Invitation to Tender at Bowen University

Bowen University

P.M.B 284 Iwo,

Osun State, Nigeria

Website: www.bowenuniversitv-edu.org

E-Mail: info@bowenuniversity-edu.org

 

Bowen University is a private institution of the Nigerian Baptist Convention, committed to adding a distinctly moral dimension and Godly values to tertiary education in Nigeria.

 

Invitation to Tender

 

The University hereby invites tenders from eligible and competent contractors for the following project:

 

Department of Chemistry Building

 

Interested contractors, who must be registered with Bowen University in the appropriate category, may obtain tender documents from the office of the Director of Works and Services, Bowen University from 8.00am to 4.00pm daily, upon the payment of a non-refundable tender fee of N100,000.00 (One hundred thousand Naira only) to the Bursar, Bowen University.

 

Tender opens on Wednesday, 25th April, 2012 by 8.00am and closes on Thursday, 10th May, 2012.

 

It should be noted that the under-listed documents must accompany all tenders:

i.     Photocopy of Certificate of Registration as a Contractor with Bowen University and the Federal Government of Nigeria.

ii.    Evidence of execution of similar projects within the last five years.

iii.   Photocopy of Tax Clearance Certificate expiring 31st December, 2011.

iv.   Details of equipment and personnel available to the tenderer that are relevant to the project.

v.    Photocopy of receipt(s) for the payment of the non-refundable Tender Fee.

vi.   Any other relevant information/document that may facilitate the determination of competence for the contract.

 

Completed tenders, which should be in sealed envelopes marked at the right hand Corner “Tender for the Department of Chemistry Building”, should be forwarded to:

 

The Registrar,

Bowen University,

P.M.B. 284, Iwo, Osun State.

 

To reach him, on or before Thursday 10th May 2012.

 

Signed:

E.A. Lawale

Registrar

Invitation to Tender for the Implementation of Enterprise Document Management System (EDMS) and Business Process Management (BPM) at Central Bank of Nigeria

Central Bank of Nigeria

Invitation to Tender for the Implementation of Enterprise Document Management System (EDMS) and Business Process Management (BPM)

System for the Central Bank of Nigeria

As part of efforts to support business operations and enhance productivity to achieve operational efficiency, the Central Bank of Nigeria requires the implementation of an Enterprise Document Management Solution (EDMS), Business Process Management (BPM) Solution and relevant hardware for the automation of Document Management and the workflow of business processes across various business units of the Central Bank of Nigeria.

Scope of Work

The selected bidder shall supply, install and customize software and other services for Enterprise Document Management and Business Process Automation for the Central Bank of Nigeria. The minimum specified work to be undertaken by the bidders is categorized under the following.

1)      Procurement of following applications:

i.        Document Management system

i.        Document Archival, Retrieval and Management System

ii.       Record Management System for managing life cycle of

physical documents/records

 

ii.   BPM & Workflow Automation System

i.        Process Modeling & Configuration

ii.       In-build form designer

iii.      Dashboard for Business Process Activity Monitoring for

Process KPIs

iii.      Bulk Scanning System

i.    Bulk Scanning & Indexing System

 

2)      Implementation of Enterprise Document Management Solution in 27 Departments and 37 branches of the bank including migration of data from existing system.

 

3)      Implementation of Business Process Management System in 27 departments and 37 branches of the bank,

i.        Carry out a Business Process review on 5 selected pilot business processes;

ii.       The processes would be identified after consultation with key stake holders of the respective departments/business units at CBN;

iii.      Gap analysis and documentation of the identified workflow processes to roll out as pilot deliverables.

iv.      Automation of the 5 processes as mentioned in the above points using the BPM platform.

4)      Training

i.        Training of Systems Administrators on all the modules of the solution to roll out bulk scanning solution and to enable them provide first level support on the system.

ii.       Customized training of business unit users on using the applications.

5)      On-site support post go-live for a period of 12 months

6)      Warranty period of 1 year from date of Go-live,

7)      Annual Technical Support (ATS) for 2 years, post warranty period

General Requirement

Interested and competent Service Providers 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 project(s).

f)       Current company’s audited statement of accounts.

g)       Evidence of employees Retirement Savings Accounts (RSA) with a pension Fund Administrator.

h)      Evidence of transferring all pension Funds and Assets prior to the commencement of the pension Reform Act to licensed pension operators.

i)       Evidence of remittance of employer and employee pension contributions   to   the   appropriate   pension   fund custodian/administrator.

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

Specific Requirement

k)      An evidence of operation in Nigeria as an Original Software Developer (OSD) or Original Equipment Manufacturer

i)       Evidence of the deployment of similar solutions to other clienteles in Nigeria and other countries.

 

Collection of Bid Documents

Interested and competent contractors wishing to carry out the above job should collect the Information for Bid (IFB) from Secretary, Major Contracts Tenders Committee (MCTC), PSSD (2nd Floor, Wing C) on the payment of a non-refundable fee of N50,000.00 (Fifty Thousand Naira Only) for each bid. The payment will be in Bank Draft payable to CENTRAL BANK OF NIGERIA.

Submission

The submission will be in two separate envelopes.

A.      The General Requirement should be submitted in one wax sealed envelope boldly marked at the top left Corner:

“IMPLEMENTATION OF EDMS/BPM 2012”

B.      Financial bid should be submitted in wax sealed envelope boldly marked at the top left corner: “Financial Bid for the “IMPLEMENTATION OF EDMS/BPM 2012”

 

The submission should be addressed to:-

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C

CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria

Fax No: 09-462-38239

 

E-mail: tenders@cbn.gov.ng

 

Closing Date

All submissions must be received at the above address on or before 5th June, 2012 by 4.00pm.

 

Opening Date

The tenders shall be opened on 5th June 2012 at Central Bank of Nigeria Head Office Complex Abuja, 2nd Floor Wing D Conference Room by 11 am.

 

Important Notice

1.       Only successful pre-qualified company/companies will have their financial Bids evaluated. Full tendering procedure will be applied to contractors pre-qualified and found capable of executing the project.

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

3.       The successful company/companies will be contacted.

Signed:

Management

Construction of Rural Access Roads in Ekiti State at Ekiti State Agricultural Development Programme (EKSADP)

Federal Ministry of Agriculture & Rural Development

Federal Government of Nigeria African Development Fund

Ekiti State Agricultural Development Programme (EKSADP)

Invitation for Bids (IFB)

Date:                    23rd April, 2012

Loan No:     2100-1500-13044

IFB No:       EKSADP/ADB/NCB/WKS/11/01

 

Loan Name:          Support to National Programme for Food Security in Ekiti, Ondo and Cross-River states (SNPFS).

 

1.       The Federal Republic of Nigeria has received a loan from the African Development Fund towards the cost of the Support to National Programme for Food security (SNPFS) in Ekiti, Ondo and Cross-River Stales and intends to apply part of the funds to cover the eligible payments under the Contract for the following works:

 

 

Construction of Rural Access Roads In Ekiti State
Lot Item Description Length (Km) Site Location Completion Period Bid Security
1 1 Construction of Osin/itapa-NPFS Site link road 6.50 Ekiti North 90 days N680,000.00
2 1 Construction of Ogotun- NPFS Site link road 7.50 Ekiti Central 90 days N900,000.00
2 Construction of Iwaji-NPFS Site link road 2.00
3 1 Construction of Orin Odo- Ara/Isinbode/Ode link Road 14.00 Ekiti South 90 days N1,100,000.00

 

2.       Bidders may submit bids for single or multiple lot/s but in any case, bidders must quote for all items indicated in a lot and must possess the capacity and/or capability to execute the jobs contained in the lot/s.

 

3.       The Ekiti State Agricultural Development Programme (EKSADP) responsible for implementing this project in Ekiti State; now invites sealed bids from eligible bidders for the Construction of Rural Access Roads in Ekiti State.

 

4.       A complete set of Bidding Documents may be purchased by interests bidders on the submission of a written application to the above address and upon payment of a non-refundable bid fee of Twenty Thousand Naira (N20,000.00) per lot in local currency or other freely convertible currency.

 

(a)     Ekiti State Agricultural Development Programme (EKSADP), KIm. 22 Omuo Road, Ikole-Ekiti, Ekiti State, Nigeria.

 

OR

(b)     National Programme for Food Security (NPFS) office extension, No. 22, Panama Crescent,  Maitama, Abuja.

 

5.       Bids shall be valid for a period of 90 days after Bid Opening and must be accompanied by security as indicated above. All those bidding for more than one lot are required to submit separate bid security for each lot bided. Failure to comply with this requirement will lead to the disqualification of the bidder.

 

6.       Bids shall be delivered to Ektti State Agricultural Development Programme (EKSADP), Opposite Water Works Station, Oke-Isan Street, Isan Ekiti, Ektti State, Nigeria, on or before 21st May, 2012 by 12 Noon and must be accompanied by a bid security as indicated or the table above, at which time they will be opened in the presence of tin bidders who wish to attend.

 

Signed

Programme Manager (EKSADP)

Procurement and Installation of Nuclear Magnetic Resonance (NMR), Microscopes, Analytical Equipment and Accessories at Federal University of Technology, Minna

Invitation for Bids (IFB)

Federal Government of Nigeria

Federal Ministry of Education Science and Technology Education Post- Basic Project

 

Federal University of Technology, Minna

(Center of Excellence for Pharmaceutical Research and Development)

Credit No. 4304-UNI

Procurement and Installation of Nuclear Magnetic Resonance (NMR), Microscopes, Analytical Equipment and Accessories

(IFB NO: FUTM/STEP B/GBS/ICB/2012/01)

Date of issuance: 23th April, 2012

 

This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007.

 

The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement and Installation of Nuclear Magnetic Resonance (NMR), Microscopes, Analytical Equipment and Accessories – FUTM/STEPB/GDS/ICB/2012/02.

 

The Federal University of Technology, Minna participating in the implementation of the Science and Technology Education Post Basic Project, now invites sealed bids from eligible and qualified bidders for the following:

 

 

Lots Description of Item/service Quantity

 

Locations

 

Bid Security Delivery period
1 Nuclear Magnetic Resonance (NMR) and Accessories 2 No Federal University of Technology, Bosso Campus, Minna Niger State, Nigeria. At least 2.5% of Bid Price

 

120 days

 

2 Transmission Electron Microscopes 2 No Federal University of Technology, Bosso Campus, Minna Niger State, Nigeria. At least 2.5% of Bid Price

 

120 days

 

2 Anaytical Equipment and Accessories 7 No Federal University of Technology, Bosso Campus, Minna Niger State, Nigeria. At least 2.5% of Bid Price

 

120 days

 

 

4.       Bidding will be conducted through the International Competitive Bidding (ICB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

5.       Interested eligible bidders may obtain further information from the Federal University of Technology, Minna at the address below and inspect the Bidding Documents from 9:00am to 4:00pm Mondays to Fridays, except on public holidays.

 

6.       Qualifications requirements include:

  • Documentary evidence of two contracts of similar nature and magnitude during the last three (3) years
  • Audited financial statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of profitability and adequate working capital.
  • Manufacturer’s authorization for equipment not produced by the company.

A margin of preference for eligible national contractors shall not foe applied.          Additional details are provided in the Bidding Documents.

 

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non refundable fee of N 15,000.00 (Fifteen Thousand Naira) only or US0100.00. The method of payment will be bank draft in favor of Federal University of Technology, Minna, STEP- B Project (CoEx).The Bidding Documents will be collected by the representative of the Bidder or by courier services paid by the bidder on request.

 

8.       Bids must be delivered to the address below on or before 4th June, 2012 by 2:00pm. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or bidders’ representatives, who choose to attend in person at the address below on or before 4th June, 2012 by 2:00 pm. All bids must be accompanied by at least 2.5% of the bid price as Bid Security or an equivalent amount in a freely convertible currency.

 

9.       The address referred to above is:

Project Manager

Science & Technology Education Post-Basic (STEP-B) Project

Federal University of Technology,

P.M.B, 65,

Old Senate Building, Bosso Campus.

Minna, Niger State.

TEL: +2347061691109, +2348023753751

E-MAIL:     step-b@futminna.edu.ng , diranabubakar@futminna.edu.ng , bakarharuna@yahoo.com

 

Signed

Prof. O.K Abubakre

Project Manager

Invitation for Pre-Qualification of Contractors for the Year 2012 Capital Projects of the College at Federal College of Education, Katsina

Federal College of Education

P.M.B. 2041, Katsina

(office of the Registrar)

 

Invitation for Pre-Qualification of Contractors for the Year 2012 Capital Projects of the College

 

A.      Introduction:

The Federal College of Education, Katsina intends to execute the under listed Projects under the Year 2012 Capital Appropriation of the College as follows:

 

i.        Furnishing of school of science complex phase I

ii.       Rehabilitation of roads and drainages

iii.      Construction of school of science complex phase II

iv.      Completion of Administrative Block Phase V

v.       Rehabilitation of Pre-fabricated Structures

vi.      Staff capacity building

 

Pre-Qualification Requirements:

Interested experienced and reputable Contractors are hereby invited to submit the following documents in order to qualify for Pre-qualification.

a.       Certificate of Incorporation or Registration with Corporate Affairs Commission.

 

b.       Company Audited Account for the last three years (2008- 2010).

 

c.       Tax clearance certificate for the past three years (2008-2010)

 

d.       Evidence of Pension and Social Security Contributions for companies with five or more permanent members of staff.

 

e.       Evidence of financial Capability and Banking Support.

 

f.       Company’s profile including curriculum vitae of the key personnel

 

g.       Equipment and Technical Capability of the Company for submissions in respect of the Construction & Rehabilitation Projects only.

 

h.       Similar projects executed and evidence of knowledge of the industry (please attach copies of award letters for on-going projects and completion Certificates for completed Projects)

 

i.        Any other additional information that may enhance the chances of the company.

 

C.       Submission of Pre-Qualification Documents:

Pre-qualification Documents should be submitted in separate sealed envelopes marked at the top left hand corner with the name of EACH Project and addressed to:

 

The Head,

Procurement Department

Federal College of Education,

P.M.B 2041,

Katsina.

 

To reach him on or before 22nd May, 2012 by 12:00noon.

Submissions will not be considered under any circumstance.

 

D.      Public Opening of Submissions

All submissions/Documents received shall be publicly opened at

12.01 pm on the closing date in the College Board Room. Contractors should be ready to produce original copies of the documents forwarded if requested.

 

Contractors that made submissions or their representatives are advised to attend the opening exercise.

 

Signed: Alhaji Abdullahi Abubakar Registrar