Expression of Interest (EOI) for the Engagement of Actuary at Nigerian Electricity Regulatory Commission (NERC)

Nigerian Electricity Regulatory Commission

Expression of Interest (EOI) for the Engagement of Actuary

1.     Background

The Nigerian Electricity Regulatory Commission (NERC) is desirous to engage the services of an actuary, to provide expert guidance on the management of a Gratuity Fund for its personnel, domiciled with a Pension Fund Administrator (PFA) in accordance with the Pension Act of 2004.

2.     Objective

To ensure that the Commission receives expert and well informed guidance in planning, projecting and determining the pension liabilities of the Commission to Commissioners and staff, as well as computing gratuity entitlements of each Commissioner and staff, and the settlement thereof when it is due.

3.     Scope of Work

The scope of work will include, but not limited to:

i.        Advise the Commission on the risks the Commission runs in so far as such may have a material impact on the Commission’s ability to meet liabilities to beneficiaries of Commission’s gratuity as they fall due, and on the capital needed to support the gratuity scheme of the Commission, taking cognizance of:

(a)      Gratuity benefit scheme for categories of staff of the Commission as provided for in the Commission Handbook, or as may be determined by the Commission from time to time.

(b)     The nominal roll of the Commission and retirement due dates of each of its staff.

(c)      Demographics of staff or other appropriate indices to determine the minimum contribution to the scheme by the Commission to meet the gratuity target at any particular point in time.

ii.       Perform calculations in accordance with the methods and assumptions on the different scenarios as specified by the Commission.

iii.      Perform for the Commission other functions that relate to actuary services as may be determined by the Commission with regard to this assignment in the TOR.

iv.      Present report to the Commission.

Eligibility Criteria

  1. Evidence of  registration  with  Corporate Affairs Commission;
  2. Current tax clearance certificate for the immediate past three years (i.e. 2009 2012);
  3. Evidence of compliance with the provision of section 16(6)(d) of the Public procurement Act 2007 as it relates to the Pension Reform Act 2004;
  4. Evidence of registration and remittance to Industrial Training Fund;
  5. Evidence of financial capability and banking support;
  6. Similar projects executed in the past and evidence of knowledge of the Industry;
  7. Experience/technical qualification and experience of the key personnel;
  8. viii.     All   relevant   information   concerning contacts, their telephone numbers and email addresses.

A consultant will be selected in accordance with the procedures set out in the Procurement Act 2007, and the Procurement Procedure Manual published by the Bureau for Public Procurement (BPP) in January 2008. Any enquiries in regard of this EOI should be directed to hdbluejack@nercng.org.

5.       Submission of Expressions

Interested firms should submit three (3) sets of each completed Expression of Interest (Original and 2 copies) to be delivered in a sealed envelope marked “EOI DOCUMENTS FOR THE ENGAGEMENT OF AN ACTUARY” and addressed to:

The Chairman

Nigerian Electricity Regulatory Commission (NERC)

Adamawa Plaza, Plot 1099, 1st Avenue

Central Business District, Abuja

The closing date for submission of Expressions of Interest is on or before 12:00 noon, July 15, 2013, and dropped in the Tender Box at the Secretariat Unit of the Nigerian Electricity Regulatory Commission (NERC), 2nd  Floor, Room 203.

Note

This advertisement shall not be construed to be a commitment on the part of the Commission, nor shall it entail any bidder to make any claim(s) whatsoever and seek indemnity from the Commission by virtue of that bidder having responded to this advertisement.

Signed:

MANAGEMENT

Invitation for Bid (IFB) for the Installation of Solar Traffic Signal Lights within Jalingo Metropolis at Ministry of Environment and Urban Development

Taraba State Government

Ministry Of Environment and Urban Development P.M.B 1055, Jalingo

Invitation for Bid (IFB) for the Installation of Solar Traffic Signal Lights within Jalingo Metropolis

Date Of Issued:      20th JUNE, 2013.

Contract Identification No: TRS/MEUD/N/IS-002/13

  1. The Government of Taraba State through the Ministry of Environment and Urban Development is desirous of INSTALLING OF SOLAR TRAFFIC SIGNAL LIGHTS within some designated Junctions in Jalingo Metropolis. The Taraba State Capital, to help in the control of traffic and thereby reducing road accidents.
  2. The Ministry of Environment and Urban Development invites sealed bids from eligible bidders for the Installation of Solar Traffic Signal Light within Jalingo Metropolis in one Lot:
LOT

 

DESCRIPTION

 

EXECUTION PERIOD

 

1. Installation” of Solar Traffic Signal Lights in Designated Junctions of the Metropolis namely:-.

i.        Barde Way by FMC Junction,

ii.       Nyamusala/ NTA Junction,

iii.      Ministry of Women Affairs by old Commissioners   Qtrs Junction,

iv.      Ministry of Agric by Sabon Gari Junction,

v.       Palace Way by Ministry of Finance Junction

vi.      Magami by Water Board Junction,

vii.     Jankada Junction by Eco Bank ,

viii.    State Secretariat/Area Command Junction and

ix.      Presidential Lodge Junction

 

45 Days

3.       The Bidding documents for Quotation may be purchased at Ministry of Environment and Urban Development, Hammaruwa Way, Opposite Zenith Bank Plc, P.M.B. 1055, Jalingo, Taraba State at the cost of Fifty thousand Naira (N50.000.00) and Twenty five thousand Naira (N25.000.00) non-refundable deposit as Processing Fee, or its freely-convertible currency for each Set. Interested bidders may obtain further information at the same address.

4.       For this purpose you will find enclosed a schedule for the Materials for the Installation of Solar Traffic Signal Lights to be installed. You are requested to complete this schedule providing us your best offer and return this to us. Not later than Thursday 1st August, 2013 at 12:00 noon hours, in a sealed envelope at the address indicated above, indicating on the envelope for the Installation of Solar Traffic Signal Lights. The outer envelope shall contain two (2) sealed envelopes with the requested quotations, one marked “original and one marked “Copy”. The opening date of quotations will be Thursday 1st August, 2013 in the Ministry of Environment and Urban Development Conference Hall, by 12.03pm.

5.       The Price of your Quotations shall clearly indicate the Total Price, Time and Place of delivery of the goods. The goods shall be supplied at the place of delivery within forty five (45) Days from date of contract signing. Your quotation shall remain valid for sixty (60) Days and the supplies shall be accompanied by Most Favourable Warrantee available. Your quotation shall include the signed form of contract which will become the contract in case your quotation is retained.

6.       Clarifications can be asked before 1st August, 2013 from Monday – Friday at 8:00am – 4:00pm at:

The Secretary; Ministerial Tender Board,

Ministry of Environment and Urban Development,

Opposite Zenith Bank Plc, P.M.B. 1055, Jalingo,

Taraba State.

7.       The company shall submit its Profile, which should Include:-

i.        Certificate of Incorporation,

ii.       Names and Resumes of Directors and Key Personnel,

iii.      Company Audited account for 3 years (2010-2012),

iv.      Evidence of Tax Clearance for 3 years (2010-2012),

v.       Evidence of VAT Registration for 3 years (2010-2012),

vi.      Evidence of Financial Capacity,

vii.     Experience of Company in similar job done,

viii.    Necessary Professional Certificate(s) and

ix.      Registration as a Contractor with the relevant Ministry in Taraba State.

8.       Note:

Taraba State Government reserves the right to verify all Claims by the Supplier. Government is not under any Obligation to explain to any Contractor or Supplier for not qualifying and also not bound to choose the Lowest Bidder.

Signed:

Umar Juldedakka

Permanent Secretary,

Min of Env. and Urban Dev. Jalingo

Re: Expression of Interest (EOI)): Invitation for Pre-Qualification for the Operation and Management of the Nigerian Maritime Administration and Safety Agency (NIMASA’S) Vessels at Nigerian Maritime Administration and Safety Agency (NIMASA)

Nigerian Maritime Administration and Safety Agency (NIMASA)

(Established under the Nigerian Maritime Administration and Safety Agency Act, 2007)

Maritime House: 4 Burma Road, Apapa, P.M.B. 12861, Lagos.

E-mail: procurement@nimasa.gov.ng  Website: www.nimasa.gov.ng

Re: Expression of Interest (EOI): Invitation for Pre-Qualification for the Operation and Management of the Nigerian Maritime Administration and Safety Agency (NIMASA’S) Vessels

Corrigendum

Reference is hereby made to the advertisements placed in The Guardian and Daily Trust Newspapers of Friday, May 31, 2013; Sun and Vanguard Newspapers of Saturday, June 1, 2013 and the Federal Tenders Journal of June 3, 2013, in respect of Expression of Interest (EOI) for the management of vessels in the Agency’s fleet.

 

Technical requirements for Pre-Qualification as stated in the advertisements were:

 

(i)      Well equipped ship repair and maintenance facilities (Dry Docking Facilities).

 

(ii)     List of Vessels repaired or maintained by the shipyard.

 

(iii)    List of Technical Staff and Qualifications with certificate and certificate and professional qualifications attached.

 

(iv)    Manning requirements for each of the Agency’s Vessels.

For the purpose of clarity, the Management of the Nigerian Maritime Administration and Safety Agency wishes to notify all interested Firms that criteria Nos. I & II above are no longer required to qualify for pre-qualification.

All other information contained in the said advertisements remains valid.

Signed:

Management

Re: Invitation for Technical and Financial Bids for Projects Appropriated in the 2013 Budget at Administration and Safety Agency (NIMASA)

Nigerian Maritime

Administration and Safety Agency (NIMASA)

(Established under the Nigerian Maritime Administration and Safety Agency Act 2007) Maritime House: 4 Burma Road, Apapa, P.M.B. 12861, Lagos. E-mail: procurement@nimasa.gov.ng  Website: www.nimasa.gov.ng

Re: Invitation for Technical and Financial Bids for Projects Appropriated in the 2013 Budget

Corrigendum

Reference is hereby made to the advertisements placed in the Vanguard newspaper of Tuesday, May 28, 2013, Leadership newspaper of Tuesday, May 28, 2013 and The Guardian newspapers of Wednesday, May 29, 2013 inviting reputable and qualified Firms to submit Technical and Financial Bids in respect of Fourteen (14) Nos. Projects of the Agency.

In the said advertisements, closing date for submission of proposals was fixed for 12 noon, Tuesday, July 23, 2013 and opening of bids shall commence immediately on Tuesday, July 9, 2013.

In view of the ambiguity surrounding the deadline submission and opening of bids, the management of the Nigerian Maritime Administration and Safety Agency wishes to clarify that:

The deadline for submission of bids remain 12 noon, Tuesday, 23rd July 2013. Opening of Bids shall Commence on the same day at the Nigerian Maritime Resource Development Centre (NMRDC), Multi-Purpose hall kirikiri, Lagos and not July 9th 2013, as previously advertised.

All other information contained in the said advertisement remain valid.

Interested bidders should take note of the new date.

Signed:

Management

 

Invitation for Tender for the Implementation of 2013 Capital Projects at National Commission for Colleges of Education (NCCE)

National Commission for Colleges of Education

Plot 829, Raph Shodeinde Street, Central Area, Abuja

Invitation for Tender for the Implementation of 2013 Capital Projects

10.     Introduction:

The Federal Government of Nigeria has provided funds in the 2013 Appropriation for the National Commission for Colleges of Education (NCCE) and the Commission is desirous to utilize the funds to procure Goods and Works. Therefore the Commission in accordance with the public procurement Act, 2007 hereby invites competent and reputable Companies/Contractors to tender for the following Goods and Works as listed below:

1.1 Section A: Works

Lot 1:          Rehabilitation of NCCE clinic

Lot 2:          Rehabilitation of NCCE Secretariat

1.2 Section B: Goods

Lot 3:          Printing of Annual Reports

Lot 4:          Procurement of office Furniture and Equipment

 

2.0     Tendering Requirements

Interested and competent Companies/Contractors wishing to carry out the above listed jobs are required to submit the following documents which will be subjected to due diligence by the Commission:

 

i)                 Evidence of registration with Corporate Affairs Commission (CAC.)

ii)                Evidence of Current Tax Clearance Certificate for the last three (3) years ending in December, 2012 verifiable with Federal Inland Revenue Services (FIRS).

iii)            Evidence of VAT Registration Certificate with TIN number,

iv)            Company audited accounts for the last 3 years (2010, 2011 and 2012).

v)             Evidence of issuance of compliance Certificate to all Organizations by PENCOM in line with Pension Reform Act 2004 (as amended),

vi)           Evidence of Compliance with the amended Industrial Training Funds Act 2011.

vii)          A sworn affidavit that none of the directors has been convicted by any court of law of any criminal offence.

viii)         A sworn affidavit disclosing whether or not any officer of NCCE or BPP is a former or present Director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particular.

(N.B: the above listed requirement shall form part of the bid evaluation criteria and non compliance with any of the stated conditions shall result in automatic disqualification of the bidder).

 

ix)              Evidence of financial capability to execute the projects.

x)               Company profile and Technical qualification of key personnel with evidence of experience on similar jobs.

xi)              Verifiable list of similar jobs successfully executed in the last three (3) years and attach copies of Letters of Award and Certificate of successful completion.

xii)           List of verifiable construction or printing equipment. (N.B: The above criteria will attract marks).

3.0     Collection of the Tender Documents

3.1     A complete set of Bidding Documents shall be collected by interested

Bidders from the address below on the submission of written application accompanied by a non refundable tender fee of thirty thousand Naira (N30, 000.00) per lot in certified Bank Draft payable to National Commission for Colleges of Education.

Office of the Director

Physical Planning & Development Department

4th Floor, Room 436

National Commission for Colleges of Education, Abuja

4.0     Submission of Tender Documents

4 1     The completed Tender should be enveloped in two separate envelopes marked “Technical Bid” and “Financial Bid” sealed waxed and marked on the top left hand corner with the inscription “Section (either A or B)” Lot No……… and title of the project and both sealed in a third envelope marked “Technical/Financial Bid” sealed waxed and marked on the top left hand comer with the inscription “section (insert either A or B)” Lot No………… and title of the project and should be addressed to the Executive Secretary, National Commission for Colleges of Education, Plot 829, Raph Shodeinde Street, Central Area, Abuja and deposited in the Tender Box on the second floor of the address above on or before 12.00 noon 8th August, 2013. The name of the Contractor should also be clearly written in capital letters at the back of the three (3) envelopes. Late Bids will be rejected

5.0     Public Opening of Bids

5.1     Technical Bids shall be opened immediately after close of submission in 4.1      above at the address below in the presence of the bidders, non Governmental Organizations and interested members of the public. Only successful Technical Bidders will be invited for the opening of Financial Bids at a later date. This advertisement serves also as an invitation to NGOs, Anti-Corruption Agencies and General Public to witness the Bid opening at:

The Board Room, 2nd Floor

National Commission for Colleges of Education

Plot 829, Raph Shodeinde Street,

Central Area, Abuja.

6.0     Disclaimer and Conclusion

6 1     The National Commission for Colleges of Education will not be responsible for any cost or expenses incurred by any interested party(ties) in connection with any response to this invitation and or the preparation or submission in response to an inquiry.

6.2     Please note that this advertisement shall not be construed as a commitment on the part of the Commission to award any or all the above listed projects.

Signed:

Management