Invitation for Bids at ECOWAS Commission

ECOWAS Commission

 

Invitation for Bids

 

Tender for the Supply of Bags and Flags and Uniforms for the Drivers of the ECOWAS Commission

 

Date:   26th September 2012

 

IFBN: 08/LCB/2012

 

1.       The ECOWAS Commission, within the framework of the execution of its budget intends to carry out the purchase of the below defined items.

 

2.       The ECOWAS Commission now invites sealed bids from eligible bidders for the supply in Two (2) lots of these items for ECOWAS Commission as follows:

 

Lot 1:                   Supply of Bags & Flags for the ECOWAS Commission

 

1.       AFC Bags ………………………………………………… 70 Pieces

2.       Ministers Bags…………………………………………….. 30 Pieces

3.       Heads of State Bags……………………………………….. 70 Pieces

4.       Delegate’s Bags……………………………………………. 60 Pieces

5.       ECOWAS Pole Flags (bar netted)………………………….60 Units

6.       ECOWAS Pole Flags (Under netted)……………………….50 Units

7.       ECOWAS Table Flags with stands…………………………115 Units

8.       Flags Poles…………………………………………………..60 Pieces

9.       Vehicle Rags…………………………………………………10 Pieces

10.     Stickers for Vehicles…………………………………………1000 Pieces

11.     Two (2) Pieces of walkway Diplomatic Red Carpet, each measuring meters

 

Lot 2:   Supply of Uniforms for the Commission’s Drivers

 

1.       Neatly-sown Safari suits (long sleeves)………………………..98 Pieces

2.       Neatly-sown Safari suit (short sleeves)…………………………49 Pieces

3.       A pair of Shoes…………………………………………………49 Pieces

4.       Leather belt ………………………………………………………………………49 Pieces

 

A Bidder can bid for one or for the two lots.

3.       Interested eligible bidders may obtain further information and inspect the Bidding Documents at the Procurement Division of the Directorate of General Administration, 1st Floor ECOWAS Commission, 101 Yakubu Gowon Crescent, Asokoro District, PMB 401, Abuja, Nigeria. Emails Contact: nkuakor@yahoo.fr, bangoura53@yahoo.com, kabirnfr@yahoo.fr .

 

4.       A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application to the Director of General Administration and upon payment of a non-refundable fee of:

 

  • Twenty Five Thousand (25,000) Naira only.

 

5.       Bids should be delivered in a sealed envelopes and deposited in the ECOWAS Tenders Box located in the Office of Director of General Administration, 1st Floor ECOWAS Commission , 101 Yakubu Gowon Crescent , Asokoro District, PMB 401, Abuja , Nigeria and clearly marked “Tender for the Supply of Bags and Flags and Uniforms for the Drivers of the ECOWAS Commission, Do Not Open, Except in the Presence of the Tender Committee” on or before 10.00 am on Friday 26th October 2012 and must be accompanied by a bid guarantee (bank guarantee or insurance bond) of:

 

  • For Lot I: 200,000.00 Naira only
  • For Lot II: Bid Guarantee is not required.

 

6.       Bids will be opened in the presence of bidder’s representatives who choose to attend, Friday 26th October 2012 at 10.30 pm at ECOWAS Commission Main Hall, 101, Yakubu Gowon Crescent, Asokoro, Abuja, Nigeria.

 

Signed:

Director, General Administration

 

 

Request for Proposal from Competent ICT Firms to Deploy and Implement a Cloud Technology Lottery Platform as a Service (LPAAS) at National Lottery Regulatory Commission

The Presidency

National Lottery Regulatory Commission

 

Request for Proposal from Competent ICT Firms to Deploy and Implement a Cloud Technology Lottery Platform as a Service (LPAAS)

 

1.0     Preamble

National Lottery Regulatory Commission (NLRC) is an organization charged with the duty to regulate operators of lottery business, promoting transparency and accountability in lottery; and protecting the interest of players, stakeholders and the general public as part of its continued efforts at improving its service delivery invites qualified Information Communication Technology (ICT) firms to indicate their interest to deploy and implement a cloud technology lottery platform as a service (LPaaS).

 

2.0     Objectives:

The purpose of this RFP is to invite proposals from competent and reputable technology and service companies for implementing a multi tenant Lottery Platform as a Service (LPaaS) cloud solutions in Nigeria for millions of users.

 

The solution is to provide a cloud platform which will enable licensed lottery operators to quickly and effectively configure and manage various types of lottery, as well as customize for their platform.

 

The business model for the platform would be purely on the basis of “Public Private Partnership” (PPP).

 

Proposers shall bear all costs associated with preparation and submission of their proposals and contract negotiation. NLRC is not bound to accept any proposal and makes no commitments, implied or otherwise, that this RFP process will result in a business transaction with one or more of the proposers.

 

3.0     Scope of Work

(a)     The lottery platform shall be highly scalable, secure and cost effective cloud technology platform.

(b)     Licensed lottery providers can create different types of lottery such as Scratch Card, Lotto, traditional digit lottery, etc.

(c)      The lottery platform shall be able to invite end users for participating in  lottery by sending notification SMS.

(d)     The lottery platform shall be flexible enough to meet the integration requirements of Banks in Nigeria, POS of the Retailers in Nigeria and all transaction switches.

(e)      The lottery platform shall be able to generate invoices and reports based on different criteria such at Religion, Providers and Event, etc.

(f)      The lottery platform availability shall be a minimum of 99% throughout 24x7x365.

 

4.0     Proposal Structure and Format

Competent local or international organizations are being invited to submit their proposals. The proposal shall contain other things:

  • Company profile including ownership structure, management team, technical/other staff, registered address/other contact details.
  • Three (3) years audited account of the firm or consortium.
  • Evidence of technical competence in software development.
  • Evidence of proven services and product, with the ability to demonstrate all aspects of the solution in working environment in Nigeria.
  • Evidence of establishment of similar multiple lottery operators system deployed and experience in similar projects and environment in Nigeria or anywhere else in the world.
  • Proof of the financial viability of the Proposer as well as the viability of the proposed product and services.
  • Proposal of the technical and methodology, working plan, implementation schedule.
  • Names and Curriculum Vitae of professional/technical staff proposed for the assignment
  • Proof of alliances/partnerships (if applicable). If in a consortium, outlining core competencies of each partner/member firm
  • Understanding of the project objectives, challenges and expectations
  • Verifiable reference list of clients for whom similar services were/are being executed by the firm, or members of the consortium; giving scope, location, value, date executed, address, telephone numbers and contact persons.
  • Explanation of what differentiates your firm from the other proposer.
  • Indicative terms and conditions of proposed structure and agreement.

 

The proposal should be submitted in a Special Tender Box provided in the office of the Director General in the address listed below on or before 19th October 2012, and addressed to:

 

The Consultant LPaaS

National Lottery Regulatory Commission

Merit House,

Plot 22, JT Aguiyi-lronsi Street

Maitama – Abuja. Nigeria

 

Bid Document Purchase:

Interested organizations are expected to purchase the bid documents with a non refundable fee of N500,000 (Five Hundred thousand Naira) only in Bank Draft, made payable to “National Lottery Regulatory Commission”. The original copy of the receipt must be enclosed with all other bid documents for submission.

 

Submission:

The proposal must be delivered in 6 hard copies with an electronic copy (in a CD) in a separate sealed envelope marked “Proposal to Deploy and Implement a Cloud Technology lottery Platform as a Service (LPaaS)” and delivered to the above on or before 18th October, 2012.

 

A copy of the receipt must be enclosed with all other documents for submission. Only shortlisted firms will be contacted.

 

For all enquires you may contact:

National Lottery Regulatory Commission

Merit House,

Plot 22, JT Aguiyi-lronsi Street Maitama – Abuja. Nigeria

Phone: + 234 809 979 2904 (between the hours of 8a.m and 4.00pm Daily)

Email: NLRCconsultant@gmail.com

 

Signed: Ejike Mojekwu

Consultant LPaaS

 

Invitation to Tender (for ACBF funded Job) at Centre for Management Development, Lagos

Centre for Management Development

 

Invitation to Tender (for ACBF funded Job)

 

1.0     Introduction

The Centre for Management Development (CMD) is a Federal Government Parastatal established in January of 1973 to coordinate the activities of and give proper direction to institutions engaged in education, training and retraining of managerial manpower in Nigeria.

 

The Centre is the operational arm of the Nigerian Council for Management Development (NCMD) established under the enabling Act Cap N/99 Law of the Federation of Nigeria (LFN) 2004 (as amended).

 

The Centre, in collaboration with African Capacity Building Foundation (ACBF), thereby invites interested and qualified bidders to tender for the ACBF funded procurement and installation of Internet Facilities (VSAT Equipment)

 

Qualification to Tender

Interested and competent contractors/suppliers should submit the following alongside their tender:

  1.        i.            Evidence of Incorporation or registration with the Corporate Affairs Commission (CAC).
  2.      ii.            Tax Clearance Certificate for the last three (3) years (2009 – 2011).
  3.   iii.            Evidence of the company’s audited account for the last three (3) years (200 -2011).
  4.   iv.            Evidence of VAT certification and past remittance,
  5.      v.            Evidence of financial capability and bank reference from reputable banks.
  6.   vi.            Profile of the company including details of directors, management, staff strength, their competencies expertise and experience.
  7. Details of previous similar jobs undertaking with evidence such as letter of award etc.
  8. Payment of non-refundable tender fee of N10, 000 only in bank draft or CMD receipt payable to the Centre.
  9.   ix.            Assurance in writing of 12 months warranty of the products.
  10.      x.            Evidence of registration with National Pension Commission and remittance of employees’ contribution/deductions to the Pension Funds Administrators.
  11.   xi.            Evidence of payment of Training contribution to ITF or compliance with the statutory provision of section 6 (i) (iii) of the Industrial Training Fund (ITF) Amended Act, 2011, applicable to any company with a workforce of five (5) staff and above or N50 million Annual Turnover and above.
  12. Any additional information that may enhance the chances of the company/ contractor.

 

 

N.B. Failure to provide 2.0(i-xii) above will automatically disqualify the bidder.

 

Collection of Tenders

Tender documents/detailed specifications of the required goods are obtainable from the Office of the Acting Director, Director-General’s Office, CMD, Lagos upon presentation of evidence of payment of N10,000.00 non-refundable tender fees in Bank Draft payable to the Centre for processing fees.

Submission of Tenders

One (1) original plus two copies each of the Technical” and “Financial” bids should be submitted in separate envelops and clearly marked “Technical Bid” and “Financial Bid” respectively. Both should be put in a sealed envelope and Marked “TECHNICAL/FINANCIAL TENDER FOR THE PROCUREMENT AND INSTALLATION OF INTERNET FACILITIES (VSAT Equipment) and submitted on or before 2 p.m., on Tuesday, October 23rd 2012. The document is to be dropped in the office of the Acting Director in the Director-General’s office, Centre for Management Development, Management Village, Shangisha, Lagos.

 

 

Opening of Tender

The Tenders will be opened at 3.00 p.m. on the closing date, Tuesday, October 23rd 2012 at the DG’s Conference room, Lagos. Representatives of the tenderers, professional bodies, NGOs and interested members of the general public are hereby invited to witness the Bid Opening.

 

Signed

Director-General,

Centre for Management Development,

Management Village,

Shangisha, Lagos.

Request for Expression of Interest for Consultancy Services for the preparation of Feasibility Report on the Kogi Special Agricultural Project at Kogi State Government

Kogi State Government of Nigeria

 

Request for Expression of Interest for Consultancy Services for the preparation of Feasibility Report on the Kogi Special Agricultural Project

 

The Kogi State Government of Nigeria (KGSG) hereby invites interested Consulting Firms or Consortia to express interest in the preparation of feasibility report on the Kogi Special Agricultural Project under the Federal Government of Nigeria’s Agricultural Transformation Agenda (ATA).

 

KGSG desires to collaborate with the Federal Ministry of Agriculture & Rural Development (FMARD) on various aspects of the ATA. Specifically, KGSG intends to partner with FMARD, the Central Bank of Nigeria (CBN), financial institutions, and private sector investors on the production of Cassava and Rice using the Value Chain approach. The overall aim of the projects is to unlock the potentials of the state to create wealth and employment, and reduce the level of poverty in the state in particular and Nigeria in general.

 

The Expression of Interest (EOI) should be for:

 

Feasibility Studies and Preparation of a Comprehensive Report for Cassava and Rice Value Chain Development in Kogi State to Meet the Requirements of Financial Institutions and Investors’

 

The submissions should contain the following information:

 

1.       The EOI should be boldly written on the envelope and a cover letter conveying all other documents.

2.       Corporate profile(s) and evidence of technical capability, including brief description of the firm’s or consortium’s experience on similar assignments, its or their familiarity and understanding of the state’s terrain, and list of its or their key resource persons.

3.       A resume or Curriculum Vitae of the Team Leader of the firm or consortium.

4.       Office address, telephone and e-mail of a key contact person.

5.       Copy of the firm’s certificate of incorporation and evidence of registration with KGSG.

6.       Clear photocopy or scanned copy of receipt of payment of a non-refundable pre-qualification fee of NGN100, 000.00 (One hundred thousand naira only) into Kogi State Government IGR Account (No. 1015503782) at UBA Plc, IBB Way, Lokoja.

 

Two hard copies and one soft copy of the Expression of Interest documents should be addressed to: The Chairman, Kogi State Agricultural Transformation Committee, Office of the Special Adviser on Agriculture, Government House, Lokoja, in sealed, clearly marked envelope with ‘EOI Kogi Special Agricultural Project’ and delivered on or before 17th October 2012 to the address below:

 

The Chairman,

Kogi State Agricultural Transformation Committee,

Office of the Special Adviser on Agriculture,

Government House, Lokoja,

Kogi State.

 

Note: Only pre-qualified firms/consortia will be invited for further discussions please.

 

The lead firm in a consortium must meet all the requirements above.

Invitation to Tender at Pact, Nigeria

Invitation to Tender

 

RFQ Number: Z3073Pact PMTCT- Veh-09-2012

 

For procurement of one 4X4 vehicle for use in Bayelsa State, Nigeria

 

Issuance Date: 27th September, 2012

 

Pact has its headquarters in Washing DC, USA and is operational in over 20 Countries including Nigeria with more 3 projects in Nigeria, it is apparent that due to the growing needs assessment of the Pact, Nigeria, we are hereby requesting for the submission of bids from interested and reputable automobile dealers for the supply of:

 

1 unit of a 5 Door, 7 Seats, 4.0 petrol engine 1HZ, 4164cc, 5 speed dual range automatic gearbox, 4WD, LHD, BHP: 129, KW:96, Heavy duty cooling (water), electric 12 volts, full air-conditioning, power steering, high altitude compensator, Seat belts for all seats, 1 x 150L fuel tank, Side steps, Lockable spare wheel, On/off road steel radial tires with inner tubes, mounted on 17th split ring rims, Radio/cassette/CD player, Front freewheel hubs permanently locked and Hi-lift jack.

 

A prospective bidder having any questions relating to this RFQ should contact the following person in writing at least three (3) business days prior to the due date and time of submissions of quotes:

Ohene Comfort

Procurement Officer

Pact Nigeria

Email: coliene@pactworld.org

 

Pact will respond to questions it receives prior to the due date for the submission of quotes. Selection Criteria: All interested auto dealers are required to submit the following documents along with the quotation:

  • Evidence of Company registration
  • Company Profile
  • Verification list of previous/similar supplies carried out
  • Current Tax clearance certificate for the last 3 years
  • Evidence of VAT Registration Certificate
  • Audited Account for the last 3 years
  • Evidence of financial strength and bank support

 

Delivery Period:

Vehicles must be delivered on or before 4th October 2012 of receiving the purchase order

 

Submission of Tender Documents: All quotations should be sealed in an envelope and labeled on the top left hand corner of the envelope “Quote for the supply of Auxiliary Vehicles” and address to:

 

The Procurement Officer

Pact – Nigeria

30, Lobito Crescent off Ademola Adetokunbo Crescent

Wuse II, Abuja

F.C.T., Nigeria

 

Deadline for submission of quotes is October 27th 2012 at 500pm, please note that only quotes that reach our office at the stipulated time and date will be considered.

 

For more details on the, kindly visit the pact website: www.pactworld.org

 

Signed:

Ohene Comfort

For Pact