Invitation for the Pre-Qualification of the Contractors for the supply of Information Technology (IT) Hardware and Consumables Under Year 2013 Budget at Central Bank of Nigeria

Central Bank of Nigeria

Invitation for the Pre-Qualification of the Contractors for the supply of Information Technology (IT) Hardware and Consumables Under Year 2013 Budget

The Central Bank of Nigeria is desirous to undertake a pre-qualification exercise for the provision of IT Hardware and Consumables to the Bank under the 2013 budget.

Consequently, the Bank wishes to invite reputable contractors to indicate interest to pre-qualify for the provision of Information Technology Hardware and Consumables.

Scope of Work

Provision of IT Hardware and Consumables.

Pre-Qualification Requirement

Interested and competent contractors wishing to carry out the above job must submit the following documents:-

 

a)       Evidence of registration with Corporate Affairs Commission

b)      Evidence of payment of tax for the last three (3) years as and when due.

c)       Comprehensive company profile including registered address, functional contact email address, GSM phone number(s), facsimile number(s).

d)      Verifiable evidence of similar jobs successfully executed in the past.

e)       Reference letter from bank stating financial ability to carry out such project(s).

f)       Current company’s audited statement of accounts.

g)       Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling employer’s obligation to employees with respect to pensions.

h)      Evidence of remittance of Training contributions to the Industrial Training Fund (ITF).

Submission

Application for the Prequalification accompanied by the above listed documents should be forwarded in a sealed waxed envelope boldly marked at the top left corner:

“Prequalification for the provision of Information Technology Hardware and Consumables to the Central Bank of Nigeria”

And address to:-

The Secretary,

Major Contracts Tender Committee

2nd Floor, Wing C

CBN Head Office Complex

Central Business District,

Abuja FCT Nigeria

Closing Date

All submissions must be received at the above Office not later than 4.00 on 4th July, 2013.

Opening Date

All submissions will be opened on 10th July, 2013 at 11.00am at 2nd Floor Wing D, Procurement & Support Services Department, Central Bank of Nigeria.

Important Notice

(a)     This is not an invitation to tender. Full tendering procedure will be applied       to contractors prequalified and found capable of executing the project.

(b)     Nothing in the advert shall be construed to be commitment on the part of the CBN

(c)      The names of successful prequalified contractors will be published and    posted on the CBN website (www.cenbank.org ) and notice boards in CBN          locations.

Signed:

Management

Invitation to Tender for the Design, Implementation and Commissioning of Information Technology Integrated Regulatory Application in the Central Bank at Central Bank of Nigeria

Central Bank of Nigeria

Invitation to Tender for the Design, Implementation and Commissioning of Information Technology Integrated Regulatory Application in the Central Bank of Nigeria

(REF: CBN/ITD/PMO/RFP/IRS/001)

1.       The Central Bank of Nigeria (hereafter referred to as “CBN” or the “Bank” being the apex Bank of the country, occupies a central position in the economic and social development of Nigeria. In order to fulfill its vision of ensuring Financial System stability is desirous of deploying a new suite of applications to support its regulatory functions. The project is being undertaken in-conjunction with the Nigeria Deposit Insurance Corporation (NDIC) to ensure a robust, more efficient, more effective, harmonized and consistent regulatory framework for financial system in Nigeria.

2.       The Bank & NDIC have thus embarked on a new integrated regulatory application Project to modernize its regulatory framework which would cater for all the regulatory frameworks currently adopted for the country which are:- BASEL II & III, IFRS, RBS and Anti Money Laundering among others. Where the application is expected to be highly flexible to respond to policy changes and seamlessly interface with other systems.

3.       The Bank & NDIC through this project is seeking to ensure that all its onsite supervision functions are fully automated to improve the quality of data which feed to the Management decision process.

4.       Also the Bank & NDIC are seeking through this project to deploy a system that can provide a more robust approach to managing the Nigerian borrowers’ profile.

5.       Furthermore, the Bank and NDIC are seeking through this project to ensure that it has more effective regulatory oversight on all foreign inflows/outflows to Nigeria including forensic capabilities.

6.       CBN invites sealed bids from bidders both local and foreign, for the design, development and implementation of an integrated regulatory application with all the prerequisite functionalities as defined in the high level requirements document. This Request for Proposal (RFP) is being extended to a set of eligible and competent Vendors.

7.       Proposals from single vendors or from multiple vendors working together as a team will both be considered. The ideal vendor(s) will have certified knowledge and verifiable capacity and experience in regulation with capabilities in best trends in other jurisdiction. Experience in the regulatory space is mandatory.

General Requirement

Interested and competent vendors wishing to provide the above service to CBN must submit the following documents for verification:-

a)       Evidence of registration with Corporate Affairs Commission

b)      Evidence of payment of tax for the last three (3) years as and when due.

c)       Comprehensive company profile including registered address, functional contact email address, GSM phone number(s), facsimile number(s).

d)      Verifiable evidence of similar jobs successfully executed in the past.

e)       Reference letter from bank stating financial ability to carry out such service(s).

f)       Current company’s audited statement of account.

g)       Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling employer’s obligation to employees with respect to pensions.

h)      Evidence of payment of training contributions to ITF (Industrial Training Fund).

The above requirements are mandatory for local bidders only, while foreign bidders should have reputable Nigerian partners as local support capability is paramount.

Specific Requirement

All requirements are mandatory.

Collection of Bid Documents

Interested companies who possess the above minimum requirements may collect the detailed RFP documents on the payment of a non-refundable fee of N50, 000.00

(Bank Draft in favour of Central Bank of Nigeria) from:

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C

CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

Phone No: 09-462-37216

Submission

Completed tender documents, including all the above listed documents should be forwarded in wax sealed envelope boldly marked at the top left corner:-

“Development Design, Implementation of an integrated Regulatory Application in the Central Bank of Nigeria in-conjunction with NDIC”

And addressed to:-

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C

CBN Head Off Ice Complex,

Central Business District,

Abuja, FCT Nigeria.

Phone No: 09-462-37216

E-mail: mctc@cbn.gov.ng  

Closing Date

All submissions must be received at the above Office not later than 4.00 on 4th July 2013.

Opening Date

All submissions will be opened on 8th July 2013 at 11.00am at 2nd Floor Wing D, Procurement & Support Services Department, Central Bank of Nigeria.

Important Notice

A)      Nothing in the advert shall be construed to be a commitment on the part of the CBN.

B)      The successful company(s) will be notified formally.

 Signed:

Management

 

Tender Notice at Federal Government Girl’s College, Bauchi, Bauchi State

Federal Ministry of Education

Federal Government Girl’s College,

P.M.B 0031, Bauchi, Bauchi State

In compliance with the public procurement Act 2007, the Federal Government Girls’ College Bauchi is desirous to undertake Tender exercise for the following proposed 2013 Capital Projects.

S/N

 

PROJECTS

 

LOT

 

1 Construction of perimeter fencing

 

1
2 Renovation of Library complex

 

2
3 Renovation of Girls’ Hostel Blocks

 

3

(A)    Tender Qualifications

The following under listed documents are required and would serve as basis  for consideration

1.       Registration with Corporate Affairs Commission (CAC)

2.       Registration with FGGC, Bauchi

3.       Company’s Audited Accounts for the last 3 years (2010, 2011 and 2012) duly sign and stamped

4.       Company Tax clearance certificate for last 3 years (2010, 2011 and 2012).

5.       Evidence of financial capability

6.       Evidence of VAT Registration with TIN No. and past remittance for the last 3 years.

7.       Verifiable list of similar jobs successfully executed in the last years, including letter of award of contracts, projects costs, job completion certificates and payments.

8.       Sworn Affidavit indicating the authencity of information provided to be true in every respect that the company is not in receivership and none of its Directors were ever convicted of fraudulent activity.

9.       Evidence of compliance with pension Reform Act, and up to date remittance of employees’ pension fund contribution in line with section 6d of the public procurement Act 2007, Tender Qualification.

10.     Evidence of compliance with the provisions of the Industrial Training Fund Amendment Act as stipulated in sections (1)- (3).

11.     Company profile to include among others, office address, current telephone numbers(s) and e-mail address, and evidence of Technical and professional qualification.

12.     Equipment and Technology capacity

13.     Bidders should indicate the job category they intend to bid for.

14.     Any other relevant information that will be helpful in determining the company’s suitability for the work.

(B)     Payment of Tender Fee

Bidders are pay non-refundable fee of N20,000.00 for each Lot to Accounts          department, FGGC, Bauchi.

(C)    Collection of Tender Documents

Interested companies should collect Tender documents from the Secretary school Tenders Board FGGC, Bauchi upon payment of N20,000.00 non-refundable fee for bid documents. Contractors should come along with a certified Bank Draft of 2% bid security.

(D)    Submission of Tenders/Bid

All documents should be submitted in sealed envelope and should reach the secretary Tenders Board on or before 2nd July, 2013

(E)     Opening of Tenders/Bids

The Tenders received will be publicly opened at 10:00am on 2nd July, 2013 in the staff common room FGGC, Bauchi. The Bidder or Representative of the bidding companies are invited to witness the opening of the Tenders/Bids on 2nd July, 2013 at 10:00am. Late bids will be rejected. Failure to comply with the above stated instructions or to provide any of the listed documents may automatically result in disqualification.

SINI TUMBA (JP)

Secretary (STB) – FGGC, Bauchi

For: Principal

 

Invitation for the Pre-Qualification Tender of Contractors for the year 2012 TETFUND Special Intervention at Benue State University, Makurdi

Benue State University, Makurdi

PMB 102119, Makurdi

(Office of the Register)

Invitation for the Pre-Qualification Tender of Contractors for the year 2012 CTETFUND Special Intervention

Introduction

1.0     The Benue state university, makurdi Intends to execute the following under 2012 TETFUND special Intervention:

Lot 1           Construction of 2 Units twin Lecture Theatre of 1000 capacity each

Lot 2           Construction of University Library Complex

Lot 3           Construction of faculty of Social Sciences Building

Lot 4           Procurement of Furniture and Equipment of Lecture Theatre

Lot 5           Procurement of Furniture and Equipment of Social Sciences building

Lot 6           Procurement of Furniture and Equipment of University Library

Lot 7           Remodeling of Lecture rooms

Lot 8           Provision of Fibre Optics for Information and Communication Technology (ICT) services.

Pre-Qualification Requirements

2.0     Interested and competent contractors with experience in executing works of similar nature are requested to submit pre-qualification documents, neatly bound, paginated and arranged in the following order for consideration:

1.       Evidence of registration and incorporation of company with Corporate Affairs Commission (CAC)

2.       Company Income tax Certificate for the last three years (CTC).

3.       Evidence of registration with the University in the relevant category.

4.       Company Audited Accounts for the last three years (CAA).

5.       List of key staff with evidence of proficiency and experience.

6.       Evidence of financial capacity and banking support.

7.       Verifiable list of similar works as successfully completed in the last two (2) years with names of client, evidence of award and completion.

8.       Equipment and technological capacity.

9.       VAT registration and evidence of VAT remittances.

10.     Evidence of community and social responsibility.

11.     Evidence of strict compliance with the provision of section 16 (6)(d) of the public procurement act (PPA) 2007 as they relate to PENCOM for registration and remittances of staff pension contributions.

12.     Evidence of compliance with the provision of section (6c) of industrial Training Fund (ITF) Act on 1% contribution of any employer having 5 or more employees in his establishment (Registration and Remittances)

13.     A sworn affidavit indicating the authenticity and verifiability of all submissions.

14.     A sworn affidavit indicating that none of the directors of the company had been convicted for any criminal offence either at home or abroad.

15.     A sworn affidavit confirming that no officer of Benue State University is a former or present director/shareholder or has any peculiar interest in the company.

Financial Bid Requirement

3.0     The financial tender document must be submitted in duplicate copies.

Interested bidders are to collect tender documents from the physical planning office of Benue State University at a non-refundable fender fee of twenty thousand naira (N20, 000) per lot paid to Benue State University in bank draft. A copy of payment receipt must be attached to each financial tender document.

Submission of Tender Documents

4.0     Completed pre-qualification and financial document, must be in two (2) separate envelopes each appropriately labeled, sealed and put in a larger envelope for submission to be marked 2012 TEFund Special Intervention indicating the lot number.

 

The Registrar,

Benue State University

Makurdi

The tender document must be dropped into the big box in the Registrar of Benue State University’s office before the tender opening.

Note:

5.0     The bids will be opened on 9th July, 2013 at 12:00 noon in the SENATE chamber of Benue State University in the presence of bidders/representatives.

 

b.       Late submission will be rejected.

 

c.       That Hits advertisement is not a commitment on the part of the Benue State University nor shall it entitle any person to make any claim whatsoever and or seek any indemnity from the university by virtue of such person having responded to the advertisement.

 

d.       That after the pre-qualification exercise only tenders from prequalified contractors for contracts and jobs will be used and the university shall not enter into any

 

Signed:

T. I Utile, Ph.D

Registrar and Secretary Council

 

 

Invitation for Pre-Qualification of Contractors for TETFUND 2013 Special Invitation at Yobe State University

Yobe State University, Damaturu

Km 7 Gujba Road, PMB 1144

Damaturu, Yobe State

(Office of the Registrar)

Invitation for Pre-Qualification of Contractors for TETFUND 2013 Special Invitation

The Yobe State University plans to execute the following:

Supply of Furniture to Dr. Goodluck Ebele Jonathan GCFR, Library Complex

Interested and competent contractors with experience in the similar project are requested to submit their pre-qualification documents arranged in the following order for consideration.

1.       Evidence of Registration and Incorporation of Company by Corporate Affairs Commission (CAC)

2.       Company Income Tax Certificate for the last three years (CIC)

3.      Evidence of Registration with the University in relevant category

4.       Company Audited Account for the last two years (CAA)

5.      List of key Staff with evidence of proficiency and experience

6.      Evidence of Financial Capacity and Banking Support

7.      Verifiable list of similar works successfully completed in the last two (2) years with name of clients, evidence of award and completion

8.       Equipments and Technological Capacity

9.      VAT Registration and evidence of VAT Remittance

10.     Evidence of Community and Social Responsibility (CSR)

All documents should be submitted to the Office of the Registrar in an envelope marked TETFund 2013 SPECIAL INTERVENTION to reach him not later than 10th June, 2013.

Please note that this is not an invitation to tender and only successful candidates will be invited to tender.

The University does not go into correspondence on account of unsuccessful applicants.

Signed:

Alh. Ibrahim Jaji Maude AMNIM, FICEN

Registrar