Request for Bids and Proposals at United Nations Development Programmes in Ondo State

Government of Ondo State, Nigeria/United Nations Development Programme (UNDP)

 

Request for Bids/Proposals

 In furtherance to UNDP assisted Development Programmes in Ondo State, the State Partnership Implementation Committee (SPIC) has endorsed for implementation activities in the 2012 Annual Work Plan (AWP) under Capacity for Governance Programme (CGP), Economic Governance Programme (EGP) Private Sector Development Programme (PSDP) and Sustainability and Risk Management Programme (SRMP)-(Environment Risk). Consequently, the SPIC invites Technical and Financial Bids/Proposals from suitably qualified Bidders on any of the following activities:

 

Lot 1(A)  – Capacity For Governance Programme (CGP)

(i)      Establishment of Information Action Centre in each of the senatorial district of the State.

(ii)     Support CSOs on engagement with budget process & training of Local Government counselors in the state on budget process.

(iii)    Training of officers of State Due Process office on the modern trend in procurement and price regulation.

(iv)    Conduct sensitization workshop for senior staff of the state civil service on Procurement Legislation.

(v)     Capacity building for procurement officers in the State

 

Lot 1(B)   – Governance and Peace Building

(i)      Upgrading and Optimization of the OPD’s (Office of Public Defenders) web Portal to have webmail, content management system, online report management system etc.

(ii)     Conduct training workshop for OPD’s staff on ICT

(iii)   Conduct training workshop for legal and paralegal officers of OPD on

counseling and mediation

(iv)    Organize A-day stakeholders meeting on OPD’s modus operandi and service utilization with a view to attract more funding from government.

 

Lot II          Sustainability and Risk Management Programme (SRMP) (Environmental Risk)

(i)      Develop manual and train relevant stakeholders on Hazardous Waste and Risk Management.

(ii)     Organize Capacity Building on Clean Development Mechanism (CDM)

and Global Carbon Market.

(iii)    Develop a Characterization and Environment Management Plans of eater

bodies in the State.

(iv)    Organize empowerment workshop for selected NGOs on Creating  awareness on the Environment in some selected communities in the State.

(v)     Development and dissemination of Action Plan on Climate Change

Response Strategy for Ondo State.

(vi)    Establishment of three (3) Flood Early Warning System in the State

 

Lot III        Private Sector Development Programme (PSDP)

(i)      Develop and launch State Re-Investment document (policy, strategy, plan blueprint etc).

(ii)     Develop and launchstate agric commodity investment document (policy, strategy, plan blueprint etc).

 

Lot IV        Economic Governance Programme

(i)      Develop an implementation monitoring manual of the State Medium Term

Development Plan

(ii)     Conduct training for staff on the M&E framework of State Medium Term

Plan- including key indicators on MDGs & State Plans.

(iii)    Conduct a review on statistical method for quality improvement of State

Statistical Year Book (with focus on social and economic indicators)

(iv)    Conduct compilation of State’s Aid flow data base of the developed State

Aid coordination framework linked to federal DAD).

(v)     Conduct training for professional staff on budgeting, fiscal management

and fiscal architecture.

(vi)    Conduct a fiscal policy capacity building workshop for career staff on toolkit/ training manual for implementation.

 

Lot V                   Governance of the Country Response to HIV/AIDS

(i)      Conduct Study on Socio-economic Impact of HIV/AIDS in Ondo State in

SLGAs

(ii)     Carry out State level Consultations on Ownership and Sustainability of the AIDS Response.

 

NOTE: Interested Bidders should contact the SPIC Chairman’s (Partnership Manager) Office at the Intergovernmental Affairs & Multilateral Relations, Governor’s Office, and Akure for the Terms of Reference and other details. Five (5) copies of the Technical and Financial Bids packed separately and enclosed in one envelope, marked at the top left corner (written boldly the Lot(s) of interest) should be submitted to the address below:

 

The Chairman/Partnership Manager,

ODSG/UNDP-State Partnership Implementation Committee

Intergovernmental Affairs & Multilateral Relations

(IG&MR),

Governor’s Office,

Akure, Ondo State.

 

Please note that the closing date for the submission of bid(s) is on or before 31st May 2012.

 

Femi Aladenola

For: State Partnership Manager

Invitation for Pre-Qualification to Tender at Federal College of Freshwater Fisheries Technology,

Federal College of Freshwater Fisheries Technology,

P.M.B. 1500, New Bussa, Niger State

 

Invitation for Pre-Qualification to Tender

1.0     The Federal College of Freshwater Fisheries Technology, New Bussa, Niger State: a parastatal under the Federal Ministry of Agriculture and Rural Development hereby invites suitably qualified and interested contractors for pre-qualification to tender for the College’s Capital Project for year 2012 in line with Public Procurement Act 2007.

 

2.0     Scope of Work

Lots            Job Title

1.1              Purchase of metrologic.al centre equipments

1.2              Purchase of survey equipments

2.1              Purchase of motor vehicles

3.1              Construction of boys quarters

3.2              Construction of Gate house and fencing of Provost residence

4.1              Construction of College entrance gate

4.2              Construction of Access road and culverts

5.1              Construction and furnishing of Classrooms

6.1              Construction of entrepreneurship centre

6.2              Construction of Steam generator house

7.1              Purchase of Audio-Visual equipment for extension services

8.1              Drilling of motorized borehole with overhead tank

8.2              Construction of fishery department office and store

8.2              Construction Water Recirculatory System for fingerling

8.4              Fencing of earthen ponds

8.5              Construction of fish processing lab

8.6              Construction of moulders for fibre glass tank production

8.7              Renovation of existing hatchery

8.8              Supply of pelleting machine

8.9              Supply of Digital water quality test kit (multipurpose)

8.10            Supply of Lawn mowers

8.11            Supply of hand held GPS

8.12            Construction of boat trolley.

9.1              Consultancy for architectural design and preparation of BOQ’s

 

3.0     Pre-Qualification Requirements

All interested and qualified contractors should submit the following documents/information for assessment and consideration.

i.        Evidence of Registration of company with Corporate Affairs Commission.       Ii.          Evidence of registration with Pehcom.

iii.      Evidence of Registration with FIRS for VAT collection and TIN.

iv.      Evidence of similar jobs executed in the last 4 years.

v.       Evidence of financial capability and possible bank support.

vi.      Evidence of Registration with professional bodies,

vii.     Tax clearance certificate to be valid up to 31 /12/2012

 

4.0     Pre-qualification document

BOUND pre-qualification document should be submitted in sealed envelope marked “pre-qualification for..(indicate specific project and Lot No. of interest)” addressed to the Provost, Federal College of Freshwater Fisheries Technology, New Bussa and deposited into tender box at the Secretary to the Provost’s office on or before 8th June 2012

 

5.0     Opening of Pre-qualification Bidders

The pre-qualification envelope will be opened on Monday, 4th June 2012 at 11.00am in the College Con­ference Room. All bidders or their representatives and NGO’s ate invited to witness the bid opening.

 

6.0     Collection of Tender Document:

Only pre qualified contractors/suppliers shall be invited to send in their financial bids upon payment of non-refundable tender and processing fees of N20,000.00 (Twenty Thousand Naira) only per Lot.

 

Please Note

A)      This advertisement should not be considered as a contract award or any  commitment on the part of the College.

B)      The College is not bound to consider a specific tender and shall not engage        in any unnecessary correspondence on the matter.

 

Signed

Provost/CEO, FCFFT, New Bussa.

 

Expression of Interest at Lagos University Teaching Hospital

Lagos University Teaching Hospital

Private Mail BAG 12003, Lagos, Nigeria

 

Expression of Interest

 

The Lagos University Teaching Hospital invites interested contractors and property developers to submit proposals for the underlisted Projects in its Premises at Idi- Araba, Surulere, Lagos, under Public-Private Partnership:

 

Lot A:         Building of a Shopping Complex

Lot B:         Building of a Sports Complex

Lot C:         Building of Staff Quarters.

 

Interested Companies should submit their Technical bids which will include but not limited to the following:

 

1.       Evidence of Incorporation of Business Name and Registration

 

2.       Evidence of Registration with the Federal Ministry of Works.

 

3.       Company Audited Account for three (3) years.

 

4.       Evidence of Tax Clearance Certificate.

 

5.       Evidence of Financial Capability and Banking Support.

 

6.       Experience/Technical Qualification and experience of key personnel.

 

7.       Similar projects executed arid evidence of knowledge in the industry.

 

8.       Equipment and Technological Capability.

 

9.       Annual Turnover.

 

Pre-qualified applicants will be invited to inspect the sites and obtain all necessary drawings before the submission of financial bids/final proposal.

 

Interested applicants should send in their documents to:

 

The Chief Medical Director

LUTH, Idi-Araba.

 

Applicants should clearly indicate the LOT on the envelope and drop in a tender box opened in the office of the Director of Administration on or before Friday 8th June, 2012.

 

Signed: Prof. Akin Osibogun

Chief Medical Director

 

Expression of Interest for Statutory Audit of FIRS at Federal Inland Revenue Service, Abuja

Federal Inland Revenue Service

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

www.firs.gov.ng

 

Expression of Interest for Statutory Audit of FIRS

 

Introduction:

The Federal Inland Revenue Service (FIRS) seeks to engage the services 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:

  • Be a duly licensed Accounting firm with one of the professional accounting bodies and has been in existence for at least 10 years;
  • Show evidence of Registration with the office of the Auditor General of the Federation;
  • Show evidence of all of the Partners current Tax Clearance Certificate showing a tax history for the last 3 years;
  • Show evidence of Certificate of Registration with the Corporate Affairs Commission;
  • 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;
  • 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;
  • 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;
  • State the staff strength of the firm; and
  • Where applicable, evidence of PAYE deduction and remittance to the relevant Tax Authority.
  • Evidence of compliance with section 6(1)-(3) of the Industrial Training Fund Amendment Act 2011as they relate to training contributions by liable organizations

 

3.       Submission of Documents

Expression of Interest (EOI) for the audit work must be in sealed envelopes clearly marked EOI for External Audit Services addressed  and hand delivered (not sent courier) to:

 

The Director,

Procurement Department (Room 128),

Support Services Group,

Federal Inland Revenue Service,

15. Sokode Crescent, Wuse Zone 5. Abuja.

 

4.       Closing Date for Submission of Documents

All Expression of Interest documents must be submitted on or before 29th May, 2012 by 12.00noon. The documents will be opened at 1.00pm on the same day (29 May, 2012) in the presence of representatives of the bidding External Audit firms. Documents received will be evaluated, successful firms will be shortlisted and given tender document to submit Proposal for Statutory Audit of FIRS.

 

Notes:

a.       This is not an invitation to tender

b.       Submitting Expression of Interest (EOI) does not commit FIRS to awarding contract to a firm

c.       The Federal Inland revenue Service  reserve the right to verify claims made by any firm

d.       Tendering false document is an offence which will lead to disqualification and prosecution.

 

5.       For all enquiries:

Please call 08074983355

Mail: firsprocurement@firs.gov.ng

 

Signed:

Secretary, FIRS Tenders Board

For: Ag. Executive Chairman,

Federal Inland Revenue Services

 

Invitation for Pre-Qualification at Federal Inland Revenue Service, Abuja

Federal Inland Revenue Service

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

 

Invitation for Pre-Qualification

 

Introduction:

The Federal Inland Revenue Service (FIRS) invites prospective Contractor, Suppliers and Vendors to pre-qualify to undertake works, goods and other Services in the 2012 Financial Year

 

2.       Areas of Need

Package 1   Supply of Operational Vehicles

Lot 1 Supply of operational vehicles Care

Lot 2           Supply of operational vehicles Buses

Lot 3           Supply of Ambulances

Lot 4           Supply of Trucks /Light duty vehicles

 

Prospective contractors for the above are required to be authorized distributors of the brand they are offering and to meet the general requirements in paragraph 3 below.

 

Package 2   Renovation/Construction of FIRS Office Buildings

Category A:                   Under N20m

Category B:                   N20m           N50m

Category C:                   N50m  N200m

Category D:                   N200m  N500m

Category E:                    N501m  & Above

 

Turnover must be evident on Tax Clearance Certificate Category desired must be supported by Turnover on the Tax Clearance. Officers of the prospective firms should all be registered with their relevant professional organizations

 

Package 3   Modernization of FIRS Offices

 

Lot 1 ICT:

A.      Supply and installation of Computer and accessories:

B.      Provision of Internet access and bandwidth:

C.      Provision of Structured Local Area Network (LAN) Cabling.

D.      Enterprise SAN storage:

E.      Enterprise license agreement:

F.      Other related services.

 

Contractors/Vendors/Service providers in this category are required to forward evidence of membership of the relevant computer association, society or organization

 

Lot 2 Supply and Installation of office equipment

A.      Photocopiers,

B.      Safes.

C:      File Registry:

D:      Refrigerators.

F.      Shredding machines:

G.      Scanners:

H.      Water dispensers

 

Lot3.          Supply and Installation of Office Furniture

Only companies that have furniture production factories in Nigeria and can demonstrate capacity to meet large orders of very high quality furniture may be considered

 

Lot 4 Supply, Installation and maintenance of Elevators

Only well-established providers with track record may be considered

 

Package 4   Supply and Installation of Electricity equipment

Lot 1           Supply and installation of Generators

Lot 2                    Supply and installation of Electricity Transformers

Lot 3                    Supply and installation of Electricity power inverters

Lot 4                    Supply and installation of Solar Power System

Lot 5                    Supply and installation of street lights

 

Package 5   Supply of Communication Equipment

Lot 1                    Supply of Public Address and Conferencing Systems

Lot 2                    Supply of Multimedia Platforms

Lot 3                    Supply of Photography/Recording Equipment

Lot 4                    Supply of Video Studio Equipment

Lot 5                    Supply of Audio Studio Equipment

Lot 6                    Other communication Equipment

 

Package 6   Supply of Office Materials

1.       Supply of Non-security Documents

2.       Supply of Books (Books and e-Books)

3.       Supply of drugs and medical supply

 

Package 7   Supply of Computer Materials

 

Package 8   Maintenance of Plant & Equipment

 

Package 9   Provision of Consultancy and Professional Services

Lot 1           Financial Services

Lot 2           Engineering Services

Lot 3           Legal, Architectural, Quantity Survey and Project Management Services

Lot 4           Other Professional Services

 

Package 10 Supply and installation of Security & Safety Equipment Access Control Security surveillance equipment smoke/fire detectors and control   equipment and related services

 

Eligibility to Participate

Interested reputable contractors and Service providers must have necessary competences and possess the following:-

i.        Certificate of the Company’s Registration/Incorporation verifiable from Corporate Affairs Commission.

 

ii.       Company’s current Tax Clearance Certificate issued by the proper authority.

 

iii.      Evidence of membership of the relevant professional association, society or organization.

 

iv.      Tax Identification Number

 

v.       Company profile reflecting executive capacity, plant & Equipment owned and Personnel (where applicable).

 

vi.      Evidence from the company’s barkers of its financial capacity to undertake the Services it is bidding for. In addition prospective services providers shall be required to demonstrate that they are financially capable to provide service which they may be offered, following this general prequalification. Please note that bankers letter merely stating that the applicant is a customer within any turnover range is not conclusively indicative of financial capacity and therefore not acceptable. The service shall require more rigorous proof of financial capacity

 

vii.     A sworn statement that the company is not in receivership or financially/Legally encumbered

 

viii.    A sworn affidavit of disdosure; to disclose clearly if any of the officers (or related persons) of the Federal inland Revenue Service (FIRS) or Bureau for Public Procurement is a former or present Director of the company and that the company does not have any Director who has been convicted in any country for any criminal offence relating to fraud or financial impropriety

ix.      A sworn affidavit that the company is not a replacement for a hitherto tax defaulting company

 

x.       Verifiable documentary evidence of similar and other jobs successfully executed within the last three years. Such evidence shall be in form of valid and verifiable letters of award of contract, contract agreement and completion certificates or Interim Payment Certificates

 

xi.      Evidence of having fulfilled all obligations in relation to pensions and social security contributions in accordance with the provisions of the Pensions Act 2004

xii.     Evidence of compliance with section 6(1)-(3) of the industrial Training Fund Amendment Act 2011 as they relate to training contributions by liable organizations.

 

4.       Not Eligible

All Contractor who have defaulted on previous contract(s) awarded to them by FIRS

 

5.       Submission of Prequalification Documents

Interested and reputable companies are required to enclose all pre-qualification documents in sealed envelopes, marked 2012 Pre-qualification indicating the desired package/Lot boldly on the envelope and addressed to:

 

Director, Procurement Department

Corporate Development Group

Federal Inland Revenue Service

Revenue House (Room 128)

15 Sokode Crescent, Off Michael Okpara Street

Wuse, Zone 5, Abuja.

 

The envelopes must be hand-delivered (not by courier), registered in the office of the Director, Procurement Department and thereafter dropped in the tender box provided for the purpose on or before 29th May 2012 by 12:00 noon

 

6.       Closeting Time and Date for Submission of Documents

The closing time and data for submission of all pre-qualification documents shall be on or before 29th May 2012 by 12.00 noon.

 

7.       Opening of Prequalification Documents

All pre-qualification documents shall be opened at 1.pm immediately after the close of submission on 29th May 2012. Names of successfully pre-qualified contractors will be published and posted on the FIRS Notice Board at the Headquarters, on the Service website and added to the database of existing contractors

 

Notes:

a)       This is not an invitation to tender

b)      Interested Contractors/Service providers who had been pre-qualified in 2012 or who are currently working for FIRS need not apply. However they are required to provide the following information and any other information they consider necessary which will be used to update their information on the FIRS contractors database

  • Current Tax Clearance Certificate (TCC)
  • Evidence of change of address (where applicable)
  • Any other relevant document/information, including active contact detail

c)       The Federal Inland Revenue Service reserves the right to verify claims made by any contractor and /or prospect

d)      Pre-qualification does not commit FIRS to awarding contracts to those pre-qualified

e)       Tendering false documents is an offence and will lead to disqualification and prosecution

f)      A prospect is encouraged to register only for the area of its main/core competence and experience. Multiple registrations (across the listed packages) will not improve the chances of success in the consideration for award of contract.

 

Enquiries:

For all enquiries

Please call 08074983355

Mail: firsprocurement@firs.gov.ng

 

Signed:

Secretary,

Procurement Planning Committee/Tenders Board

For: Ag. Executive Chairman, Federal Inland Revenue Services