Invitation to Pre-Qualification at Federal College of Education, Okene

Federal College of Education, Okene

Invitation to Pre-Qualification

 

 1.0            Introduction:

Qualified experienced and Competent Companies/Firms are invited to tender for the Pre-qualification of the under listed projects at the Federal College of Education, Okene.

1.1            Construction of Lecturers building and chief lecturers offices

1.2            Extension of Admin building and chief lecturer’s offices

1.3            Construction of skill acquisition centre with equipment

1.4            Consultancy services for the extension of admin building and chief lecturers offices.

 

 

2.0     Pre-Qualification

Interested Companies are required to submit in sealed envelopes, Prequalification documents for consideration on or before the closing date.

 

The documents required for Pre-qualification include:

a)     Company’s Certificate of Registration with Corporate Affairs Commission

b)    Company profile and evidence of RELEVANT/SIMILAR project executed in the last six years.

c)     Company’s audited account for the last three years.

d)    Tax clearance Certificate for the past three years

e)     Irrefutable/Concrete evidence of financial capability to execute and complete the project Bank reference.

f)      Ability to complete the project within a specified Completion time.

g)     Evidence of VAT remittance.

h)    Evidence of ITF training contribution in compliance with the statutory provision of section 6(l)-(iii) of the Industrial training fund (ITF) amended act 2011

 

3.0   Submission of Documents

Pre-qualification documents shall be enclosed in a Sealed envelope and marked –“CONFIDENTIAL” PRE-QUALIFICATION, CONSTRUCTION OF /CONSULTANCY FOR……….. PROJECT and should be addressed to

The Secretary,

Procurement Planning Committee,

Federal College of Education,

P.M.B.1026,

Okene, Kogi State

 

 Pre-Qualification documents must be submitted not later than 15th October, 2012 by 12.00 noon.

Pre-qualification documents shall be publicly opened immediately the same day in the College Board Room

Contractors who choose to attend are advised to be seated by 12.00 noon for the opening exercise.

 

Signed

Secretary, Procurement Planning Committee

Invitation to Tender for Consultancy Services at Universal Service Provision Fund

9th Floor Nigerian Communication Commission Building

Plot 423 Aguiyi Ironsi Street Maitama – Abuja

 

The Federal Republic of Nigeria

 

Universal Service Provision Fund

 

Invitation to Tender for Consultancy Services

 

“To carry out detailed survey to identify and establish clusters of Telephony and Transport Network gaps at specific locations which are not covered by any of the licensed telecoms operators”

 

Background:

The Universal Service Provision Fund (“the USPF”) was established to facilitate   rapid achievement of national policy goals for universal service and universal access to Information and Communication Technologies (ICTs).

 

The mandate of the USPF is to facilitate the widespread availability and usage of network services   and   application   services   throughout Nigeria by providing funding through subsidies and grants for the provision of network facilities, network services and application services to rural, un-served and underserved areas or to underserved groups within an institution or community.

 

The Universal Service Provision Fund (USPF) hereby invites interested Firms/Consultants to submit Proposals for this assignment as detailed below:

1.     Objectives of the Consultancy:

The Consultancy exercise will assist the USP Secretariat in identifying blind spots where there is no telephony signal and transport/transmission network across the country. The outcome of this assignment will enable the Secretariat accelerate the rapid expansion of mobile telephony and data services to un-served / underserved areas in Nigeria under the USPF’s Universal Access and Universal Service programmes.

 

Owing to the diverse nature of the country; the need to conclude on this assignment on time; and the dependency of quite a number of USPF projects on the outcome of this assignment, it is imperative to Lot the project as follows:

 

S/N

 

Lot No

 

Classification

 

1

 

Lot 1

 

2

 

Lot 2

 

North West

 

3 Lot 3

 

South East

 

4 Lot 4

 

South East

 

5 Lot 5

 

South – South

 

6 Lot 6

 

North Central

 

 

2.       Eligibility

a)      General Conditions

i.        Evidence of incorporation with Corporate Affairs Commission. Companies must enclose certificate of incorporation and form CO7.

ii.       Submit Articles and Memorandum of Association of their Company, which must show that the Company has ICT related activities as part of its objectives

iii.      Must have three year Tax Clearance certificates (2009, 2010 and 2011).

iv.      Evidence of Value Added Tax (VAT) registration certificate and past remittances

v.       Audited accounts for the last three years

vi.      Provide verifiable evidence of financial capacity to execute the project

vii.     Have a proper understanding of telecommunications solutions for rural areas.

viii.    Show evidence of similar works

ix.      Company profile and organizational structure, including names and resume of key personnel and technical staff with addresses and phone numbers

x.       Detail evidence of compliance with Pension Act, 2004 including evidence of remittances and Industrial Training Fund (ITF) contribution

 

b)      Specific Conditions:

In addition to the general eligibility the prospective Consultants shall also be required to demonstrate the following minimum competencies:

I.      An understanding of the ICT industry in Nigeria or worldwide

II.      Experience in operational approaches to mobile network roll-out

III.     Experience in ICT/Telecom Infrastructure deployment

IV.     Experience in RF Design, Planning and implementation

V.      Competent use of Telecoms Planning Tools such as Path loss, GPS, etc

VI.     Evidence of relevant technical experience with reference to similar projects deployed on a national scale

VII.   Relevant academic qualifications

VIII.  Basic Corporate Information including expertise to deliver on the project

IX.     Measurable indicators and mechanism for verifying the indicators

X.      Demonstrate or show evidence of similar assignments carried out in the past

3.       Tender Delivery Instructions

Qualified Companies/Consultants wishing to respond to this Invitation must purchase a copy of the Request for Proposal (RFP) from the Procurement Department, USPF Secretariat by payment of a non-refundable tendering fee of Fifty Thousand Naira (N50, 000:00) only per lot, which must be payable in bank draft in favour of “Universal Service Provision Fund, Abuja”. The draft should be submitted to the Funding and Subsidy Department, USPF and copy of the receipt attached to the bid document.

 

The proposals must include a detailed Technical and Financial Proposals, submitted in separate sealed envelopes.

 

4.       Bidders meeting

All interested bidders are invited to a meeting where the detailed format of the project implementation, scope, objectives and other clarifications resulting from the tender shall be discussed and finalized as schedule below:

 

Date:   Wednesday October 10th, 2012

Time:   11.00am

Venue: Conference Room, Ground Floor

Nigerian Communications

Commission Head Office

423, Aguiyi Ironsi Street Maitama District

Abuja

 

5.       Deadline for Submission of Proposals

Three (3) bound copies of each of Proposal and Financial Bid in separate envelope must be hand delivered not later than 2.00pm Wednesday November 21st 2012 to the address:

 

Office of the Secretary

Universal Service Provision Fund

USP Secretariat 9th floor

Nigerian Communications Commission

Plot 423 Aguiyi Ironsi Street, Maitama

Abuja

 

All further enquiries regarding this advertisement should be directed by email to: uspfbids@ncc.gov.ng

Signed

Secretary

Universal Service Provision Fund

 

 

 

 

Invitation to Tender for Goods at Universal Service Provision Fund

Universal Service Provision Fund

 

Invitation to Tender for Goods

 

In compliance with the requirements of the Public Procurement Act, 2007 for the procurement of good, works and services in the Public Service of the Federation, the Universal Service Provision Fund (USPF) further to the implementation of the 2012 budget hereby invites tenders from qualified contractors to supply the following:

 

Lot No Item

 

1 1 (One) number SUV

 

2 2 (Two) numbers Pick up Van

 

3 2 (Two) numbers Saloon Car

 

 

Eligibility Requirement

Interested firms must submit the following documents:

  1. Evidence of incorporation with Corporate Affairs Commission. Companies must enclose Certificate of Incorporation and form CO7
  2. Submit Articles and Memorandum of Association of their Company, which must show that the Company has ICT related activities as part of its objectives

c. Must have three year Tax Clearance Certificates (2009, 2010 and 2011)

d.  Evidence of Value Added Tax (VAT) registration certificate and past remittances

e.  Audited accounts for the last three years

f.   Provide verifiable evidence of financial capacity to execute the project.

g.  Company profile and organizational structure, including names and resume of key personnel and technical staff with addresses and phone numbers

h.  Detail evidence of compliance with Pension Act, 2004 including evidence of remittances and Industrial training Fund (ITF) contribution

 

Submission of Documents

The tender documents should be submitted in a sealed envelope clearly marked USPF IFT LOT NO – at the top right corner with name of the company clearly printed on the reverse side of the envelope and must be hand delivered not later than 2.00 pm. Tuesday November 13th, 2012 to the following address:

 

Office of the Secretary

Universal Service Provision Fund

USP Secretariat 9th floor

Nigerian Communications Commission

Plot 423 Aguiyi Ironsi Street, Maitama – Abuja

 

 

Please note that:

a.       Submissions after the date and time specified above will be rejected

b.       This publication is for information only, and not be construed as a commitment or obligation on the part of the Management of USPF

c.       USPF is not obliged to retain any firm and reserves the right to annul the process at anytime without liabilities on its part or proffering any reasons for the annulment.

d.       All costs incurred by interested parties in response to this advert or enquiries shall be borne by the firms and not the USPF.

 

All further enquiries regarding this advertisement should be directed by email to: uspfprocurement@ncc.gov.ng

 

Signed:

Secretary

Universal Service Provision Fund

 

2012 Appropriated Capital Projects Invitation for Pre-Qualification and Financial Bids at Nigeria Arabic Language Village, Ngala

Nigeria Arabic Language Village, Ngala

(Inter-University Centre for Arabic Studies)

Office of the Director             01/10/2012

 

2012 Appropriated Capital Projects Invitation for Pre-Qualification and Financial Bids

 

Preamble:

The Nigeria Arabic Language Village, Ngala (NALV) is a Federal Government Agency, a foremost inter university centre for Arabic studies with Headquarters at Ngala, Borno State, Nigeria wishes to invite interested reputable and competent Contractors to Pre-qualify and Bid for the following projects.

 

A.   Scope of Works/Supplies:

 

Lot S/N Lot No. Project Title
2 NALV/CP/2012/S/ 02 Production of Master Plan (Surveying, Physical brief and master plan)

 

7 NALV/CP/2012/SW/05/A Rehabilitation 1 (Provision of borehole)

 

10 NALV/CP/2012/S W/06 Construction of staff school (academic staff offices)

 

11 NALV/CP/2012/G/ 07 Furniture and equipment for Academic staff
12 NALV/CP/2012/G/ 08/A Purchase of Vehicles and Generators 1 (3No. Double cabin pickup- four wheel drive)

 

B.      Pre-Qualification Requirements:

To be considered for pre-qualification, interested, competent and reliable contractors are required to provide Verifiable evidence including but not limited to the following documents:

 

1.       Photocopy of Certificate of Incorporation/Business Registration in Nigeria With Corporate Affairs Commission, Articles and memorandum of Association inclusive

2.       Photocopy of Current Company Tax Clearance Certificate for the last 3 (Three) Years (2009, 2010 and 2011).

3.       Photocopy of Value Added Tax (VAT) Registration Certificate.

4.       Company’s Audited Accounts for the last three (3) years. (2009, 2010 and 2011), duly signed and stamped.

5.       Evidence of Financial capabilities to execute the works/supplies. This should include certified Bank statement from refutable Bank. (Bank reference letter only is not acceptable).

6.       Comprehensive Company Profile including details of the Management and Professional staff and copy of Company Brochure with convincing evidence of Competence to undertake the relevant project.

7.       Evidence of adequate relevant equipment and infrastructure to handle the job.

8.       Verifiable evidence of previous experience i.e. having successfully carried out Similar supplies in the last three (3) years with their costs, locations, name and telephone number of the client and copies of award letter and Completion Certificates.

9.       Evidence of Compliance with the Federal Government Pension Reform Act.

10.     Provides evidence of compliance with the provision of industrial training fund (I.T.F.) amendment act of 2011 relating to the training contribution by liable organization.

 

C.      Collection of Tender Documents (Between Monday 1st  October, 2012 and Friday 12th October, 2012)

Interested companies are to collect tender documents from the office of Coordinator (municipal services department) between 10.00am and 2.00pm upon payment (bank teller) of N20,000.00(Twenty thousand Naira only) non-refundable processing fees for each lot in Union Bank Plc, Account No. 0024812055 Maiduguri main branch, in favour of Nigeria Arabic Language Village.

 

D.      Note:

i)       The Pre-qualification documents must be arranged in the order listed above; submissions could be disregarded for failure to comply with this instruction.

ii)      Any Company that submits fake documents shall be disqualified outright and may be reported to the appropriate authority.

iii)     All interested companies must produce original of documents on the date of

opening for sighting only.

 

E.      Closing Date:

a)       The completed pre-qualification and full Tender bids must be in two different sealed envelopes and clearly marked at the top hand corner indicating pre-qualification for ‘Title of the project” similarly the tender envelope shall be clearly marked indicating Tender for ‘Title of the project’ and all of which shall be in one big envelope clearly marked indicating Pre-Qualification and Financial Bids for ‘Title of the project’. Also name and address of the firm/company should be clearly indicated at the back of the envelope.

 

b)      The Pre-qualification and financial bids must be returned to the Office of the Director/Chief Executive, Nigeria Arabic Language Village, Ngala on or before 15th October, 2012 by 10.00am. The pre-qualification and financial bids will be opened immediately by 10.00 am at the Council Chamber on 15th October, 2012, willing tenderers and general public are invited to witness the opening. Only Pre-Qualified. Contractors will have their tenders opened on the date of opening. The Village will thereafter undertake verification of all claims made by Contractors

 

F.      Important Information:

i)       This Advert shall not construe to be commitment on the part of the Nigeria Arabic Language Village nor shall it entail the Company to make any claim(s) whatsoever and/or to seek any indemnity from The Nigeria Arabic Language Village by virtue of such Company having responded to this Advertisement.

 

ii)      That the Village is not bound to accept tenders sent by post, courier service, e-mail and/or any other means of delivery other than by hand.

iii)     Interested contractors may make submission for not more than two (2) projects and must show competency in each of the lots separately.

 

Signed:

Director/CEO

Nigeria Arabic Language Village, Ngala.

Invitation for Proposal for Stakeholder Initiated Projects (BOTTOM-UP) at Universal Service Provision Fund

Universal Service Provision Fund

 

Invitation for Proposal for Stakeholder Initiated Projects (BOTTOM-UP)

 

Background, Goals/Objectives

a)       The Universal Service Provision Fund (“USPF”) was established under the Nigerian Communications Act 2003 by the Federal Government of Nigeria to facilitate the achievement of national policy goals for universal service and universal access to Information and Communication Technologies (ICTs) in rural, un-served and under-served areas in Nigeria.

 

b)      In carrying out its mandates, the USPF has been implementing some projects designed by it. These projects are conceptualized and designed for implementation in various un-served and underserved communities by USPF (Top-Bottom Projects).

 

c)       The USPF in recognition of the creativity of individuals, communities & organizations, is desirous of stake holder initiated (Bottom-Up ) Projects which are expected to be distinct from its existing projects which will be conceptualized, designed and implemented by various individuals, community organizations, NGOs, private business entrepreneurs, etc. This is to ensure rapid deployment of needed ICT services in the un-served and under-served areas.

 

Project Design and Specifications

a)       The design and specifications of the proposed project depends entirely on the imagination or preferences of the proponents. However, projects offering unique value propositions or innovative features over existing standard-design USPF projects will receive priority consideration.

 

b)      Thus, the USPF will consider for support any project that will deliver new connectivity for communities that lack ICT connectivity and/or value added services. The proposed project should be able to have practical applications, deliver clear benefits, and impact positively on the community it proposes to serve.

 

Project Consideration Criteria

a)       Due to the limited amount of funds available, sustainability and affordability

of the project will be a key element for evaluation of the proposals. Hence, Proponents with best design, modern equipment, and timeliness of project delivery, lower subsidy request, multiple service delivery and utilization of renewable energy resources stand better chance of being adjudged the most responsive bidders.

 

Instruction to Proponents (Bidders) In addition to providing information that may assist USPF in analysis of the proposed projects, all bids are expected to address the following key elements:

i.        Feasibility Study/ Financial proposal and project budget.

ii.       Bill of Quantities (BoQs) should itemize ICT components, materials and facilities required specifying the individual cost of items and the proportion of the cost expected to be financed/subsidized by USPF.

iii.      The proposal should specifically address the practicality, sustainability and affordability strategy of the intended project.

a.       Technical details of the proposed projects which should contain the following information:

i.        The nature of the Products and Services to be delivered

ii.       The need and targeted beneficiaries

iii.      Goals and Objectives

iv.      Scope of Work- the coverage areas.

v.       Methodology – deployment strategy

vi.      Technology approach: Technical specifications and schematic diagrams of

the project details

vii.     Implementation time frame detailing the actions and the time scales

 

Eligibility General

a.       Evidence of incorporation with Corporate Affairs Commission. Companies must enclose certificate of incorporation and form CO7.

b.       Submit Articles and Memorandum of Association of their Company, which must show that the Company has ICT related activities as part of its objectives

c.       Must have three year Tax Clearance certificates (2009, 2010 and 2011)

d.       Evidence of Value Added Tax (VAT) registration certificate and past remittances

e.       Audited accounts for the last three years

f.       Provide verifiable evidence of financial capacity to execute the project

g.       Have a proper understanding of telecommunications solutions for rural areas

h.       Show evidence of similar work

i.        Company profile and organizational structure, including names and resume of key personnel and technical staff with addresses and phone numbers

j.        Detail evidence of compliance with Pension Act 2004 including evidence of remittances and ITF contribution

 

Specific Conditions:

In addition to meeting the qualifications of being a legal entity to undertake business in Nigeria, interested bidders must be registered to undertake ICT related business and or must be community oriented and be in position to provide proof:

a.       Information about ICT projects carried out in the past three years. If any.

b.       Technical, financial and administrative manpower available to implement the project and their relevant experiences with respect to ICT service delivery.

c.       Proponents must be duly registered to undertake ICT related business.

 

Submission of Proposals

a.       Interested bidders wishing to respond to this Invitation for proposals should submit Three (3) bound hard copies of the Technical, Business and Financial Proposals plus electronic copy either by hand or through registered courier service to the following address:

 

The Secretary

Universal Service Provision Fund

USP Secretariat 9th floor

Nigerian Communications Commission

Plot 423 Aguiyi Ironsi Street,

Maitama – Abuja

 

b.       The Technical and Financial proposal should be in separate envelope and should be marked “USPF/RFP/No 003/Stakeholder Initiated Project” Submissions will be evaluated periodically. Only projects identified to be suitable, sustainable and practicable which are in line with our mandate will be considered and responded to by the USPF subject to budgetary considerations.

 

For further clarification on the RFP, please email: uspfbids@ncc.gov.ng

 

Signed:

Secretary

Universal Service Provision Fund