Invitation for Pre-Qualification for Construction of Supreme Court Clinic at Supreme Court of Nigeria

Supreme Court of Nigeria

Office of the Chief Registrar

Three Arm Complex, Central District, P.M.B 308, Abuja

Tel: 09-2344762

 Invitation for Pre-Qualification for Construction of Supreme Court Clinic

 The Supreme Court of Nigeria wishes to pre-qualify competent contractors who may wish to tender for the job as below; and accordingly invites those that are competent, experienced and reputable to apply.

 Construction of Supreme Court Clinic:

 Requirement for Pre-qualification

Prospective contractors should posses the following documents:

a.       Evidence of Company registration with the Corporate Affairs Commissions

b.       Current Tax Clearance for the last three years

c.       Value Added Tax Certificate

d.       Company profile including details of key personnel, staff strength

e.       Details of plants and equipment including machineries owned or to be hired

f.       Names(s) and addresses of Bank(s) including letter of reference guarantee from the Bank, evidence of involvement and experience in similar contract, stating contract sums and showing evidence of award and duration of completion.

 Submission of Pre-Qualification Documents:

Pre-qualification documents should be enclosed in sealed envelope marked “CONSTRUCTION OF SUPREME COURT CLINIC” and must be returned on or before 31st July, 2013 and addressed to:

 Secretary Tenders’ Board Supreme Court of Nigeria

P.M.B.308 Abuja

 Note:

a.       This is not an invitation to tender for the job

b.       Late submission will be rejected

c.       This advertisement for “pre-qualification” shall not be construed to be commitment on the part of the Supreme Court of Nigeria, Abuja nor shall it entitle the applicant to make any claim whatever and seek any indemnity from the Supreme Court of Nigeria, Abuja by virtue of such applicant having responded to this advertisement.

d.       Request for pre-qualification should be very clear about the area of proven competence and interest.

e.       After this Pre-qualification exercise, tenders for the contracts will be accepted only from pre-qualified contractors and the Supreme Court of Nigeria shall not enter into any correspondence with unsuccessful applications.

 

Signed:

Chief Registrar

Request for Proposal for the Tracking of TV and Radio Jingles for the Tb Program in Nigeria at The Association for Reproductive and Family Health (ARFH)

Request for Proposal for the Tracking of TV and Radio Jingles for the Tb Program in Nigeria

 The Association for Reproductive and Family Health (ARFH), a non-governmental and non-profit organization, intends to apply part of the Global Fund Round 9 Tuberculosis (TB) Grant to track the placement of Television Commercial and Radio Jingles in Nigerian media stations. ARFH now invites two (2) separately sealed Technical and Financial bids from Media Tracking/Monitoring Consultancy outfits.

 Project: Engagement of a Media Tracking/Monitoring Consultant for the Radio and TV Jingles Awareness Campaign in Nigerian Media Stations.

 Scope:

  1. To monitor and Track 18 TV English Slots already placed with NTA
  2. To monitor and Track 17 Radio English Slots placed with National FRCN
  3. To monitor and Track 93 Radio Hausa Slots placed with Kaduna FRCN
  4. To monitor and Track 93 Radio Ibo Slots placed with Enugu FRCN
  5. To monitor and Track 93 Radio Yoruba Slots placed with Ibadan FRCN

 Pre-qualification:

Your company must be a registered Media organization with the requisite experience and track records for the tracking and monitoring of Jingles. The documents below must be made available in the sealed Technical bid (the scoring for each is stated and will be used as such in the selection. Please Note that the financial bid will not be opened if the score for the Pre-qualification is below 50% score):

  •  Company Profile with in-country staff strength and registration with relevant professional bodies-25%
  • Evidence of company’s incorporation with Corporate Affairs Commission (CAC) – 10%
  • Evidence of recent annual Returns to Corporate Affairs Commission – 10%
  • Evidence of three years (2010 – 2012) Tax Clearance Certificate – 10%
  • Evidence of a Tax Identification Number (TIN)- 10%
  • Evidence of past jobs with details of existing contracts with other organizations if any – 25%
  • Evidence of current audited accounts of your firm for the past three years (2010 – 2012) – 10%

 

Financial Bid/Price Quotes:

The least compliant price shall be selected after the financial bid analysis.

You are expected to present your price quote for all the media locations as displayed in the scope above.

 Method of Submission:

Original copy of the 2 bids shall be submitted sealed separately in an envelope marked on the top right side with ‘TB TV & Radio Jingle – Technical Bid’ and ‘TB TV & Radio Jingle – Financial Bid’ and addressed to:

 The Chairman,

Procurement Committee,

Association for Reproductive and Family Health (ARFH)

Millennium Builder’s Plaza, 1st Floor, Block C,

Plot 251 Cadastral Zone

Herbert Macaulay Way, Opposite NNPC Towers

Abuja, Nigeria

Tender Notice at Shell Petroleum Development Company of Nigeria Limited

The Shell petroleum development Company of Nigeria Limited

Operator of the NNPC/Shell/TEPN/Agip Joint Venture

Tender No: UIG/MM/PHC/2013/007

Tender Title: Disposal of Written-Off Obsolete/Scrap Boats and Heavy Fleet Vehicles at Shell Kidney Island (KI), Industrial Area (IA) Port Harcourt, Osborne Jetty Lagos, and Shell Industrial Area, Ogunu, Warri.

Introduction

SPDC hereby invites reputable and competent Nigeria Companies with the requisite expertise and experience to apply for consideration of inclusion in the commercial bid for the items listed in the LOTS below.

 Items Include:

Lot No. Qty Item Description and Location
Lot 01/Marine Vessels 3 Two at Osborne Jetty Lagos and at Shell Kidney Island Port Harcourt
Lot 02/Boats 19 Disused boat at Shell Kidney Island in Port Harcourt
Lot 03/Hovercraft 3 Griffon Hovercraft at Shell Kidney Island in Port Harcourt
BATCH 2:
Lot 04Heavy Vehicles

 

5 Trucks and forklift at SPDC I-A, Port Harcourt
Lot 05Heavy Vehicles 10 Trucks and Cranes at SPDC 1-A, Ogunu, Warri
Lot 06Heavy Vehicle 10 Truck and Crane at SPDC I-A, Ogungu, Warri

 Pre-Qualification Criteria

Interested reputable companies are invited to submit the following documents for pre-qualification:

  1. Application Letter, which MUST be written on company’s letterhead paper
  2. Names of 2 company representatives
  3. Evidence of Bank’s willingness to offer financial support to the value of twenty million naira (NGN20,000, 000.00)
  4. Clear and unambiguous address for easy mail delivery (Not P. O. Box).
  5. Evidence of Legal structure – Certificate of Incorporation.
  6. Evidence of past experience in the management of vessels/boats and heavy fleet vehicles.

Two (2) copies of the pre-qualification package must be submitted in an envelope to the Vendor Service Centre at the address below on or before 13th august, 2013. Please note that Pre-qualification Information not delivered or received before the closing date as specified above shall be disregarded.

All Pre-qualification documents shall be sealed and marked: “UIG/MM/PHC/2013/007 and addressed to;

The Secretary to the Tender Board Secretariat,

Via The Vendor Services Centre

Contractors’/Visitors’ gate, I.A, Port Harcourt.

The Shell Petroleum Development Company of Nigeria Limited

 

In all correspondences, please quote the Tender Number and title as shown above.

Please also note that:

  1. Only pre -qualified companies that have meet SPDCs Integrity Due Diligence (1DD) will be invited to take part in the commercial tender.
  2. This advertisement of “Invitation to Pre-qualify” shall not be construed to be a commitment on the part of NNPC/SPDC to award any form of contract to your company and/or associated companies, sub-contractors or agents; nor shall it entitle any company submitting documents to claim any indemnity from NNPC/SPDC and/or any of its partners.
  3. NNPC/SPDC reserves the right to take the final decision on any of the documents received in your pre-qualification package.
  4. NNPC/SPDC will deal only with authorized officers of the companies submitting documents and NOT through individuals or agents.

Consultancy for Financial Management Capacity at Institute of Human Virology, Nigeria

Institute of Human Virology, Nigeria

Consultancy for Financial Management Capacity

Terms of Reference for Financial Management Capacity Assessment and Building for the National Tuberculosis and Leprosy Control Program (NTBLCP)

Background:

National Tuberculosis and Leprosy Control Program (NTBLCP) is a program in the Federal Ministry of Health (FMoH) responsible for the coordination of all activities aimed at the control of Tuberculosis and Leprosy in Nigeria. In a bid to strengthen the capacity of the NTBLCP – especially in the area of financial management of The Global Fund Tuberculosis Grant – the two Principal Recipients of the Tuberculosis Grant [Institute of Human Virology Nigeria (IHVN) and Association for Reproductive and Family Health (ARFH) are required by Global Fund to build a sustainable financial management system for NTBLCP.

 

Objective:

The objective of this financial management capacity assessment is to clearly identify and close existing gaps observed in funds management by the existing financial team. This is required to build the capacity of NTBLCP to manage funds efficiently and effectively thereafter. This will include the critical assessment of the following key financial management areas:

  • Planning and budgeting
  • Accounts record-keeping
  • Financial and grant reporting
  • Financial controls
  • Adherence to prescribed finance and procurement procedures and policies.
  • Adequate staff capacity (Assess, build, train, operate, and transfer)

 

Scope of Work:

The consultant will be required to: –

  • Assess adequacy and suitability of the current financial system including but not limited to, the organization of the financial management function; treasury management system; accounting system; procurement system; asset management system; internal control system, and external assurances arrangements; and based on the findings, make recommendations to improve the above.
  • Assess the capabilities of the finance team.
  • Review of Job descriptions and profiles (skills, competence) for the finance team.
  • Restructure the finance to be more functional and responsive to donor requirements.
  • Assess the current finance policies and procedures (with emphasis on internal controls and risk mitigation measures, including, but not limited to misapplication and misappropriation arising from delays in the timely retirement of advances). The consultant shall assess the strengths and weaknesses of internal controls and recommend areas for improvement”
  • Review and make recommendations on effective and efficient budgeting, financial monitoring, internal audit and grant management functions.
  • Share knowledge and document financial best practices with the NTBLCP Finance team and the management.
  • Review and recommend upgrades to the physical security arrangement for cash and financial documents including an appropriate data back-up system.

 

Expected Outcome and Deliverables:

  • A clear report with key findings and recommendations. Suggested areas for improvement should be prioritized according to risk level and impact.
  • Documentation of key gaps in the capacities of the finance team and recommended course of action for improvement.
  • Recommend (Identify) suitable training for Finance team on weak areas identified.
  • Review and improve financial internal controls.
  • Recommend, document, and implement mechanisms to eliminate deficiencies in financial management.
  • Recommend and implement an efficient and effective finance structure including the hiring of capable staff.
  • Design and implement an appropriate capacity building program that will enhance the capacity of the NTBLCP finance staff to be able to use and trouble-shoot Quick Books accounting package.
  • Clearly outline the roles and responsibilities of the respective PRs (ARFH and IHVN) in the capacity building program, and for areas that is inappropriate for the PRs to cover, suggest Technical Assistance for capacity building.

 

Reporting:

The consultant will report directly to the Institute of Human Virology, Nigeria, through the Director of Finance. The Consultant will provide an electronic version of all the required deliverables. The reporting will be completed in a form and substance acceptable to the Institute of Human Virology, Nigeria. The consultant will be required to submit a monthly progress report.

 

Competency and Expertise Requirements:

The competencies/qualification of the consultant will include the

  • Profile of consulting firm including track record in financial management capacity assessment and should be competent to conduct such an assessment;
  • The consultant must be impartial and independent from all aspects of management and should not have financial interests in the NTBLC directly or indirectly through related entities. S/he should not, during the period covered by the assessment nor during the undertaking of the assessment or during the last year prior to the assignment, be employ by, or have any financial or close business relationships with any official in the management of the NTBLCP;
  • The consultant is required to disclose in writing that s/he does not have any relationship that may possibly compromise his/her independence;
  • If hiring staff, the consultant should employ staff with appropriate professional qualifications and suitable experience, including experience in reviewing entities comparable to NTBLCO in size and complexity;
  • Curriculum vitae (CV) of all members of the assessment team should be provided. The CVs should include details on assessments carried out by the relevant staff, including ongoing assignments indicating responsibilities assumed by them, and their qualifications and experience in undertaking the specified assignments;
  • The consultant must hold a valid license/permit to perform financial audit/ business consulting services;
  • The team leader should have at least 7 years of successful experience in provision of financial and business consultancy services.

Duration:

The duration of this assignment is not expected to last for more than one year.

 

Submission Deadline

5th August, 2013.

 

Contact:

Procurement Unit

Supply Chain Management Department

Institute of Human Virology, Nigeria

Pent House, Maina Court, Plot 252, Herbert Macaulay Way Central Business District, P. O. Box 9396, Garki, Abuja-NIGERIA

Tel: 4-234 (0) 94610342, 4610341, Fax: +234 (0) 9 4610340

Mobile: +2348069085656

Email: iopute@ihvnigeria.org or oputegirl@yahoo.com

Invitation for Pre-Qualification In Respect of Urban Towns Streetlight Projects at Ministry of Works and Transport, Dutse

Jigawa State Government

Ministry of Works and Transport

 

Block 46 – 53, Old Secretariat, P.M.B. 7023 Dutse

Ref: MOW&T/POL/S/GEN/147/I

 

Invitation for Pre-Qualification In Respect of Urban Towns Streetlight Projects

 

The Jigawa State Government intends to undertake the provision of streetlight networks in the following designated urban centers in the state.

i.            Auyo

ii.            Garki

iii.            Karkarna

iv.            Kirikasamma

v.            Malam Madori

 

Interested Companies are requested to submit pre-qualification documents to the Ministry of Works and Transport, Dutse Jigawa State not later than 6th August, 2013.

1.   Pre-Qualification Requirements

  1. Certificate of Incorporation with Corporate Affairs Commission
  2. Evidence of Registration with Jigawa State Works Registration Board.
  3. Tax Clearance for the last three (3) years.
  4. Evidence of financial capability and Banking support.
  5. Company’s profile including names of key professional staff and their resume.
  6. Evidence of availability of updated construction equipment.
  7. Evidence of relevant experience and good performance in similar projects.
  8. Annual Turnover.
  9. VAT Registration certificate and evidence of remittance.

 

2.        Scope of Work:

I.       Site clearance, i.e. cutting of trees e.t.c.

II.     Relocation of public utilities

III.   Excavation of trench and back filling

IV.    Networking using high grade 4 x 16mm2 armored cable

V.      Networking using 35mm armored cable for secondary connections

VI.    Networking using 2×2.5mm twin cable

VII.  Civil works (concrete column base and generator house)

VIII.  Provision and installation of 10m high GI poles

IX.    Provision and installation of 250W Philips fitting on GI poles

X.      Provision of 125KVA supplementary power supply

XI.    Connection to PHCN

 

Pre-qualification documents are to be submitted not later than 6th August, 2013 to:

 

The Secretary,

Ministerial tenders Board,

Ministry of Works & Transport,

Block 46 – 53 Old Secretariat

Dutse – Jigawa State

 

Signed

Permanent Secretary

Ministry of Works & Transport