Supply of Various Goods at Federal Inland Revenue Service, Abuja

Federal Inland Revenue Service Abuja
15 Sokode Crescent, Wuse, Zone 5, Abuja. 234 (0) 96701467
www.firs.gov.ng

Invitation for pre-Qualification

Introductions
The Federal Inland Revenue Service (FIRS) invites prospective Contractors, Suppliers and Vendors to pre-qualify for the following works, goods and Services in 2011 Financial year

2. AREAS OF COMPETENCE……
PACKAGE 1: Supply Operational Vehicles
Lot l Supply of operational vehicles Cars
Lot 2 Supply of operational vehicles Buses
Lot 3 Supply of operational vehicles Pick-up vans
Lot 4 Supply of operational vehicles SUV
Lot 5 Supply of Ambulances

Prospective contractors would be required to be Authorized Distributors of the brand they are offering in addition to meeting the general requirements in paragraph 3 below.

PACKAGE 2: Renovation/Construction of Firs Office Buildings
Category A: Under N20m
Category B: N 20m N50m
Category C: N50m N200m
Category D: N 200m N500m
Category E: N501m & Above

Turnover must be evident in Tax Clearance Certificate Category desired must be supported by Turnover in the Tax Clearance.

PACKAGE 3: Modernization of FIRS Offices
Lot1 ICT:
A. Supply and installation of Computer and accessories;
B. Provision of Internet access and bandwidth;
C. Provision of Structured Local Area Network (LAN) Cabling;
D. Telephone network service wide and video conferencing:
E. Enterprise SAN storage
F. Enterprise license agreement
G. Environmental monitoring tools for FIRS Data Centre and
H. Other related services.

Lot 2 Supply and installation of office equipment
A. Photocopiers;
B. Safes;
C. File Registry;
D. Refrigerate;
E. Air-conditioners;
F. Shredding machines;
G. Scanners;
H. Water dispensers
I. File registry

Lot 3 Office Furniture,

Lot 4 Supply and installation of Elevators

PACKAGE 4: Supply and installation of Electricity equipment
Lot 1: Supply and installation of Generators
Lot 2: Supply and installation of Electricity Transformers
Lot 3: Supply and installation of Electricity power inverters
Lot 4: Supply and installation of Solar Power System

PACKAGE 5: Supply of Communication Equipment
Lot 1 Supply of Public Address and Conferencing Systems
Lot 2 Supply of Multimedia Platforms
Lot 3 Supply of Photography/Recording Equipment
Lot 4 Supply of Video Studio Equipment
Lot 5 Supply of Audio Studio Equipment
Lot 6 Other communication Equipment

PACKAGES; Supply of Office Materials
1. Supply of stationeries
2. Supply of electrical fittings
3. Supply of Non-security Documents
4. Supply of motor vehicle tools, tires, batteries, spare parts.
5. Supply of sporting equipment
6. Supply of sanitation equipment
7. Supply of drugs and medical supply

PACKAGE 7; Supply of Computer Materials
PACKAGE 8: Supply of Library Books and Periodicals
PACKAGE 9: Maintenance of Computer equipment
PACKAGE 10: Maintenance of Plant & Equipment
PACKAGE 11: Provision of Consultancy and Professional Services
Lot 1 Information technology
Lot 2 Financial Services
Lot 3 Engineering Services
Lot 4 Legal services
Lot 5 Other professional services

PACKAGE 12 Supply and installation of Security & Safely Equipment Access Control Security surveillance equipment smoke/fire detectors and control equipment and related services

3. ELIGIBILITY TO PARTICIPATE
Interested reputable contractors and Service providers must have necessary competences and possess the following.
i. Certificate of the Company’s Registration/Incorporation verifiable from Corporate Affairs Commission.
ii. Company’s Current Tax Clearance Certificate issued by the proper authority
iii. Submit evidence of membership of the relevant professional association or organization
iv. Tax identification Number;
v. Company profile reflecting executive capacity, plant & Equipment owned and Personnel (Where applicable)
vi. Evidence from the company’s bankers as to its financial capacity to undertake works if awarded.

In addition prospective service providers shall be required to demonstrate that they are financially capable to provide any service which they may be offered, following this general pre-qualification. Please note that bankers letter merely stating that the applicant is a customer within any turnover range is not conclusively indicative of financial capacity and therefore not acceptable.

vii. A sworn statement that the company is not in receivership or Financially/Legally encumbered.
viii. Accompanying sworn affidavit of disclosure; to disclose clearly if any of the officers (or related person) of the Federal inland Revenue Services (FIRS) or Bureau for Public Procurement is a former or present Director of the company and that the company does not have any Director who has been convicted in any country for any criminal offence relating to fraud or financial impropriety.
ix. Verifiable documentary evidence of similar and other jobs successful executed within the last three years. Such evidence shall be in form of valid and verifiable letters of award of contract, contract agreement and completion certificates or inter

Construction/ Renovation of Projects at Federal Inland Revenue Service, Abuja

Federal Inland Revenue Service Abuja

15 Sokode Crescent, Wuse, Zone 5, Abuja. 234 (0) 96701467

www.firs.gov.ng

Invitation To Tender

Introductions

The Federal Inland Revenue Service (FIRS) invites prospective Contractors to tender for the construction and renovation of the following offices in the 2011 financial year.

2.       Offices for Construction/ Renovation

  1. Construction of Birnin Kebbi Integrated Tax Office
  2. Construction of Damaturu Integrated Tax Office Yobe State
  3. Construction of Dutse Integrated Tax Office Jigawa State
  4. Construction of Katampe Integrated Tax Office Abuja
  5. Construction of Oshogbo Integrated Tax Office Osun State
  6. Construction of Port Harcourt Integrated Tax Office
  7. Construction of Bauchi Regional Office Bauchi
  8. Construction of Enugu Regional Office Enugu
  9. Construction of Katsina Regional Office Katsina
  10. Construction of Port Harcourt Regional Office Port Harcourt
  11. Renovation of Kano Club Road ITO

ELIGIBILITY TO PARTICIPATE

Interested reputable contractors must have necessary competences and possess the following:-

  1. i.            Certificate of the Company’s Registration/Incorporation verifiable from Corporate Affairs Commission.
  1. ii.            Company’s Current Tax Clearance Certificate issued by the proper authority.
  1. iii.            Company’s Taxpayer identification Number
  1. iv.            Tax Identification Number;
  1. v.            Company profile reflecting executive capacity, plant & Equipment owned and personnel (Where applicable)
  1. vi.            Evidence from the company’s bankers as to its financial capacity to undertake works if awarded.

In addition prospective contractors shall be required to demonstrate, that they are financially capable to undertake the contact if awarded. Please note that banker’s letter merely stating that the applicant is a customer within any turnover range is not conclusively indicative of financial capacity and therefore not acceptable.

  1. A sworn statement that the company is not in receivership or Financially/Legally encumbered,
  1. Accompanying sworn affidavit of disclosure to disclose clearly if any of the officers (or related person) of the Federal Inland Revenue Service (FIRS) or Bureau for Public Procurement is a former or present Director of the company and that the company does not have any Director who has been convicted in any country for any criminal offence relating to fraud or financial impropriety.
  1. ix.            Verifiable documentary evidence of similar and other jobs successfully executed within the last three years. Such evidence shall be in form of valid and verifiable letters of award of contract, contract agreement and completion certificates or interim Payment Certificates where such jobs are still in progress as well as Turnover figures as evident in the Tax Clearance Certificate
  1. x.            Submit evidence of having fulfilled all obligations in relation to pensions and social security contributions in accordance with the provisions of the Pensions Act 2004.
  1. xi.            A sworn affidavit that the company is not a replacement for a hitherto tax defaulting company.

4.       NOT ELIGIBLE

All Contractors who have defaulted on previous contract(s) awarded to them by FIRS.

5.       COLLECTION OF TENDER DOCUMENTS

Interested contractors are required to collect detailed tender documents from the office of the Head of Procurement Department, Corporate Development Group Federal Inland Revenue Service Revenue House (Room 128) 15 sokode Crescent, Wuse Zone 5, Abuja, After presenting evidence of payment of a non-refundable tender fee of N20,000.00 (Twenty  thousand naira only) for each office (for a maximu

Provision of Connectivity Infrastructure and Change Management Services at Office of the Head of Service of the Federation

Office of the Head of Service of the Federation and Office of the Accountant-General of the Federation

Invitation for Expression of Interest for the Provision of Connectivity Infrastructure and Change Management Services for the Implementation of IPPIS Phase 2 Service – Wide.

1. Introduction

The Office of the Accountant General of the Federation (OAGF) is embarking on a service-wide roll out of the integrated Payroll and Personnel Information System (IPPIS) and requires qualified and competent firms to submit their “Expression of Interest” in providing the following Services:

LOT 1:   WAN/MAN connectivity and, LAN infrastructure,

LOT2:    Change Management Services.

2. Terms of Reference Objective

To implement supporting infrastructure for the Integrated Personnel and Payroll System – which is an integrated solution that will improve effectiveness and efficiency in transactional service, enhance confidence in payroll costs and budgeting and greatly improve human resource management reporting and information for Ministries, Departments and Agencies of the Federal Government of Nigeria.

3. Scope

LOT1:         LAN Infrastructure and WAN/MAN Connectivity

a,   LAN

  • The provision of 2500 (two thousand five hundred) wired or wireless gigabit Ethernet local area network nodes in selected MDAs across the country. This will be fully integrated with the unified Government connectivity infrastructure already in existence,
  • Integrated LAN support and Administration support services

b.  WAN

  • Provision of virtual private network connectivity services across 425 locations spanning the following: Metro-area terrestrial network connectivity in Abuja and Lagos. This should cover all Government offices and should be compatible and integrated with the common IP-MPLS Government connectivity infrastructure.
  • VSAT Based Wide Area Network (WAN) Connectivity for all other locations outside of the metro area – but compatible and integrated with common IP-MPLS Government connectivity infrastructure.
  • Integrated MAN/WAN support and Administration support services.

LOT2: Change Management Services

  • Provision of Change Management Service? for the entire IPPIS Phase II roll out.

4.  Qualification Criteria

Successful applicant should have the following;

a.   Minimum of 5 years cognate industry experience

b.   Evidence of strong technical competence in the design, implementation and management of connectivity based ICT solutions if interest is for

LOT1

c.       Evidence of strong technical competence in Change Management Services if interest is for

LOT2

d.   Detailed company profile

e.   Detailed description of similar assignments

f.    Detailed curriculum vitae of professional staff proposed for the assignment g.   Evidence of registration with Corporate Affairs Commission (CAC)

h.   Copy of current Tax Clearance Certificate

i.    Evidence of compliance with Pensions Act

Sealed bids, marked with the LOT No for which interest is being expressed should be submitted to the address below on or before 12.00 noon of Monday, 28th February, 2011:

The Secretary, Ministerial Tenders Board,

Room 1A 071st Floor,

OAGF, Treasury House,

Garki II, Abuja, FCT.

Please not that the bids will be opened after close of

Submission at 2.00 pm on the same day, at the 2nd Floor Conference room of the Treasury House. Firms that express interest in more than one lot will be disqualified.

Signed

Management

Consultancy Services for Design and Implementation of a Communication and Outreach Strategy at the Nigeria Extractive Industries Transparency Initiative (NEITI)

The Presidency

The Nigeria Extractive Industries Transparency Initiative (NEITI)

Federal Republic of Nigeria

Nigeria Phase 11: EITI Implementation

Consultancy Services for Design and Implementation of a Communication and Outreach Strategy

Trust Fund Number: 95381

Request for Expression of Interest

Issuance Date: 14th February, 2011

The Federal Government of Nigeria (FGN) has obtained a grant from the EITI Multi-Donor Trust Fund (MDTF) to be administered by the Nigeria Extractive Industries Transparency Initiative (NEITI) Secretariat. NEITI is the Nigerian subset of a global initiative aimed at following due process and achieving transparency in payments by Extractive Industry (EI) companies to governments and government-linked entities. NEITI intends to apply part of the proceeds of this grant payment under contracts for provision of communications and outreach strategy development and implementation consultancy services

The services required include but not limited to:

  • Conducting an assessment and review of the NEITI Communications strategy and implementation:
  • Developing an action oriented communication and outreach implementation strategy:
  • Management of the process for the implementation of the strategy

This assignment may last for a period of 4months from the time of contracting

SUBMISSION OF EXPRESSION OF INTEREST (EOIS)

NEITI now invites eligible consultancy firms with expertise in developing and managing communications and outreach programs to indicate their interest in providing the above mentioned services. Interested Consultants can apply as a consortium and each firm/consortia must include consultants with relevant working experience in communications strategy development and management covering media, branding, advertising, marketing and the multi-media.

Interested consultants must provide information indicating that they are qualified to perform the services:

  • Profile of firms/consortium (local/foreign) including ownership structure of firms making up the consortium.
  • Description of similar assignments executed/under execution in the sector by the firm/consortium. This should cover the role played by the consortium members (s) in (A) Developing and preparing action-oriented communication and outreach strategies: and (B) Managing the process for the implementation of communication and outreach strategies.
  • Availability of appropriate skills among staff:
  • Experience in Nigeria and in other developing countries in similar conditions:
  • Evidence of alliance/partnership between consortium members:
  • Information on Legal Status of the Firm or Consortium

Consultants may associate to enhance their qualifications.

Evaluation of competence and qualification of firm will be undertaken on the basis of aforementioned requirements to be met by the consultants’ team

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. Published in May 2004 (current edition)

Interested consultants may obtain further information at the address below during office hours. One original and five copies of the Expression of Interest (EOI) must be delivered to the address below not later than 28th February 2011 by 5.00pm in a sealed envelope clearly marked “Expression of Interest for developing Communication and Outreach Strategy for NEITI”

To:

The Executive Secretary,

Nigeria Extractive Industries Transparency Initiative, NEITI,

1, Zambezi Crescent,

Off Aguiyi Ironsi Road, Maitama,

Abuja, Nigeria

Phone: +234-9-2906545

E-mail: procurement@neiti.org.ng

Web Site: http://www.neiti.org.ng

Only Shortlisted Consultants will be contacted

Request for Expression of Interest for A Strategic Plan, Monitoring & Evaluation Framework, and A Regular Reporting Framework for the NEITI Remediation Program at the Nigeria Extractive Industries Transparency Initiative (NEITI)

The Presidency

The Nigeria Extractive Industries Transparency Initiative (NEITI)

Federal Republic of Nigeria

Nigeria Phase 11: EITI Implementation

Consultancy Services For

A Strategic Plan, Monitoring & Evaluation Framework, and A Regular Reporting Framework for the NEITI Remediation Program.

Trust Fund Number: 95381

Request for Expression of Interest

Issuance Date: 14th February, 2011

The Federal Government of Nigeria (FGN) has obtained a grant from the EITI Multi-Donor Trust Fund (MDTF) to be administered by the World Bank towards the cost of a consultancy service for the design of a Monitoring and Evaluation Framework and a regular reporting framework for its Remediation exercise. The purpose of the consultancy is to design a strategic plan for NEITI’s remediation program, as well as design and implement a reporting framework. The objective is to strengthen NEITI’s coordination role in the implementation of the NEITI audit recommendations in accordance with the NEITI Act. It is also to enable NEITI to demonstrate and report on the impact of remediation to its respective shareholders. The services required include but are not limited to:

  • Conducting a readiness assessment.
  • Preparing a documented strategic plan for the NEITI remediation program;
  • Producing a comprehensive Result Based Monitoring and Evaluation framework and reporting system for NEITI
  • Developing an action plan for the implementation of the framework
  • Capacity building of NEITI staff, CSOs and relevant agencies in the use of the framework on issues related to results based monitoring and evaluation

This assignment mat last for a period of 4months from the time of contracting.

SUBMISSION OF EXPRESSION OF INTEREST (EOIS)

NEITI now invites eligible consultancy firms with expertise in the EITI, Extractive industry, particularly in relation to the M and E framework and a result oriented reporting framework to indicate their interest in providing the above-mentioned services. Firms can apply as a consortium and each firm/consortia must include the following

  • Strategic planning specialist
  • Result based M and E specialist/Lead Consultant
  • Information System Specialist

Interested consultants must provide information indicating that they are qualified to perform the services:

  • Profile of firms/consortium (local/foreign) including ownership structure of firms making up the consortium.
  • Description of similar assignments executed/under execution in the sector by the firm/consortium. This should cover the role played by the consortium members (s) in:
  1. Strategic planning, formulating and management of remediation programs
  2. Designing and implementation a RBME framework and an information reporting framework
  3. Developing action plans
  4. Designing and providing capacity building programs for RBME frameworks particularly for public sector institutions
  • Experience in countries in similar conditions:
  • Availability of appropriate skills among staff:
  • Evidence of alliance/partnership between consortium members:
  • Information on Legal Status of the Firm or Consortium

Consultants may associate to enhance their qualifications

Evaluation of competence and qualification of firm will be undertaken on the basis of aforementioned requirements to be met by the consultants’ team

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. Published in May 2004 (current edition)

Interested consultants may obtain further information at the address below during office hours. One original and five copies of the Expression of Interest (EOI) must be delivered to the address below not later than 28th February 2011 by 5.00pm in a sealed envelope clearly marked “Expression of Interest for the design of a strategic action plan, a result-based monitoring and evaluation framework and a reporting framework for the NEITI remediation program:

To:

The Executive Secretary,

Nigeria Extractive Industries Transparency Initiative, NEITI,

1, Zambezi Crescent,

Off Aguiyi Ironsi Road, Maitama,

Abuja, Nigeria

Phone: +234-9-2906545

E-mail: procurement@neiti.org.ng

Web Site: http://www.neiti.org.ng

Only Shortlisted C