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 Pre-Qualification of Contractors for Year 2011 Tetfund at Osun State College of Technology, Esa-Oke

Osun State College Of Technology,

Esa-Oke

Invitation for Pre-Qualification of Contractors for Year 2011 Tetfund

Normal Intervention Projects

1.     Introduction:

Following the approval of the Tertiary Education Trust Fund, Osun State College of Technology, Esa-Oke wishes to undertake pre-qualification exercise for the underlisted Year 2011 Normal TETfund intervention Projects.

 

Interested and reputable contractors/suppliers are hereby invited to apply for Pre-qualification to tender for the following projects:

 

LOTS DESCRIPTION OF THE PROJECT
LOT 1 Construction of ultra modern Library Complex.
LOT 2 Procurement of Office and Library Furniture for the Complex

2.     Pre-Qualification Requirements

Applicants are required to submit the following pre-qualification documents:-

  • Evidence of registration with Corporate Affairs Commission (CAC)
  • Evidence of registration as a contractor with the State Government
  • Evidence of registration as a contractor with Osun State College of Technology, Esa – Oke in the appropriate category
  • Current three years Tax Clearance Certificate
  • A   comprehensive   Company’s   profile   with   resume   of Principal/Technical Officers as well as evidence of registration with the relevant professional bodies Verifiable evidence of previous experience in similar jobs.
  • Reference   letter   from   a   reputable   bank   confirming   the Contractor/Supplier’s financial ability to secure the requisite funding for the execution of the project.
  • Evidence of VAT registration and past remittances
  • Evidence of payment of Osun State Capital Development Levy
  • Audited Accounts for the past three years.
  • Evidence of availability of the necessary Equipment and Technical Capacity.

Payment of non-refundable pre-qualification fee of One hundred thousand naira (N100,000.00) only to Bursary Department of Osun State College of Technology, Esa – Oke, for Lot I and Thirty thousand naira (N30.000.00) only for LOT2.

3.       Submission

All pre-qualification documents (3 copies) must be spiral binded and submitted in a sealed envelope and clearly marked “Pre-qualification for tender for TETFUND year 2011 Normal Intervention projects – LOT…..”  On or before 29th July, 2013 to the address below:

Office of the Bursar/Secretary,

Tenders Committee Osun State College of Technology,

Esa-Oke.

Contact Address and GSM No of contractors/suppliers should be indicated at the back of the sealed envelope.

Note

  • Further submission after the specified time would not be accepted.
  • Please note that only Pre-qualified bidders will be invited to tender for the projects.
  • Notwithstanding the submission made by the prospective bidders, the College is NEITHER Committed NOR under any obligation to include any bidder or contractor on the Tender list or award.
  • Originals of documents must be produced for sighting during the opening ceremony.

Signed

Elder Fabinu Amos

AG Bursar/Secretary, Tenders Committee

 

Expression of Interest/Pre-Qualification for MDG Projects at National Agency for the Control of Aids (NACA)

National Agency for the Control of Aids (NACA)

Expression of Interest/Pre-Qualification for MDG Projects

A.      Preamble

The National Agency for the Control of AIDS (NACA), as part of its statutory responsibility for HIV/AIDS Treatment, Care and Support in particular and strengthen the health system in Nigeria generally, has recently received funding from the MDG/DRG fund to support scale-up of HIV prevention interventions across the country over the next 12 months, and wishes to apply this fund to address the gaps in national HIV prevention programme.

The Agency intends to engage the services of reputable firms for development of Advocacy Materials & Messages, Rapid Assessment (Knowledge, Attitude and Practices Survey) and Medical Outreach in selected communities, among others as well as Supply of Projects Vehicles.

B.      Assignments Description

Specifically, the objectives of the assignments are, among others.

LOT1        

  • Rapid Assessment of transport corridor and mapping for intervention
  • Expansion of project sites along North/South corridor project targeting Long Distance Transport Drivers
  • Scale up of community level prevention efforts targeting Most at Risk Populations (MARPs)
  • Demand creation activities (Accelerate PMTCT uptake in the 6 geo-political zones whilst prioritizing the 12+1 focal states for PMTCT scale-up)
  • Advocate and implement behaviour change and HCT campaigns targeting women at community level
  • Scale up of community level prevention efforts targeting most-at-risk women and girls in collaboration with gender focused NGOs and CBOs

LOT 2

  • Procurement of Projects Vehicles

C.      Guiding Criteria for Selection

The selection of the Consultants will be in accordance with the procedures set out in Guidelines published by the Bureau of Public Procurement.

D. Eligibility Criteria

Prospective Applicants are requested to make submission that demonstrate capacity and capability to undertake this assignment detailing the following information as basis for short-listing/pre-qualification for further evaluation in a subsequent process in which technical and financial proposals will be requested and reviewed accordingly. The prospective bidder may be a single entity or consortium but not individual consultants/suppliers:

  1. Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of Incorporation and Article of Association;
  2. Detailed company profile containing experience with minimum five (5) years on related Assignment. These information should include Background with brochures and area of expertise, Description of similar assignments with verifiable letters of engagement and evidence of assignment completion, spell out professional capacity of staff as well as adequate and appropriate resources to carry out the assignment;
  3. Evidence of registration as a corporate entity with related professional and statutory bodies where necessary;
  4. Evidence of Tax payment for the past 3 consecutive years (2010 -2012);
  5. Evidence of VAT registration & proof of past remittances;
  6. Annual Turnover and Audited Statements of Accounts for the past three (3) consecutive years (2010-2012);
  7. Evidence of Compliance with the provision of the Pension Reform Act 2004 as contained in Section 16 (6d) of the Public Procurement Act 2007.
  8. For Joint Ventures (JVs) include Memorandum of Understanding (indicating the responsibilities and duties of the individual firms constituting the JV);
  9. Evidence of recommendation from prospective Supplier/Consultant’s Bankers indicating the financial capacity and capability to undertake the Assignment, if awarded.

E.      General Terms & Conditions

Submission must be in English language only and dropped in the Tender Box provided in two (2) copies (one original & one copy) in a sealed envelope clearly marked “SUBMISSION FOR MDGs PROJECTS – (LOT number)” with acknowledgment to NACA office at the address below. The Agency reserves the right to reject any or all of the Expressions of Interest.

Interested bidders may obtain further information at the same address from 9:00 to 3:30pm local time Mondays to Fridays (except public holidays). Submission must be delivered to the same address on or before 12.00 noon local time on Monday, 29th July, 2013.All submissions shall be opened immediately on the same day at the Conference Room of NACA.

Only shortlisted/qualified bidders would be contacted for the next stage of the procurement process i.e. issuance of Request for Proposal (RFP) or Invitation to Tender.

F. Contact Information

Procurement Unit, 2nd Floor,

National Agency for the Control of AIDS (NACA)

Plot 823 Ralph Shodeinde Street,

Central Business District, Abuja NIGERIA

Tel.: +234 (9)461-3724 – 29; Fax: +234 (9) 461-3700

 

Email: info@naca.gov.ng

Invitation to Tender for the Year 2013 Capital Projects at Ministry of Mines and Steel Development

Ministry of Mines and Steel Development Metal and Mineral Complex

No 2 Luanda Crescent off Ademola Adetokunbo Crescent Wuse II, PMB 107 Abuja

Invitation to Tender for the Year 2013 Capital Projects

Monday, 15th July, 2013

The Ministry of Mines and Steel Development hereby invites interested and reputable companies/ consultants with relevant experience to tender for the following projects in the year 2013 Capital/Recurrent Budget.

Interested contractors are required to collect the tender documents from the Office of the Head of Procurement Unit, Block A, 2nd Floor, Room No 208 of the Ministry after the payment of the tender fee of ten thousand naira (N10.000.00) for EACH PROJECT for Lots (1A – 2A, D1) Goods, and Lots (1C2C, D2) Works, to Diamond Bank Plc A/c No. 0012857266 in favour of the Ministry of Mines and Steel Development, Abuja, whereas the Consultants are to submit their Expression of Interest (EOI) for Lots (1B-9B,D3) documents at the same office above. Payment of N10.000.00 for Lots (1B-9B.D3) would be later.

A.        Goods

Lot 1A:       Procurement of Monitoring and Evaluation Equipment: 3Nos. field operational vehicles with Monitoring & Evaluation accessories, 5.0L Engine with Camera (or its equivalent).

Lot 2A:       Purchase of Office Security Equipment.

B.     Consultancy Services

Lot1 B:       Reclamation of 100 High Risk Critical Abandoned Mine Sites In The Country From Yr 2007 To 2015. (North Central), Plateau State.

Lot2 B:       Production of 8000 copies of Metallurgical Act and Regulation (North Central) FCT.

Lot3 B:       Techno Economic Survey Of Resources And Technologies For The Management And Development Of The Metal Industry In Nigeria.

Lot4 B:       International Exhibition of Nigerian Minerals.(North Central) FCT.

Lots B:        Production of Annual Journal On Minerals And Metals.(North Central) FCT.

Lot6 B:       Consultancy for the Annual Cleaning Services of the Ministry of Mines & Steel Development Headquarters Wuse Abuja.

Lot7 B:       Consultancy For the Annual Security Services of the Ministry of Mines & Steel Development HQ and the State offices;

Lot 8B:       Procurement of ICT Equipment And Establishment Of A Well Equipped And Standard Information Management System Centre.

Lot9B:        Development and Deployment of Revenue Collection Management Software And Acquisition of Supporting Hardware.

 

C. Works

Lot 1C:       Drilling Of 3 Nos. Boreholes (60m deep), Logging and Analysis of Core samples on Iron Ore in Ajabanoko, Kogi State

Lot 2C:       Drilling Of 2 Nos Boreholes Mud-logging and Analysis of Core samples in Bitumen Belt Block B (Imorun) Ondo State.

 

D.      Establishment of Extension Services to Performing Artisinal & Small Scale Miners Operations,

D1. Goods:

LOT D1:     Procurement and distribution of Extension Services Materials, Safety gears etc for Artisanal Miners Development Promotions.

02. Works:

LOT 02:      Construction of Outposts, Drilling of boreholes, etc

D3.    Consultancy Services

LOT 03:      Consultancy Services for the Formalization through Cooperitization of Mining Cooperatives, Quarrying Association & Small Scale Mining Companies/ Registration of Private Mineral Buying Centres/Renewal of Certificates. Etc.

Qualification

All submissions must be accompanied with the following documents:-

  1. Certificate of Incorporation with Corporate Affairs Commission
  2. Tax Clearance Certificate for the last three (3) years (2010-2012)
  3. VAT registration certificate and evidence of remittance to FIRS.
  4. Company profile with evidence of experience in similar jobs and successfully completed with certificate attached/equipment etc
  5. Evidence of payment of the non-refundable tender fee of Ten thousand Naira (N10, 000.00) for each project in Lots (1A-2A.D1), and Lots (1C 2C, D2).
  6. Evidence of compliance with the Pension Act
  7. Evidence of Bank Reference/Financial capacity,
  8. Evidence of Compliance With Industrial Training Fund (ITF) Act, 2011.
  9. Audited Account for last three years (2010-2012)

Submission of Tender Documents

Interested companies for Lots (1A-2A.D1) are to submit their tender documents (technical and financial) in two(2) sealed and separate envelopes clearly marked “Tender for Y2013 Technical Bid and Financial Bid” and Lots (B1-9B.D3) for EOIs. the envelope shall be clearly marked “TECHNICAL PROPOSAL” and to be submitted in ORIGINAL and COPY as appropriate, while for Lots (1C- 2C.D2) works also marked Technical and Financial Bids, indicating the project/lot(s) of interest to the office of the Head of Procurement Unit, Block A, 2nd Floor, Room No. 208 Luanda Crescent, Off Ademola Adetokunbo Crescent Wuse II Abuja. Submission of tenders closes by 12 noon on Tuesday 27th August, 2013.

Bid Opening

Opening of the submitted document will take place at 12.00noon on the closing day of submission (i.e Tuesday 27th August, 2013) at the Honourable Minister’s Conference Room, Block B, 1st Floor, Luanda Crescent, Off Ademola Adetokunbo Crescent, Wuse II, Abuja.

 

Please Note:

  1. That late submission of bids will be rejected,
  2. All C.A.C, V.A.T, PENCOM, I.T.F and Tax Clearance Certificates submitted may be referred to Security Agencies, Corporate Affairs Commission, Federal Inland Revenue (FIRS), Industrial Training Funds, National Pension Commission and other relevant bodies for verification.
  3. That this advertisement shall not be construed to be a commitment on the part of the Ministry of Mines and Steel Development, nor shall it entitle any person to make any claim whatsoever and/or seek any indemnity from the Ministry by virtue of such tender having responded to advertisement.

Signed

Permanent Secretary

Ministry of Mines and Steel Development Abuja

Invitation to Tender at Independent Corrupt Practices and Other Related Offences Commission

Independent Corrupt Practices and Other Related Offences Commission

Plot 802, Constitution Avenue, Central Business Area, Abuja

Invitation to Tender

Introduction

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to tender for the execution of year 2013 Capital Projects under the year 2013 Capital Appropriation. Ref No ICPC/ITT/CAP/01/13

The scope of work to be carried out consists of the following:

Lot1: Construction of Security Control Pedestrian Gate

Lot2: Supply of Surveillance Equipment and Hand cuffs

Lot 3: Provision of CCTV at the ICPC Training Academy, Keffi, Nasarawa State.

Lot 4: Supply and Installation of Air-Conditioners

Lot5:  Construction of a Hostel Block with 40 Bed Rooms and Cafeteria, at the ICPC Academy, Keffi, Nasarawa State.

Lot 6: Supply and Installation of Solar Light

3.0     Qualification to Tender

Interested and Competent contractors should submit the following qualification documents along with their proposals.

  1. Evidence of Incorporation or Registration with Corporate Affairs Commission, including Certified True Copies of Memorandum and Articles of Association; Forms CO2 and CO7 where applicable
  2. Evidence of similar contracts executed in the last (5) five years
  3. Evidence of financial capability and Bank’s support (this shall include certified bank statement of Account, Bank reference letter with commitment).
  4. Company Profile indicating details of Key technical Staff to be assigned to the project with their CVs and evidence of Registration with COREN, ACEN, NSE and NIQS as applicable
  5. List of equipment proposed for the project, indicating whether owned or to be hired or leased, present condition and age, for Lot 5 above
  6. The Company’s Annual audited Accounts    for    the last three(3) years (2010-2012)
  7. Tax Clearance Certificate for the last three(3) years, to be valid up to December 31st 2012
  8. Evidence of VAT Registration and Past remittances
  9. Evidence of registration with National Pension Commission and remittance of employees’ contribution\deductions to the Pension Funds Administrators.
  10. Evidence of payment of Training contribution to ITF or compliance with the statutory provision of Section 6(i)-(iii) of the Industrial Training Fund (ITF) Amended Act, 2011, applicable to any Company with a work force of 5 Staff and above or N50 Million Annual Turnover and above.
  11. Evidence of compliance with the Employers’ Compensation Act which requires that all Employers of Labour must remit 1 % of the total annual emoluments of their workers to the Nigerian Social Insurance Trust Fund.
  12. Evidence of Registration with Financial reporting Council (FRC) of Nigeria for Professionals
  13. Evidence of payment of non-refundable tender fee of N10,000, for each Lot, to Cash Office of Finance & Accounts Department or in Bank Draft in favour of ICPC and thereafter presented to Cash Office for ICPC receipt.
  14. A sworn affidavit that none of the Directors has been convicted in any court of any criminal offence
  15. A sworn affidavit confirming that all information presented and attached are true and correct of the company, that no Officer of the Independent Corrupt Practices and Other Related Offences Commission (ICPC) or Bureau of Public Procurement ( BPP) is a former or present Director, Shareholder or has any pecuniary interest in the bidder and that no Director of the Company is in receivership or has been convicted of any criminal offence relating to financial impropriety or fraudulent act in any Country.
  16. Any additional information that may enhance the chances of the Company/Contractor.

N.B. Compliance to the above requirements, in addition to the degree of responsiveness to the Bidding Document will form the major Evaluation criteria to be considered\applied for selection of the successful contractors.

4.0     Collection & Submission of Tender

Tender Documents with detailed specifications are to be collected from the office of the Secretary to the Commission) upon presentation of evidence of payment of non-refundable Tender Fee of N10,000 only (by Cash or Bank Draft). Completed Documents should be submitted in a sealed envelope appropriately labeled at the top right hand corner “Tender for…… (indicate the specific project & Lot No. of intent)”, addressed to the Secretary ICPC, Plot 802, Constitution Avenue, Central Area, Abuja and deposited same in the Tender Box at the Secretary’s Office on or before 11.00am , Monday 12th  August, 2013

5.0.    Opening of Tender

The Tenders will be opened at 11:15 pm on the closing date, Monday 12th August, 2013. at the ICPC Auditorium. Representatives of the Tenderers, Professional Bodies, NGOs and interested members of the general public are hereby invited to witness the Bid Opening.

Please Note

  1. Late submission will be rejected
  2. Failure to comply with, the instructions above or to provide the listed documents, may automatically lead to disqualification.
  3. The Commission may verify any or all the claims made by the bidders, including requesting for submission of the originals of the documents for sighting and shall disqualify any Company whose claim(s) is/are found to be false.
  4. The final conclusion of the procurement process of all the projects listed above would depend on the release and cash-backing of funds for the projects.
  5. Nothing in this advertisement shall be constructed to be a commitment on the part of ICPC to undertake the project or entitled any company to make any claim (s) whatsoever in respect of any expenses incurred in preparing a tender response.

For any further enquiry, contact the Office of the Secretary to the Commission.

Signed:

Management