Prequalification of Insurance Broker for Insurance of NDPHC Assets 2012 or Prequalification of Insurance Company (Underwriter) for Insurance of NDPHC Assets 2012

Niger Delta Power Holding Company Ltd

No. 17 Nile Street, Maitama, Abuja.

 

Invitation For Prequalification as a Broker to Provide Insurance Services as may be Required by NDPHC for 2012.

Invitation for Prequalification as an Insurer(Underwriter) to Provide Insurance Coverage as May be required by NDPHC for 2012

The Niger Delta Power Holding Company Ltd is desirous of calling for bids from competent insurance brokers and insurance companies (underwriters) in Nigeria for its insurance program.

 

All interested insurance brokers and underwriters seeking to be considered must satisfy as a minimum, the following NAICOM’s conditions:

 

a)         Be a limited liability company incorporated in Nigeria and licensed by the National Insurance Commission to operate as an insurance broker or as an insurance company,

b)         Have verifiable full time employees with cognate experience in all

classes of insurance.

 

c)         Must have verifiable locational addresses in Nigeria.

d)         Insurance Brokers to maintain adequate professional indemnity cover for its activities evidence of which must be provided.

e)         Insurance Companies (Underwriters) must have business

relationship with competent re-insurance companies and maintain adequate reinsurance treaty for the class of insurance it intends to bid.

f)          Insurance companies (Underwriters) must satisfy the margin of solvency requirement as prescribed by the Insurance Act 2003. i g)  Show evidence of payment of taxes as and at when due.

h)       Have complied with the provisions of the Pension Reforms Act 2004.

 

Qualified Insurance Brokers and Insurance Companies (Underwriters) willing to apply in addition to the above must submit the following:

1)         Original certified true copy by the corporate Affairs Commission of the company’s Certificate of Registration

2)         Original certified true copy by NAICOM of the company’s current license to operate as an Insurance Broker or Insurance Company (Underwriter).

3)         Company’s published audited accounts for the years ended 2008, 2009 and 2010

4)         Certified true copy by the FIRS of three years tax clearance certificates and the current VAT registration.

5)         A profile of Management staff of the company with their qualification and insurance working experience including technical staff.

6)         Current evidence of workmen’s compensation insurance.

7)         For brokers, certificate of insurance in respect of professional indemnity cover.

8)         A statement signed by the company’s CEO of its staff strength and locational addresses,

9)         Evidence of compliance with the provisions of the Pension Reform Act 2004 as they relate to pensions – Pensions Registration and Group Life Insurance certificates to be included.

 

Three (3) copies of the bound prequalification submission and supporting

Documents must be submitted in sealed envelop marked “Prequalification of Insurance Broker for Insurance of NDPHC Assets 2012 or “Prequalification of Insurance Company (Underwriter) for Insurance of NDPHC Assets 2012” as the case may be to reach:

 

The Office of the Executive  Director

Finance and Administration

Niger Delta Power Holding

Company Ltd

17, Nile Street

Maitama

Abuja.

 

The submission should reach the above address by 12.00 noon (Nigerian time) on or before Friday December 9th, 2011

This notice and prequalification process shall not  place any commitment on  NDPHC nor establish any legal relationship whatsoever.

Pro­curement of Computers Hardware, Printers, Equipment and Consumables at National Population Commission

The National Population Commission (NPopC) and the World Bank

Statistics for Results Facility- Catalytic Fund (SRF-CF)

 

Invitation for Bids (IFB)

 

Federal Government of Nigeria

National Population Commission

Credit No. TF099783

Pro­curement of Computers Hardware, Printers, Equipment and Consumables

 

NPoPC/NSDS/NCB/07/211

Date of Issuance November 21st 2011

 

1.       The Government of the Federal Republic of Nigeria has received a grant from the World-Bank toward the cost of National Strategy for the Development of Statistics (NSDS), and it in­tends to apply part of the proceeds of this Grant to payments under the Contract for Pro­curement of Computers Hardware, Printers, Equipment and Consumables reference NPoPC/NSDS/NCB/07/2011

 

2.       The National Population commission now invites sealed bids from eligible and qualified bidders for the Following”

 

Lot Description Quantity Bid Security Delivery Period Delivery/Location

 

At least 2.5% of the Bid Price 60 ddays NpoPC

Plot 2130 Olusegun

Obasanjo Way, Zone 7,

abuja

1 Computers and Accessories
a. Computers
Desktops 25 -do- -do- -do-
Laptops 25
b. Accessories
Computer Bags 25
UPS 25
Monitors 25
Stabilizers 25
Mouse optical 50
Mouse optical Pad 50
2 Printers
Printers (Panchronutic A3)/printer cord 10
Toners for printers 50
Toners for photocopier 00
3 Office Equipment
Photocopiers 6
2HP Split Air Conditioners 8
Scanners A3 10

 

3.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures spec­ified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, may (2011) and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

4.       Interested eligible bidders may obtain tether information from the National Population Commission Plot 2031 Olusegun Obasanjo Way Wuse 7 Abuja and inspect the Bidding Documents at the address given below  from 9.00am to 4.00pm Mondays to Fridays except on public holidays

 

5.       Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years
  • Audited Financial Statement for the last three (3) years to demonstrate the financial capability of the Bidder in terms of profitability and adequate working capital
  • Manufacture’s authorization for equipment not produced by the company

 

A margin of preference for certain goods manufactured domestically shall be applied. Additional details are provided in the Bidding Documents

 

6.       A complete set of Bidding Documents in English may be purchased interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of N10,000.00 (Ten Thousand Naira only). The method of payment will be Cash or bank draft in favor of National Population Commission. The Bidding Documents will be collected by the rep­resentative of the Bidder on showing of the payment receipt and a hand written application.

 

7.       Bids must be delivered to the address below on or before Tuesday 20th December 2011by 12.00noon. Electronic bidding will not be permitted Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person or on-line at the address below at 12.00 noon on Tuesday 20th December 2011. 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.

 

8.       The address referred to above is

 

Signed:

Project Coordinator

National Population Commission

Plot 2031 OlusegunObasanjo Way, Wuse 7 Abuja.

 

“Expressions of Interest for Development of software and Training on data entry at the National Population Commission

The National Population Commission (NPopC) and the World Bank

Statistics for Results Facility- Catalytic Fund (SRF-CF)

 

Consultancy on Software Development and Training on Direct Data Capture

 

Request for Express of Interest:

The Federal Government of Nigeria (FGN) has received a Grant from the World Bank and intends to apply part of the proceeds of this grant to payments for the services in Data Entry Training. The National Population Commission now invites expression of interest from highly qualified consultants to develop a user friendly software package for the data entry, verification and quick summary report and train Registrars in the use of the package for the purpose of registering vital events (births, deaths, stillbirths, marriages, divorces).

 

The objective of this assignment is to (i) Fast-track data capture on birth registration (ii) Mike data available in a timely manner, user friendly and easy to manage (iii) Facilitate timely publication and dissemination of data on child birth, death etc and (iv) Create and sustain a national data base of registered events.

 

Scope of Work:

The consultant to be engaged for this assignment is expected to develop a user friendly software package for the data entry, verification and quick summary report and train Registrars in the use of the package for the purpose of registering vital events (births, deaths, stillbirths, marriages, divorces). In specific terms the consultant should:-

  • Develop a user friendly software package for the data entry, verification and quick summary report. (Using the registration forms in use) for the entire VR programme nationwide (15,000 centres)
  • The NPopC staff should have the privilege to amend the Software package after the training
  • The software package to incorporate a data entry, verification, utility and report generation (including: Tables, Chart etc). should be used on Android phones, ipad, etc.
  • Provide computer specifications for the procurement of hardware that includes backup media and licensed operating systems, Antivirus and Norton system utilities
  • Installation of the hardware and software into the computers in each of the 144 centres (phase 1)
  • Develop a training module and Conduct a training on the use of  the hardware and software package
  • Develop an operation’s manual and Conduct training in the use of the operation’s manual and backup procedure.
  • Provide initial report on programme implementation after 3 months from the date of the commencement of operation at the various registration centres
  • Run the software for 18 months to ascertain efficiency
  • Provide quarterly programme review reports
  • Write a report on the entire operations of the programme at the end of the 1 year period of the consultancy services.

 

The Consultant will be required to provide the following outputs:

  • Develop a Customized software package to capture vital events and install the same in all system including Android phones, ipad, etc, for the pilot exercise
  • The Specifications of Hardware and other software to be used
  • A training Module
  • An Operational Manual
  • A Training schedule
  • Set of Training materials
  • A Training report
  • Set of Training materials
  • A training report
  • Quarterly report and Final report on programme operations

 

Qualification and Experience:

The Consultant requirement for this assignment shall be a firm/consortium specialized in statistics/Direct Date Capture in developing countries. The consultant should demonstrate previous successful experiences in ICT/statistics operations and implementations over a period of 10 yrs.

 

The firm shall have a broad experience in developing and managing statistical data collections (censuses, surveys) and administrative databases (e.g. civil registration systems), education or health information systems): It shall have a minimum of 10 years experience in coordinating and delivering statistical training and data management

 

The consultant shall demonstrate the ability to work effectively with people from different cultural backgrounds, including experience in mentoring and development.

 

Submission of Expression of Interest (EOIs)

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

  • Profile of firm/consortium including ownership structure and key permanent staff
  • Details of direct experience with organizations/governments on data entry/vital registration.
  • Track record of successful ICT/Statistics assignments particularly on direct data capture
  • Relevant experience in the installation of equipment and provision of training on data entry (including technical competence)
  • Copies of unabridged financial reports for the last 3 years
  • Experience working in Nigeria and/or sub-Saharan Africa:

 

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

 

Expressions of Interest must be submitted in four (4) copies in a sealed envelope clearly marked “Expressions of Interest for Development of software and Training on data entry for NPoPC”. A CD-ROM version should also be included.

 

The expressions of interests should be addressed and delivered on or before 5th December 2011 by 4.00pm. at the addressed below:

 

The Coordinator

SRF-CF

National Population Commission

No, 2031 Wuse 7 Olusegun Obasanjo Abuja

E-mail: jdzubema@yahoo.com

 

Interested applicants may obtain further information at the address above from 8.00 am to 4.00 pm, Monday through Friday (except public holidays)

 

Only short-listed Consultants will be contacted.

 

 

Invitation to Pre-qualify for the Supply and Installation of Four (No.4) 160KVA UPSes with Battery Bank of 1-2hrs Backup Time at National Identity Management Commission

The Presidency

National Identity Management Commission

11, Sokoto Crescent, Off Dalaba Street, Zone 5 Wuse, Abuja Nigeria.

www.nimc.gov.ng

 

Invitation to Pre-qualify for the Supply and  Installation of  Four (No.4) 160KVA UPSes with Battery Bank of 1-2hrs Backup Time

 

Preamble

National Identity Management commission (NIMC) wishes to expand and enhance existing  identity infrastructure in order to establish a reliable, secure and scalable identity citizen

 

NIMC wishes to review its clean power supply to the Data Centre Infrastructure as part of its internal re-organization process and upgrade it to provide the required resilience so as to meet the Data Center infrastructure power availability requirements.

 

NIMC hereby invites eligible and experienced firms with proven track record of successful performance in designing, implementing and managing clean power solutions to indicate (their interest by submitting pre-qualification documents for the supply and installation of 4 No. 160KVA UPS to operate in an N+1 mode.

 

Scope of Work

The Commission intends to engage qualified, competent and reputable service firms to execute the supply and installation of 4 No. 160KVA UPS to operate in an N+ 1 mode and firm will be required to carry out amongst others: –

  • Site visit to validate and re-confirm requirements
  • Supply and Install four (4) No 160KVA UPS with battery bank of l-2hrs backup time. Supply and Install one (No.1) Main Distribution panels and two (2) UPS distribution panels with associated cablings.
  • Cut-over of clean power from the exiting UPS to the newly Installed 160KVA UPSes
  • Integration, Testing and Commissioning
  • Provide Schematic diagrams and as built documentation
  • Provide Operational Manuals & warranty. Provide Technical Training to NIMC Data Center Staff.

 

Proposal Structure And Format

  • Interested firms must include the following information in their submission:
  • Profile of firm including structure and management team; registered address, website, phone & fax numbers organizational chart.
  • Proof of any relationships/partnerships with device manufacturers (if applicable)
  • Experience/track record of firm in delivering similar projects with verifiable references (including scope of project contract sum, date & location)
  • Evidence of technical competence in project administration and management; technical analysis, solutions engineering and support
  • Names and Curriculum Vitae of team leader and professional staff proposed for the assignment, including qualification and individual experience in handling similar assignments
  • Evidence of registration with relevant authorities (e.g. CAC)
  • Proof of Alliances/ Partnership (if applicable)
  • Audited Accounts of firm for the past three years (3yrs.) and or consortium
  • Tax clearance certificate for the past 3 years and
  • List of similar assignments or projects undertaken by the firm or members of the consortium.
  • Key challenges & risk that may be likely faced in actualizing the task.

 

The requested information should be arranged in the order shown above. Bidders may be required to present original documents for sighting during evaluation. The selection will be in accordance with the federal Government’s selection procedure.

 

Submission:

Pre-qualification documents must be delivered in 6 hard copies and in a CD clearly marked “confidential;  Pre-Qualification for the Supply and installation of four (No.4) 160KVA UPS” and delivered to the address below on or before 5pm, 1st December, 2011. Only shortlisted firms  will be contacted.

 

Identity Database Department Room 223

National Identity Management Commission (NIMC)

11 Sokoto Crescent, Off Dalaba Street

Zone 5 Wuse-Abuja, Nigeria

Invitation for Expression of Interest (EIO) of Contractors for Remedial and Maintenance of Works at the Premises of Nigeria Investment Promotion commission (NIPC)

The Federal Republic of Nigeria

Nigerian Investment Promotion Commission

Maitama Abuja

 

Invitation for  Expression of Interest (EIO) of  Contractors for Remedial and Maintenance of Works at the Premises of  Nigeria Investment Promotion commission (NIPC)

 

1.         Introduction

The  Nigerian Investment  Promotion Commission (NIPC) is an Agency of the  Federal Government of Nigeria mandated to coordinate, encourage, monitor and  provide necessary assistance and  guidance for investment  in Nigeria for both Nigerians and non-Nigerians

The NIPC wants to undergo general maintenance  and renovation works at her headquarters at plot 1181 Aguyi Ironsi street Maitama, Abuja

 

2.         Scope of Works

i)          Remedial of structural works

ii)         General Planting

iii)        Replacement of mar ties/granites

iv)        General plumbing and water reticulation work

v)         Remidial services work (Electrical and Mechanical)

vi)        Repairs to roof

vii)       External works and other services

 

3.         Pre-qualification Requirements

Interested contractors must submit a proposal and documentation of the following (please note that  originals may be  required for signing  on request by NIPC):

  • A complete proposal delineating the program and  indicating the professional ability and competence of the Contractor(s) to address such an assignment efficiently
  • Evidence  of Incorporation of the company (or companies forming a consortium to address the assignment) with CAC of Nigeria  including  Articles  and Memorandum of Association and up to date returns with the CAC.
  • Evidence of Income Tax Clearance Certificate and Payment of taxes for the past 3 years
  • Evidence of VAT Registration, FIRS PIN Number and  receipts of payments made
  • Evidence of qualified and  registered personnel capable of handling the job
  • Companies financial standing backed by a reputable Bank
  • Audited Accounts form a recognized Audition Firm
  • Profile  and details  of the  contractor and evidence  of  past projects
  • Where  more than one company is  involved, a copy of the  partnership arrangement  must be  included  with the submission duly signed , and  sealed by each company in the team
  • NIPC’s representative may need  to inspect the contractor’s corporate  offices and their  major partners  the  plans and equipment available  and proven any other details which may not  be very clear in the submission
  • The  contractor must submit the profile  of their bankers and also the Insurance corporation they intend to use
  • Submission of any other  relevant  additional details  that will enhance  the confidence of NIPC into working  with the  contractor.

 

4.         Collection of Data or Additional Information

Companies  wishing to obtain data, information or permission to inspect the property should obtain such from the  office of the  Project Managers.

 

M/S environment Seven Nigeria Ltd

4th Floor, Izon Wari House

(Also known as Bayelsa State House)

Shehu Shagari Way

Central Business Area, Abuja.

 

5.         Collection of Bid Documents

Technical and Financial Bids  can be collected after payment  of Ten Thousand  Naira (N10,000.00) in Bank draft payable  to:

Nigerian Investment Promotion Commission, Abuja

Completed Technical and Financial Bid shall be submitted in sealed  envelopes  in three (3) hard copies. The envelopes must be  properly labeled “Expression of Interest/Qualification for the  general maintenance and  renovation works at NIPC  Headquarters Building at  Plot 1181 Aguyi Ironal street Maitama Abuja.

 

To:

The  Executive Secretary

Nigerian Investment Promotion Commission (NIPC)

Plot 1181, Aguiyi Ironsi Street Maitama.,

Federal Capital Territory

Abuja.

 

To reach him on or before  1st December, 2011 by 12 noon

 

Submissions  will be opened in the  presence  of Bidders  or their  accredited  representatives  on the same day at  2.00pm

In the conference  Room of the NIPC. Non representation automatically disqualifies such submission.

 

Submissions will be  studied within a week

 

Please  note that the  contractor is fully responsible  for all site  investigations and  other  preliminary requirements. The NIPC also reserves the right  to reject  any or  all submissions, and may not enter into any correspondence  with any participant.

 

Signed

Executive Secretary/CEO