Request for Proposals at National Identity Management Commission

The Presidency

National Identity Management Commission

II. Sokode Crescent, Off Dalaba Street. Zone 5 Wuse, Abuja Nigeria

bank of l-2hrs Backup time

 

Request for Proposals

 

Preamble

National Identity Management commission (NIMC) wishes to expand and enhance existing identity infrastructure in order to establish a reliable, secure and scalable Identity Management System that utilizes advanced biometrics technology to uniquely identify citizens.

 

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 a proposal 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.

  • Site visit to validate and re-confirm requirements
  • Supply and Install four (4) No 160KVA UPS with battery bank of l-2hrs autonomous time or 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
  • Testing and Commissioning
  • Provide Schematic diagrams and as built documentation
  • Provide Operational Manuals
  • Technical Training to NIMC Data Center Staff

Proposal Structure and Format

Interested firms must include the following information in their proposals:

  • Detailed understanding of the key requirements to successfully supply and install in order to meet 99.995% high power availability.
  • Demonstration of knowledge of Design and Deployment
  • Project delivery process, methodology & work plan describing approach to completing the task specified in the scope of work
  • Any issues and challenges towards delivering the project scope
  • Profile of firm including structure and management team; registered address, website, phone & fax numbers
  • Proof of any relationships/partnerships with device manufacturers (if applicable)
  • Experience/track record of firm in delivering similar projects with verifiable references
  • 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
  • Proof of Alliances / Partnership (if applicable)
  • 3 year Audited Accounts of firm and or consortium
  • Tax clearance certificate for the past 3years and
  • List of similar assignments or projects undertaken by the firm or members of the consortium.

 

The requested information should be arranged in the order shown above. Bidders may be required to present original documents for sighting during evaluation.

 

Submission:

Pre-qualification documents must be delivered in 6 hard copies with an electronic copy (CD) in a separate sealed envelope clearly marked “Confidential; Pre-Qualification for the Provision of Contact Centre Services” and delivered to the address below on or before 2nd December, 2011

Project Management Office

National Identity Management Commission (NIMC)

11 Sokode Crescent, Off Dalaba Street

Zone 5, Wuse-Abuja, Nigeria

 

Request for Proposals for Consultancy Services at Bank of Agriculture (BOA)

 

Bank of Agriculture (BOA)

Improving lives, Growing communities

Request for Proposals for Consultancy Services

 

Bank of Agriculture Limited, Nigeria’s foremost agricultural and rural development finance institution, is inviting tenders from suitable and qualified consulting firms/companies, in form of proposals for the provision of consultancy services for the design, creation and operationalization of a national microfinance bank subsidiary.

Introduction

As part of our strategy to reposition Bank of Agriculture Limited (BOA) in order to create a viable and sustainable agricultural value chain and rural enterprises finance system, BOA proposes to restructure into 2 divisions; a wholesale finance parent/holding company and a national microfinance bank subsidiary.

 

The new subsidiary, BOA Microfinance Bank shall be a Central Bank of Nigeria (CBN) licensed microfinance bank with an agricultural and rural finance focus and a mandate to operate nationwide, It is proposed that BOA Microfinance Bank shall eventually inherit all the retail assets of BOA, including at least 80 existing retail branches, with the plans of eventually extending delivery channels to all the LGAs of the Federation.

 

The proposed BOA Microfinance Bank shall be freshly capitalized, but shall in addition assume all the agricultural and non-agric micro, small and medium enterprises (MSME) credit, savings mobilization and other retail non-credit support mandates of Bank of Agriculture.

 

 

The indicative Terms of Reference

The indicative Terms of Reference (ToR) of this engagement shall indude:

1.       Organizational design of the proposed microfinance bank

2.       Preparation of the feasibility report,  business  plan, operations manuals,  HR policies and  all the other documentation required for the pursuance of the CBN license.

3.       Assist in sourcing for an experienced strategic partner, preferably with domain expertise, to invest and possibly participate in the management of the MFB.

4.       Coordination of the application process to the CBN, and subsequent follow-ups, including dealing with any queries that may arise during the license processing.

5.       Assist in the development of the memorandum of association   and  incorporation  of the  MFB  at the Corporate Affairs Commission.

6.       Advise on the branding, and appropriate communications strategies for effective market entry of the MFB

7.       Advise on the setup, choice of locations, distribution channels, roll-out strategies, office and IT equipments, software, and other work tools necessary for the effective take off of the MFB.

8.       Coordination of the valuation of the existing fixed and operating assets of BOA that would be transferred to the National MFB.

9.       Assist in the recruitment process with the identification of staff with the right skills and experience to manage the MFB

10      Design and execution of a comprehensive pre-takeoff training, and subsequent capacity building programme for all the staff of the MFB.

 

Method of Application:

Interested Bidders are required to forward a soft copy of their proposal in pdf format to info@bankofagricultureng.com and five (5) hard copies plus a non-refundable tender fee of One hundred thousand naira only, (N100,000) in bank draft in favor of Bank of Agriculture Limited, to the undersigned, on or before 30th November, 2011. At the minimum, the proposal must include:

  • Details of the firm’s proposed execution dynamics of this assignment, including methodology, scope, timelines, expected deliverables, and fees. Bidders may restrict themselves to specific set of ToR items for which they have competencies; therefore BOA reserves the option to engage multiple consultants in order to effectively cover all the TOR items.
  • Brief bios of the management and other key staff of the company that would be involved in driving this engagement.
  • Proof of Alliances/partnerships/relationships with other consulting firms, companies, OEMs or service providers that may impact the conduct of this engagement.
  • List of similar assignments handled in the past, including client, scope, value, project duration, status and references.
  • Company’s incorporation details, including a copy of the Certificate of Incorporation, Memorandum and Articles of Association and Form CO7.
  • Company audited accounts for the past three years VAT registration certificate and evidence of past VAT remittances.
  • Bank reference indicating the company’s financial

 

Signed

Executive Director, Business Development

Bank of Agriculture Limited 1, Yakubu Gowon Way, Kaduna

 

Web: www.bankofagricultureng.com

Tel: 0704 020 2222, 0704 226 2222

Email: w.ahmadu@bankofagricultureng.com

Advertisement for Pre-Qualification of Contractors for 2011 Tetfund Funded Take-Off Projects at Federal University Lafia

Federal University Lafia

P.M.B. 146, Lafia, Nasarawa State

Advertisement for Pre-Qualification of Contractors for 2011 Tetfund Funded Take-Off Projects

1.       The Federal University. Lafia. in its effort to execute its Take-off Projects, is hereby inviting interested and reputable contractors to submit pre-qualification bid for its 2011 TETFUND funded Take-off Projects as follows:-

 

S/N Lot No. Description
1. Lot 17 Procurement of various Equipment for Biology Laboratories
2. Lot 18 Procurement of various Equipment for Chemistry Laboratories
3. Lot 19 Procurement of Various Equipment for Physics Laboratories

 

1.   Pre-Qualification Criteria

Interested contractors should submit the following documents:

i.        Evidence of incorporation of company with Corporate Affairs Commission (CAC) and Article of Memorandum of Association;

ii.       Company’s Audited Account for the last three (3) years

iii.      Tax Clearance Certificates for the last three (3) years expiring in              December 2011 with Tax identification Number (TIN)

iv.      Evidence of Compliance with Pension Reform Act, and up to date remittance of Employees’ Pension Fund Contribution in line with section 6d of the Public Procurement Act 2007;

v.       Evidence of Financial capability and banking support

vi.      Evidence of similar and verifiable projects executed (copies of Letters of Contract Award and Completion Certificates) within the last three (3) years and knowledge of the Industry;

vii.     Company’s Annual Turnover

viii.    Evidence of VAT registration and remittance

ix.      Comprehensive Company profile and organizational structure.

x.       evidence of Equipment and Technology capacity

xi.      Evidence of Experience/Technical Qualification and experience of key personnel to be deployed on the project,

xii.     Sworn Affidavit indicating the authenticity of information provided to be true in every respect that the company is not in receivership and none of its Directors were ever convicted of fraudulent activity.

2.    Verification of Claims

Please note that Federal University Lafia reserves the right to verify claims made in the pro-qualification documents submitted by interested contractors.

3.       Contractors interested in more than one project must apply separately for each LOT of the projects.

4.   Submission of Pre-Qualification Tender

All Tenders should be in sealed envelopes and marked at the top-right hand corner of the envelope “Pre-Qualification for (Project Name)” and addressed to: The Registrar, Federal University Lafia,

P.M.B. 146,

Lafia, Nasarawa State.

 

5.       Tenders should be dropped in the Tender box at the Reception of the University at the University’s Take-off site, Unguwar Akunza, Obi Road, Lafia, not later than 12.00pm on November 30th 2011.

Tenders shall be opened on the same day at 2.00pm in the temporary Conference Room of the Take-off site. Representatives of all bidding companies and the general public are invited to attend the opening exercise.

 

6.       Successful bidders shall be notified to collect the appropriate Tender documents for the Commercial/Financial Bidding.

Signed

Registrar

 

Invitation for Pre-Qualification at Federal Ministry of Education

Federal Ministry of Education

Federal Government College, Ilorin

Invitation for Pre-Qualification

1. The Federal Government College, Ilorin invites interested competent and reputable contractors to apply for the pre-qualification exercise as a condition to participate in the bidding for the College Year 2011 Capital Projects. Interested bidders are to submit all the required information as well as comply with all other requirements for the pre-qualification for the projects.

2.        Project Description

Lot  (i) Completion of perimeter fence

(ii) Renovation of four (3) Nos blocks of six (6) classrooms

(iii) Renovation of two (2) Nos blocks of hostels

(iv) Renovation of Senior Staff Quarter No SSQ 2

(v)  Renovation of Home Economics laboratories

(vi) Renovation of Agric laboratory and other attached classrooms

(vii) Completion of College Assembly Hall

(viii) Supply of 33KVA Transformer

 

3. Pre-Qualification Requirement

(a)     Conditions for Tender:

Interested contractor are to submit the following tender documents:

(i)      Evidence of incorporation with Corporate Affairs Commission (CAC)

(ii)     Evidence of Tax Clearance Certificate for the last three (3) years (2008, 2009 & 2010)

(iii)    Company Audited Account for three (3) years duly signed and stamped with ICAN and ANAN seal Sworn  Affidavit   indicating   that  all   documents submitted are genuine and verifiable.

 

(b)      Other Criteria

(i)      Evidence of financial capability and Banking support (Bank Reference, Recent Statement of Account).

(ii)     Experience/Technical Qualifications and experience of key personnel (company profile, CV, Credentials)

(iii)    Evidence of “Similar Project” executed over the last 3 years, evidence of knowledge of the industry (Award letter of project executed, valuations and completion of job certificate.

(v)     VAT Registration and evidence of past VAT remittances.

 

 

4. Submission of Completed Pre-Qualification Documents

 

The pre-qualification documents should be submitted in sealed envelope and clearly marked “Pre-Qualification Year 2011 Capital Projects” (name of the project)” and should be delivered to:

The Secretary

School Tender Board

Federal Government College,

P.M.B. 1427, Ilorin

 

Not later than Wednesday 23rd November, 2011.

The documents will be opened at 12.00noon on the closing date at the College Conference. No late submission will be entertained after 12.00 noon on the expiration of the closing date (23rd November, 2011) stated above.

 

Signed

Secretary School Tender Board

for Principal FGC, Ilorin

Invitation for Prequalification and Tender for the Supply and Installation of Automated Physical Filing and Retrieval System at Central Bank of Nigeria

 

Central Bank of Nigeria

Invitation for Prequalification and Tender for the Supply and Installation of Automated Physical Filing and Retrieval System to the Central Bank of Nigeria

(REF: CBN/CSD/IDMS/P01/2011 – Supply and Installation of Automated Physical Filing and Retrieval System)

 

The Central Bank of Nigeria implemented an Integrated Document Management System (IDMS) to enhance the take- off of its records management policy and procedures. The system comprised an electronic imaging system and a physical filing system.

Scope of Work

A. The Bank requires a reputable and technically competent company to supply and install nine (9) additional Automated Physical Filing and Retrievals Systems for live documents including the accessories such as computers with appropriate software, cabling etc. These items are to be delivered and installed in various locations as shown below;

Location No of Units
CBN Abuja Head Office, Abuja 4
CBN Uyo Branch 1
CBN Benin Branch 1
Lokoja Branch 1
Asaba Branch 1
Lagos Medical Centre 1

 

1.       The Automated Filing and Retrieval System is to be based upon a vertical carousel system, with the following:

  • Utilizes the vertical dimension
  • Automated retrieval by means of electronic keypad to locate the required file in the system
  • Actual location of required file could be determined via a PC attached to the system, for better File Management.
  • Attached PC will run relevant software of Computer Aided Record Retrieval (CARR)
  • Capacity to store up to 3,000 flat files or 2000 PVC folders.

 

2.  The system’s front panel is to be protected by a micro-switch for retrieval of items accidentally dropped into the conveyor compartment. Should power fail, the unit should be able to operate manually, When power is restored, there should be a safety cut out automatic movement until the handle is removed.

 

3.  The system is strictly for physical filing and retrieval of file documents and the computer aided record retrieval should be able to generate reports on file movements in and out of the system.

 

4. Access rights will be assigned to documents, depending on type and class of documents.

 

5.  Only authorized personnel will have access to the system. Actual retrieval and storage shall be done manually, after authorization. Indexing features is to be flexible for customization.

 

6.  The system is to have its own in-built fire detector and fighting system that will be activated automatically in case of fire.

 

B. Quotation should include:

  • Pre-shipment inspection/factory acceptance test by five (5) staff of the Central Bank of Nigeria
  • Training at factory for five (5) Administrators of the System for 5 days
  • Training at factory for five (5) Users for 5 days
  • Training at factory for five (5) Directors for 5 days.

 

C. Warranty shall be for a minimum of 12 months during which there shall be 24 hour back-up arrangement in case of system difficulties.

General Requirement

Interested and competent company(s) 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 remitting employer and employee pension contributions to the appropriate pension fund custodian.

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

 

Submission

The submission should be in two separate envelopes.

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

“Prequalification for the supply and installation of nine (9) additional Automated Physical Filing and Retrievals Systems to the Central Bank of Nigeria”

 

B.      Financial bid should be submitted in wax sealed envelope boldly marked at the top left corner:

“Financial Bid for the supply and installation of nine (9) additional Automated Physical Filing and Retrievals Systems to the Central Bank of Nigeria”.

The submission should be addressed to:-

Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C

CBN Head Office Complex

Central Business District,

Abuja, FCT Nigeria

Closing Date

All submission must be received at the above address on or before 9th December, 2011 by 4:00pm.

 

Opening Date

The tenders shall be opened on Monday 12th December, 2011 at Central Bank of Nigeria Head Office Complex Abuja, 2nd Floor Wing D Conference Room by 11:00 am.

 

Important Notice

Only successful pre-qualified company(s) will have their financial Bids evaluated. Full tendering procedure will be applied to Contractors pre-qualified and found capable of executing the project.

 

Nothing on this notice shall be construed to be commitment on the part of CBN.

 

Only successful contractors will be contacted.

Management: