Recruitment of an External Auditor to Audit the Financial Accounts of ECOWAS at Economic Community of West African States (ECOWAS)

ECOWAS COMMISSION

101 Yakubu Gowon Crescent

Asokoro District,

P.M.B 401

Abuja, Nigeria

Email: cedeao@ecowasmail.net

Tel:   (234-9)314-7647

(234-9)314-7627

Fax:  (234-9)314-7646

(234-9)314-3005

From: 19/05/2011; To 15/06/2011

Client:        ECOWAS Commission

Type:           Expression of Interest

Title:           Recruitment of an External Auditor to Audit the Financial Accounts of ECOWAS

1.       The Economic Community of West African States (ECOWAS) seeks to engage the services of an External Auditor to audit the 2011 and 2012 Financial Accounts of its Institutions, Agencies and Unities, within the framework of implementation of its programme.

 

2.       The purpose of the mission is to express an independent professional opinion on the financial situation of the entities for the 2011 and 2012 financial years.

 

The external auditor shall serve for a period of two (2) years renewable twice subject to

satisfactory performance as evaluated by ECOWAS.

 

3.       The firm selected to conduct this mission shall, at least:

a)       Be an accounting firm that has been in existence for at least ten (10) years, duly registered with a professional accounting body in one of  the  member countries of ECOWAS.

b)      Show proof of vast experience in financial auditing, especially of Regional and International Organizations;

c)       Have a  team        comprising at least one qualified accountant with a minimum of ten years’ experience, who shall be team leader, professional accountants/auditors, one legal expert and if possible one regional integration expert;

d)      Be renowned and have a sense of community integration.

 

4.       the Selection procedure will be based on quality and cost in accordance with the ECOWAS  Tender Code. ECOWAS Commission is  under no obligation to shortlist any consultant who expresses interest.

 

Any firm established in an ECOWAS member State which is not presently serving as External Auditor or performing any consultancy mission in the said organization may submit an expression of interest. The minimum number of points required is seventy-five (75) and a shortlist of a maximum of 6 consultants shall be drawn up after the expression of interest.

 

The firm that are part of an international network are to submit one expression of interest

 

5.       The ECOWAS Commission now invites eligible consultants (Firm) to indicate their  interest in providing these services. Interested consultants must provide information indicating that they are qualified to perform the services (in accordance with point 3). Consultants may constitute joint-ventures to enhance their chances of qualification.

 

6.       Interested consultants may obtain further information at the address below during office hours: Monday to Friday from 9.00am  GMT + 1 to 5.00pm GMT +1.

 

ECOWAS Commission, Directorate of General Administration, Procurement Unit, 101, Yakubu Gowon Crescent Asokoro District, P.M.B 401 Abuja Nigeria.

 

Courriel: nkuakor@yahoo.fr; bangoura53@yahoo.fr; kabirnfr@yahoo.fr; tmamadousidiki@yahoo.com

 

7.       Expression of interest must be delivered in sealed envelope and clearly marked “Selection of a Consultant to Audit the Financial Accounts of ECOWAS, do not open except in presence of the Tender Committee” to the address below by Wednesday, June 15th 2011 at 4.00pm GMT+1:

 

ECOWAS Commission, Directorate of General Administration, Procurement Unit, 101 Yakubu Gowon Crescent Asokoro District, P.M.B. 401 Abuja Nigeria.

 

For: Mrs Halima Ahmed

Director of General Administration.

 

CC:   CAF

Audit Interne

PPO Procurement.

Expressions of Interest (EOI) for various Consulting Services for the year 2011 at Third National Fadama Development Project

Federal Government of Nigeria

Third National Fadama Development Project (Fadama III)

Credit No.:4494

Katsina State Fadama Coordination Office

KTARDA Headquarters, KM 4 Along Kano Road, Katsina, Katsina, State

Expressions of Interest (EOI) for various Consulting Services for the year 2011.

Date of Issuance: Monday 23rd, 2011

This request for Expressions of Interest follows the General Procurement Notice for this project that appeared in Development Business No.637 of 3rd July, 2009.

 

The Federal Govemment of Nigeria has received a credit from the International Development Association (IDA) to finance the cost of the Third National Fadama Dcvelopt»eiit ‘Project (Fadama III) and intends to apply part of the proceeds of this credit to payments under the contract for fee following consulting Services to be implemented in the year 2011:

 

S/No Title of Service Brief Description of Service Planned Implementation Period
1. Packaging of Capacity Building and  Advisory Services and Development of  Term of References To look at the  various submissions in the LDP and aggregate them into lots based on their  similarities and develop Term of Reference on each of the  lot. 3rd Quarter, 2011
2. Evaluation of Advisory  Services and Capacity Building Proposals To evaluate proposals submitted by the Service Providers and come up with the most responsive  

3rd Quarter, 2011

 

3.

 

Mid Term Review of Fadama III

This is meant to review the progress made in the mid-line of the  Project Implementation to ascertain to what extent the project Development  Objective has been achieved or otherwise.  

4th Quarter 2011.

 

The Katsina State Fadama Coordination Office (SFCO) now invites eligible consultants to indicate their interest in providing these services. Interested consultants must provide information indicating that they are qualified to perform the services. Consequently; the Consultant should submit along with their EOI.

 

  • general qualifications and  number of key staff
  • description of similar assignments;
  • nature of the assignments, location and dates;
  • and any other relevant information.

 

Consultants may associate to enhance their qualifications.

 

A consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers, May 2004.(revised October 2006 and May 2010).

 

Interested  consultants may obtain further information at the address below from 9.00am to 4.00pm.

 

Expressions of interest must be delivered to the address below by Monday, 13th June, 2011.

 

State Porject Coordinator

Third National Fadama Development Project

State Fadama Coordination Office (SFCO)

KTARDA Headquarters

KM 4 along Kano Road

Katsina- Katsina State, Nigeria.

Email: ktfadama@yahoo.com

 

 

Invitation for Pre-Qualification /Tender Education Trust Fund Assisted Projects at Abia State College of Education (Technical) Arochukwu

Abia State College Of Education (Technical) Arochukwu

Public Notice Public Notice Public Notice

Invitation for Pre-Qualification /Tender Education Trust Fund Assisted Projects

 

Abia State College of Education (Technical) Arochukwu is desirous to execute the following listed projects. As indicated above, the funding of the projects is sponsored by the ETF as such, payments will always be ready on certification.

 

Lot 1 –                  Construction of Laboratory /Multi-purpose Block

Lot 2 –                  Furniture & Fitting for the laboratories and

Lot 3 –                  Supply of wooden shelves for storing Equipment/Reagents

 

Qualifications /Requirements

Interested Contractors who possess the following requirements are invited for any of the projects:

(i)      Evidence of Registration with Corporate Affairs commission (CAC)

(ii)     Evidence from the Company’s Bankers as to their financial capacity to undertake the project and Bank support

(iii)    Evidence of tax clearance certificate for the last three years

(iv)    Evidence of immediate past three years Audited Account

(v)     Details of experience and technical qualification of key personnel

(vi)    Evidence of Tax Identification Number (TIN)

(vii)   Evidence of VAT registration and past VAT remittances

(viii)  Copies of current company bank statements, reference letters and consent to allow for verification with Bankers

(ix)    Evidence of similar jobs being currently undertaken and

(x)    Evidence of completion of similar jobs in the past three years

(xi)    Affidavit of fact

(xii)   Evidence of Registration with Abia State College of Education (T) Arochukwu

 

Closing Date

Interested contractor should submit their Application for pre-qualification on or before 4th June 2011 .

 

Contractors duly pre-qualified are expected to pay a Non-refundable tender fee of N100, 000.00 and N60, 000.00 for Lots 1 and 2 respectively and N10,000.00 for Lost 3 at the College Bursary.

 

Evidence of payment of Non-Refundable Tender fee should be shown to the College Acting Director of works and services for collection of the tender documents.

 

Opening Of Bids /Tenders

All pre-qualified bids (envelope) received will be opened on Friday 17th June 2011 at 12: Noon prompt at the council chambers of Abia State College of Education (Technical) Arochukwu.

 

Submission: pre-qualification documents must be submitted in sealed envelopes marked “CONFIDENTIAL PRE-QUALIFICATION DOCUMENT” on or before 4th June 2011 and address to:

 

The Acting Registrar /Secretary

Tenders Board

Abia State College of Education (Technical) Arochukwu

Please note that this is not an invitation to tender. Full tendering procedure will be only to Contractors that have been successfully pre-qualified through this public Notice.

 

Printing of Assessment Question Papers for Two Separate Students’ Assessment at Lagos Eko Secondary Education Project

Invitation for Bids (IFB)

Lagos State Government

Lagos Eko Secondary Education Project

Credit No: CR 45910-NG

Printing of Assessment Question Papers for Two Separate Students’ Assessment

Contract No: LEP/NCB/G-11-005

Date of Issuance: Thursday May 19, 2011

 

The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) toward the cost of Lagos EKO Secondary Education. Project and intends to apply part of the proceeds of this credit to cover eligible payments under the contract for the Printing of 3 million Assessment Question Papers for 2 separate students’ Assessments as itemised below for the project.

 

1.       Lagos Eko Secondary Education Project now invites sealed bids from eligible and qualified bidders for the Printing of 3 million Question Papers for 2 separate students’ Assessments.

 

Details are as follows:

 

Lot Item Description Quantity Delivery Period Bid

Security

1 1 Printing of Assessment Question Papers for English Language. 1,000,000 30 Days  

 

 

At least 2% of bid price

2 2 Printing of Assessment Question Papers for Mathematics 1,000,000 30 Days
3 3 Printing of Assessment Question Papers for Biology and Basic Science 1,000,000 30 Days

 

2.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines- Procurement under IBRD Loans and IDA Credits, and is open to all Bidders from eligible source countries as defined in the Guidelines

 

3.       Interested eligible bidders may obtain further information from Lagos Eko Secondary Education Project and inspect the bidding d at the address given below. The documents can be in official hours-9am to 4pm on Mondays to Friday with the exception of public Holidays.

 

Qualifications Requirement Include:

  • Documentary evidence of printing of similar type and quantity of security document carried out in the last 3 years.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of profitability and adequate working capital.
  • Additional details are provided in the bidding documents
  • Capacity of eligible supplier to meet with tight delivery schedule.

 

4.  A complete set of bidding documents in English Language may purchased by  interested suppliers on the submission of a written application below and upon payment of a non-refundable   fee of N15,000.00 (Thousand Naira only) or US$100.00 ( i.e One hundred dollars equivalent). The method of payment will only be by Bank Draft made payable to Lagos EKO Secondary Education Project. The bid document may be collected by Supplier’s Representative duly authorised by the Supplier or sent by courier services on request.

 

5.  Bids must be delivered to the address below on or before Friday June 17, 2011. All bids must be accompanied by a bid security equivalent, to, at least, 2% (two percent) of Bid Price in form of a Bank Guarantee, or Bank Manager’s cheque issued by a reputable Bank. Late bids will be rejected. Bids will be opened in the presence of the bidder’s representatives who choose to attend at the conference Room of the project Officer  at 10.00am on Friday June 17th , 2011.

 

Signed

The Project Coordinator

Lagos Eko Secondary Education Project

4, Emina Crescent, Ikeja, Lagos State, Nigeria.

Tel.: 01-8707704

Email: lagosekoproject@yahoo.com

Execution of Projects at Nigerian Meteorological Agency (NIMET)

Nigerian Meteorological Agency (NIMET)

33,Pope Paul II Street, Off Gana Street

Maitama District, Abuja, Nigeria

NIMET/nCB/2011/001

Invitation for Bids

 

Introduction

The Nigerian Meteorological Agency (NIMET) in fulfillment of its mandate to monitor weather, climate and provide early warning advisories; and in accordance with the 2007 Public Procurement Act, invites interested, eligible and reputable contractors to tender for the execution of the following projects which are to be funded through the 2011 Federal Government Appropriation.

 

Package 1: Construction of Synoptic Offices

Lot 1: Zaria

Lot 2: Umuahia

Package 2: Construction of Marine Met Forecast Offices/Centres

Lot 1: Apapa (Lagos)

 

Package 3: Construction of Zonal Meteorological Office For South-South Zone, Port Harcourt.

 

Package 4: Procurement of Conventional Instrument for NIMET Stations Nationwide

Lot I: Procurement of ordinary Rainguages

Lot 2: Procurement of Stephenson screens and Dry and Wet Bulb Thermometers

 

Interested and eligible bidders are to obtain further information and collect the bidding documents address given below from 10:00am – 4.00pm Mondays to Fridays, except on public holidays.

Qualification requirements

Interested bidders are expected to meet the following qualification requirements:

1.       Evidence of incorporation in Nigeria (CAC forms CO2 and COT).

2.       Evidence of immediate past and three years’ tax clearance certificate, (i.e. 2008,2009.2010).

3.       Evidence of registration and remittance of Value added Tax (VAT).

4.       Evidence of compliance with the relevant provisions of the Pension Reform Act 2004.

 

5.       Company Profile

Evidence of key professional staff with relevant experience and registration with relevant professional bodies.

Verifiable documentary evidence of similar jobs successfully executed within the last five years. Such evidence shall be in form of valid and verifiable letters of award of contract, agreement and completion certificate or interim payment certificates, where such jobs are still in progress.

Verifiable evidence of availability through  ownership and/or  leasehold of appropriate equipment/machinery to be deployed for the execution of the project.

6.       Evidence of financial capability and availability of bank support if awarded the contract. Please note that that bankers’ letter merely stating that the applicant operates an account within a turnover range is not an adequate evidence of financial capability and therefore not acceptable.

7.       Three years’ audited accounts of the company (2008,2009,2010).

8.       Evidence of a minimum annual turnover of Twenty Million Naira (N20m). All bidders must include as part of their bids submission.

9.       For packages 4 to 7, verifiable evidence of accreditation or affiliation with relevant equipment manufacturers.

 

Collection of bidding documents

A complete set of bidding documents in English language may be obtained from the address below on payment of a non refundable fee of N25,000.00 (Twenty Five Thousand Naira) only payable in cash or Bank Draft issued in favour of Nigerian Metrological Agency. The bidding  documents will be  collected on presentation of the receipt, of payment (original and photocopy).

 

Submission of bidding documents

Bids must be delivered in an envelope containing two separately sealed envelopes marked technical and financial bids as the case may be, to the address below on or before 12:00 noon on Monday, June, 27th, 2011. Bids will not be collected after this period. The name and mailing address of the bidder, including valid contract telephone number must, be clearly marked on the envelopes. Electronic bidding will not be permitted.

 

The Director-General/CEO,

Nigerian MeteoroIogical Agency(NlMET),

33, Pope John Paul II Street,

Maitama District, Abuja. Nigeria.

 

Opening of Bids

Bids will be publicly opened in the presence of representatives of bidders who choose to be present at agency’s conference room at the address above at 2:00pm on Monday, June, 27th 2011.

 

Bid Security

All bids must be accompanied by a bid security of 2 per cent of the bid value.

 

Note: Bidders who do not scale through the technical elevation stage shall have their financial bid(s) returned unopened.

 

Enquiries

For Enquiries, Please call

08059794409.

 

NB:

This advertisement shall not be construed as a commitment on the part of NIMET nor shall it entitle responding contractors to seek any indemnity from NIMET by virture of the  contractors having responded to the advertisement.

 

The Nigerian Metrological Agency is not  obliged to accept the lowest or any tender.

 

Signed

Director-Gneral/CEO

Nigerian Meteorological Agency

33, Pope John Paul II Street,

Maitama, Abuja.