Supply and Implementation of Contact Centre/CRM Service at Supply and Implementation of Contact Centre/CRM Service at Federal Inland Revenue Service (FIRS)

Invitation for Bids (IFB)

Federal Government of Nigeria

Federal Inland Revenue Service (FIRS)

Supply and Implementation of Contact Centre/CRM

IFB: Information Technology Project

Issuance Date: Monday, 29 August, 2011.

 

The Federal Inland Revenue Service (FIRS) wishes to draw the attention of the public to its advertisement in The Nation newspaper of Thursday September 2, 2010, wherein interested prospective vendors were invited to tender for some Information and Communication projects including an “Out sourced Contact Centre Service”. The Contact Centre Service was however stepped down. The project is now being re-advertised as “Supply and Implementation of Contact Centre/CRM Service”.

 

 

2.       The Federal Inland Revenue Service, therefore, wishes to procure A “Contact Centre/CRM Service” that will provide Taxpayers with direct and instant access to the FIRS

 

3.       Bidding will be conducted using the International Competitive bidding procedures.

 

4.       The FIRS now invites sealed bids from eligible Bidders for the supply of a “Contact Centre/CRM Service”

 

 

Eligibility to Participate

5.       Bidding is open to all bidders as defined in the guidelines that meet the following minimum qualification criteria:

  • The bidder must be a corporate entity, not an individual
  • The bidder must have been in operations for a minimum of three (3) consecutive years
  • The bidder must have functional local (Nigerian) offices and the bulk of the implementation team must be based in Nigeria
  • The bidder must have prior experience implementing “Contact Centre in other organizations. These organizations must be similar to FIRS in size. Experience implementing the Service in a large tax/revenue agency similar to FIRS (with offices in each of the state 36 states of the federation) is highly desirable.
  • The proposed solution must be upgradeable, and must allow for additional programs/modules, interfaces custom reports, batch processes, etc to be added on a site specific basis without changing baseline source code, in a manner that does not prevent or unduly complicate the upgrade path.

 

 

The bidding company must submit:

  • A certified copy of her Current Tax Clearance Certificate and any other documentation proving that the (Company (and any partners in the case of joint bids or consortium) is in good standing with Tax Authorities in their respective countries,
  • Audited financial statements for the last 3 years to demonstrate the financial capability of the bidder in terms of profitability and adequate working capital.
  • Legally binding joint ventures agreement  if the bid is in partnership or in a consortium with other(s)
  • A sworn affidavit that the company is not in receivership or about to be in receivership.
  • A sworn affidavit of disclosure stating clearly if any officer of the Federal Inland Revenue Service (FIRS) or Bureau for Public Procurement (BPP) is a former or present Director/Chairman of the company; and that the company does not have any Director/Chairman who has been convicted in any country for any criminal offence relating to financial impropriety.
  • A sworn affidavit that the company is not a replacement for a hitherto tax defaulting company.
  • Evidence of Having fulfilled all obligations with regards to pensions and Social contributions as provided in the pensions Act of 2004 (for local companies and local partners of foreign companies).
  • Evidence of registration with the relevant professional body related to the project.

 

Not Eligible

All vendors who have not met past or current contractual obligations to FIRS

 

6.       Interested eligible Bidders may obtain further information from the Federal Inland Revenue Service (FIRS) and inspect the bidding documents from 8:00am – 400pm, Monday to Friday (exclusive of Public Holidays) at the Procurement Department, FIRS Head Office, Room 128, No 15 Sokode Crescent, Wuse Zone 5, PMB 33, Garki, Abuja, Nigeria. Phone: +234 (0) 8074983355.

 

 

Tender Documents/Fee

7.       A complete set of bidding documents in English Language may be purchased from Procurement Department, FIRS Head Office,

No. 15 Sokode Crescent Wuse Zone 5 Abuja upon the payment of a non-refundable tender fee of N30,000,00 (Thirty thousand naira only) to FIRS. Interested bidders who responded to the advertisement of September  2010   and   paid   for  tender documents are not required to pay again. They are however required to present the receipt for the tender fee earlier paid, for verification/certification by the Procurement Department

 

 

Submission/Opening of Tenders

8.       All tenders must be sealed, clearly marked as indicated in the RFP, registered, addressed and must be delivered in person to the address below at or before 12:noon On 29th September 2011. Late bids will be rejected. Bids received will be opened in the presence of the Bidders’ representatives who choose to attend at the address below at 14:00pm on 29th September 2011.

 

The Procurement Department

Federal Inland Revenue Service

Revenue House

No 15 Sokoto Crescent Wuse Zone 5

PMB 33, Garki

FCT Abuja – NIGERIA Tel: (+234-0) 8074983355

Firsprocurement@firs.gov.ng,  procurement@firs.gov.ng

 

Signed:

Peter B. Hena

Director, Procurement Department

For: Executive Chairman, FIRS

 

Execution of Projects at Nigerian Geological Survey Agency

Nigerian Geological Survey Agency

Invitation to Tender

 

The Nigerian Geological Survey Agency wishes to eligible and qualified companies with relevant experience to apply for the under listed project available in the Agency for award of contracts for execution.

PART A

LOT 1

Training in structural mapping in metasedimary and granite tertains

LOT 2

Training in Petrophy

LOT 3

Training in migmatite-gneiss (metamorphic Terrain)

LOT 4

Training in techniques for mapping in sedimentary terrains, sedimentological data collection, analysis and presentation

 

LOT 5

Training in basic Lithological and structural mapping

PART B

LOT 1

Construction of office complex and Laboratory for National Geohazard Management Centre Awka, Anambra State

LOT 2

Construction of office complex and Laboratory for National Centre for Marine Geosciences Yenagoa, Bayelsa State

2.       Tender Guide

Interested companies may choose to apply for lots in part A OR B but not both

Companies submitting application(s) must use separate set of tender requirements and documents for each lot.

 

 

3.       Tender Requirements

Interested companies should submit the following along side their tender;

  1. I.            Detailed company profile including ownership structure and management
  2. II.            Evidence  of professional qualification of key member of staff
  3. III.            Evidence of relevant  verifiable experience of similar job done include letters, engagement letters etc.
  4. List verifiable reference for similar engagements
  5. V.            Copy of valid company’s certificate incorporation
  6. Three-year audited accounts of company
  7. Evidence of current three years corporate tax clearance and VAT registration
  8. Evidence of financial capability
  9. Evidence of compliance with the provision of pension reform Act 2004with regard to operation of Employee Retirement Saving account (RSA) with approved Pension fund administrator  (PFA)

 

The Agency reserve the right to verify the authenticity of claims made in tender documents submitted.

 

 

 

4. Collection of Tender Documents

Companies wishing to apply for the above contracts are advised to collect tender documents from the Agency’s Head office located at no. 31, Shettima A. Mungono Crescent, Utako district, Abuja.

 

5. Submission of Tender Documents

Tender document should be neatly enclosed in a sealed envelope and marked lot x where x stands for the lot the company is interested in and be submitted at the address below not later than 4pm on September 12, 2011, The bids would be opened immediately at the same venue. Bidders or their representatives are strongly advised to attend the opening session

 

Notwithstanding submission of tender documents, the Nigerian Geological Survey Agency is neither committed nor obligated to include any company in the resultant tender outcome, which shall only be made up of companies that have qualified from the bidding process.

 

 

The Director-General

Nigerian Geological Survey Agency

No 31, Shettima A. Mungono Crescent

Utako District

Abuja

 

Attention: Procurement Office

 

Execution of Projects at University of Port Harcourt

University of Port Harcourt

Choba, Nigeria

Pre-Qualification Notice

1.       The University of Port Harcourt invites reputable contractors for a Pre-qualification exercise for the following ETF/Federal Government Projects

 

S/N Projects Non-refundable processing fees for those are qualified (N)
1 Construction of faculty of Agriculture Building (UNIV/PORT HARCOURT/ SIP-2/ ETF/10/03). The scope of work comprises the construction of a two-storey, reinforced concrete framed structure. 60,000.00
1a Procurement/Installation of Laboratory Furniture for Faculty of Agriculture Building (UNIV/PORT HARCOURT/SIP-2/ETF/10/07) 6,000.00
1b Procurement/Installation of Furniture for Faculty of Agriculture Building (UNIV/PORT HARCOURT/SIP-2/ETF/10/08). 6,000.00

 

2 Construction of Faculty of Power Engineering Building (UNIV/PORT HARCOURT/SIP-2/ETF/10/01). The scope of work comprises the construction of a two-storey, reinforced concrete framed structure. 60,000.00

 

2a Procurement of Power Engineering Equipment (UNIV/PORT HARCOURT/SIP-2/ETF/10/02). 20,000.00

 

3 Construction of Faculty of Basic Medical Building

(UNIV/PORT HARCOURT/SIP-2/ETF/10/04).

The scope of work comprises the construction of a two-storey, reinforced concrete framed structure

50,000.00

 

3a Construction of Animal Research Building for Faculty of Basic Medical Building

(UNIV/PORT HARCOURT/SIP-2/ETF/10/05).

The scope of work comprises the construction of a bungalow.

20,000.00
3b Procurement/Installation of Furniture for Faculty of Basic Medical Building (UNIV/PORT HARCOURT/SIP-2/ETF/10/06). 6,000.00
4 Construction of Department of Music Building (UNIV/PORT HARCOURT/SIP-2/ETF/10/09). The scope of work comprises the construction of a two-storey, reinforced concrete framed structure. 50,000.00
4a Procurement/Installation of Equipment for Department of Music Building (UNIV/PORT HARCOURT/SIP-2/ETF/10/12). 10,000.00
4b Procurement/Installation of Furniture for Department of Music Building (UNIV/PORT HARCOURT/SIP-2/ETF/10/13). 6,000.00
5 Construction of Central Office Building

(UNIV/PORT HARCOURT/SIP-2/ETF/10/10).

The scope of work comprises the construction of a two-storey, reinforced concrete framed structure.

50,000.00
5a Procurement/Installation of Furniture for Central Office Building (UNIV/PORT HARCOURT/SIP-2/ETF/10/11). 6,000.00
6 Construction of Central Instruments Laboratory (ETF project).

The scope of work comprises the construction of a two-storey, reinforced concrete framed structure.

50,000.00
6a Procurement/Installation of Furniture for Central Instruments Laboratory (ETF project). 6,000.00
7 Construction of Entrepreneurial Centre (ETF project).

The scope of work comprises the construction of a two-storey, reinforced concrete framed structure.

50,000.00
8 Construction of Block of Lecture Halls.

The scope of work comprises the construction of a two-storey, reinforced concrete framed structure.

50,000.00
9 Supply/Installation of Equipment for the Faculty of Agriculture 6,000.00
10 Construction of access road between IPS complex and Biofuel building 5,000.00
11 Procurement of Sewage Disposal Truck 6,000.00
12 Procurement of Fire Truck 6,000.00

2.       Pre-qualification Requirements:

1.       Evidence of registration with Corporate Affairs commission

2.       Current Tax Clearance Certificate

3.       VAT Registration and evidence of remittance in the last three years;

4.       Audited accounts for the past three years;

5.       Company profile;

6.       Verifiable list of jobs successfully handled:

7.       Details of plants/equipment owned or to be hired for construction projects;

8.       Evidence of financial capability to execute the project, including letter of reference from a reputable bank;

9.       Evidence of remittance of pension fund for staff of the company from reputable Pension Funds Administrators (PFA);

10      A sworn affidavit that no Board member of the University of Port Harcourt has vested interest in the company:

11      A sworn affidavit that none of the Directors has been convicted in any     country of any criminal offence.

 

3.       Collection of Pre-qualification Form

The pre-qualification form is to be collected in the office of the Director, Department of Physical Planning and Development, Senate Building, permanent site. Only those pre-qualified will be required to pay the relevant nun-refundable processing fees in Bank Draft to the Bursary Department, Senate Building.

 

4.       Submission of Documents

The pie-qualification documents must be returned in two (2) copies in wax-sealed envelopes, marked: “Pre-qualification (relevant project)” an hand delivered to:

The Registrar

University of Port Harcourt

P. M.B,  5323 Port Harcourt

 

Submission of the pre-qualification bids will close on Monday, 5th September 11:00 a.m., Senate Building in the presence of all bidders, financing/regulatory bodies. Professional bodies and Non-Governmental Agencies.

 

Mrs. Matilda Nnodim

Registrar

Invitation for Tender at Kuje Area Council, Federal Capital Territory, Abuja

Kuje Area Council

Federal Capital Territory, Abuja Department of Administration

Invitation for Tender

1.      Following  our advertisement for pre-qualification for tender dated Wednesday, June 22nd , 2011 to carry out the under listed projects in Kuje Area Council.

 

Lot:

a.       Fencing  of Rubochi Town Hall

b.      Rehabilitation/Maintenance of Rubochi Development Area Secretariat Complex

c.       Supply of 500KvaTransformer 11 /0.415Kvaand 33/0.415Kva.

d.      Fencing of  Dafara Health Centre, Kiyi Health Centre, Gudunkarya Health Centre and Rubochi Health Centre,

e.       Grading of Pagi-Tukuba-Sabo Road

f.       Evacuation of refuse/waste management

g.       Procurement of office stationeries, furniture’s and equipments

h.      Supply of drug/hospital equipments

i.       Supply of 1100lits galvanized waste bins/waste disposal bags

j.       Construction of comprehensive motorized solar boreholes within KAC villages

k.      Construction of Road with Asphalting within KAC

l.       Rural electrification/Solar street light within KAC

m.     Construction of culverts within rural roads in KAC

n.      Provision of primary schools desk, exercise books, teachers’ tables’ and chairs for Kuje Area Council LEA primary schools

 

2.      In line  with the requirements of pre-qualification, the following  companies/contractors are qualified for tendering/bidding:

 

S/ No Name of Company/Contractor Lot Bidded
1. Biyaya Nig. Ltd Lot: M & B
2. S & M Nig. Ltd Lot  M & K
3. Dogoara Nig Ltd Lot A & B
4. Tyonex Nig. Ltd Lot H
5. Arziha Nig Ltd Lot F & I
6. Mata Bori Nig. Ltd Lot D
7. Sanbell Kajuru Ent. Ltd Lot C & L
8. Gamyudor Nig Ltd Lot G
9. Leo-Flinch Nig. Ltd Lot K
10. Limit View Nig. Ltd Lot N & I
11. Emmadike Integrated Nig. Ltd Lot D
12. Monarmas Int. company Ltd Lot D & B
13. AC Maisaiah Nig. Ltd Lot N & I
14. Rabmic Ventures Lot N
15. Emel Advanced Power Solution Ltd Lot L
16. Bisbahad Integrated Ltd Lot L & C
17 Richpon V.C international Ltd Lot H

 

3.      Tender documents can be collected in the department of Works and Housing on payment of Non-refundable fee of N20,000 only to be paid into Kuje Area Council Account No. 2176581350617 at Afri Bank Plc, Kuje Branch.

 

Submission of Tender Documents

All documents should be submitted on or before 9th September, 2011 by 12 Noon and should be addressed to:

 

The Secretary

Tender Board, Kuje Area Council

 

All submitted documents shall be publicly opened at 1 .00pm on the closing date at the Area Council Secretariat.

 

Please Note:

Late submission of tender document will not be entertained.

 

Signed:

Management Kuje Area Council

Pre-Qualification for Data Centre Equipment Installation and Other Associated Works at Ahmadu Bello University, Zaria

Ahmadu Bello University, Zaria

(Office of the Registrar)

Ahmadu Bello University, Zaria hereby invite reputable and competent ICT Specialist Companies to apply for Pre-Qualification for Data Centre Equipment Installation and Other Associated Works.

  1. The Management of Ahmadu Bello University, Zaria hereby invite reputable and competent ICT Specialist Companies to apply for Pre-Qualification for Data Centre Equipment Installation and other associated works.

 

The project entails the Renovation of the Data Centre room, Installation of Equipment and other associated services where all the ICT Networks (Internet and Intranet Services) are centralized for storage and management purposes.

 

2          Technical Bid

The Pre-Qualification documents should include:-

  1. Evidence of Incorporation/Registration with Coorporate Affairs Commission (CAC).
  2. Company Current Tax Clearance Certificate for the last three (3) years (2008-2010).
  3. Company Audited Account for the last three years (2008-2010) including annual turn-over
  4. VAT Registration and evidence of remittances in the last three year (2008-2010) to be attached
  5. Evidence of Financial capability to execute the project. Bank reference and a letter of credit facility from a reputable Commercial Bank with a commitment to provide loan facility for the execution of the contract if eventaully won.
  6. List of similar, verifiable and succesfully executed projects or ongoing by the Company with letters of award and completion certifcates, in the last five years 2007-2011 only. Letters of award and interim certificates of payment should be attached for projects that are ongoing.
  7. List of Managerial, key Technical and Administrative Staff of the Company which should include names, curriculum vitae and copies of certificates for each key staff.
  8. List of Equipments owned or leased hold by the company relevant for smooth execution of the project. Evidence of ownership and pictures with company logo is an added advantage.
  9. Evidence of remmitance of pension contribution fund for staff of the Company from reputable pension funds Administrators (PFA) as provided in section 16, subsection 6 (d) of the Public Procurement Act 2007
  10. Evidence of community social responsibility (if any)
  11. Original documents should be available for sighting on demand during or after the opening of prequalification documents.

 

 

3.         Interested Contractors are to be pay a non-refundable processing fee of N30,000.00 (Thirty thousand naira only) at the Ahmadu Bello University, Main Campus Cash Office.

 

4.         Submission of Prequalification Documents

Prequalification documents should be bounded in wax-sealed envelope with “Prequalification as ICT Contractor” written at the top left hand corner. Photocopy of the  payment receipt should be enclosed.

 

prequalification documents should be addressed to The Registrar Ahmedu Bello University Zaria and should  be hand-delivered on or before Thursday, 8th September 2011 to:

 

Tht Registrar,

7th Floor, Senate Building

Ahmadu Bello University

Zaria.

 

5.         Submission of Pre-Qualification Documents

Prequalification documents will be opened on Thursday 8th  September 2011 at 1:30pm at the ABU Samara Zaria Assembly near the Convocation Square, All interested members of the public especially intending contractors are hereby invited.

 

6.         Please Note

(a)        Only companies that are prequalified will be invited for the bidding exercise

(b)        Submissions of pre-qualification documents to ABU Zaria is neither a  commitment nor an obligation to award contract to any contractor of his agent

(c)        Advertisement for invitation for  expression of Interest for  pre-qualification should not  be  construed as  a commitment  on the  part of Ahmadu Bello  University, Zaria or shall it entitle any Contractor to make any claims whatsoever  or  seek any indemnity from ABU Zaria.

(d)       Due diligence would be followed as all document submitted  would be verified.    Past executed works, contractors’ offices, Plants and  Equipment  may be  visited   for verification. Any discrepancies found  would summarily disqualify the  contractor.

 

Dr. Isah mohammed Abbass

Registrar & Secretary to Council