Expression of Interest at Petroleum Equalization Fund (Management) Board

Petroleum Equalization Fund (Management) Board

Address: Plot 622, Cadastral Zone, AG Ambassadorial Conclave,

Central Business District, PM.B, 450 Garki GPO, Abuja

Telephone: (09) 4603-6105-9, 08077097114, 08077097124, 08077097126

 

Expression of Interest

Petroleum Equalisation Fund (Mgt) Board in compliance with the requirements of the Office of the Auditor General for the Federation wishes to appoint External Auditors for the period covering but not limited to the years 2011 to 2013. Interested reputable audit firms are requested to submit applications for expression of interest to be engaged as External Auditors for the Board.

 

Objective:

  • The appointment is for carrying out audit of the Board’s activities in line with international financial reporting standards for an initial period of three years subject to satisfactory performance.

 

Requirements:

  • The Audit firm shall provide the following:
  • Evidence of Accreditation with the Office of the Auditor General for the Federation for 2011 and 2012.
  • Evidence of relevant professional capability with a list of similar jobs completed in the last four years.
  • Demonstrate understanding of the Organisation’s Business.
  • Provide information of jobs done with PEF(M) Board in the past three years indicating the current status of the jobs.

 

Remuneration:

  • Firms that have satisfied the above are required to submit quotations based on the scale of fees issued by the Institute of Chartered Accountants of Nigeria (ICAN).

 

Submission:

Petroleum Equalisation Fund (Mgt) Board requests for 70 copies each of the firm’s Expression of Interest Brochure containing the above listed. This should be submitted in a sealed envelope to the address below on or before 30th March, 2012. The envelope should be clearly marked “EXPRESSION OF INTEREST FOR EXTERNAL AUDITORS.”

Interested Auditing Firms may obtain further information from the office of:

 

General Manager

Administration & Personnel

PEF (Mgt) Board

Plot 622 Ambassadorial Conclave

Cadastral Zone, C.B.D.

Abuja.

 

 

Expression of Interest for Contractors at Niger Delta Development Commission (NDDC)

The Presidency

Niger Delta Development Commission

Expression of Interest for Contractors

Introduction

The Niger Delta Development Commission (NDDC) in furtherance of Its mandate is planning to undertake several developmental projects for the even, rapid and sustainable development of the Niger Delta Region and is seeking to hire specialist contractors for the execution of the under listed works and services. The NDDC, therefore, request for the Expression of interests (Eol) from top flight, knowledgeable, competent and experienced contractors whose areas of competence and core businesses fall within the construction and research industries.

The specific projects and services for which contractor’s services are required and for which capacities are to be assessed are as follows:

 

Regional
S/No Project Type Project Description
1. Strategic  Planning,  Research &Mgt. Consultancy Services for  Mid Term Review of the NDRDMP
2. Canalization/Reclamation Canalization of River and dredging of Ogbudugbudu-Opuarna-Tsekelewu creek and reclamation and shore protection of parts of Tsekelewu town

 

3. Health Awareness champaign on hypertension. Diabetes mellitus. cancer and non-communicable diseases in the Region
4. Governance & Social Services Rural Telephony, for 45 Sites in the Niger Delta region
5. Energy/Power Supply Burutu/ Forcadoes Pilot Project for provision of sustainable Electricity project
6. ICT Broad Band initiatives across the Niger Delta States

 

S/No Project Type Town LGA Project

Description

Akwa Ibom State
7. Roads/Bridges Mbikpong Ikot Ibesikpe Asutan Construction of Mbikpong Ikot Udo Ekpo Mbiokporo Road
8. Energy/Power Supply Ibiono Itu Electrification of Ibiono Easter and Central Itan
9. Roads/Bridges Itu/Ibiono Itu Construction of Ikot Ebom Afaha Obio Eno Okpoto Uyat Nsan Road and Bridges
Bayelsa State
10. Energy/Power Supply Brass/Southern Ijaw Brass Electrification and installation of street light on Brass Iwoama Okpoama road in Brass LGA
Rivers State
11. Roads/Bridges Tormaka/Omu Kiri Ogu Bolo Construction of Tornaka-Omukiri Link Bridge Linking NDDC Sandfilling areas in ogo Bolo
12. Governance, Social Services & Sports Alesa Eleme Construction of Mini Stadium in Alesa

 

Submission of Expression of Interest for the Pre-Qualification

Of contractors

Every interested and suitably qualified contracting firm with real operating and relevant experience is invited to submit its Expression of Interest (EOI) document to be used for pre-qualification exercise. This is the first step in the process for the selection of suitable contractors. The EoIs are to be submitted in two parts:

 

A.        Corporate

1.         Evidence of Incorporation/Registration with relevant Authorities:

2.         Clear indication of a verifiable Head Office address, indicating address of Branch Office or Outlet in the Niger Delta Region arid a Utility Bill of the Office;

3.         Corporate Profile of the firm indicating ownership structure;

4.         Names and Curriculum Vitae of Principal, Partners arid Staff, indicating nature of partnership/practice;

5.         VAT Certificate;

6.         Evidence of Current Tax Clearance Certificate of the Principal Partner of the Firm for the past three (3) years duly certified and issued by the FIRS;

7.         Evidence of up to-date Annual Returns;

8.        Sworn affidavit that the firm is not bankrupt

9.         Sworn affidavit that none of the Principals/Associates of the firm is an ex-convict or bankrupt;

10.       Evidence of Financial Capability and Banking Support including Bank’s Reference and recent Statement of Accounts;

11.       A Statement of Interest, including a Statement of Availability to undertake the job (within agreed time-frame) with reference to personnel for the project team;

12.       An Undertaking/Assurance for the delivery of the project in line wrth the project’s brief,

13.       Telephone and Fax numbers of the firm;

14.       Websites and e-mail addresses of the firm.

 

B.        Technical

1.        Area(s) of speclalty/concentration of the firm;

2.         Technical Capability of the firm, including CV of relevant Staff; evidence of track records in the execution of similar projects;

3.         Letters of Reference, Evidence of Payment for similar jobs done in the past, with verifiable names and telephone numbers of contact persons from the awarding Institutions;

4.        CASHES and Quality Assurance Policies of the firm;

5.        An Itemized strategy with time schedule to ensure the smooth delivery of

the project;

6.         Any other information that will facilitate the evaluation of the consultant’s capability and track records.

 

Evaluation Criteria

Contractors are expected to comply with the above requirements as failure to, comply may lead to the cancellation of the Contractor’s submission. Contractors are to submit only genuine and verifiable documents as contractors who submit fake or fraudulently obtained documents would be disqualified and the attention of the relevant security agencies may be drawn. All submitted Expression of Interest (Eols) would be evaluated on the basis of the veracity of the corporate competence of the firm as submitted in the Eol documents and pre-qualification would be based on a series of factors as enumerated/assessed from the firm’s technical capabilities.

 

Other Relevant Information

  • The selection of Contractors will follow the provisions and procedures outlined in the Public Procurement Act, 2007;
  • Only Contractors who have been successfully pre-qualified would proceed to the next stage of the procurement process and would be duly notified through a publication on the Commission’s website;
  • Contractors can seek clarifications or request for additional information by writing officially to the Office listed below before the deadline for the submission of the Eol from 10am to 5pm, Mondays through Fridays (except Public Holidays);
  • Contractors are advised not to try to influence the selection process as this would lead to their immediate disqualification. Such Contractors may also be barred from seeking other Job opportunities from the Commission in the future;
  • All cost incurred by any Contractor in the preparation and submission of the Eol are to be borne entirely by the Contractor;
  • NDDC reserves the right to reject any or all Expression of Interest and to terminate the entire selection process at any time without any liability to the Commission.

 

Validity Period of the Expression of Interest

The Expression of Interest (Eol), written in English Language, must be submitted in two (Corporate and Technical) neatly addressed envelopes marked at the top left corner, “EXPRESSION OF INTEREST’, to the address stated below on or before Friday, 6th April, 2012.

 

All submissions should be addressed to:

 

The Managing Director/CEO

Niger Delta Development Commission

167, Aba Road, Port Harcourt

Rivers State.

Notice of Invitation for Bid at Central Bank of Nigeria

Central Bank of Nigeria

Notice of Invitation for Bid

 

1.0       Introduction

The Central Bank of Nigeria invites sealed bids from bidders for the provision of Consultancy services for the implementation of Business Continuity Management in the Central Bank of Nigeria.

 

2.0     Scope of Work

The project scope essentially will cover the review of the Business Continuity Strategy, development and implementation of an up-to-date Business Continuity Management

Program for CBN. Accordingly, the scope of work should entail:

 

1 BS 25999 Gap Analysis

  • Gap analysis/assessment of the existing BCM strategy, structure and practices of the Bank against BS25999 standards.
  • Development of BCM Implementation Program

 

2          Development/revision   and   implementation of BCM Framework

  • Development and implementation of BCM Policy
  • Development and implementation of BCM Organization and Governance Deployment of BCM Tools

 

3          Review and implementation of BCM Strategy

  • Business Impact Analysis
  • Risk Assessment
  • Implementation of Business Continuity Strategy
  • Implementation of Business Units Business Continuity
  • Plans and Incident Management Plans.
  • BCM Training and Awareness

 

4.         Exercise, Maintenance and Review

Business Continuity Plan Simulations/Drills

 

5          BS 25999 Certification

Following the successful execution of the above listed scope, the consultant will work with the CBN in achieving BS 25999 Certification.

 

3.0       General Requirements

Interested Service provider wishing to carry out the above job shall submit, amongst others, the following documents for verification :-

a.)        Evidence of registration with Corporate Affairs Commission

b.)        Evidence of payment of tax for the last three (3) years as and when due.

c.)        Comprehensive company profile including registered address, functional contact email address, GSM phone number(s), and detailed Resume of relevant staff.

d.)        Previous, verifiable evidence of experience on similar projects successfully executed in an organisation similar in size and complexity to the CBN (evidence of verifiable certificate of completion should be provided)

e.)        Reference letter from bank stating financial ability to carry out such project(s).

f.)         Current company’s audited statement of accounts.

g.)        The vendor must have internationally recognized certification in the solution they intend to provide.

h.)       The company must be registered by Computer Professionals Registration Council of Nigeria (CPN).

 

i)          Evidence  of employees  Retirement  Savings Accounts (RSA) with a pension Fund Administrator.

j)          Evidence of remitting employer and employee pension contributions to the appropriate pension fund custodian \

k)         Evidence of transferring all pension Funds and Assets prior to the commencement of the pension Reform Act to licensed pension operators.

 

4.0       Collection of Bid Document

Interested and competent consultants wishing to carry out the above job should collect the Invitation for Bid (IFB) document from the Secretary Major Contract Tenders Committee, PSSD (2nd Floor, Wing C) CBN Head Office Abuja on the payment of a non-refundable fee of N50,000.00 (Fifty Thousand Naira Only). The payment will be in Bank Draft payable to CENTRAL BANK OF NIGERIA.

 

5.0      Submission

The submission will be in two separate envelopes.

A.        The General  Requirements and the technical solution should be submitted in one wax sealed envelope boldly marked at the top left corner “Prequalification and Tender for implementation of Business Continuity Management in the Central Bank of Nigeria”.

 

B.     The Financial Bid should be submitted in another wax sealed envelope boldly marked at the top left corner.-“Financial Bid for Implementation of implementation of Business Continuity Management in the Central Bank of Nigeria”

 

The submissions should be addressed to:-

 

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C

CBN Head Office Complex,

Central Business District

Abuja, FCT Nigeria.

 

Fax No: 09-462-37215

E-mail: tenders@cbn.gov.ng

 

Closing Date

All submissions must be received at the above address on or before 23rd April, 2012.

 

Opening Date

The tenders shall be opened on 19th April, 2012 at Central Bank of Nigeria Head Office Complex Abuja, 2nd Floor Wing D Conference Room by 11 am.

 

Important Notice

A)        Only successful pro-qualified company(s) will have their Financial Bids evaluated. Full tendering procedure will be applied to consultants prequalified and found capable of executing the project.

 

B)        Nothing in the advert shall be construed to be a commitment on the part of the CBN.

C)     The successful consultants will be contacted

 

Signed

MANAGEMENT

Invitation to Expression of Interest (EOI) for Consultancy Services at Federal University Lafia

Federal University Lafia

P.M.B.146, Lafia, Kiasarawa State

Invitation to Expression of Interest (EOI) for Consultancy Services

 

1.       The Federal University, Lafia, proposes to implement under the special intervention of the Federal Government of Nigeria through the Tertiary Education Fund (TET Fund), the production of Physical Master plan documents for the University. in line with prevailing regulations guiding physical development of Universities, the University shall require the services of registered Consultants/Firms for the following pre-development documentations:

 

A.      Survey and production of contour map of the University permanent site;

B.      Production of Geophysical/Geotechnical Studies of the University permanent site and

C.      Production of University Physical Masterplan of the University permanent site.

 

Consequently, reputable Consultants/Firms that are interested in providing any of the stated consultancy services are requested to submit their Interest (EOI) for that purpose.

 

2.    Pro-Qualification Criteria

Interested contractors should submit the following documents:

I.       Evidence of incorporation with Corporate Affairs Commission (CAC);

II.      Evidence of Company registration with the Council for the Regulation of Engineering in Nigeria (CGREN) in the case of Geo-physical investigation, and Town Planning Registration Council (TOPREC) for the Physical Masterplan;

III.     Evidence of registration of principal partner with  the relevant professional association and regulation body as mentioned above;

IV.     Copy of Memorandum and Articles of Association (if in association with other professionals);

V.      Corporate profile of Firm, including registered addresses, functional email addresses, GSM phone number(s) etc;

VI.     Company’s Audited Account for the last three (3) years

VII.   Value Added Tax (VAT) current/valid certificate

VIII.  Evidence of remittance of VAT to the Federal Inland Revenue Service (FIRS)

IX.     Evidence of payment of withholding Tax for the last three (3) years as and when due;

X.      Evidence of Compliance with Pensions Reform Act, and up to date remittance of Employees’ Pension Fund Contribution in line with section 6d  of the Public Procurement Act 2007;

XI.     Evidences of certified completion of similar documents in the last five years;

XII.   Sworn Affidavit indicating the authenticity of information provided to be true in every respect that the company is not in receivership and none of its Directors were ever convicted of fraudulent activity.

XIII.  Any other relevant information.

3.       Submission

Submission of EOI should be accompanied by the listed required documents and forwarded in a wax-sealed envelope boldly marked at the top-left corner “EOI (indicating the preferred professional service) for Federal University addressed to:

The Registrar,

Federal University Lafia

P.M.B. 146, Lafia, Nasarawa State.

Tenders should be dropped in the Tender box located at the gate house at the University’s Take-off site, Unguwar Akunza, Obi road, Lafia.

 

Closing Date

All submissions must be received at the above address on or before Monday 26th March, 2012.

 

Important Notice:

a)       All tenders must be received not later than 12.00pm on the above date and shall be opened on the same day at 2.00pm in the temporary Conference Room of the Take-off site. Representatives of all bidding companies and the general public are invited to attend the opening exercise.

b)      Only short-listed consultants/firms shall be contacted;

c)       Nothing in this advertisement shall be construed to be commitment on the part of the Federal University, Lafia; and

d)      The names of successful pre-qualified consultants/Firms will be published and posted on the University notice boards at the University take–off site.

 

Signed

Registrar

 

Construction of 5 Blocks of Three Classrooms with Offices at the College of Health Sciences and Technology, Ijero-Ekiti

College of Health Sciences and Technology,

P.M.B 316

Ijero-Ekiti, Ekiti State of Nigeria

Tender Notice

 

Tenders are hereby invited from competent, reputable and interested Contractors with relevant experience and good track records for the:

 

Construction of 5 Blocks of Three Classrooms with Offices at the College of Health Sciences and Technology, Ijero-Ekiti

 

Tender Requirements

i.        Evidence of company Registration with Corporate Affairs Commission.

ii.       Evidence of registration with the College of Health Sciences & Technology, Ijero-Ekiti.

iii.      Evidence   of  registration   with   Bureau   of  Public Procurement of Ekiti State.

iv.      Evidence   of Company’s Current Tax   Clearance Certificate for the last three consecutive years.

v.       Evidence of payment of Development Levy in Ekiti State for the last three years.

vi.      Evidence of Business Premises Registration with the Ministry of Commerce of Ekiti State.

vii.     Evidence of Financial Capability or Bank Support.

viii.    Company’s audited account for the last three years.

ix.      Evidence of payment of a non-refundable tender fee of N30, 000 per block of three classrooms with offices.

x.       Evidence of the execution of previous works similar in nature.

xi.      Comprehensive Company profile.

 

Collection   and   Submission   of Tenders

(a)     The detailed specifications and working drawing of the works to be done are as contained in the tender documents which are available for collection from the Works Department of the College upon payment of tender fees to Enterprise Bank Plc, Ikoro-Ekiti Branch. Acct. No: 1101014523.

(b)     All tenders should be submitted to the College not later 26th March, 2012

 

(c)      All tenders should be submitted in sealed envelopes (2 copies) with the title of the contract clearly indicated on the top left corner of the envelope and addressed to:

 

The Provost,

College of Health Sciences and Technology,

Ijero-Ekiti

 

Kindly note that tenders will be opened on the closing date of this advertisement by 12:00pm please.

 

Signed:

Mr. R. S. A. Aluko

Ag, Registrar