Invitation for Pre-Qualification of Contractors for the Year 2013 Capital Appropriation Projects at Ahmadu Bello University, Zaria

Ahmadu Bello University, Zaria

(Office of the Registrar/Secretary to Council)

 

Invitation for Pre-Qualification of Contractors for the Year 2013 Capital Appropriation Projects in Ahmadu Bello University, Zaria.

 

Applications are hereby invited from reputable and interested Contractors with relevant cognate experience and good track record of performance for prequalification on year 2013 Capital Appropriation Projects in Ahmadu Bello University, Zaria. The project is:

 

Rehabilitation of Blocks of Students Hostel

 

Pre-qualification Criteria:

The pre-qualification documents should include:-

(a)     Evidence of Incorporation/Registration with Cooperate Affairs       Commission (CAC).

(b)    Company Current Tax Clearance Certificate for the last three (3) years (2010-2012)

(c)      Company Audited Account for the last three years (2010-2012) certified by a chartered accountant/auditor.

(d)    VAT registration and evidence of remittances in the last three years (2010-2012) to be attached.

(e)      Evidence of Financial capability to execute the project. Bank reference and a letter of credit facility from a reputable Commercial Bank with a commitment to provide loan facility for the execution of the contract if eventually won.

(f)      List of similar, verifiable and successfully executed projects or ongoing by the Company with letters of award and completion certificates, in the last four years 2009-2012 only. Letters of award and interim certificates of payment should be attached for projects that are ongoing.

(g)    List of Managerial, key Technical and Administrative Staff of the

Company which should include names, curriculum vitae and copies of     certificates for each key staff.

(h)    List of Equipment owned or on lease hold by the company relevant for

smooth execution of the project. Evidence of ownership and pictures with company Logo is an added advantage.

(i)     Evidence of remittance of pension contribution fund for staff of the

company from reputable pension funds Administrators ( PFA ) as provided in section 16, subsection 6(d) of the Public Procurement Act,

2007.

j)       Evidence of compliance with the provisions of the industrial training fund amendment act as stipulated in section 6 (l)-(3) for year 2013.

(k)    Evidence of community social responsibility (if any)

(l)     Original documents should be available for sighting on demand during or after the opening of pre-qualification documents

 

1.       Submission of Pre-Qualification Documents

Prequalification documents should be bound in wax-sealed envelope with “Prequalification as Contractor” written at the top right hand corner and addressed to The Registrar Ahmadu Bello University Zaria should be hand delivered into the pre-qualification box in the Registrar’s office, 7th floor Senate Building not later than 12noon, 9th July, 2013.

 

2.       Opening of Pre-qualification Documents

Pre-qualification documents will be opened on Tuesday, 9th July, 2013 at 1:30pm at the ABU Samaru Zaria Assembly Hall near the Convocation Square. All interested members of the public especially intending contractors are hereby invited.

 

3.       Please Note

(a)    Submissions of pre-qualification documents to ABU Zaria is neither a commitment nor an obligation to award contract to any Contractor or his agent.

 

(b)    Advertisement for Invitation to Pre-qualification should not be construed as a commitment on the part of Ahmadu Bello University, Zaria or shall it entitle any Contractor to make any claims whatsoever or seek any indemnity from ABU Zaria.

 

(c)      Due diligence would be followed as all documents submitted would be verified. Past executed works, contractors’ offices, Plants and Equipment may be visited for verification. Any discrepancies found would summarily disqualify the Contractor.

 

A.A Kundila

Ag. Registrar & Secretary to Council

 

Expression of Interest for Consultancy Services in Public financial Management at Ondo State Government

Ondo State Government of Nigeria

Request for Expression of Interest

Expression of Interest for Consultancy Services in Public financial Management

Country:    Nigeria

Project:       Public Sector Governance Reform and Development Project

Consulting Services: Consultancy Services in Public Financial Management

Credit No: 4667-0 NG

Issuance Date: 11th June, 2013

This Request for Expression of Interest follows the General Procurement Notice (GPN) for this Project that appeared in the dg Market of 26th November, 2010.

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of implementing Public Sector Governance Reform and Development Project. Ondo State is a beneficiary of the Credit and intends to apply part of the proceeds of the credit for Consultancy Services in Public Financial Management – composed of (i) Budget Preparation and Execution and (ii) Accounting, Expenditure Control and Financial Reporting.

  1. The overall objective of the project is to promote good governance by (improving quality, transparency and accountability in public financial management and human resource management systems in Ondo State.
  2. The scope of service for this consultancy work shall include the following tasks:

Budget Preparation and Execution:

  1. Carry out diagnostic review of the existing budget traditions and machinery in the State Civil Service including current practices, strengths and weaknesses as well as assessment of skills gaps in budgeting and development of sector strategies
  2. Develop Medium Term Fiscal Strategy Model, and work with relevant staff of 11 selected MDAs to develop Multi-Year Budget Framework and Medium Term Expenditure Framework (MYBF/MTEF) in the State Financial Year (FY) 2014 Budget
  3. Assist the State in the implementation of a new unified National Standard Chart of Accounts /Budget classification compliant with GFS/Classifications of the Functions of Government (COFOG)

Accounting Expenditure Control and Financial Reporting:

i.        Conduct an extensive review of current accounting practices and existing

organizational structure of the State Treasury Department and Department of Finance and Administration in Ministries Departments and Agencies (MDAs)

ii.       Implement the National Standard Charts of Accounts for the State as well as develop a revised and more effective business process for Treasury Department and conduct a general review of the existing internal control environment including the effectiveness of internal audit, due process and other internal control variables

The Ondo State Public Sector Governance Reform and Development Project now invites eligible consulting firms to indicate their interest in providing these services. 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, summary of CVs of its key staff, 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.

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 (January 2011), under the quality and Cost based Selection (QCBS) method.

7.       Interested consulting firms may obtain further information at the address below between 9.00a.m – 4.00p.m (Local Time) on weekdays, except Public Holidays

8.       Expressions of interest must be delivered in a sealed envelope to the address below not later than 9th July, 2013

Project Coordinator

Ondo State Public Sector Governance Reform and Development Project

State Project Coordinating Unit (SPCU),

Ala Quarters,

Akure.

Ondo State.

Nigeria.

Tel:  +2348033578084

E-mail: ondopsgrdp@yahoo.com 

 

Tender Opportunity: Provision of Application Development and Support Services at Chevron Nigeria Limited

Chevron Nigeria Limited

R.C. 6135

Operator of the NNPC/Chevron Joint Venture

Tender Opportunity

Provision of Application Development and Support Services

Introduction:

Chevron Nigeria Limited (CNL) invites interested and pre-qualified companies for this tender opportunity for Provision of Application Development and Support Services for duration of Two (2) years with a possible one (l) year extension

The services are estimated to be required commencing 1st Quarter 2014 for a 2years+1 year duration

Scope of Work

General

The COMPANY has a wide range of Business Applications developed using dot net technology and running on Microsoft Windows Server’s platform. Most of the applications are hosted in the Company intranets which are designed for use by the entire work force (over 6000 employees and Contractors). The company has an extensive suite of Microsoft productivity applications, oil and gas industry applications, in-house developed systems and other line of business applications.

The team will mainly be located in the Lekki-Lagos facilities, but may be required to work briefly at any of the geographic locations in which the company operates. These locations include: Escravos, Warri, Port-Harcourt, Agbami and Abuja.

The services to be delivered generally consists of all work necessary and incidental to the development, testing and deployment of web applications using dot net 4.0 or later Framework and in full compliance to prevailing Chevron Intranet Standards.

The work scope includes but not limited to the followings:

Web Design

  • Contractor .shall design and develop static and dynamic web pages in conformance to Chevron Intranet Standards, using web page authoring tools particularly Expression Web.
  • Contractor shall upgrade existing web sites to the latest standard.

 

Business Analysis

  • Contractor shall gather customers’ requirements and develop technical specifications from them with appropriate detailed documentation.
  • Contractor shall liaise between customers and developers to ensure specifications are adhered to.
  • Contractor shall develop test scripts for testing the application and oversee testing.
  • Contractor shall provide detailed documentation of completed application.

Application Support

  • Contractor shall troubleshoot and fix bugs in an existing application.
  • Contractor shall provide minor enhancements to an existing application
  • Contractor shall develop reports as need arise.
  • Contractor shall   Identify  and   report  any  quality   improvement,   training  or  new  service opportunities.
  • Contractor shall maintain a knowledge base of problem resolution techniques and processes.
  • Contract shall serve as technical resource to relevant project teams.

Application Development

  • Contractor shall be responsible for translating the requirements enunciated in a Business Analysis document into an Application in Visual Basic.Net or C#.Net
  • Convert an existing ASP application to ASP.Net.
  • Provide significant enhancements to an existing application.

Contractor shall carry out Change Management Processes as appropriate.

Mandatory Tender Requirements:

A.      To be eligible for this tender exercise, interested bidders are required to be pre – qualified in the 3.11.02 (Software Development and Support Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pro-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).

B.      Please note that interested bidders including their sub-contractor(s) shall be required to:

I.       Meet all JQS mandatory requirements to be listed as “Pre-qualified” for a category in the JQS database.

II.      Meet all Nigerian Content requirements stated in this advert in their responses to the Invitation to Technical Tender.

C.      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.

D.      If you are not listed in this product/service category, and you are registered with DPR to do business for this category, please contact NipeX office at 30, Oyinkan Abayomi drive. Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update.

E.      To initiate and complete the JQS pa-qualification process, access www.nipexng.com  to download the application form, make necessary payments and contact NipeX office for further action.

Nigerian Content

Chevron Nigeria Limited is committed to the development of the Nigerian Oil and Gas business in observance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010.

Pursuant to enactment of the NOGICD Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian Oil and Gas Industry shall be consistent with the level set in the schedule of the Act and any other target as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).

Contractors shall comply with the provisions of the NOGICD Act and all applicable regulations. Bidders that do not meet the Nigerian Content criterion will not be allowed to participate in next Tender Stage

The following are the Nigerian Content requirements bidders are expected to comply with in their technical bid submission.

A       Demonstrate that the entity is a Nigerian Registered Company, or a Nigerian Registered    Company in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria

B.      Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7

C.      Provide evidence of the percentage of I) key management positions that are held by Nigerians and 2) total work force that are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.

D.      Provide a Nigerian Content Plan with a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that will be involved in executing the work. Also provide details of Nigerian Content contact or manager.

E.      State proposed total scope of work to be performed by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage.

F.      Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

 

G.      Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).

H.      Location of in-country facilities. (Equipment, storage, workshops, repair & maintenance facilities and, testing facilities).

1.       Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.

J.       Provide details on any other Nigerian Content initiative your company is involved in.

K.      Provide evidence of MOU with OGTAN registered trainer to conduct classroom module of training and on the job attachment

L.      Provide human capacity building development plan including budget which must be minimum 10% of project man-hours or cost. Training will be targeted al developing capacity other than bidder’s personnel. Trainees will be nominated from a database maintained by NCDMB and the services of OGTAN registered trainers utilized to cover classroom modules.

M.     Provide details of equipment ownership.

N.      Bidders (Vendors, Original Equipment, Manufacturers-OEMs, and EPC Contractors) are required to present Nigerian Content Equipment Certificate (NCEC) issued by Nigerian Content Development and Monitoring Board (or evidence of application for the certificate) in respect of any components. spares, equipments, systems and packages to be used in the proposed project under tender

 

 

Close Date

Only bidders who are registered with NJQS Product/Category 3.11.02 (Software Development and Support Services) by 4:00pm, July 2, 2013 being the advert close date shall be invited to submit technical bid.

 

Please note the following:

1.       Suppliers eligible for this tender opportunity are expected to be prequalified in NJOS under this product/service category.

2.       The Invitation to Tender (ITT) and any further progression of this lender shall be via NipeX.

3.       All costs incurred in preparing and processing NJOS prequalification shall be to the contractor’s accounts.

4.       This advertisement shall neither be construed as any form of commitment on the part of Chevron Nigeria Limited to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and or seek any indemnity from Chevron Nigeria Limited and or any of its partners by virtue of such companies having been prequalified in NJQS.

5.       The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical lenders first. Following a technical review, only technically and financially qualified contractors will be requested lo submit commercial lenders.

6.       Chevron Nigeria Limited will communicate only with authorized officers of the pro-qualifying companies and NOT through individuals or Agents.

 

Please visit NipeX portal at www.nipexng.com  for this advert and other information.

 

Management

Chevron Nigeria Limited. 2 Chevron Drive. Lekki Peninsula. PM.B 12825, Lagos

Tender Advertisement at Federal College of Education, Plateau State

Federal College of Education

PMB 1027, Pankshin

Plateau State

Advertisement

The Federal College of Education Pankshin is desirous of competent and qualified contractors and suppliers to bid for its 2011 and 2012 (merged) TET-Fund normal intervention for the Library development.

Lot 1:      Procurement of Various Assorted Title of Textbooks and Journals for the College Library.

Lot 2:      Procurement of Library Equipment

Lot 3:      Procurement of HP Desktop systems, UPS and Stabilizers for the Virtual Library.

Lot 4:      Procurement of photocopiers

Lot 5:      Procurement and Installation of Security Surveillance system for the College Library.

1.       Requirements

Interested and eligible suppliers/contractors are required to forward the under listed items for prequalification.

a.       Company’s name and address.

b.       Evidence of company registration with Corporate Affairs Commission.

c.       Evidence of tax clearance certificate for the last three years.

d.       Verifiable list of similar jobs successfully executed within the last three (3) years including names of clients, location of projects, letters of contract award, cost of projects and practical completion certificates.

e.       Company audited accounts for the last three (3) years.

f.       Evidence of company’s financial standing and bank reference.

g.       VAT registration and evidence of past VAT remittances (TIN inclusive).

h.       All prospective bidders are expected to accompany their submissions with sworn affidavit disclosing whether or not any officer of the Federal College of Education. Pankshin is a former or present Director, stakeholders or has any pecuniary interest in the bidder and confirm that all information presented in its bid is true and correct in all particulars.

In compliance to section 6 (1) (3) of the amended ITF ACT, 2011 as well as the NHIS and pension laws:

i.        Every employer having five (5) or more employees in his establishment, or

having less than five (5) employees but with a turnover of 50 million naira and above per annum, shall, in respect of each calendar year and or the prescribed date, contribute to the ITF fund, one percent of his total annual payroll”.

j.        “any supplier or contractor or consultant bidding or soliciting contract(s), business(es), goods and services from any Federal Government Ministry, Department and Agency (MDA’S) as well as commercial, industrial and private entities must fulfill statutory obligations of his employees with respect to payment of his training contribution”.

k.       “any liable organization, public or private including companies situated in the free trade zone requiring approval for expatriate quota and/or utilizing custom services in matters of export and import, must show proof of compliance with this Act in respect of payment of Training Contribution of his employees”.

l.        Evidence of company’s commitment to staff on NHIS and pension contribution as obtained from the concerned establishments.

2.       Submission of Documents

Pre-qualification documents shall be enclosed in a sealed envelope and marked “Confidential”. Pre-qualification should be specific e.g. (Lot 1 Procurement of various assorted title of Textbooks and Journals for the College Library) as the case may be.

Pre-qualification documents shall be submitted to:

The Secretary,

Tender’s Board,

Federal College of Education,

P.M.B. 1027, Pankshin.

2.       Bid Opening Exercise

Pre-qualification document must be submitted not later than 12.00 noon of Monday 24th June 2013 and shall be opened that same day in the College Boardroom. Contractors are advised to be present or represented at the opening ceremony and should be able to produce original copies of company tax clearance certificates if requested.

Contractors or their representatives are advised to be seated by 12.00 noon for the opening exercise.

Note: No submission will be accepted after 12.00 noon on the dosing date being Monday 24th June, 2013. Only pre-qualified bidders will be invited to participate in the financial biding exercise and will be required to pay a non refundable fee of N45, 000.00 for lot 1 and N25, 000.00 for lots 2-5.

Signed:

Istifanus Kyakmut, Mnipr.

Public Relations Executive

For: Secretary, Tenders Board.

 

 

Invitation for Pre-Qualification at National Health Insurance Scheme

National Health Insurance Scheme

Corporate Headquarters, Abuja

Invitation for Pre-Qualification

The National Health Insurance Scheme is an agency of the Federal Government of Nigeria established for the purpose of Facilitating easy access to quality healthcare services for all Nigerians.

The Scheme intends to undertake some projects for 2013. In compliance with the Public Procurement Act 2007, the Scheme hereby invites interested and reputable firms with relevant experience and good track record to submit documents necessary for consideration for the execution of these projects.

Description of Projects

1.       Printing of various NHIS Documents/Pull-Up Banners

2.       Consultancy for Statutory Audit of the Scheme’s Account (Audit firm only)

3.       Consultancy Services for the Verification of payment to Health Care       Facilities

4.       Consultancy Services for the Conduct of Feasibility Studies for Vulnerable Groups Social Health Insurance Programme

5.       Provision of Insurance cover for NHIS Properties

6.       Provision of Security Services

7.       Purchase of Project Monitoring vehicles

8.       Production and airing of NHIS Activities/Documentaries on Radio and Television

9.       Production and installation of Billboards

10.     Procurement of ID card Printer Consumables

11.     Procurement of Microsoft Software license (250-Users minimum) and Anti-virus Software license (200-Users volume license)

12.     Procurement of IT working tools for Network support and maintenance

13.     ICT Infrastructure expansion and Upgrade

14.     Network Connectivity between Head Office Utako and Wuse Office Data Centre.

15.     Automation of Customer Service Center

16.     Supply of Diesel (AGO)

 

Eligibility for consideration

Prospective bidders are required to submit the following documents:

i.        Certificate of incorporation/Registration with Corporate Affairs Commission (CAC)

ii.       Evidence of Certification/Exemption from PENCOM in accordance with the Pension Reform Act of 2004

iii.      Tax Clearance Dedicate for the last three (3) years (2010, 2011 & 2012)

iv.      A sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence.

v.       Evidence of compliance with the amended Industrial Training Fond Act, 2011

vi.      Evidence of VAT Registration with TIN No.

vii.     Evidence of Registration with Financial Reporting Council of Nigeria

viii.    Verifiable list of similar jobs successfully executed in the last three years including letters of award, project cost and contact address of the clients

ix.      Evidence of financial capability to execute the projects (Bank guarantees from reputable banks will form part of the evaluation criteria)

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

xi.      Company Audited Accounts for the last three years (2010, 2011 and 2012) showing annual turnover

Submission of Documents:

Pre-qualification documents must be submitted in Two (2) separate envelopes, clearly marked “Pre-qualification Documents” indicating the project description and delivered to the address below:

The Head, Procurement Division

National Health Insurance Scheme (NHIS)

Plot 297, Shehu Yar’Adua Way

Utako District,

Abuja.

Submissions should be made on or before 11.30am, on 8th July 2013. The documents will be registered on Monday, July 8th 2013 at 12:00 noon at the NHIS Boardroom Representative of companies are advised to be at the session.

All documents submitted will be subject to due diligence checks in accordance with the Public Procurement Act, 2007.

Signed:

Head, Procurement Division

For: Executive Secretary