Invitation for Pre-Qualification to Tender for TETFUND Special Intervention Projects

 

The University of Maiduguri is hereby inviting interested competent contractors to bid in the pre-tender qualification exercise for its

 

Lot No. Project Scope
Lot1 Construction of Urology & Renal Transplant Research Centre

 

Works entail construction of a classical   laboratory complex with facilities such as lecture halls, offices, and support functions. The 2 -storey structure will require high construction skills to achieve.
Lot 2 Procurement and installation of various Urology and Renal Transplant Laboratory/Research Equipment Involves procurement, installation and where necessary with accompanying post delivery maintenance of state of art/modern medical laboratory equipment

 

2)      Pre-Qualification Requirements

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

i)       Evidence of Registration with Corporate Affairs Commission

 

ii)      Evidence of Registration with the University and the FMW in relevant categories

 

iii)     Tax Clearance Certificate for the last three (3) years,

 

iv)     Articles and Memorandum of Association

 

v)      Evidence of Financial Capability.

 

vi)     Audited Account of the bidder for the last three years

 

vii)    List of Plants and Equipment as may be applicable, with evidences of possession

 

viii)   Verifiable list of similar and other jobs successfully executed with their locations, including copies of letters of award and completion certificates.

 

ix)     List of names of key personnel officers to be involved in the project, stating their qualification and professional registration(s) where applicable (enclose photocopies of credentials).

 

Original of documents i-vi above must be produced for sighting during the opening session.

 

3)      Submission

The pre-qualification documents are to be in sealed envelopes clearly marked TETFUND Special Intervention Project (Pre-Qualification Bids) Lot No. ..and to be submitted to the Office of the Registrar, P.M.B. 1069, university of Maiduguri on or before 11th June 2012. All bids will be opened on 11th June 2012 by 2:00 p.m period in the University’s Council/Senate Chamber in the presence of the bidders or their representatives.

 

4)      Collection of Full Tender Bids

Only pre-qualified bidders shall collect detailed specifications and blank tender bills from the works, Physical Planning and Development Department upon the payment of appropriate non-refundable processing fee of the pre-qualified lot.

 

Note:

Full tender procedures will be applied to pre-qualified bids

The University is not bound to accept bids sent by courier or post

 

Babagana M. Aji

Registrar.

Invitation for Prequalification of Manufacturers/Contractors and Suppliers for 2012 Capital Projects at Yola Electricity Distribution Company

Power Holding Company of Nigeria

Yola Electricity Distribution Company

No. 2 Atiku Abubakar Road Jimeta-Yola, Adamawa State

 

Invitation for Prequalification of Manufacturers/Contractors and Suppliers for 2012 Capital Projects

 

1.0       Introduction

Yola Electricity Distribution Company (YEDC) intends to undertake the execution of the underlisted projects under 2012 capital projects of the Company.

 

Interested, competent and reliable companies are therefore invited to express their intention to execute the projects and/or supply equipment and materials to YEDC through submission of prequalification applications.

 

Lot Project Description
Lot 121 Rapid rupturing fuses for distribution transformer protection.
Lot 122 Purchase of Fire Extinguishers
Lot 123 Procurement and installation 4x500kVA transformers for Lamurde, Demsa and Sabo Pegi in Numan and Lamurde LGA of Adamawa State.
Lot 124 Procurement of 1No. 15MVA, 33/11kV Power Transformer for Yola Zone.
Lot 125 Procurement and installation of Distribution Transformers of 500kVA capacity
Lot 126 Procurement and installation of 500kVA Transformers for Saminaka Ward in Donga town.
Lot 127 Procurement and installation of 4No. 500kVA Transformers for Fufore LGA.
Lot 128 Procurement and installation of 500kVA Transformer for Maisandari II behind Stadium Maiduguri
Lot 129 Purchase and installation of 500KVA Transformer for Wapan Aku off Majamba Road Wukari
Lot 1210 Procurement and installation of 500kVA transformer for Khadammarin in Jere LGA
Lot 1211 Electrification of Jere LGA Dusuman
Lot 1212 Electrification of Mafa LGA Zannari, Gwozari, Suyimari, Kaleri and Malachariri

 

 

Lot Project Description
Lot 1213 Procurement and erection of concrete poles in Gubio town, Gubio LGA Borno State
Lot 1214 Provision of No. Test Equipment
Lot 1215 Provision of mechanical and electrical tool boxes and safety wears
Lot 1216 Trace clearing of 33kV lines
Lot 1217 Construction of 33kV power lines across River Benue – Adamawa State.
Lot 1218 Procurement of HT and LT cables and termination kits
Lot 1219 Electrification of Nyivu village with 2No. Transformers in Dongo LGA, Taraba State
Lot 1220 Rehabilitation of 33kV feeders from Yola to Numan
Lot 1221 Procurement of 33kV fiber glass cross arm to rehabilitate weak 33kV lines.
Lot 1222 Installation of five (5) distribution transformers at various locations in Federal University of Technology, Wukari- Taraba State.
Lot 1223 Upgrading and relieving of overloaded distribution substations in Jalingo and its Environs – Taraba State.

 

1.2     Requirements for Prequalification

1.       Photocopies of certificate of incorporation/business registration in Nigeria.

2.       Evidence of legal capacity to enter into contract i.e. the company is not in

receivership, insolvent, bankrupt, being wound up, being suspended or be        the subject of any proceedings of the foregoing.

3.       A sworn affidavit affirming that none of the Directors of the Company was ever convicted in a court of law.

4.       Comprehensive company profile including details of management, professional staff and company brochure with convincing proof of competence to undertake the relevant job(s).

5.       Evidence of technical, operational and managerial capabilities with organizational chart.

6.       Evidence of adequate relevant equipment and infrastructure to handle the job.

7.       Verifiable evidence of previous experience i.e. having successfully carried out similar works/supplies elsewhere in the last five (5) years.

8.       Manufacturing companies must submit evidence of relevant manufacturing capability, facilities and with SON/or ISO certificates.

9.       Construction and Engineering companies should have a COREN registered Engineer as one of their Directors and their project supervisors must be COREN registered.

10.     Test certificate(s) issued by well-known international standard test laboratory for manufacturers of equipment.

11.     A copy of test certificate of manufactured equipment where applicable

12.     Evidence of payment into National Health Insurance Scheme (NHIS) for  its employees.

13.     Evidence of Pension Fund Remittances for the company employees.

14.     Evidence of compliance with the provisions of the amended Industrial Training Fund amendment Act 2011 (Training Contributions to the Fund)

15.     Photocopies of current company’s tax clearance certificate for the last three years.

16.     photocopies of value added tax (VAT) registration certificate and evidence of VAT remittances.

17.     Company’s audited account for the last three (3) year.

18.     Evidence of financial capacity from a reputable bank i.e. statement showing six (6) months bank transactions.

19.     Any other relevant document(s) that will place such company on a competitive advantage.

20.     A covering letter addressed to the Chief Executive Officer of YEDC.

 

NB:

(i)      The pre-qualification application MUST comprise of the requirements arranged in the order listed above. Submission could be disregarded for failure to comply with this instruction.

(ii)     Any company that submits fake documents shall be disqualified.

(iii)    Applicants should accompany submitted applications with a disclosure whether any officer of the YEDC is a former or present Director, shareholder or has any pecuniary interest in your company.

 

1.3     Evaluation of Prequalification Applications

Manufacturers, suppliers or contractors are required to meet pass/fail criteria synthesized from the requirements stated above. Inability of an applicant to fulfill these criteria shall result in disqualification.

 

1.4     Application Format and Signing

The applicant shall prepare one (1) original of the prequalification application and clearly mark it “ORIGINAL”. In addition, the applicant shall prepare two (2) copies of the pre-qualification applications and clearly mark each of them “COPY”.

 

All pages of the original and each copy of the application shall be signed by the person duly authorized to sign on behalf of the company. This authorization shall consist of a written authorization and shall be part of the prequalification requirements.

 

Each Lot must be applied for separately and all correspondences in respect of this application must be in English language.

 

1.5        Submission of Application

The applicant shall enclose the original in one (1) sealed envelope and all the copies of the application in another sealed envelope, duly marking the envelopes as “ORIGINAL” and “COPY”. These two (2) envelopes shall then be enclosed in one (1) single outer sealed enveloped marked “Pre-Qualification for 2012 FGN Capital Projects”. Indicating the Lot Number and description of the project on the top left hand corner of the envelope. Name of the company, mailing address, email address and GSM numbers shall be clearly stated on the reverse side of the inner and outer envelopes. The outer envelope must bear a statement “Do not open before on 17th July, 2012 by 2.00 PM. Submission of prequalification applications shall close at 12.00 noon 17th July, 2012.

 

The application must be delivered by hand to reach the address below:

 

The Chief Executive Officer

PHCN Yola Electricity Distribution Company

No. 2 Atiku Abubakar Road, Jimeta-Yola

Adamawa State, Nigeria

Applications shall be opened on 17th July, 2012 by 2.00 pm at the address stated

Above

 

This request for Prequalification Applications shall not be construed as a

commitment on the part of Yola Electricity Distribution Company (YEDC)

management nor shall it entitle responding applicants to seek any indemnity from YEDC by virtue of such applicants having responded to our request.

 

Further clarification/enquiry can be obtained from;

Principal Manager (Procurement)

Yola Electricity Distribution Company

No. 2 Atiku Abubakar Road

Jimeta Yola, Adamawa State

Gsm No: 08033000205 (Text message only)

 

Signed:

Management

PHCN Yola Electricity Distribution Company