Subscribe to Job Alert
Join our happy subscribers
Never pay for any CBT, test or assessment as part of any recruitment process. When in doubt, contact us
Equal Access International (EAI) is a leading communication for social change International Non-Government Organization (INGO) that combines the power of media and behavior change with community mobilization. EAI addresses challenges within three key Practice Areas; (a) Peacebuilding & Transforming Extremism; (b) Championing Gender Equa...
Read more about this company
Request for Proposal
EAI would like to engage the services of a reputable audit firm to carry out the statutory annual audit for the next three (03) years (2024-2026), covering the annual fiscal year periods of January-December 2023, 2024, and 2025. Qualified vendors are invited to submit a proposal as outlined below.
1. RFP No. |
No. # RFP-EAI-NG-2024-015 |
2. Issue Date |
18/01/2023 |
3. Title |
Audit Services |
4. Issuing Office & Email Address for Submission of Quotations |
Equal Access to Knowledge Development Initiatives - (Equal Access International - EAI) No.28 Wada Aliyu Road Off Ahmadu Bello Way Off Suleiman Crescent Nassarawa GRA Kano. Email for submission of quotes: humanresourcesng@equalaccess.org |
6. Deadline for Receipt of Proposals |
Proposals are due by 12 Noon Friday the 26 January 2024. |
7. Contact Person |
Okee Friday Enemona ofridayenemona@equalaccess.org |
8. Anticipated Award Type |
EAI anticipates issuing a Firm Fixed Price Purchase Order for three years with the option for renewal. This is only the anticipated type of award and duration and may be changed as a result of negotiations. |
9. Basis for Award |
An award will be made based on the Trade Off Method. The award will be issued to the responsible and reasonable Offeror who provides the best value to EAI and its client using a combination of technical and cost/price factors. |
10. General Instructions to Offerors |
|
11. Invoice Payment and Withholding Tax (WHT) |
Payment will be made and will include the deduction of Withholding Tax (WHT) that EAI will remit to the Federal Inland Revenue Service on your behalf, as you will provide your Tax Identification Number (TIN). |
12. Scope of Work Requirements for Technical Acceptability |
EAI seeks to obtain reasonable assurance that the financial statements reflect a true and fair view of the financial position of the organization. The Offeror shall undertake this engagement in accordance with the minimum Terms of Reference in Attachment A. A complete offer must include all requirements in Attachment A. Failure to adhere with instructions described therein may lead to disqualification. |
13. Compliance with Terms and Conditions |
Offerors shall be aware of the general terms and conditions for an award resulting from this RFP. The selected Offeror shall comply with all Representations and Certifications of Compliance listed in Attachment D. |
14. Procurement Ethics |
By submitting an offer, Offerors certify that they have not/will not attempt to bribe or make any payments to EAI employees in return for preference, nor have any payments with terrorists, or groups supporting terrorists, been attempted. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Offeror or the EAI staff may report violations. |
15. Offeror’s Agreement with Terms and Conditions |
The completion of all RFP requirements in accordance with the instructions in this RFP and submission to EAI of a quote will constitute an offer and indicate the Offeror’s agreement to the terms and conditions in this RFP and any attachments hereto. Issuance of this RFP in no way obligates EAI to award a purchase order, nor does it commit EAI to pay any costs incurred by the Offeror in preparing and submitting the quote. EAI has the right to increase or decrease the services mentioned in this RFP. |
16. Determination of Responsibility |
EAI will not enter into any type of agreement with a vendor prior to ensuring the vendor’s responsibility. When assessing a vendor’s responsibility, the following factors are taken into consideration:
|
.Introduction and Purpose
The objective of the EAI audit is to obtain reasonable assurance that the financial statements reflect a true and fair view of the financial position of the organization. The audit will be performed in accordance with International Financial Reporting Standards (“IFRS”) and International Standards of Auditing (“ISA”) in addition to local Nigeria Standards. The audit report will include an Independent Auditors Report (Opinion) on the financial statements. The audit will also include such other required schedules or analyses as EAI has determined are necessary to ensure that organization resources are being properly managed.
The Issuing Office and Contact Person noted in the above synopsis are the sole point of contact at EAI for purposes of this RFP. Any prospective Offeror who fails to register their interest with this office assumes complete responsibility if they do not receive direct communications (amendments, answers to questions, etc.) prior to the closing date.
Type of Award Anticipated
EAI anticipates the award of a Firm Fixed Price Agreement for two years with the option to extend for an additional year. This agreement type and duration is subject to change during negotiations.
General Instructions to Offerors
General Instructions
“Offeror”, and/or “Bidder” means a firm proposing the work under this RFP. “Offer” and/or “Proposal” means the package of documents the firm submits to propose the work.
Offerors wishing to respond to this RFP must submit proposals, in English, in accordance with the following instructions: Offerors are required to review all instructions and specifications contained in this RFP. Failure to do so will be at the Offeror’s risk. If the solicitation is amended, then all terms and conditions not modified in the amendment shall remain unchanged.
Issuance of this RFP in no way obligates EAI to award a subcontract or purchase order. Offerors will not be reimbursed for any costs associated with the preparation or submission of their proposal. EAI shall in no case be responsible or liable for these costs.
Proposals are due no later than Friday 26 January 2024 at 12 Noon to be submitted via email to the email address (humanresourcesng@equalaccess.org) or in a sealed envelope to the EAI Office in Kano at the address specified above. Late offers will be rejected except under extraordinary circumstances at EAI’s discretion.
The submission to EAI of a proposal in response to this RFP will constitute an offer and indicates the Offeror’s agreement to the terms and conditions in this RFP and any attachments hereto. EAI reserves the right not to evaluate a non-responsive or incomplete proposal.
A cover letter shall be included with the proposal on the Offeror’s company letterhead with a duly authorized signature and company stamp/seal using Attachment B as a template for the format. The cover letter shall include the following items:
Each Offeror is responsible for reading and complying with the terms and conditions of this RFP. Requests for clarification or additional information must be submitted in writing via email or in writing to the Issuing Office as specified in the Synopsis above.
Instructions for the Preparation of Technical Proposals
Technical proposals shall be sealed in a separate envelope from cost/price proposals and shall be clearly labeled as “VOLUME I: TECHNICAL PROPOSAL”.
Technical proposals shall include the following contents:
Services Specified
For this RFP, EAI is in need of the services described in Attachment A.
Technical Evaluation Criteria
Each proposal will be evaluated and scored against the evaluation criteria and evaluation sub-criteria, which are stated in the table below. Cost/Price proposals are not assigned points, but for overall evaluation purposes of this RFP, technical evaluation factors other than cost/price, when combined, are considered approximately equal to cost/price factors.
1. Holds the requisite knowledge, skills and competencies required to perform its responsibilities with due professional care |
30 points |
2. At least three years of experience in auditing not-for-profit organizations |
20 points |
3. The firm must be registered in Nigeria and adhere to all legal requirements to operate in Nigeria i.e., registered with the relevant regulating accounting/auditing body in Nigeria |
20 points |
4. Staff assignment to the audit exercise and availability of staff to respond to questions within the scope of engagement |
10 points |
5. Demonstrated experience of auditing Non-Governmental Organizations - provide at least two recommendation letters from past audited not-for- profit clients |
10 points |
6. The firm must have been in operation continuously for the last five (05) years carrying out auditing and accounting duties in Nigeria |
10 points |
Instructions for the Preparation of Cost/Price Proposals
Cost/Price Proposals
Cost/Price proposals shall be clearly labeled as “VOLUME II: COST/PRICE PROPOSAL”. Please submit a Price Schedule.
It is important to note Withholding Tax (WHT) shall be included on a separate line. These services are not eligible for WHT exemption under the EAI prime contract. The Subcontractor is responsible for all applicable taxes and fees, as prescribed under the applicable laws for income, compensation, permits, licenses, and other taxes and fees due as required.
Basis of Award
Best Value Determination
EAI will review all proposals and make an award based on the technical and cost evaluation criteria stated above and select the Offeror whose proposal provides the best value to EAI. EAI may also exclude an offer from consideration if it determines that an Offeror is "not responsible", i.e., that it does not have the management and financial capabilities required to perform the work required.
Evaluation points will not be awarded for cost. Cost will primarily be evaluated for realism and reasonableness. EAI may award a higher priced Offeror if a determination is made that the higher technical evaluation of that Offeror merits the additional cost/price.
EAI may award to an Offeror without discussions. Therefore, the initial offer must contain the Offeror’s best price and technical terms.
EAI will not enter into any type of agreement with an Offeror prior to ensuring the Offeror’s responsibility. When assessing an Offeror’s responsibility, the following factors are taken into consideration:
Inspection & Acceptance
The designated EAI Senior Finance and Operations Officer will inspect from time to time the services being performed to determine whether the activities are being performed in a satisfactory manner, and that all questions are responded to within the scope of work.
Compliance with Terms and Conditions
Offerors agree to comply with the general terms and conditions for an award resulting from this RFP. The selected Offeror shall comply with all Representations and Certifications of Compliance listed in Attachment D.
Procurement Ethics
Neither payment nor preference shall be made by either the Offeror, or by any EAI staff, to affect the results of the award. EAI treats all reports of possible fraud/abuse very seriously. Acts of fraud or corruption will not be tolerated, and EAI employees and/or subcontractors/grantees/vendors who engage in such activities will face serious consequences. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Offeror or the EAI staff may report violations by submitting an offer. Offerors certify that they have not/will not attempt to bribe or make any payments to EAI employees in return for preference, nor have any payments with terrorists, or groups supporting terrorists, been attempted. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Offeror or the EAI staff may report violations as follows:
The anonymous reporting services are available 24-hours a day, seven days a week and include the following options:
EAI ensures anonymity and an unbiased, serious review and treatment of the information provided. Such practice may result in the cancellation of the procurement and disqualification of the Offeror’s participation in this, and future, procurements. Violators will be reported to the US Government, and as a result, may be reported to the U.S. Department of Justice to be included in a Restricted Parties list, preventing them from participating in future U.S. Government business.
Offerors must provide full, accurate and complete information in response to this solicitation. The penalty for materially false responses is prescribed in Section 1001 of Title 18 of the United States Code.
In addition, EAI takes the payment of State Departments funds to pay terrorists, or groups supporting terrorists, or other parties in exchange for protection very seriously. Should the terrorist, groups, or other parties attempt to extort/demand payment from your organization you are asked to immediately report the incident to EAI’s Ethics and Compliance Anonymous Hotline at the contacts described in this clause.
By submitting an offer, Offerors certify that they have not/will not attempt to bribe or make any payments to EAI employees in return for preference, nor have any payments with terrorists, or groups supporting terrorists, been attempted.
ATTACHMENT A
TERMS OF REFERENCE FOR EXTERNAL AUDIT SERVICES
1.0 INTRODUCTION
Equal Access International (EAI) – a non-governmental organization (NGO) headquartered in Washington, D.C. – partners with communities around the world to co-create sustainable solutions utilizing community engagement and participatory media and technology. With funding from bi-laterals, multi-laterals, foundations, and individual donors, EAI has an over 20-year track record implementing social change projects around the world and currently operates through 12 country programs across Asia and East and West Africa. In Nigeria, we work with youth, women, community active members, religious leaders, local organizations, etc. providing them with the skills, tools, and platforms to amplify their voices and create a space for inclusiveness in local public dialogue on critical issues related to peace, security, EWER, trauma, radicalization, and livelihood.
In its delivery of programs EAI strives to uphold the highest levels of accountability guided by related finance management policies, practices, and standards.
EAI would like to engage the services of a reputable audit firm for the next three (03) years to carry-out the statutory audit for the period January 1, 2023, to December 31, 2023, and the subsequent years of 2024 and 2025, annually.
OBJECTIVES
The objective of the EAI-Nigeria audit is to obtain reasonable assurance that the financial statements reflect a true and fair view of the financial position of the organization. The audit will be performed in accordance with International Financial Reporting Standards (“IFRS”) and International Standards of Auditing (“ISA”) in addition to local Nigeria Standards. The audit report will include an Independent Auditors Report (Opinion) on the financial statements. The audit will also include such other required schedules or analyses as EAI has determined are necessary to ensure that organization resources are being properly managed.
The Audit shall also perform the following:
SCOPE OF WORK
The auditor shall undertake this engagement in accordance with the minimum Terms of Reference detailed below and:
Internal Control Systems
The auditor will conduct a review of the internal control systems to have sufficient knowledge of the procedures and systems. The auditor will assess the soundness and adequacy of EAI-Nigeria procedures, and whether those procedures are consistently applied in the normal course of operations. In the process of reviewing the internal control system, the auditor needs also to examine areas like governance, achievement of objectives, budget utilization, asset management, and procurement. The auditor should report any observations/findings on each of the above sections in the management letter. The above-defined scope does not in any way restrict the audit procedures or the techniques that the auditor may wish to use in forming an opinion on the financial statements.
Key Deliverables
The auditor is expected to present two types of reports: an opinion on the Financial Statements and a report on the internal control of the organization through a Management Letter.
The report on the Financial Statements will contain:
The Management Letter will cover:
The auditors on completion of the audit work will submit four (4) original copies of the audit report appended to the financial statements along with the reports to the attention of the Equal Access International Nigeria Office at No. 28, Wada Aliyu Road off Ahmadu Bello Way Nassarawa GRA, Kano.
General
The auditor will be given access to all legal documents, correspondence, and any other information that may reasonably be deemed necessary to enable him/her to undertake the audit. This should include, but not be limited to, copies of all organizational policies, copies of the previous annual audit reports, and the relevant finance management and procurement guidelines.
Duration of the assignment
The audit work shall be completed within one (1) month from the date of commencement. The Audit Report should be delivered no later than the last day of the one-month timeline.
Qualifications of the consultant/firm
The Audit firm MUST meet the following qualifications to be considered.
In addition to the above mandatory documents, the selection criteria will include the following:
Attachment D: Representations and Certifications of Compliance
Executive Order on Terrorism Financing- The Contractor is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the Contractor/Recipient to ensure compliance with these Executive Orders and laws. Recipients may not engage with, or provide resources or support to, individuals,
and organizations associated with terrorism. No support or resources may be provided to individuals or entities that appear on the Specially Designated Nationals and Blocked persons List maintained by the US Treasury or the United Nations Security Designation List
Interested and qualified candidates should forward their CV to: humanresourcesng@equalaccess.org using the position as subject of email.
In addition to the above mandatory documents, the selection criteria will include the following:
Attachment B: Proposal Cover Letter
[On Firm’s Letterhead]
TO:
We, the undersigned, provide the attached quote in accordance with RFP-EAI-NG- 014/2023 dated .
I certify a validity period of ninety (90) days for the prices provided in the attached Price Schedule/Bill of Quantities. Our quote shall be binding upon us subject to the modifications. We confirm the ability to provide the services listed above and that unit prices are inclusive of final delivery to EAI. We further agree to payment terms upon delivery and submission of an invoice.
We understand that EAI is not bound to accept any quotes it receives. Authorized Signature:
Name and Title of Signatory: Name of Firm:
Address: Telephone:
Email:
Company Seal/Stamp:
RFP No. 2023-014
Attachment C: Past Performance Form
Include audits that best illustrate your work experience relevant to this RFP, sorted by decreasing order of completion date.
The audits should have been undertaken in the past three years. Audits undertaken in the past six years may be taken into consideration at the discretion of the evaluation committee.
# |
Year of Audit |
Description of Activities |
Location Province/ District |
Client Name/Tel No |
Cost in Naira (US)$ |
Start-End Dates |
Complete d on schedule (Yes/No) |
Completion Letter Received? (Yes/No) |
Type of Agreement, Subcontract, Grant, PO (fixed price, cost reimbursable) |
1 |
|
|
|
|
|
|
|
|
|
2 |
|
|
|
|
|
|
|
|
|
3 |
|
|
|
|
|
|
|
|
|
4 |
|
|
|
|
|
|
|
|
|
5 |
|
|
|
|
|
|
|
|
|
Attachment D: Representations and Certifications of Compliance
Attachment F: Proposal Checklist
Build your CV for free. Download in different templates.
Join our happy subscribers