Consultancy Services at Ondo State Government and Capacity Building Project II

Federal Republic of Nigeria

Ondo State Government and Capacity Building Project II

Consultancy Services in Public Financial Management

Request for Expression of Interest

Credit No:           IDA 4667.0 NG

Project ID:           P097026

Contract Number:        ODSGCBP II/CS/QCBS/02/10

Date of Issuance: 9th November, 2010

Expression of Interest

1.       The Federal Government of Nigeria has received credit from the International Development Association (IDA) towards the cost of implementing State Governance and Capacity Building Project (SGCBP II).Ondo State is a beneficiary of the credit and intends to apply part of the proceeds for consultancy services in Public Financial Management under two sub components of the Project: (I) Budget Preparation and Execution (2) Accounting, Expenditure Control and Financial Reporting.

2.      The scope of the service will among others include the following.

Budget Reparation and Execution

  • A thorough assessment of the existing budget traditions and machinery in the State Civil Service including current practices, strengths and weaknesses and recommendations for improvement as well as assessment of skills gaps in budgeting, development of sector strategies and economic management generally in key MDAs.
  • Develop Medium Term Fiscal Strategy Model and train relevant staff of selected MDAs to develop Multi Year Budget Framework and Medium Term Expenditure Framework (MYBF/MTEF). Develop Medium Term Sector Strategy for 8 -10 Pilot Ministries
  • Determine immediate training needs in relevant ministries needed to implement the project as well as long term needs to sustain the project. Recommend training institutions to deliver training. Establish frameworks and basic infrastructure for the  introduction of MTSS and MYBF/MTEF in the  state FY12 budget.
  • Assist with the development of a project and program investment evaluation and  prioritization process which is based on and includes: (i) predefined project and program objectives, and the State Development Plan (SDP) and Millennium Development Goals (MDGs), (ii) a risk assessment process to evaluate risks associated with project and program implementation, and  (iii) A clear scoring system for  ranking such programs and projects, and (iv) performance process which is based on and includes predefined project and program results-based criteria that based on and includes predefined project and program results-based criteria that are consistent with sector objectives, and the SDP and MDGs;

Accounting, Expenditure Control and Financial Reporting

  • Conduct an extensive review of current ^ vaunting practices, highlighting in particular, their strength and weakness.
  • Investigate the nature of existing chart of accounts and confirm whether this conforms to Federation Account Allocation Committee (FAAC) requirements.
  • Develop a Standard Charts of Accounts and other information requirements in line with FAAC proposals and guidelines and should meet  international  standards and Government Financial statistics (GFS/IPSAS).
  • Develop a revised and more effective business process for revenue, expenditure, assets and liabilities with adequate internal controls. Where the computer-based information systems will take over systems, recommend changes and conduct staff training in all revised processes and procedures. This training may need to be provided in addition to those conducted by the  Implementing contractor.
  • Act as facilitators in conducting a series of seminars to enlighten the Chief Executives, Legislators and  other stakeholders on various PFM reforms.
  • Assist the Government in prioritizing the implementation of appropriate government accounting  standards  that are in full accordance with International Public Sector Accounting Standards (IPSAS)
  • Act as facilitator in conducting basic Public Sector Accounting Training for staff of the Office of the State Accountant General (OSAG)

3.       The consultancy services will be carried out in twenty four (24) months within the period of thirty (30) calendar months and would require the inputs of budget, economists, accounting finance and ICT professionals.

Minimum Qualification

A reputable Chartered Accounting firm with minimum of ten years experience in Public Sector Accounting. Budgeting and financial Management with at least key staff possessing  the following minimum qualifications.

i.            Team Leader must be Chattered Accountant with a internationally recognized professional qualifications, plus a minimum of first degree; minimum of 12 years post-qualification experience and knowledge of international public sector accounting standards (IPSAS);

ii.            Public Sector Budgeting and financial management expert with a minimum of 12 years experience minimum of first degree in economics/public finance/business administration and related fields excellent knowledge and experience in implementation of Medium Term Expenditure Framework (MTEF) and Medium Term Sector Strategies (MTSS);

iii.            Specialist in IT/ICT and financial management information systems with minimum of 8 years experience

  • Vastknowledge of the Nigeria public sector,
  • Demonstrable experience and expertise in public sector budgeting, accounting, and financial management reforms in Nigeria or elsewhere;
  • Strong ICT skills and infrastructure

5.       The Ondo State Governance and Capacity Building Project II now requires the services of eligible Consultancy Firms to indicate their interest in providing the services. Interested consulting firms must have considerable experience in Public Sector Accounting, Budgeting and Financial Management,

Interested consulting firms are hereby requested  to submit a statement of capability indicating relevant experience on similar assignments in Nigeria or elsewhere. This should include, but not limited to, provision of company brochures, description of similar assignments carried out in the last five years, experience in similar conditions, availability of appropriate skills among key staff, etc

6.       The consulting firm 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 edition, Revised October 1st 2006 and May 1st 2010).

Interested consulting firms may obtain further information at the address below between 9.00am to 4.00pm (Local Time), Mondays – Fridays

Your expressions of interest must be delivered in a scaled envelope to the address below on or before 7th December, 2010 at 4.00pm.

Project Coordinator

Ondo State Governance  and  capacity Building Project II

State Project Coordinating Unit (SPCU),

Ala Quarters

Akure, Ondo State

Nigeria.

Tel: 2348033578084, 2348033894440

Email: ondosgcb@yahoo.com

Supply of Library Books and Equipments at Abia State College of Education (Technical), Arochukwu

Abia State College of Education (Technical)

Arochukwu (A.S.C E.T.A)

Application for Pre-Qualification of Contractors/Tender

Notice is hereby given to the General Public that Abia Stat College of Education (Technical), Arochukwu, is desirous of supplying assorted books and library equipments in the College. Consequently, the Board of the College is inviting suitably qualified Contractors of:

Supply of Library Books and Equipments

S/N    Projects

Library Books and Cards

  1. Procurement of 911 No. Various Assorted Text Books.
  2. Procurement of 600 various No of Library Cards.
  3. Procurement of 3000 various No of Library overdue cards.
  4. Procurement of 20 No of Unit Double sided steel, shelf 3ft long, 7ft width, 6 Shelves, 8” Deep (close Type).

Library Equipments:

  1. Procurement of 1 No Brand new Richoh Copier Aficio mp 1900 AR512,  ( with Stand)
  2. Procurement of 2 No. Brand Sharp copier AR551 6 (with Stand)
  3. Procurement of 171 No various Library binding/Equipment.
  4. Procurement of No. Automatic Cutting Machine, (Gulotine small size)

Qualification to Qualify

  • The Company must be a Limited Company with evidence of Current Tax certificate.
  • Evidence of registration with the College Proof of available resources to execute.
  • Details of verifiable and relevant experience of similar work that the Contractor has undertaken in the three years.

Closing Date:

Interested Contractor should submit their Application for pre-qualification of Education (Technical) Arochukwu, on or before 25th November, 2010.

Contractors duly pre-qualified are expected to pay a non-refundable tender fee of N60, 000 (Sixty Thousand Naira Only) 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.

Acting Registrar/Secretary

Tenders Board

Abia State College of Education (Technical); Arochukwu.

Execution of Projects at Securities & Exchange Commission

Request For

Expression of Interest by Professional Firms

Introduction

A regulatory financial institution Intends to upgrade its corporate head office and training institute in Abuja, and the zonal office facilities across the federation.

Expressions of Interest are hereby invited from reputable professional firms for engagement on the projects as follows:

Lot No.       Lot Description

Lot              I.       Architectural

Lot              II.      Quantity Surveying

Lot              III.     Building Construction

Lot              IV.     Sanitary Fittings

Lot              V.      Interior Decoration

Lot              VI.     Office Furnishing

Lot              VII.   Brand Management

Lot              VIII.  Branding Material Production

Lot              IX.     Horticulture

2.       Scope of Services

I.       Architectural:

  • Redesign of the internal floor layouts and external improvement/redevelopment options for the 7-storey Abuja head office and 4-storey training institute as well as the zonal office buildings in Kano, Kaduna, Maiduguri, Ibadan, Onitsha and Port Harcourt.
  • Serve as project managers for the upgrading/ redevelopment works.
  • Co-ordinate structural, mechanical and electrical designs of the above projects.
  • Monitor and supervise implementation of the projects,

II.      Quantity Surveying:

  • Produce detailed Bills of Quantities (priced and unpriced) for the projects listed in (I) above.
  • Evaluate and report on progress of works based on agreed milestones.

III     Building Construction:

  • Execute internal and external upgrading/development works on the projects listed in (I) above in Abuja, Kano, Kaduna, Maiduguri, Ibadan, Onitsha and Port Harcourt.

IV.    Sanitary Fittings:

  • Supply and install quality sanitary fittings at the Abuja and zonal offices listed in (I) above.

V.      Interior Decoration:

  • Produce and implement interior decoration plans at the Abuja and zonal offices listed in (I) above,

VI.    Office Furnishing:

  • Supply and install customized office furniture at the Abuja and zonal offices listed in (I) above.

VII.   Brand Management:

  • Undertake brand survey on the Commission and recommend branding options,
  • Produce and implement appropriate brand communication plan

VIII.  Branding Materials Production:

  • Supply and install approved branding materials at the Abuja and zonal offices listed in (I) above.

XI.    Horticulture:

  • Upgrade existing horticulture at Abuja and the zonal offices listed in (I) above,

3.       Pre-Qualification Requirements

Interested professional firms are to provide the following along with their Expressions of Interest:

  1. Evidence of registration of the firm with Corporate Affairs Commission together with Particulars of Directors (Form CO 7 where applicable).
  2. Evidence of registration of the firm and the partners with relevant professional bodies.
  3. Detailed company’s profile stating full office address, GSM numbers and contact person(s). The sealed envelope should also bear the contact information.
  4. Curriculum Vitae of key personnel, showing experience and technical qualifications.
  5. List and verifiable evidence of similar jobs previously handled; stating the dates, values, clients and reference persons.
  6. Company’s audited accounts (for 3 years).
  7. Evidence of tax clearance (for 3 years).
  8. VAT registration certificate.
  9. Banker’s reference.
  10. Evidence of financial capacity or bank support.
  11. Payment of N50,000/= (fifty thousand naira only) non-refundable fee for each lot, with a crossed bank draft (payable to Securities & Exchange Commission) attached to the Expression of Interest.

4.       General Information

  1. This request for Expression of Interest is not an invitation to bid for works,
  2. All costs incurred in the preparation and submission of Expressions of Interest remain the responsibility of the applicants,
  3. Late submission will not be accepted.
  4. Firms will be pre-qualified based on the provisions of the Public Procurement Act, 2007.
  5. The Commission reserves the right to verify the authenticity and accuracy of claims made in the submissions,
  6. The Commission reserves the right to abort the process, accept or reject any applications for pre-qualifications, if deemed necessary.
  7. Only pre-qualified firms will be invited to submit bids for the projects,

5.       Submission

The Expression of Interest should be in four (4) bound, hard copies and submitted in a sealed envelope clearly marked “Confidential/Lot No. with the Lot Description” on or before 9th December 2010, addressed to:

The Secretary of the Tenders Board,

Administration Department,

Securities & Exchange Commission,

Plot 272, Samuel Ademulegun Street,

Central Business District, Abuja

and dropped in the Tenders Box at Administration Department on the Ground Floor within the official hours of 8:30 a,m,-4:00 p.m.

6.       Enquiries

For any clarifications or additional information, please contact the Director of Administration, SEC HQs, Abuja (Telephone: 0708 421 8446; 0805 344 1350) on working days within 10:00 a.m. – 1:00 p.m. during the submission period up to 9th December 2010

7.       Opening of Submissions

All Expressions of Interest will be opened at 4:30 p.m. on Thursday, 9th December, 2010 at the Multimedia Centre of the Securities & Exchange Commission, Plot 272, Samuel Ademulegun Street, Central Business District, Abuja. Members of the public, NGOs and the applicants are hereby invited to witness the opening event.

Signed:

Management

8th November, 2010.

Procurement of Goods at Nigerian Agip Oil Company Limited

Nigerian Agip Oil Company Limited

Operator of the NNPC/NAOC/Phillips Joint Venture

Tender Opportunity

Global Maintenance Service Contract for Obiafu / Obrikom Gas Plant (Re-Advertisement)

1.       Introduction

Nigerian Agip Oil Company Limited (NAOC) intends to put in place a Global Maintenance Contract for Obiafu / Obrikom Gas Plant.

2.       Scope of Work

The scope of the Global Maintenance Service contract is to ensure the optimum level of equipment reliability and availability, equipment performances and efficiency, and equipment status preservation.

The equipment subject to maintenance are located in the Oil and Gas Gathering and Separation Station of Obiafu/Obrikom Gas Plant, owned and operated by Company.

Contractor shall carry out all the activities within the established workflow for the following maintenance types:

  • Preventive Maintenance
  • Predictive Maintenance
  • Corrective maintenance
  • Improvement and Modifications
  • Extraordinary Maintenance

Contractor shall conform to ISO 9000 series international Standard. All the activities shall be carried out with minimum impact on the environment and maximum care of health and safety of all concerned, directly or indirectly, with the activities.

List of Equipment

Among the list of equipment present in the Gas Plant are: Oil and Gas piping manifolds, Oil and Gas Separation Vessels, Oil Stabilization Units, Gas dehydration units, Oil Pumping and Metering Units, Oil Delivery Units, Molecular Sieves, Steam Generation Units, Propane Refrigeration Units, NGL Storage and Recovery Units, Co2 Removal Unit, NGL Pumping and Metering Units, Effluent Treatment Unit, Fuel Gas Metering and Delivery units, Fire fighting Units, etc.

Proposed Time Schedule

Proposed duration for the service shall be 2 years plus one year optional extension.

3.       Mandatory Requirements

To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Intergrated Services Categories 4.05.01/ 4.05.02 (Product/Services) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).

2. To determine if you are pre-qualified and view the product/service category you are listed for; Open www.nipexng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

3.       If you are not listed in a product/service category but you are registered with DPR to do business, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for necessary update.

4.       To initiate the NJQS pre-qualification process, access www.nipexng.com to download application form, make necessary payments and contact NipeX office for further action

5.       To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

4.      Closing Date

Only tenderers who are registered with NJQS in the Integrated Services Categories 4.05.01 / 4.05.02 (Product/Category) as at on or before Tuesday 23rd November 2010 by 4.00pm being the advert closing date shall be invited to submit Technical Bids.

  • Please visit the NipeX Portal at www.nipexng.com for this Advert and other additional information.

This advertisement of “Tender Opportunity” shall not be construed as a commitment on part of NAOC, nor shall it entitle Applicants to make any claims whatsoever and/or seek any indemnity from NAOC and/or any of its Partners by virtue of such Applicants having responded to this Advert.

Management

Supply of Fire Fighting Vehicles at Borno State Ministry of Home Affairs, Information and Culture

Borno State of Nigeria

Ministry of Home Affairs,

Information and Culture, Maiduguri

Tender for the Supply of Fire Fighting Vehicles

The Borno State Ministry of Home Affairs, Information and Culture hereby invite Tenders from Reputable Contractors for the Foam Tender 1418 Mercedes Fire Engines.

Per-Qualification:

All interested contractors with relevant experience on the supply of 1418 Mercedes Fire Engines are hereby required to submit the following prequalification documents for considerate:-

  1. Evidence for Registration with Corporate Affairs Commission.
  2. Company tax clearance Certificate for (3) three years.
  3. Company VAT Registration Certificate for the last three (3) years.
  4. Evidence of Registration with Borno State Government as Contractor on category (F) and with Borno State Ministry of Home Affairs, Information and Culture.
  5. Company profile and verifiable list of similar works successfully completed within the last three (3) years.
  6. A letter of ability to perform from your Banker(s).

Full Tendering procedures will be applied only to bidders that nave pre-qualified and found capable of executing the project upon me payment of non-refundable fee of N250, 000.00 to Ministry of Home Affairs, Information and Culture.

Submission of Tenders

Tenders should reach the office of the permanent Secretary Ministry of Home Affaires Information and Culture on or before 24th November, 2010.

Signed:

Alhaji Abba Fugu,

Permanent Secretary.