Invitation for Pre-Qualification and Tender at Federal College of Agricultural Produce Technology, Kano

The Federal College of Agricultural Produce

Technology Kano

P.M.B. 3031, Kano.

Office of the Provost.

Invitation for Pre-Qualification and Tender.

The Federal College of Agricultural Produce, Kano hereby invites reputable, qualified and registered contractors to apply for Pre-qualification and as well as tender for contracts in the

College under the 2011 Appropriation Act

A.      Construction Work

 

Lot 1.1 One block of two(2) storey building of eight (8)  classrooms at   Barkum, Bunkure, Kano, Kano state.

B.      Procurement

Lot 2.1 Purchase of Two Tractors (Mahidra 90 Horse Power) with  the following specification:

 

4 wheeled with 4 wheel drive (4WD)

90 Horse Power

L1, L2, L.3. L4, HI, H2, H3; H4; RL, RH,

Trailer

Mounted Disk Ridger

Cultivator

Disk Plough

Mould Board Plough

 

Lot 2.2 Purchase of Tractor (90 Horse Power) Spare parts

Item                                                            Quantity

  • Oil Filters                                                    20
  • Diesel Filters Primary and Secondary       20
  • Front Tyres                                                          10
  • Chetch Discs and Plates                                       10
  • Hydoadic Pumps                                        5
  • Water Pumps                                              5
  • Radiators                                                    3
  • Disc Blades (Harrow, Ridger and Plough)  15
  • Top and side links                                                15
  • Injector Elements                                        16
  • Headlights                                                  5
  • Signals and Bulbs                                                10
  • Pipes / Hoses                                              10

 

 

Lot 2.3 Purchase of Two Tractors (Mahindra 60 horse Power) with the following specification:

 

  • 4 wheeled with 4 wheel Drive (4 WD)
  • 60 Horse Power
  • L1. L2, L3, LA H1, H2, H3, H4, RL, RH.
  • Trailer
  • Mounted Disk Ridger
  • Disk Harrow
  • Cultivator
  • Disk Plough
  • Mould Board Plough

 

Lot 2.4       Purchase of Tractor (60 Horse Power) Spare parts

 

Items                                                                    Quantity

Oil Filters                                                             20

Diesel Filters Primary and Secondary                  20

Front Tyres                                                          10

Chetch Discs and Plates                                       10

Hydoadic pumps                                                  5

Water pumps                                                       5

Radiators                                                             3

Disc Blades (Harrow, Ridger and Plough)           15

Top and side links                                                         15

Injector Elements                                                 16

Headlights                                                            5

Signals and Bulbs                                                10

Pipes/Hoses                                                                   10

 

C.      Pre-Qualification Requirement:

1.       Name of Company

2.       Brief history of the Company stating the nature of works undertaken.

3.       Evidence of Registration with the Corporate Affairs Commission.

4.       Tax Clearance certificate for the last (3) three years.

5.       Current VAT certificate.

6.       Evidence of similar jobs successfully completed in the last (3) three years

7.       List of ongoing projects with their cost(s) and evidence of award.

8.       List of equipment to be used for the project and their location (where applicable).

9.       List of key personnel officers attached to the projects and their qualifications, photocopies of professional certificates as well as evidence that none of the Company’s directors has been convicted of any criminal offence relating to fraud or financial impropriety or criminal misrepresentation , falsification of fact relating to any matter.

10.     Evidence of financial capability. A bank reference indicating readiness to finance the project if the applicant’s prequalification is successful as well as audited accounts for the last (3) years.

11.     An affidavit disclosing whether or not any officer of this College’s relevant committee(s) on procurement is a former or present director, shareholder or has any pecuniary interest in the applicant’s company.

12.     Relevant information concerning contacts e.g. Telephone numbers, fax,

e-mail, etc.

 

D Additional information:

This invitation is for both prequalification and tender. The prequalification exercise and tender opening will hold simultaneously, however, only successful applicants at the prequalification exercise will have their tenders opened. The College shall not bear the cost of preparation of applications or    tender or any other cost(s) related to application for pre-qualification and tender. Please note that in the case of Lot 1.1. (Construction work) above, only the prequalification exercise will hold and successful applicants will be invited to tender at a later date.

 

E. Verification of Claims:

Please note that Federal College of Agricultural Produce Technology, Kano reserves the right to verify claims made in the pre-qualification documents submitted by interested contractors.

 

F. Submission of Application:

Applications for pre-qualification clearly marked, as well as the tenders must be submitted in separate sealed envelopes addressed to the undersigned. The documents must be dropped in a specified box provided in the office of the Registrar, on or before 12:00 noon on Friday. 14th, November, 2011. Documents submitted by any applicant after the specified date and time will not be considered.

 

Signed

Ag Provost

Federal College of Agricultural Produce Technology, Kano.

P.M.B 3013, Hotoro GRA Kano.

Invitation to Tender at Kogi Investment and Properties Limited

Kogi Investment and Properties Limited

Invitation to Tender

 

Kogi Investment and Properties Limited hereby invites interested, reputable contractors, to bid for the following projects.

 

a.       2 bedroom bungalow type A

b.       bedroom bungalow type B

c.       bedroom bungalow type A

d.       bedroom bungalow type B

e.       4 bedroom bungalow

 

Tender    Requirements   for   the Contractors:

i.        Certificate of Incorporation with CAC

ii.       Comprehensive Company profile to include:

 

a        Evidence of similar job executed in the last 5 years i.e Certificate of Practical completion and payments .

b.       Proof of   Registration with the National

Pension   Commission and evidence of remittance.

 

 

iii.      Tax Clearance Certificates for 2009, 2010 and 2011.

iv.      Evidence of Registration with Kogi Investment and Properties Limited.

v.       Evidence of traceable address (not P.O. Box) in Nigeria.

vi.      Evidence of payment of non refundable Tender fee to Kogi Investment and Properties Limited   Tenders Board as follows;-

 

a, 2 bedroom bungalow type A     –     N35,000.00

b. 2 bedroom bungalow type B     –     N40,000.00

c. 3 bedroom bungalow type A      –    N45,000.00

d, 3 bedroom bungalow type B      –    N50,000.00

e, 4 bedroom bungalow               –    N60, 000.00

 

2.       Collection and Submission of Tender Documents:-

Interested contractors are to obtain Tender Documents on sighting of the original documents, from the Secretary, Kogi Investment and Properties Limited Tenders Board.  All completed Tender documents should be waxed and sealed with the building type indicated at the top-left corner and address to:-

The Secretary,

Kogi Investment and Properties Limited,

Lokoja.

 

All Tenders must be submitted on or before 12th November, 2011

 

For further information please contact the following numbers: 08034505874, 08027106486

 

Signed

Management

Kogi Investment Properties Limited

 

Procurement and Installation of Computer Tables/Chairs, ICT and Multi – Media Equipment and Deployment of Bandwidth and Campus LAN at Federal Polytechnic Bali, Tarab state

Invitation for Bids (IFB)

Federal Government of Nigeria

Science and Technology Education Post Basic Project

(STEP – B Project)

Credit No. 4304-UNI

Procurement and Installation of Computer Tables/Chairs, ICT & Multi – Media Equipment and Deployment of Bandwidth & Campus LAN at Federal Polytechnic, Along Bali-Takum

Road, Ball Taraba State

 

IFB/STEPB/FEDPOLY/BAL/NCB/GDS/01/11

 

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

2.       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 Computer Tables/Chairs, ICT & Multi-Media Equipment and Deployment of Bandwidth & Campus Lan at Federal Polytechnic Bali, Along Bali-Takum Road, Bali, Taraba State.

3. The Science and Technology Education Post Polytechnic Bali, Taraba State now invites sealed qualified bidders for the Procurement of the following.

 

Item No. Description of Item. Quantity Bid Security Delivery Period Delivery Location
Lot 1A Computer Tables and Chairs Various as in Technical Specification At least 2.5 % of bid price 60 days FEDERAL POLYTECHNIC BALI
Lot 1B Procurement of ICT and Multi-media Equipment Various as in Technical specification At least 2.5% of bid price 60 days FEDERAL POLYTEHNIC BALI
Lot 1C Procurement and deployment  of Internet Bandwith and Wireless Campus LAN Various as in Technical specification At least 2.5% of bid price 60 days FEDERAL POLYTEHNIC BALI

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB), 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 Science and Technology Education Post Basic Project, Federal Polytechnic Bali at the address below and inspect the Bidding Documents from 10:00am to 4:00pm Mondays to Fridays.

 

6.       Qualifications requirements include:

  • Evidence of previous supply (sale) of similar Equipment proposed for the last 5 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.

 

A margin of preference for eligible national contractors shall not be 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 N10,000.00 (Ten Thousand Naira) only or USD 84.00 (Eighty Four US Dollars), payable by Bank Draft in favor of Federal Polytechnic Bali STEP-B Project. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

8.       Bids must be delivered to the address below before 12:00 Noon on Tuesday 8, November 2011. 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 at the address below at 2.00pm on 8th November, 2011. All bids must be accompanied by a Bid Security of at least 2.5% of  bid price or an equivalent amount in a freely  convertible currency.

 

9.       The address referred to above is:

 

The Project Manager

Science and Technology Education Post Basic Project

Federal Polytechnic

Bali-Takum Road

P.M.B. 05 Bali

Taraba State Nigeria

 

Signed

M.K.P. Munta Project Manager

E-mail: fedpolybalistep-b@yahoo.com

 

08086770420, 08085765501, 08023290224, 08025711509, 08126375460, 08022701111, 08080890256

Expressions of Interest for Human Resource Systems at Infrastructure Concession Regulatory Commission

Infrastructure Concession Regulatory Commission (ICRC)

The Public Private Partnership (PPP) Project

HUMAN RESOURCES SYSTEMS CONSULTANT

 

Request for Expressions of Interest

 

The Federal Government of Nigeria (FGN) has applied for a credit from the International Development Association (IDA) to be used primarily for infrastructure up-scaling in the different sectors of the country through PPPs by providing technical assistance, capacity building and long-term financing. ICRC now intends to apply part of the proceeds of this credit to payments for the services of highly qualified consultants to design a human resources management system for ICRC.

 

The objective of this assignment is to engage the services of a consultant that will assist ICRC to develop Human Resources and Training capabilities through the design of a human resources management system.

 

The major output of the Consultant will be the development and installation of a computerized integrated Human Resources System for the Project, The consultant will be required to install the original computer software, and provide one complete back-up set of the software and would also be required to provide an Operational Manual documenting the operation of the computerized system and perform the following functions:

 

  • Carry out an inventory of existing staff mapped to positions and host unit/department, expertise/qualifications and trainings completed to date and the inventory to be consistent with the ICRC organogram and also detail all job descriptions, including core officer/management level positions.

 

  • Undertake a projected growth of staffing in ICRC based possibly on the growth of the FGN PPP project portfolio over a five year period
  • Identify the hardware that would be used for the Human Resources Management for the project;
  • In consultation with the PIU, procure a qualitative hardware for the Human resources management system of the project and ICRC;
  • Develop and install software for computerization of the Human resources management systems; The HR System must be flexible, customizable and be able to grow with business and operational processes without the need for continuous additional investment and which will allow for configuration and necessary additions as the needs arises

 

The Human Resources Management Consultant (HRMC) would be

responsible for:

Design of the HRMS;

Installation and subsequent servicing and support of the HRMS;

Providing inputs to computerization of the HRMS;

Training on the use of the HRMS; and

Hands – on implementation assistance to the project staff

 

The HR System should be Net based Human Resource solution

which is fully integrated and offers a full range of modules to manage every aspect of HR with possibilities for new innovations.

 

The HR System must be dynamic, flexible and proactive throughout its utilisation period.  The System should have modules that can perform the following HR functions:

 

  • Core HR Functions
  • HR- Recruitment
  • HR- Training

Core HR:

The Human resources management system include detailed tabulation of key job  descriptions,  performance criteria, processes  and procedures to assess performance. The System must be powerful easy to use and dynamic net based system for day to day use of HR Professionals.

 

HR – Recruitment:

This is to include (i) Staff vacancies (Request for expression of interested)

(iii) Evaluation /comparison of CVs of applicants that expressed positions (iv) Applicants profiles, (v) Reporting requirements, (vi) Staff turnover and  (vii) Cost of recruitment and retirement /death.

 

HR —Training

Training Management module for staff which includes:-

(i) Course Scheduling, (ii) Course Diary, (iii) Training History, (iv)Training needs analysis and (V) Personal Development Plans

 

Submission of Expression of Interest (EOIs)

  • Prospective Consultants should submit an Expression of Interest detailing the following minimum requirements as a basis for pre-qualification:
  • Profile of firm including ownership structure with full contact details;
  • Evidence of business registration in house country;
  • Capability profile of the firm (Track Records m Human Resource Systems);
  • Details of direct experience advising governments in ICT plan and strategy.
  • Description of experience working in Nigeria and/or sub-Saharan  Africa including proof of local capacity development experience; and
  • Evidence of alliance/partnership between consortium member if applicable

 

The Consultant will be selected in acceptance 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 three (3) copies (one original and copies) in a sealed envelope clearly marked “Expressions of Interest for Human Resource Systems a CD-ROM version should also be included.

 

The expressions of interests should be addressed and delivered not later than 5.00pm on October 24th 2011 at the addressed below:

 

Nelson T. Hundumofore

Project Procurement

Infrastructure Concession Regulatory Commission

Annex Office

No, A Ali Akilu Crescent

Aso Villa, Asokoro

Abuja

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

 

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

Only short-listed Consultants will be contacted.

Expression of interest through email or fax will not be entertained.

 

Expressions of Interest for ICT Systems Design, Installation and Implementation at Infrastructure Concession Regulatory Commission

Infrastructure Concession Regulatory Commission (ICRC)

The Public Private Partnership (PPP) Project

ICT Systems Design, Installation and Implementation Advisers

 

Request for Expressions of Interest

The Federal Government of Nigeria (FGN) has applied for a credit from the International Development Association (IDA) to be used primarily for infrastructure up-scaling in the different sectors of the country through PPPs by providing technical assistance, capacity building and long-term financing. ICRC now intends to apply part of the proceeds of this credit to payments for the services of highly qualified consultants for the design, installation and implementation of ICT System with workflow processes aimed at creating an enabling work environment with guaranteed smooth operations.

 

The selected consultants will be required to perform the following functions/tasks:

Task (Document Management Systems)

  • Design of stages in document management systems including e-documentation;
  • Deal with the analysis of document management needs and evaluation.
  • Handle technical issues of design including content development content classification, accessibility, usability; business processes flow etc;
  • Design a document management and collaboration tool for identification, installation and implementation into full operation of a document management solution that ensures data viability, stability and expandability on a common platform
  • Provide all technical support as required to deliver documents through web based interfaces,
  • Convert all existing and new documents as required to reside in the new system.

 

Task 2 (Email System) – Design, installation and implementation of an email system that will be able to perform the capabilities below:

  • Extend messaging with built-in collaboration tools
  • Offer flexibility and choice in hardware platform, operating system, directory and client access
  • Provides industry leading security features to help safeguard business-critical information
  • Help maintain a low cost of ownership for messaging and collaboration infrastructure by optimizing the use of supporting resources such as CPU, network bandwidth, disk storage, servers, and floor space.
  • Maximize server availability with advanced clustering, transaction logging, server fault recovery, and automated diagnostic tools easy to administrate, requiring a minimal number of support staff to deploy, manage, and upgrade,
  • The email system should also be intuitive team collaboration software that has the features below:
  • Collaboration software that can help ICRC access and interact with the people, information and project materials needed to get the work done and have a rich set of features, such as content libraries to share information, team discussion forums to encourage communications, wikis that let each team create and edit content together, and connectors that help make sharing easier.
  • Help teams and workgroups become more efficient and more productive, including teams that span multiple geographies and time zones
  • Broaden team membership to include business partners and customers to accelerate business cycles and create better relationships
  • Eliminate or reduce duplication of efforts and content inconsistencies
  • Share, access and collaborate on team content that is the most up-to-date.
  • Focus valuable resources on solving business problems, leveraging new ideas and reducing time to market.
  • Empower teams to set up and manage their information and projects in a security-rich environment without requiring ICT assistance.

Task 3 (Network Design and Installation)

  • Design and implementation of the network integration with license for the latest version of necessary software such as Windows, Linux etc viz;
  • Active directory, DNS, SMPT, file services etc.
  • View and control remote desktops and workstations anywhere on the network with tools that enables organizations to remotely mange thousands of PCs and servers from a central location that allows PC  problems to be resolved remotely.

Web – Portal-Internet

Develop/overhaul, maintain and implement the ICRC/PIU website

  • Develop, maintain and implement Info center’s Intranet web site and associated software applications,
  • Be responsible for deployment and implementation of corporate intranet
  • Ensure operation of the site and associated applications
  • Ensure efficiency of Intranet deployment by integrating several third party applications to the Intranet.

 

Submission of Expressions of Interest (EQIs)

Prospective Consultants should submit an Expression of Interest detailing the following minimum requirements as a basis for pre-qualification:

 

  • Profile of firm including ownership structure with full contact details;
  • Evidence of business registration in home country;
  • Capability profile of the firm (Track Records);
  • Details of direct experience advising governments in ICT System applications
  • Description of experience working in Nigeria and/or sub-Saharan Africa including local capacity development experience proof; and
  • Evidence of alliance /partnership between consortium member if applicable
  • Evidence of tax clearance in home country for the past three years

 

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 three (3) copies (one original and two copies) in a sealed envelope clearly marked “Expressions of Interest for ICT Systems Design, Installation and Implementation” A CD-ROM version should also be included.

 

The expressions of interests should be addressed and delivered not later than 5:00pm on October 24th 2011 at the addressed below:

 

Nelson T. Hundumofore

Project Procurement

Infrastructure Concession Regulatory Commission

Annex Office

No. 1, Ali Akilu Crescent

Aso Villa, Asokoro, Abuja

 

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

 

 

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

 

Only short-listed Consultants will be contacted.

 

Expression of interest through email or fax will not be entertained.