Invitation for Pre-Qualification of Contractors for the 2012 Capital Projects at National Universities Commission (NUC)

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

 

The National Universities Commission is desirous of executing its 2012 Capital Projects and Services on contract and wishes to invite reputable companies with good track record of performance and experience for the execution of the following projects:

 

 

a. Rehabilitation of Abuja Office:

 

Lot 1A:       Provision of Furniture and Fittings (Extension Building

Lot 1B:        Provision of Furniture and Fittings (Main Building).

Lot 1C:       Tilling of Directors Office (Phase 1).

 

b.       Rehabilitation/Upgrading of Facilities (NUC Secretariat, Abuja and NUC

Liaison Office, Lagos):

 

Lot 2A:       Replacement of Curtain Wall (NUC Main Building, Abuja)

Lot 2B:       Rehabilitation of NUC Auditorium, Abuja.

 

Interested Contractors are expected to submit Technical Pre-Qualification and Financial Bid Documents with the payment of a non-refundable fee of N20,000.00 (Twenty thousand Naira. only) to NUC Treasury in Bank Draft in favour of NUC as “Processing fee” for each lot.

 

For the Pre-Qualification assessment, Tenderers are expected to submit the following documents.

 

i.        Evidence of Incorporation by the Corporate Affairs Commission,

ii.       Letter of Sank reference.

iii.      Evidence of current registration with the Federal Ministry of Works (where applicable).

iv.      Evidence of Current Tax Clearance Certificate for the last 3 years (2009 – 2011).

v.       Comprehensive Company Profile Including names of principal shareholders and key staff, qualifications and genuine reachable addresses and phone numbers (enclose photocopies of credentials).

vi.      Verifiable Plants and Equipment of the Company (where applicable).

vii.     Details of previous relevant jobs indicating clients, contract sum, year of award and date of completion (with evidence)

viii.    Evidence of Financial Capability and access to Financial Resources from a reputable Bank.

ix.      A sworn affidavit that all documents submitted are genuine and verifiable,

x.       A sworn affidavit that none of its Directors has been convicted in any Country

xi.      Evidence of compliance with PENCOM Act,

xii.     Evidence of current registration with Federal Ministry of works

 

The Commission reserves the right to verify the authenticity of Claims made in the pre-qualification documents as submitted and original document may be requested for sighting.

 

Submission of Documents

Technical and Financial Bid documents with 5-No. sets of photocopies each should be submitted in sealed separate envelopes clearly marked “2012 Pre-Qualification Lot…. And “2012 Financial Tender Lot…….” Name and mailing address of the Company shall be dearly stated at the back of each envelope. This should be addressed to:

The Executive Secretary

National Universities Commission

No. 26, Aguiyi Ironsi Street, Maitama

P.M.B. 237, Garki,

Abuja.

 

Tender document are available for collection in Room 021 Ground Floor. NUC Secretariat, Abuja.

 

The Pre-Qualification Document should be submitted in the “Tender Box” located at the Reception of the National Universities Commission on or before 12 noon of 3rd September, 2012.

 

 

Tenderers are invited to attend the ceremony for the opening of the Prequalification Lots by 2:00p.m on 3rd September, 2012 at the NUC Conference Room.

 

Please note that Evaluation will be carried out at two stages;

 

1 –     Technical Evaluation of the Pre-Qualification documents.

 

2. Financial Evaluation

However only the Companies who scale through stage 1 will have their Financial Bids opened.

Those who are not pre-qualified will have their financial bids returned to them unopened.

 

Executive Secretary

National Universities Commission

 

 

 

 

Installation of E-File Tracking and E-Registry Using the Radio Frequency Identification (RFID) System in Ministries, Departments and Agencies (MDAs) at Bureau of Public Service Reforms (BPSR)

Economic Reforms and Governance Project

World Bank Assisted (Credit No: 4011 UNI)

Implementation of Performance Improvement

Facility Scheme in the Federal Civil Service:

 

Lot 7: Installation of E-File Tracking and E-Registry Using the Radio Frequency Identification (RFID) System in Ministries, Departments and Agencies (MDAs)

 

Request for Expression of Interest

The Federal Government of Nigeria has obtained a credit from the International Development Association (IDA) towards the implementation of the Economic Reforms and Governance Project (ERGP). The Bureau of Public Service Reforms (BPSR) an agency of Government is a beneficiary of the credit and intends to apply part of the proceeds of the credit for services, including the engagement of a reputable Information Technology and Communication (ICT) consultant to install E-File Tracking and E-Registry using the Radio Frequency Identification (RFID) system in MDAs.

 

The installation of the E-File Tracking and E-Registry using the Radio Frequency Identification system in MDAs is part of the BPSR ERGP Performance Improvement Facility (PIF) scheme aimed at improving MDAs operations and service delivery to the citizenry. The objective of the installation of the E-File Tracking and E-Registry using the RFID system in MDAs is to:

i.        improve information storage and dissemination;

ii.       monitor   electronically   the   movement   of  all   files   and correspondence from entry or creation and from desk to desk until such correspondence is resolved or file closed;

iii.      reduce the amount of missing files and correspondence in MDAs as well as facilitate easy location of files when such a situation arises; etc.

 

Submission of Expression of Interest

Prospective Consultancy firms are invited to submit Expression of Interest for the E-File Tracking and E-Registry using the RFID system in MDAs. A more detailed Terms of Reference (TOR) shall be provided with the Request for Proposals (RFP) and sent to firms that will be shortlisted for the consultancy service.

 

Qualification and Eligibility

Consultancy Firms must provide the under-listed information and any more indicating that they are qualified to perform the service; viz:

i.        Evidence of registration incorporation to provide services in the area of E-File Tracking and E-Registry using the RFID (photocopy);

ii.       At least Five (5) years’ experience in providing similar E-File Tracking and E-Registry using the RFID system in sub-Saharan Africa;

iii.      Evidence   of   Technical   experience/competence   including evidence of similar assignments completed (i.e. veritable track record   in E-File Tracking and E-Registry using the RFID system);

iv.      Comprehensive listing of mix of technical staff to be deployed.

Evidence   of   experts   in   the   following   areas:   Information Communication   Technology   (ICT)   experts/System

Analysts/Engineers/ Database Administrators and Management

Information   System   experts,   Soft-ware   technology competencies or similar software solutions competencies;

v.       Comprehensive Company profile including registered office, functional contact address, GSM Number and, E-mail address etc.

 

A firm will be selected in accordance with the procedure set out in the World Bank’s Guidelines: Selection and Employment of Consultants by the World Bank Borrowers, January 1997 (Revised September, 1999, 2002 and May 2004).

 

 

Interested Consulting Firms may obtain information at the address below from 10.0 a.m. to 3.00 p.m. local time Monday to Friday, except on public holidays. Expression of Interest should be submitted in five (5) hard copies with one electronic copy USB Flash Drive to the address below on or before 3.00 p.m. on Friday, 6th April, 2012 clearly marked at the top side of the envelope.
“Expression of Interest for the Selection of E-File Tracking and E-Registry Using RFID Consultant”.

Signed: Permanent Secretary,

Bureau of Public Service Reforms (BPSR),

Phase 2, Block D, 3rd Floor, Federal Secretariat Complex,

Shehu Shagari Way, Abuja

Establishment of Centralized Procurement Complaints and Inquiries On-Line Date Base, Request for Expressions of Interest at Infrastructure Concession Regulatory Commission (ICRC)

Infrastructure Concession Regulatory Commission (ICRC)

The Public Private Partnership (PPP) Project

 

Establishment of Centralized Procurement Complaints and Inquiries On-Line Date Base

Request for Expressions of Interest

 

The Federal Government of Nigeria (FGN) has obtained a credit from the International Development Association (IDA) towards the course of Public Private Partnership (PPP) Project and intends to apply part of the proceeds of the credit for the engagement of a reputable Consultant to Establish a Centralized Procurement Complaints and Inquiries Online Data Base.

 

The objective of the assignment is to improve procurement processes so as to ensure a fair and open procurement policy in an organized and consistent manner. In order, to analyze the reporting requirements for improvement of the procurement process.

The achievement of this objective hinges on (i) Dealing with complaints in a timely and impartial manner; (ii) Provide information on complaints process to vendors, (iii), Establish a database to record information on all complaints and outcomes.

 

Scope of the Assignment

The selected consultant will be required to perform the following tasks during the course of implementing the assignment.

 

  • Design and develop an interactive web-portal, where vendors can log in online to register and lodge complaints, if any, with respect to procurement process in which such vendor is affected

 

Register and host the web-portal

  • The web-portal should serve as a database to record information on all complaints and outcomes
  • The client must be trained on how to maintain the web-portal, such training must include, but not limited to how the client can upload and download information into and from the portal
  • Develop a users’ operational manual for the web-portal

 

Submission of Expressions of Interest (EOIs)

  • Prospective consultants should submit an Expression of Interest detailing the following information a basis for pre-qualification:
  • Profile of the firm/consortium including ownership structure including key permanent staff and role of each corporate entity with full contact details of lead Firm.
  • Track records on procurement filing and tracking systems or business solutions in the Public or Private Sectors with 7-10 years experience;
  • Proven experience in MIS and procurement management arrangements under World Bank Assisted projects.
  • Evidence of good understanding of the World Bank procurement guidelines/procedures and the Public Procurement Act 2007
  • Evidence/list of verifiable business solutions reviews carried out in the past 5 years
  • Relevant Procurement complaints and inquiries on-line data base experience in World Bank finance Projects.
  • Copies of unabridged financial reports for the last 3yrs

 

The Consultant(s) will be selected in accordance with the procedures set out in the World Bank “Guidelines: Selection and Employment of Consultants by World Bank Borrowers” dated January, 1997 (Revised September, 1997, January 1999, May 2002, May 2004, October 2006, May 2010 and January 2011)

 

Expressions of Interest shall be in English and must be submitted in three (3) copies in a sealed envelope clearly marked “Expressions of Interest for the Establishment of Centralized Procurement Complaints and Inquires On-Line Data Base

 

A CD-ROM version should also be included

 

The expressions of interests should be addressed and delivered not later than 5:00pm on March 30th 2012 at the address below:

Nelson T. Hundumofore

Project Procurement

Infrastructure Concession Regulatory Commission

Plot 1270 Ayangba Street, Area II,

Garki District, Abuja

E-mail: n.hundumofore@icrc.gov.ng

Interested applicants may obtain further information at the address above from 8.00 am to 5.00 pm, Monday / through Friday (except public holidays)

 

Only short-listed Consultants will foe contacted.

Expression of interest through email or fax will not be entertained

Establishment of Procurement Filing and Tracking System, Request for Expressions of Interest at Infrastructure Concession Regulatory Commission (ICRC)

Infrastructure Concession Regulatory Commission (ICRC)

The Public Private Partnership (PPP) Project

 

Establishment of Procurement Filing and Tracking System

Request for Expressions of Interest

 

The federal Government of Nigeria (FGN) has obtained a credit from the International Development Association (IDA) towards the course of Public Private Partnership (PPP) Project and intends to apply part of the proceeds of the credit for engagement of a reputable Consultant to Establish a Procurement Filing & Tracking System.

 

The objective of this assignment is to address the gaps and challenges that have undermined effective and efficient management of procurement records and to lay a suitable institutional framework that will support effective management of procurement records. The objective is also to facilitate standardization and consistency in the application of procedures and practices in the management of procurement records in line with current best practices as well as computerize the procurement filing and tracking system.

 

The achievement of the above objectives hinges on (i) Designing a procurement filing and tracking management system that will promote efficiency through improved access to information, (ii) Establishing procurement procedures and control systems, (iii) Establishing close collaboration among the procurement, stores and accounts, with respect to Inventor Management and Stores Records, (iv) Establish close co­ordination between the procurement and payment records in the project accounts section for efficiency in document location and retrieval (v) Establish Risk Management and Security of Records system

Scope of work:

The selected consultant will be required to develop a comprehensive Procurement Filing and Tracking System that will encompass, but will not be limited to the following:

 

  • General Principles of Managing Procurement Records and Tracking including managing Procurement Records System
  • Linkage of Inventory and Stores records to procurement records
  • Linkage of Accounting and payment records to procurement records
  • Risk Management and Security Systems for Procurement records and tracking

 

Computerization of procurement filing and tracking system – develop software for the computerization of the Procurement Filing and Tracking System.

 

This will include:

  • Identification of hardware
  • Develop and install software for the computerized Procurement Filing and Tracking System
  • Software testing and implementation
  • Develop users’ operational manual for the software

 

Develop Capacity Building program for the personnel of the procurement unit and other stakeholders on Procurement Filing and Tracking System and also for its computerization.

 

Develop an Archiving and Document Security Policy. The developed policy must cover, but not limited to the following areas:

 

  • Principles of electronic records management and procedures for the management of procurement records.
  • Linkage with other legislations and government policy document on management of public records;
  • Rules and regulations governing the creation, maintenance, use and disposal of records.
  • Procedure for preservation of procurement and security records;

 

The selected consultant shall develop a Service Level Agreement (SLA) for the maintenance of the system and for trouble shooting whenever there is a system glitch.

 

Submission of Expressions of Interest (EOIs)

Prospective consultants should submit an Expression of Interest detailing the following information a basis for pre-qualification:

 

  • Profile of the firm/consortium including ownership structure including key permanent staff and role of each corporate entity with full contact details of lead firm
  • Track records on procurement filing and tracking systems or business solutions in the Public or Private Sectors with at least 7-10 years experience;
  • Proven experience in MIS and procurement management arrangements under World Bank Assisted projects.
  • Evidence of good understanding of the World Bank procurement procedures and the Public Procurement Act
  • 2007
  • Evidence/list of verifiable business solutions reviews carried out in the past 5 years
  • Relevant Procurement Filing & Tracking systems experience in World Bank financed Projects.
  • Copies of unabridged financial reports for the last 3yrs

 

The Consultant(s) will be selected in accordance with the procedures set out in the World Bank “Guidelines: Selection and Employment of Consultants by World Bank Borrowers” dated January 1997 (Revised September 1997, January 1999, May 2002, May 2004, October 2006, May 2010 and January 2011)

 

Expressions of Interest shall be in English and must be submitted in three (3) copies in a sealed envelope clearly marked “Expressions of Interest for the Establishment of Procurement Filing and Tracking System”.

A CD-ROM version should also be included

 

The expressions of interests should be addressed and delivered not later than 5,00pm on March 30. 2012 at the address below:

 

Nelson T. Hundumofore

Project Procurement

Infrastructure Concession Regulatory Commission

Plot 1270 Ayangba Street, Area II,

Garki District Abuja

E-mail: nhundumofore@icrc.gov.ng

 

Interested applicants may obtain further information at the address above from 8.00 am to 5.00 pm, Monday / through Friday (except public holidays)

 

Only short-listed Consultants will foe contacted.

Expression of interest through email or fax will not be entertained

Invitation for Pre-Qualification and Tender Exercise for Contractors/Suppliers at Federal Polytechnic Nekede, Owerri

Federal Polytechnic Nekede, Owerri

PMB 1o36, Owerri, Imo State

Invitation for Pre-Qualification and Tender Exercise for Contractors/Suppliers

1.0     Preamble

The Federal Polytechnic Nekede, Owerri wishes to construct Office Complex/Conference Halls for the School of Business and Management Technology in the institution, from its TETFUND 2009-2011 merged normal intervention.

 

This notice is to invite for pre-qualification and Tendering, reputable contractors for the execution of the projects.

 

2.0   Project Description

1.       Construction   of Building for School  of Business  and   Management Technology.

2.       Furnishing of the School of Business and Management Technology.

 

3.0     Pre-Qualification Requirement

a)       Valid Certificate of Registration/incorporation

b)      Evidence of tax clearance certificate for the past three (3) years

c)       VAT Registration and Evidence of past VAT remittances

d)      Company Audited Accounts for 3 (three) years

e)       Evidence   from   the   companies’   bankers   as   to   their   financial capacity/capability to undertake the project.

f)       Evidence of Similar projects executed,

g)       A comprehensive company profile to include evidence of   execution of

similar job in academic environment

h)      Equipment and Technology Capacity

i)       Annual Turnover

j)       Evidence of timely completion of similar projects executed,

k)      A verifying Affidavit under the Public procurement Act 2007 sworn to at the

Federal High Court (Proforma of this can be obtained at the Public

Procurement Unit (PPU) of the Polytechnic

i)       Evidence of pension scheme for company staff.

 

Verification of Claims in Pre-Qualification Documents

Please note that the Federal Polytechnic Nekede will on its own, verify the claims made in the pre-qualification documents.

 

Contractors will be disqualified for providing false information.

5.0    Pre-Qualification and Tender Fees

Contractors are to pay a non-refundable processing fee of N100, 000.00 (One hundred thousand naira) only for pre-qualification and tendering documents.

 

6.0        Submission of Documents

i).      The pre-qualification application with all the required supporting documents should be neatly packaged, bound and forwarded in sealed envelopes and marked at the top left i.e. (Pre-Qualification For Construction Of SBMT Or Furnishing).

ii)      The Completed tender documents collected from Physical Planning Unit, Federal Polytechnic Nekede must be sealed in an Envelope marked “Tender Document for Construction of SBMT or FURNISHING”.

 

The Companies submitting the pre-qualification and Tender documents should write the name and phone number of a contact person at the bottom left corner of the Two envelopes. This will allow for prompt communication.

 

The pre-qualification and tender documents   must reach the Polytechnic on or before 5th April, 2012 by 12.00 noon.

 

Please Note:

i)       The pre-qualification and tender documents will be opened on the last day of submission by 12.00 noon. All those who would have submitted their documents by the deadline are hereby invited to the meeting for the opening of the documents,

ii)      Only the tender documents of pre-qualified contractors will be processed

further,

iii)     The two parcels (Pre-qualification and Tender) should be addressed to:

The Director

Physical Planning Unit

Federal polytechnic Nekede

PMB 1036

Owerri

iv)    Contractors are expected to adhere strictly to ALL the instructions as

Non-compliance may constitute a ground for disqualification.