Invitation for Tendering at Ekiti Enterprise Development Agency (EEDA)

Ekiti Enterprise Development Agency (EEDA)

3rd Floor Mutual Building, Beside Tantalizers

Okesha Street, Ado – Ekiti. Ekiti State

Invitation For Tendering

Ekiti Enterprise Development Agency is intending to renovate and upgrade the Igede – Ekiti Skill Acquisition Centre Also, the Ekiti State Government in collaboration with Odua Investment Holding Limited is intending to establish Ekiti Odua Farmers Enterprise Academy; therefore, in compliance with Bureau of Public Procurement (BPP) requirement on award of contract, EEDA hereby invites interested contractor to bid for the followings:

 

Scope of work are highlighted below Lot by Lot

A) Ekiti – Odua Farmers Enterprise Academy

I.       Construction of 100 bedrooms Hostel (with a bigger room   attached to either end for the Academy Officials)        Lot I

II.      A block of 5 class rooms                                      Lot II

III.     A block of 3 rooms administrative offices  Lot III

IV.     A small functional hall                               Lot IV

 

B)      Igede – Ekiti Skill Acquisition Centre

I.       Rehabilitation/Renovation of Igede – Ekiti Skill Acquisition Centre           Lot I

II.      Provision of modern equipment for learning chairs and tables and other facilities        Lot II

III.     Construction of staff quarters Lot III

 

C)      Pre – qualification requirements

a.       Evidence of incorporation or Business Name registration

b.       Registration with the Registration Board in the State Ministry of Works & Infrastructure in relevant Category

c.       Evidence of Company’s functional in Ekiti State

d.       Company Audited Account for the last three consecutive years

e.       Evidence of Tax Clearance Certificate for the last three consecutive years

f.       Evidence of payment of Development levies in Ekiti State in the last three consecutive years

g.       Evidence of Financial Capacity and Banking support

h.       Professional/Technical qualification and experience of key personnel

i.        Four similar projects recently executed and/or evidence of knowledge of the industry.

 

 

D)      Tender fee:

Each would – be bidder are excepted to collect Tender documents at a non – refundable fee of N20,000 to be paid to Government Treasury.

 

E)      Submission:

Completed tender documents must be returned in sealed envelope, stating the contract and specific lot identification/number on the left hand side and address to:

The Director General,

Ekiti Enterprise Development Agency,

3rd Floor, Mutual Building,

Beside Tantalizer, Okesha Street,

Ado – Ekiti. Ekiti State.

 

On or before 8th December, 2011

 

The submission will be opened immediately after the closing date at the State Tenders Board Secretariat in the presence of all bidders who choose to attend. Late submission of tender documents will not be entertained.

 

Signed,

OSKA Seyi Aiyeleso

Director General

Ekiti Enterprise Development Agency (EEDA)

Invitation to Tender at Independent National Electoral Commission (INEC)

Independent National Electoral Commission

Plot 436 Zambezi Crescent, Maitama District, Abuja

Invitation to Tender

1 . Preamble:

The Independent National Electoral Commission (INEC) in pursuant of its

Constitutional functions and in compliance with Due process requirement seeks to carryout the underlisted consultancy assignments in contracts lots as indicated below.

To this end, the Commission invites competent and reputable firms of

Chartered Accountants and Management Consultants to tender accordingly.

 

2. Description of Assignment

Lot 1.          Management investigation and Audit of stores items, development of a stores management system and production of a stores’ management manual for the Commission.

Lot 11.       Special investigations and Audit of Bank Charges, wrong debits,

uncredited lodgments, and under payment of interest income on all

INEC Operational accounts.

Lot 111.      Review of INEC Accounting system and production of an Accounting manual for an emerging CRF First Line Charge funded Commission.

 

3. Scope and Term of reference for the Assignment

Lot 1 (i)      Review of stores’ management system and stock records at the National headquarters, zonal and states’ office including FCT, Abuja and in all other locations in the country.

(ii)               Carryout physical Stock Count at all locations of the Commission

nationwide.

(iii)              Reconcile Stock Counts with stock records domicile at the various stores Locations and with the consolidated stock records at the headquarter and obtain explanation’s for discrepancies.

(iv)              Review and determine the adequacy or otherwise of electoral stores’ in terms of materials status, quality, quantity and usefulness for future elections.

(v)               Review and determine the adequacy or otherwise of the Accounting, physical and security controls at the various stores locations and on the movement of stock.

(vi)              Evaluate physical conditions of the Commission’s Assets, adequacy or otherwise of Asset classification, records system, and provide guidance for the Commission on the future usability and service-ability of assets.

(vii)   Perform obsolescence assessment on the assets and prepare a list of such assets that should be scrapped, repaired or alienated.

(viii)  Make a comprehensive management report in hard and electronic copies on stores management, taking cognizance of the need for Assets replacement, stores computerization and other best practices in stores management.

(ix)    Carry out such other assignments that may be incidental or required to having a clear overview of stock items and other Assets in terms of quality, quantity especially the adequacy and condition of electoral

stock.

 

Lot 11 (i)    Examine and review all credits and debits to bank statements on Commission’s  operational  bank Accounts with  a  view  to ascertaining their correctness and justification.

(ii)     Determine excess and improper charges on the Commission Accounts,  non-payment and under payment of interest on account.

(iii)    Prepare schedule of excess charges, wrong debits, uncredited lodgements, non-payment and underpayment of interest income and to follow-up on the erring banks for such recovery to the Commission.

(iv)    Expose counterpart Commission staff on various verification/monitoring strategies to prevent future losses to the Commission by such lapses.

(v)     Carry out such other assignment that may be considered incidental and expedient to the project.

 

Lot 111 (i) Review the existing organization and flow chart of the Financial and Accounting functions of the Commission at National Headquarters, States including FCT Offices.

(ii)     Evaluate and determine the adequacy or other-wise of the Financial and Accounting Transactions processes in all the 38 self accounting units of the Commission.

(iii)    Identify the appropriate input-process-output paradigm on the Financial and Accounting Transaction of the Commission.

(iv)    Review and determine the adequacy or otherwise of the source documents, records, reports, books of Account as well as the completeness and accuracy associated with the maintenance of such documents, records, reports and book of Accounts.

(v)     Draw  up  a  comprehensive Accounting  manual taking into cognizance the observations recorded, best Accounting standards and practices, current trends in public sector Accounting and the Potential Financial and Accounting Transaction requirement of a Commission funded on First line charge of the Consolidated Revenue Fund of the Federal

(vi)    Carryout any other assignment that may be incidental  or necessary to support the project implementation.

4.       Proposal Requirement

Interested bidders are expected to submit Technical and Financial proposal in separate envelopes.

 

The technical proposal should include:

(i)      The methodology to be adopted to achieved target objectives of term or

reference for each lot of contract assignment applied for.

(ii)     Samples copies of reports and accreditation for similar assignment

executed for organizations in the Nigerian Public Sector,

(iii)    Suggested improvement on the scope and term of references stated for

each lot of contract assignment .

(iv)    Expected responsibilities and obligations of the Commission towards the

execution of the bidded assignments.

(v)     The company/firms profile high lightings in details the following:

(a)     Evidence of registration with Corporate Affairs Commission.

(b)     Immediate   past   three   years   Audited   Accounts   of   the firm/company.

(c)      Immediate past three years tax clearance of either firms or the principal partners or proprietors.

(d)     Evidence of financial capability and Banking support.

(e)      Details of experience/Technical qualification of key personnel.

(f)      List and evidence of similar projects executed and  knowledge of the industry.

(g)     List and evidence of equipment and Technical capability to be

utilized for the project.

(h)     Evidence   of  VAT   registration   and   remittance   of   all   taxes registration   for  contributory   pension   scheme   and   National

Health Insurance Scheme and an up to date payment of both Employers and Employees’ contributions.

(vi)    The duration for completion  of the  bidded  assignment from  the date of award of contract.

 

B.   Financial Bid

The financial cost proposal for the execution of each lot of the bidded assignment should state.

(i)      The fees and reimbursable expenses proposed for the execution of the assignment.

(ii)     The bid validity period for the proposed fees and expenses.

(iii)    The payment plan and terms of payment for the assignment.

 

 

5. General Information

(i)      All tender must be accompanied with a non-refundable processing fee

of N10,000.00 (Ten Thousand naira) only.

(ii)    For additional information, you may contact:

(a)  Director, Internal Audit for Lot 1

(b)   Director Finance & accounts for Lot 11 & 111.

(iii)    The closing date for submission of the tender shall be 21st December, 2011  at 12 00 noon

(iv)    The Technical Bid opening ceremony will be taking place same day from 12.05 pm. All Bidders are invited to witness the Technical Bid opening accordingly.

(v)     Only firms that are technically responsive will be contacted after evaluation of technical bid and invited for opening of financial bid

 

6. Submission

All submission from bidders should be as follows:

(i)      Two   copies of neatly bounded Technical bid are to be submitted in an envelope marked at its top “Financial/Stores consultancy assignment’s Technical proposal for Lot 1 or 11 or 111

(ii)     Two copies of neatly bound financial proposal in another envelope marked at its top “Financial/Stores’ Consultancy assignment’s Financial Bid for Lot 1 or Lot 11 or Lot 111”, to be deposited in the Commission’s “Tamper proof bids box” designated for Stores’/Financial Consultancy assignment.

(iii)    The Name and address of bidders should be clearly printed at the sender’s address side of the proposal envelopes.

(iv)    All envelopes should be sealed, addressed and submitted to:

The Secretary, INEC Headquarters,

Plot 436, Zambezi Crescent,

Maitama A5, PMB 0184.

 

Invitation to Bid (ITB), Completion of Adekunle Deen/Obasuah/ Omoniyi/ Wewe/Ekunjimi/Raimi Ogunderu Streets at Ministry of Works and Infrastructure

Lagos State Government

Ministry of Works and Infrastructure

(Office of Infrastructure)

Invitation to Bid (ITB),

Completion of Adekunle Deen/Obasuah/ Omoniyi/ Wewe/Ekunjimi/Raimi Ogunderu Streets

1)      In fulfillment of the Massive Infrastructure Renewal Programme of the Babatunde Raji Fashola (SAN) Administration towards transforming Lagos into Africa’s Model Megacity, the Ministry of Works & Infrastructure intends to carry out the completion of Adekunle Deen/Obasuah/Omoniyi/Wewe/Ekunjimi/Raimi Ogunderu Streets in Sari-ganmu, Apapa, Lagos.

 

2)      In view of this, the Lagos State Government invites sealed bids from eligible and qualified bidders for the completion of Adekunle Deen/Obasuah/Omoniyi/Wewe/ Ekunjimi/Raimi Ogunderu Streets in Sari-Iganmu, Apapa, Lagos.

 

3)      Scope of Work include:

(a)     Clearing of carriageway

(b)     Removal of obstructing structures

(c)      Earth works

(d)     Construction of culverts and drains

(e)      Provision and laying of crushed stone base

(f)      Provision and laying of interlocking paving stones

(g)     Provision of service ducts

(h)     Construction of walk ways on drains

(I)      Provision and installation of street light

 

 

4)      Bidding will be conducted through International Competitive Bidding (ICB) procedures specified by the World Bank.

 

5)      Interested eligible bidders may obtain further information and inspect bidding documents at

Lagos State Ministry of Works & Infrastructure

Office of Infrastructure,

Block 3, Room 510,

The Secretariat,

Alausa, Ikeja,

 

from Monday – Friday 8.00am -4.00pm daily.

 

6).     Qualifications requirements include: –

a.       Possession of experience as a prime contractor for at least the last fifteen (15) years prior to this application.

b.       Minimum average turnover in construction works of at least N200, 000.000,00k (Two hundred million naira) only in the last 5 years ON works that has been successfully completed and are similar to the proposed works under this contract.

c.       Project Manager should possess a B.Sc degree in Civil Engineering and at least 15years experience in works of equivalent nature and volume.

d.       Own a substantial proportion of the construction equipment required to successfully execute the contract,

e.       Provide Annual audited account for at least 3 years.

f.       For the last five years to demonstrate:- the current soundness of the applicants financial position and its prospective long term profitability and its prospective and have liquidity and/or evidence of accessor availability of confirmed positive credit facilities equivalent of the value of (b) above for less than (1) month. A margin of preference for eligible national contractor’s joint ventures shall be applied.

 

7).     A complete set of bidding documents in English Language may be purchased by interested bidders on the submission of a written application to the Hon. Commissioner, Works & Infrastructure, upon payment of a non refundable fee of N2,500,000:00k (Two million five hundred thousand naira) only in the Bank draft payable to the Lagos State Government.

 

8).     Bids must be delivered to

The Secretary,

State Tenders Board,

Cabinet Office, Block 1,

The Secretariat,

Alusa, Ikeja

Not later than 21st January, 2012

 

9)      All bids must be accompanied by a security of N100, 000,000.00k (One Hundred Naira) only.

Dr. Kadri Obafrmi Hamzat

Honorable Commissioner

Ministry of works and Infrastructure

MOTORIZED BOREHOLE CONSTRUCTION at Rural Water Supply and Sanitation Sub-Programme in Yobe State

 

Specific Procurement Notice

(International Competitive Bidding)

 

Yobe State Government of Nigeria

Rural Water Supply and Sanitation Sub-Programme in Yobe State

Loan No: 2100150015645

IFB/YB/RWSS/ICB/REHAB/WORKS/005/2011

MOTORIZED BOREHOLE CONSTRUCTION

 

1.       The specific procurement Notice follows the General Procurement Notice (GON) for the sub-programme which appeared in the United Nations Development Business  (UNDB) No. 709 of August 31st , 2007

 

2.       The Federal Government of Nigeria has received financing from the African Development Fund (ADF) towards the cost of the Rural Water Supply and Sanitation Sub-programme in Yobe State and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works. Drilling and installation of 152 nos. Motorized  Boreholes  (MBH) contract no. IFB/YB/RWSS/ICB/MHP/WORKS/005/2011

 

3.       Bidding is opened to all Bidders from eligible member countries as defined in the ADB’s Rules   and Procedures for the procurement of Goods and Works. May 2008 Edition.

 

 

 

4.       The contract is divided into three lots and the scope of the Works is:

LOT 1 MBH-1

Description: Drilling and Installation of 52 nos MBH (25 nos 3-phase MBH and 27 nos 1-Phase TIP-TIP) at Machina, Yusufari, Yunusari and Gaidam

LOT 2 MBH-2

Description: Drilling and Installation of 50 nos MBH (18 nos 3-phase MBH, 15 Solar SOL and 17 nos 1-Phase TIP-TIP) at Damaturu, Gujba and Fune

LOT 3 MBH-3

Description: Drilling and Installation of 50 nos MBH (18 nos 3-phase MBH, 19 Solar SOL and 13 nos 1-Phase TIP-TIP) at Yusufari, Jakusko, Nangere and Potiskum

 

The Bid Security should be in an acceptable form equal to NGN 10.0 million or US$62,500

Note:

Interested Bidder may bid for one or two lots. Bidders submitting bids for more than one lot must present separate Bid Security for each lot. Combined bid security for more than one lot will render the bids non-responsive.

5.       The Project Implementation Unit, Rural Water Supply and Sanitation Sub-programme in Yobe State now invites sealed bids from prospective eligible bidders for the above-mentioned packages

 

6.       Bidding will be conducted using   International Competitive Bidding (ICB) procedures specified in the African Development Bank’s Rules and Procedures for the Procurement of Goods and Works, May 2008 Edition.

 

7 Interested eligible bidders may obtain further information from the Programme Manager, Rural Water Supply and Sanitation Programme, yobe.rwssp@gmail.com and inspect the Bidding Documents at the Address given below, from 8.30am 4:30pm on working days.

 

8.       A complete set of Bidding Documents in English Language which contain detailed specifications of the work may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of NGN25.000.00. Twenty-Five thousand Naira or USD160 for each lot. The fee for the 2 lots is NGN35,000.00 or US$220 and NGN45.000.00 or US$280 for all the lots. Interested bidders may bid for one lot, two lots or all lots.

 

9.    Bids must be delivered to the Programme Manager at the address below by 7th December 2011 at 11:00am and must be accompanied by the required bid security. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at the address below on 7th December, 2011at12:00pm.

Note:-

Bid submission date has been extended to 9th January, 2012

 

Rural Water Supply and Sanitation Programme,

Flat A6 & A7 300 Housing Units,

Maiduguri Road, Behind NNPC Mega Filling Station,

Damaturu, Nigeria

Attention: The Programme Manager

Email: yobe.rwssp@gmail.com

Tel: +234-08036246886

HAND-PUMP BOREHOLE CONSTRUCTION at Rural Water Supply and Sanitation Sub-Programme in Yobe State

Specific Procurement Notice

(International Competitive Bidding)

 

Yobe State Government of Nigeria

Rural Water Supply and Sanitation Sub-Programme in Yobe State

Loan No: 2100150015645

IFB/YB/RWSS/ICB/REHAB/WORKS/006/2011

HAND-PUMP BOREHOLE CONSTRUCTION

 

 

1.       The specific procurement Notice follows the General Procurement Notice (GPN) for the sub-programme which appeared in the united Nations Development Business (UNDB) No. 709 of August 31st, 2007.

 

2.       The Federal Government of Nigeria has received financing from the African Development Fund (ADF) towards the cost of the Rural Water Supply and Sanitation Sub-programme in Yobe State and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works. Drilling and installation of 268 Hand-Pump Boreholes contract no. IFB/YB/RWSS/ICB/HP/WORKS/006/2011

 

3.       Bidding is opened to all Bidders from eligible member countries as defined in the ADB’s Rules   and Procedures for the procurement of Goods and Works. May 2008 Edition.

 

 

4.       The contract is divided into two lots and the scope of the Works is:

Lot 1 HP-1

Description: Drilling of 174 nos Hand-pump Borehole at Geidam, Yusufari, Yunusari, and Machina

 

The Bid Security should be in an acceptable form equal to NGN10.0 million or US$62,500

Lot 2HP-2

Description: Drilling of 94 nos Hand-pump Borehole at Potiskum, Fune, Nangere and, Jakusko

 

The Bid Security should be in an acceptable form equal to NGN5.0 million or US$32,000

Note:

Interested Bidder may bid for one or both lots. Bidders submitting bids for both lots must present separate Bid Security for each lot. Combined bid security for 2 lots will render the bids non-responsive.

 

5.       The Project Implementation Unit, Rural Water Supply and Sanitation Sub-programme in Yobe State now invites sealed bids from prospective eligible bidders for the above-mentioned packages

 

6.       Bidding will be conducted using   International Competitive Bidding (ICB) procedures specified in the African Development Bank’s Rules and Procedures for the Procurement of Goods and Works, May 2008 Edition.

 

7.       Interested eligible bidders may obtain further information from the Programme Manager, Rural Water Supply and Sanitation Programme, yobe.rwssp@gmail.com and inspect the Bidding Documents at the Address given below, from 8:30am 4:30pm on working days.

 

8.       A complete set of Bidding Documents in English Language which, contain detailed specifications of the work may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of NGN25, 000.00 Twenty-Five thousand Naira or US$160 For each lot. The fee for the 2 lots is NGN35,000.00 or US$220.

 

 

9.       Bids must be delivered to the Programme Manager at the address below by 7th December 2011 at 11:00am and must be accompanied by the required bid security. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at the address below on 7th December 2011 at 12:00pm.

 

Note:-

Bid submission date has been extended to 9th January, 2012

 

Rural Water Supply and Sanitation Programme,

Flat A6 & A7 300 Housing Units,

Maiduguri Road, Behind NNPC Mega Filling Station,

Damaturu, Nigeria
Attention: The Programme Manager

Email: yobe.rwssp@gmail.com

Tel: +234-08036246886