Invitation for Pre-Qualification at Jigawa State Independent Electoral Commission

Jigawa State Independent Electoral Commission

Nuhu Muhammad Sanusi Road, Dutse, Jigawa State. (jigawasiec@gmail.com )

 

Invitation for Pre-Qualification Construction of JISIEC Office Complex in Dutse, Jigawa State

 

The Jigawa State Government has allocated some funds to the Jigawa State Independent Electoral Commission (JISIEC), in the “2013 Capital Allocation” for the construction of a Permanent Office Complex of the Commission in Dutse, Jigawa State capital.

 

The Commission hereby invites interested reputable companies or contractors to, submit their Companies Profile/Article of Memorandum for the construction of the Permanent Office Complex.

 

Pre-qualification Requirements

Only companies that can show evidence of the under listed documents should complete and submit the pre-qualification documents:-

 

1.       Evidence of Incorporation/Business Name Registration.

2.       Tax Clearance for the past three years.

3.       Registration with the State Works Registration Board in relevant category.

4.       Company Audited Account for the last three years.

5.       Reference letter from Bank stating financial capability to carry out such   project(s).

6.       Experience/Technical qualification of Key Personnel, Registration with relevant Professional Regulatory Bodies (e.g. COREN).

7.       Evidence of similar jobs executed in the last three years with their locations, letters of commission, job completion certificates and contract sums.

8.       Evidence of VAT registration.

9.       Veritable evidence of relevant equipments and facilities with proof of ownership, hire or lease agreement.

10.    A sworn affidavit as follows:-

  • That the document submitted are genuine and correct.
  • That none of the directors/partners of the company has been convicted by a Court of Law
  • That the company is not bankrupt.
  • That none of the officers of the procuring entity is former or present director of the company.
  • Original copies of items 1,3,4,5,6,7,8,9 and 10

 

Submission of Bids Documents

The Pre-Qualification Document are to be submitted in spiral binding, package in an envelope and clearly marked “Pre-qualification for the Construction of JISIEC Office Complex, Dutse” at the top left hand corner of the envelope, name and address of the company should be clearly written on the reverse side of the envelope, to the Secretary, Jigawa State Independent Electoral Commission, and submitted in not less than 30th July 2013.

 

Tender documents are available for collection at the JISIEC Office Dutse, upon payment of Non-refundable tender fees of N50, 000:00

 

Nothing in this advert shall be construed as a commitment on the part of the Commission, nor should it be an entitlement for any contractor or company to make any claim whatsoever from the Commission by virtue of having responded to this advertisement.

 

For further enquiries, please contact the Commission’s Secretary on 0803 587 4913 or Director of Admin. & Finance on 0703 314 0966

 

Signed

Haruna Idris Magama

Commission’s Secretary.

 

 

 

 

Invitation to Tender at Kogi State Government Ministry of Commerce and Industry

Kogi State Government Ministry of Commerce and Industry

 

Invitation to Tender

 

Tenders are invited from interested and qualified bidders for the construction of the following facilities at the Modern Abattoir Lokoja Kogi State.

 

Lot 1 Slaughter House (Lairage)

Lot 2 Slaughter Slab (Sheep and Goat/Emergency)

 

2.       Tender Requirements

 

a.       Evidence of registration with the Corporate Affairs Commission and Kogi State Ministry of Works and Transport.

b.       Tax Clearance Certificate for 3years

c.       Evidence of execution of similar projects

d.       Audited account for the past 3 years

e.       Company profile including names, phone number and e-mail

f.      Evidence of financial capability duly issued from any capitalized bank in Nigeria.

g.       Evidence of payment of non-refundable fee payable at Skye-Bank Plc. Acct 1771086201 as follows:-

 

Lot 1-                   N100, 000.00

Lot 2-                   N10, 000.00

 

3.       Collection and Submission of Tender Documents

 

Interested contractors are to obtain tender documents from the Permanent Secretary, Ministry of Commerce and Industry, State Secretariat Complex, Lokoja Kogi State, and all completed tender documents should be neatly sealed in an envelope marked Tender Documents and the lot indicated on the envelope and submitted on or before 30th July 2013, to the Hon. Commissioner, Ministry of Commerce and Industry, State Secretary Complex Lokoja Kogi State.

 

Permanent Secretary

For: Hon. Commissioner

 

Request for Expression of Interest (REOI) at Niger State Public Sector Governance Reform and Development Project

Niger State Government of Nigeria

Request for Expression of Interest (REOI)

 

Engagement of Public Financial Management Consultant

 

Country:              Nigeria

Project:                Public Sector Governance Reform & Development Project (World Bank Assisted)

Credit No:           Po97026

Project ID:           NGSPSGR&DP/PFMC01/013

Contract No:

 

1.0   Background

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of implementing the Public Sector Governance Reform and Development Project (PSGR 4 DP). The overall objective of the project is to improve transparency, accountability and quality in Public Financial Management and Human Resources Management with a view to strengthen governance in participating States. Niger State is a beneficiary of this credit and intends to apply part of the proceeds for consultancy service in Public Financial Management Reforms.

 

Niger State Public Sector Governance Reform and Development Project now invite eligible consulting firms to indicate their interest in providing the services. (Public Financial Management with special attention to Accounting Expenditure Control and Financial Reporting) Interested firms must provide information indicating that, they are qualified to perform the services (brochures, description of similar assignments, experience and evidence of similar assignment carried out in the past with relevant references, and availability of appropriate staff etc.

 

1. Objectives

The financial management reforms aim at: –

i)       Providing a system of accounting that reflects accurately, and in accordance with recognized accounting standards, the flow of transaction and the year end stock of financial resources of the State Government in a timely manner and serves as key instruments in the formulation and implementation of State Government Policies.

ii)      Reinstating effective expenditure control by overhauling existing processes such as a commitment controls and payment authorization/approval, and

iii)     Rapidly enhancing the quality and number of professional staff in the service.

2.       Scope of Services

  • Conduct an extensive review of current accounting practice, highlighting in particular, their strengths and weaknesses.
  • Develop standard charts of accounts in line with the National Chart of Account and recommendations of the IPSAS gap analysis.
  • Introduce new classifiers such as function program, virtual poverty fund for introducing Multi-year Budget Framework (MYBF) and poverty related expenditure tracking, fund source and geographic location.
  • Review existing business process of the Treasury Department from appropriation commitment control for budget execution, receiving accounting and recording, the receipt of monthly transactions from all spending MDAs to the production of trial balance, general ledger, monthly and Annual accounts to records management.
  • Develop a revised and more robust business process for revenue, expenditure, assets and liability, with adequate internal controls. Where the computer-based information systems will take over from earlier system, recommend changes and conduct staff training in all revised processes and procedure.
  • Conduct a general review of the existing initial control environment including the effectiveness of initial audit, due process and other internal control variable.
  • Ad as a facilitator in conducting series of seminars to enlighten the Chief Executives, Legislators and other Stakeholders on PFM reforms.
  • Improve cash management through i) strengthening revenue and expenditure forecasting; ii) implementation of a cash management system based on quarterly cash plans, with month spending programs, that identifies and  matches the flows of revenues with those of disbursements and provides explicit contingency plans; and iii) a substantial reduction in a number of State bank accounts towards a Treasury Single Account (TSA) concept; and iv) execution of appropriate training for central Ministries and MDAs Managers and Staff on Accounting Standard, new chart of account, new business process and reporting.
  • Assist the Government in prioritizing the implementation of appropriate government accounting standards that are in full accord with IPSAS. These will necessarily include the recommendations that determine:

a)  The accounting basis and choice of appropriate accounting standard in accordance with IPSAS.

b)  Assist with the implementation of the National chart of account (including structure of fund accounts and ledgers) in line with the recommendations of the IPSAS gap analysis.

c) The treatment of contingency liabilities; and

d) The format of annual financial statement.

 

4.       Minimum Qualification

a)       Team Leader: a public financial management expert who must be a Professional Accountant with International recognized professional qualifications, plus a minimum of first degree in Economics, Business Administration or Accounting and not less than 15 years post qualification experience and also have participated in consultancy assignment in public sector accounting standard (IPSAS).

Other key staff must also include public sector financial management expert with a minimum of 12 years experience, minimum of first degree in Economics/Business Administration/Public Finance or related field and must be ICT compliant.

–        Vast knowledge of the Nigerian Public Sector and demonstrable experience and expertise in public sector accounting, auditing and financial management reform in Nigeria or elsewhere.

–        Experience in similar assignment will be an added advantage.

 

5.       Selection of Consultant

A reputable Professional Accounting Firm with considerable experience in Public Sector Accounting and Financial Management shall be selected using Consultant Qualification (C.Q) method and in accordance with the procedures set out in Guidelines: Selection and Employment of Consultant under IBRD Loans and IDA Credits by World Bank Borrower January, 2011.

 

Interested consulting firms may obtain further information at the address below during office hours 0900 to 4:00 p.m. Monday through Friday except public holidays.

 

Expression of interest (one original, two copies) in a sealed envelope clearly marked “Expression of Interest for Public Financial Management Consultant” must be delivered to the address below on or before 29th July 2013 during office

hours 09:00am to 4:00 p.m. Monday through Friday except public holidays only short listed firms would be invited or notified for further correspondence.

 

Niger State Public Sector Governance Reform and Development Project Attention:

Project Coordinator

SPCU Secretariat

No. 48, Okada Road, Minna

E-mail: nigercapacitybuildingproject@gmail.com

Tel No.: +23408036780510, 08034344444

Invitation for Bids (IFB) at Lake Chad Basin Commission (LCBC)

Lake Chad Basin Commission (LCBC)

Sustainable Development Programme of Lake Chad Basin (Prodebalt) Nigeria

(African Development Bank Financed Project)

Chad Basin Development Authority Premises Maiduguri,

Borno State, Nigeria

Email: prodebaltnigeria@yahoo.com

 

Invitation for Bids (IFB)

 

Date:- 15th July 2013

Contract Identification Number Prodebalt/NGR/NCB/03/13

Bank/Fund Loan Number 2100155013766

Bank/Fund Loan Name AfDB

 

1.       The Lake Chad Basin Commission has received a loan from the African Development Bank towards the Cost of Sustainable Development Programme of Lake Chad Basin (Prodebalt) Nigeria and intends to apply part of the funds to cover the eligible payments under the Contract for acquisition of 100Nr Isothermal Containers, 112ml (170Nr) Fish Drying Tray and 240Nr Chorkor Oven (Prodebalt/NGR/NCB/03/13)

 

2.       The Sustainable Development Programme of Lake Chad Basin (Prodebalt) Nigeria invites sealed bids for the following

 

Lot No. Item Description Quantity (Unit) Delivery Location Delivery Period Bid Security
 

 

 

 

1

1 Isothermal Containers 40 Yusuri, Mobbar Local Government, Borno State

 

 

 

 

 

 

60 Days

 

 

 

 

 

N45,600.00

2 Isothermal Containers 30 Huntsu, Hunstu Local Government, Jigawa State

 

3 Isothermal Containers 30 Kanama, Kanama Local Government, Yobe State

 

2 1 Improved Fish Drying Tray 60 Yusuri, Mobbar Local Government, Borno State

 

 

 

 

 

 

60Days

 

 

 

 

 

N43,500.00

2 Improved Fish Drying Tray 50 Huntsu, Hunstu Local Government. Jigawa State

 

3 Improved Fish Drying Tray 60 Kanama, Kanama Local Government, Yobe State

 

 

 

 

 

3

1 Chorkor Oven 80 Yusuri, Mobbar Local Government, Bomo State

 

 

 

 

 

 

 

60 Days

 

 

 

 

 

 

N108,000.00

2 Chorkor Oven

 

80 Huntsu, Hunstu Local Government, Jigawa State

 

3 Chorkor Oven

 

80 Kanama, Kanama    Local Government, Yobe State

 

 

3.       Interested eligible bidders may obtain further information from and inspect the Bidding Documents at the Office of the National Coordinator, Sustainable Development Programme of Lake Chad Basin (Prodebalt) Nigeria, Chad Basin Development Authority Premises Maiduguri, and Borno State, Nigeria

 

4.       A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application to the above and upon payment of a non-refundable fee of Ten Thousand Naira (N10,000.00).

 

5.       Bids must be delivered to the above office on or before 1100 am on 28th August, 2013 and must be accompanied by a security as specified in the table above

 

6.       Bids will be opened in the presence of bidders’ representatives who choose to attend, 28 August, 2013 and at 1100hrs, in the Board Room, Chad Basin Development Authority Maiduguri, Borno State, Nigeria

 

Signed:

Acting National Coordinator

Sustainable Development Programme

of Lake Chad Basin (Prodebalt) Nigeria,

Chad Basin Development Authority Premises,

Maiduguri, Borno State, Nigeria

+2348030636667

Invitation for Pre-Qualification of Contractors/Suppliers for 2013 Capital Projects at Institute for Agricultural Research, Ahmadu Bello University, Zaria

Institute for Agricultural Research

(Federal Ministry of Agriculture & Rural Development)

Ahmadu Bello University, Zaria

Ref. No.: IAR/ABU/COM:3.10

 

Invitation for Pre-Qualification of Contractors/Suppliers for 2013 Capital Projects

 

The Institute for Agricultural Research, Ahmadu Bello University, Zaria intends to execute capital projects under the 2013 Capital Appropriation. The management invites experienced and reputable Contractors/Suppliers to apply for Pre-qualification in respect of the under listed projects:

 

Lot 1 Rehabilitation Works (Building)

 

Lot 2 Rehabilitation Works (infrastructure)

 

Lot 3 Completion Works (Building)

 

Lot 4 Completion/Construction Works (Infrastructure)

 

Lot 5 Outstation Works (Kano, Kadawa and Talata Mafara outstations)

 

Lot 6 Supply of Agro-chemicals & Reagents

 

Lot 7 Supply & installation of Furniture & Spare parts

 

 

2. Technical Bid: The Pre-qualification documents should include:

 

a) Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC)

 

b) Current Company Tax Clearance Certificate for the last three (3) years (2010-2013)

 

c) Company Audited Accounts for the last three (3) years (2010-2013)

 

d) VAT Registration and Evidence of Remittances in the last three (3) years (2010-2013)
e) Evidence of remittance of pension contribution fund for staff of the Company from reputable Pension Administrators as provided in section 16, sub section 6 (d) of the Public Procurement Act 2007)

 

f) Evidence of payment of Training Contribution to ITF for staff of the Company as provided for by Section 6 (1-3) of the amended ITF Act 2011.

 

g) Evidence of financial capability to execute the project i.e. Bank reference and a letter of credit facility from a reputable Commercial Bank with a commitment to provide loan facility for the execution of the contract if eventually won.

 

h) List of similar, verifiable and successfully executed projects or ongoing by the company with letters of award and completion certificates in the last five (5) years. Only letters of award and interim certificate of payment should be attached for projects that are ongoing.

 

i) List of managerial staff, key Technical Staff and Administrative staff of the company which should include names, CV’s and copies of certificate of each staff.

 

j) List of equipment owned or lease-hold by the company relevant for smooth execution of the Project. Evidence of ownership and pictures with company logo is an added advantage.

 

k) Interested Bidders are not expected to pay for Expression of interest for Pre-qualification.

 

 

3. Submission of Pre-Qualification/Expression of Interest Documents:

The documents should be addressed to:

 

The Institute Secretary,

Institute for Agricultural Research,

P.M.B. 1044,

Ahmadu Bello University,

Zaria.

 

The document should be deposited in the designated Tender Box at the office of the Institute Secretary. The receipt of pre-qualification documents will close on 29th July, 2013 at 1:30pm. All pre-qualification documents will be opened on Monday, 29th July, 2013 at 1:30pm in the Institute for Agricultural Research Conference Hall in the presence of Bidders or their representatives.

 

4.       Please Note:

 

i) Submission of Pre-qualification document to IAR/ABU, Zaria is neither a commitment nor an obligation to award any Contract to any Supplier/Contractor or Agent.

 

ii) Advertisement for invitation for Expression of Interest for Pre-qualification should not be construed as commitment on the part of IAR/ABU, Zaria or shall it entitle Supplier/Contractor to make any claims whatsoever or seek an indemnity from IAR/ABU, Zaria.
iii) Due diligence should be followed as all documents submitted would be verified. Past executed works and Supplier/Contractor offices may be visited.

 

iv) Any discrepancies found would summarily disqualify the contractor.

 

 

Signed:

Institute Secretary