Pre-Qualification as Contractor for the Supply and Installation of Computer Softwares at Nigerian Institute of Social and Economic Research (NISER)

Nigerian Institute of Social and Economic Research

Invitation for Pre-Qualification and Notice of Tender

The Nigerian Institute of Social and Economic Research (NISER) hereby invites reputable and competent companies to apply for Tender in respect of the Supply and Installation of computer softwares listed hereunder:

 

i.        Microsoft Windows7 Ultimate

ii.       Microsoft Office 2010

iii       IBM SPSS 19.0 Statistics Professional Authorized User License

iv.      Eviews 7.0

v.       GAMS Latest (5 MUD License)

vi       Stata/MP Version  II  for 10 User Workgroup

vii.     Archiew 3X 3D  Analysis – GIS Software

viii.    Archview 3,X 3D Analysis – CIS Software

ix.      Mapinfa Professional 10.X – GIS Software

x.       Microsoft Exchange Server 2010 Enterprise Edition (5 User License)

 

 

Pre-Qualification Requirements

i.        Evidence of registration with the Corporate Affairs Commission including

photocopies of Memorandum and Article of Association

ii.      Evidence of registration with NISER

iii.      Evidence of corporate membership of the Nigerian Computer Society

iv.      Detailed company profile showing technical capability in terms of staff strength and equipment; names, resume and telephone numbers of key personnel

v.       Verifiable list of previous similar works successfully carried out within the last three years with names of clients, evidence of award and completion

vi.      Company Tax Clearance Certificates for the last three years and TIN

vii      VAT Registration Certificate

viii.    Name and Address of Banker, including a letter, of reference from bank

ix.      Company’s Audited Account for the past three years

 

 

Submission of Pre-Qualification Documents

Pre-qualification documents are to be submitted in sealed envelopes with “Pre-Qualification as Contractor for the Supply and Installation of Computer Softwares” written at the top left hand corner of the envelope, and

should be hand-delivered not later than 12:00 noon on 1st September, 2011.

 

 

Submissions are to be addressed to:

The Tender Board Secretary,

Room 8, Administrative Building

Nigerian Institute of Social and Economic Research (NISER)

Ojoo, Ibadan

 

Tenders

Only Pre-qualification Contractors will be invited to tender upon payment of a non-refundable tender fee of N20, 000.00.

Please Not:

i.        NISER is neither committed nor obliged to short-list any Contractor or award the contract to any Contractor or Agent, and will not enter into correspondence with any firm or individual on why a Contractor was or was not qualified

ii.       NISER reserves the right to reject any and/or all bidding packages.

Signed

Management

Nigerian Institute of Social and Economic Research (NISER)

Ibadan

 

 

 

Pre-Qualification of Contractors for the Procurement of Various Works at University of Calabar

University of Calabar

Calabar

Pre-Qualification of Contractors for the Procurement of Various Works

 

1.0       Introduction

The University of Calabar intends to utilize its Internally General Revenue (IGR), Education Trust Fund (ETF) and year 2011 Capital Allocation (CAP) to embark on the underlisted projects. Consequently, interested and reputable contractors/suppliers with relevant experience arc hereby invited to apply for pre-qualification to bid for the projects.

 

2.0      Construction   of the   Department   of   Civil Engineering Block (IGR)

The works consist of site clearing, concrete work, block work, structural steel trusses, carpentry and joinery, roofing, metal work and glazing, mechanical and electrical works, finishes, painting and external works. The non-refundable fee is N100, 000.00 only.

3.0     Rehabilitation of Students’ Hostel Hall 5 (CAP)

The work includes demolition, reconstruction of the roof and ceiling, plumbing and electrical works, replacement of doors, windows and painting.

The non-refundable fee is N50, 000.00 only.

4.0     Supply of Office Equipment and Furniture (ETF)

The work includes demolition, reconstruction of the roof and ceiling, pluming and electrical works, replacement of doors, windows and painting.

The non-refundable fee is N50,000.00 only.

 

 

5.0     Supply if Ford Ranler pickup Vehicle, 2011 Model

The work includes the supply of the aforementioned vehicle refundable fee is N20.000.00.

 

 

6.0     Supply Installation and Commissioning 30KVA Generating Set (ETF)

The work includes the supply, installation and commissioning of 30KVA sound-Proof, Perkins engine generator.  The non-refundable fee is N20,000.00.

7.0     Supply and Installation of Computers, Scanning Machine, Printing and Power Point Project ETF

The works includes the supply and Installation of the aforementioned items in branded names. The non-refundable fee is N20, 000.00.

8.0     Pre-Qualification Requirements

Only companies that can show evidence of the following documents should apply and complete the pre-qualification documents;

(a)     Company Registration with Corporate Affairs Commission;

(b)     Company Tax Clearance Certificate for the last three (3) years;

(c)      VAT Registration

(d)     Evidence of company’s registration with National Pensions Commission for contributory Pensions Scheme for staff in accordance with Pensions Reform ACT 2004;

(e)      evidence of registration with the University;

(f)      3 (three) years (2008-2009) audited accounts for the company, including company profile, experience/Technical qualification of key personnel. Registration with professional regulatory bodies (ie ARCON, COREN, CORBON & QSRBN as appropriate photocopies of academic and professional registration certificates must be attached);

(g)     Evidence of at least three (3) similar jobs executed in the five years with their locations, letters of commission, job completion certificates and contract sums;

(h)     details of plants and equipment, including machineries owned or to be hired and

(i)      Evidence of payment of relevant pre-qualification fees at the Bursary Department of the University.

 

  • Companies without the documents listed in 3 (a) to 3 (d) above need not apply as they will be disqualified ab initio
  • Seven (7) copies of the pre-qualification requirements should be prepared and bound in the order listed above with a table of contents.

9.0     Mode of Application of Pre-Qualification Fees

The Pre-qualification fees specified should be paid by bank draft raised in favour of the University of Calabar, and presented to the Bursary Department of the University which would issue a receipt for the payment.

 

10.0   Pre-Qualification Documents’

Pre-qualification documents are obtainable  on or before 4th August, 2011

1 0.00 am and 3 .00 pm each day from-

The Director of Physical Planning

University of Calabar

Calabar.

On the presentation of the receipt for payment of the pre-qualification fee.

11.0   Submission of Pre-Qualification Documents

Completed documents, which must be sealed and marked with the title of the  project on the left -hand corner of the envelop should be dropped in a  tender box in the office of:

The Registrar

University of Calabar

Calabar

 

Not later than 4th August, 200

 

12.0   Opening of Prequalification Documents

Opening of the documents shall take place at 1-00pm on the closing date for the submission of prequalification documents . The Venue will be the Senate Chambers of the University. Only successful prequalified contractors will be invited to tender

Note:

Companies should note that the pre-qualification exercise  is not an invitation to tender or bid and does not create any commitment by the University to any company

 

Signed

Dr. (Mrs) Julia D. Omang

Invitation for Pre-Qualification for Capital Projects at Nigerian Nuclear Regulatory Authority (NNRA)

Nigerian Nuclear Regulatory Authority

Invitation for Pre-Qualification for Capital Projects

A.      Introduction:

The Nigerian Nuclear Regulatory Authority (NNRA), in compliance with the Public Procurement Act 2007, invites pre-qualification tenders from interested companies for the execution of the under listed projects:

 

Lot 1 –         Strengthening of  Physical  Security of Nuclear Materials and Radioactive Sources

Lot 2 –         Upgrading of ICT Infrastructure

Lot 3 –         Supply of Library Books and Periodicals

Lot 4 –         Audit of Diagnostic Radiology Facilities in Nigeria

Lot 5 –         Procurement of Equipment for Radon Survey of Nuclear Well-Logging Facilities

Lot 6 –         Procurement of Equipment for Quality Assurance and Registration of Diagnostic X-Ray Machines

Lot 7 –         Procurement of Equipment for Quality Evaluation and   Registration   of   Industrial   Radiography Facilities

Lot 8 –         Supply of Office Furniture and Fittings/Partitioning

Lot 9 –         Supply of Utility Vehicles

Lot 10 –       Supply of Office Equipment

Lot 11 –       Upgrading of Lecture Rooms and Laboratories

 

 

B.      Pre-qualification Fee

Contractors are free to pre-qualify for one or more Lots on payment of a non-refundable pre-qualification fee of N10.000 (Ten Thousand Naira Only) Cash per Lot to the Accounts Office of the Authority, Abuja.

 

 

C.      Pre-Qualification Requirements

Interested companies are to submit:

i.        List of Key Personnel (Technical and Administrative) including photocopies of Staff Qualifications

ii.       List of Plant and Equipment owned or to be hired with proof of ownership if owned (where necessary)

iii.     Previous works successfully completed with letter of award and completion and certificate attached

iv.     Ongoing works and their details including locations

v.      Financial documents and bankers

vi.     Tax Clearance Certificate (for past three years)

vii.    Evidence of Company Registration with Corporate Affairs Commission (CAC)

viii.   VAT Certificate, and Photocopy of pre-qualification fee receipt.

 

 

D.      Submission of Pre-Qualification Documents

Pre-qualification documents should be neatly packaged in a sealed envelope and marked at the top left-hand corner with the words ‘Confidential Pre-qualification Documents’ stating the Lot and addressed as below not later than 15th August, 2011.

 

The Acting Director General/CEO,

Nigerian Nuclear Regulatory Authority,

Plot 564/565 Airport Road,

P .M .B 559, Garki,

Abuja.

Signed

MANAGEMENT

Invitation to Pre-Qualify for the Execution of 2011 Capital and Recurrent Projects at Independent National Electoral Commission (INEC)

Independent National Electoral Commission

Plot 436, Zambezi Crescent, Maitama, Abuja

Invitation to Pre-Qualify for the Execution of 2011 Capital and Recurrent Projects:

A.      Introduction:

The Independent National Electoral Commission invites interested and reputable Contractors with relevant experience and good track records to pre-qualify for the under-listed works.

 

1 Maintenance/Provision of Office Furniture.
2 Maintenance of Office/Residential Building.
3 Maintenance of Plant and Generators.
4 Construction of seventy -five (75) nos. LGA offices Nationwide
5 Construction of INEC Kogi State Office at Lokoja
6. Rectification of Structural Defects and Renovation of INFC State offices at Calabar, Cross River State, Minna, Niger State and Sokoto, Sokoto State.
7 Rehabilitation of Ten (10) INEC State Offices
8. Supply and Installation of 100KVA generating set in 20 States of the Federation.

 

B.      Pre-Qualification Requirements Are:

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

(ii)     Evidence of technical capability.

(iii)   Last three (3) years Company’s Audited Account (2008, 2009 and 2010)

(iv)    Detailed information on technical personnel and key staff of the Company.

(v)     Financial Capability and Banking Support.

(vi)    Experience/Technical Qualification of Key personnel.

(vii)   Three (3) years Tax Clearance Certificate (2008, 2009 and 2010).

(viii)  Evidence of Experience with similar jobs in the last three (3) years (letters of     award and completion certificates)

 

C.      General Information:

(i)      Details of the number of LGAs to be constructed and their locations could also be obtained from “The Estate and works Department” INEC Headquarters, Abuja during the period of the advert

(ii)     Details of the names of State office to be renovated could also be obtained from “The Estate and Works Department” INEC headquarters, Abuja during the period of the advert

(iii)    Interested Contractors should state clearly the name and location of the LGA office they intend to construct and also the State office they intend to renovate.

(iv)    For clarifications and or additional information, you may contact “The estate and Headquarters Abuja, between the hours of 10.00a.m and 4. 00p.m. Monday to Friday during the period of the Advert.

( v)    The closing date for submission of Pre-qualification documents is 2nd August 2011

(vi)    Only successful Contractors from the pre-qualification exercise will be contacted and invited for financial bids.

D.      Submissions of Pre-Qualification Documents:

All submissions must be delivered in four (4) neatly bounded hard copies in sealed envelope clearly marked “Pre-Qualification Documents for the (Indicate the item at the Top right Hand Corner of the envelope and addressed to):

The Secretary of the Commission,

Independent National Electoral Commission,

Plot 436, Zambezi Crescent,

Maitama District, Abuja.

Signed:

Abullahi A. Kaugama

Secretary to the Commission

Structural Review at Independent National Electoral Commission (INEC)

 

Independent National Electoral Commission

Headquarters Maitama-Abuja

Structural Review of INEC

1. Preamble

The Independent National Electoral Commission (INEC) in pursuance of its statutory functions and to ensure Compliance with the year 2007 Public Procurement act seeks to appoint a Management Consultancy firm of international repute to carry- out a Comprehensive Structural Review of the Commission.

 

2.       Terms Of Reference

The Management Consultant that to be appointed would be expected to:

i)     To examine, review and recommend an appropriate organizational structure for the Commission

ii)    To develop a new authorized establishments and manning levels for approved job positions for the HQ, States and LG A offices of the Commission

iii)  Determine optimal manpower position for the departments, sections and units having considered their functions and their present and immediate future staffing positions;

iv)  Establish a systematic and objective basis for promotion conversion,   upgrading  and  other human resources decision;

v)    Develop a new salary structure for INEC Staff.

vi)   Develop training programmes across cadres and levels,

vii) Advice on any other matters related to the assignment.

vii)  Final report should be submitted in hard and soft copies.

3.0     Proposal Requirements

All interested Management Consultants are expected to submit Technical and Financial proposals for the project in separate packages.

 

3.1     The Technical Proposal Package Should Include:

i)     The methodology for the assignment

ii)    Duration of completing the assignment.

iii)   The Consultants profile providing in details the following information:

a)   Evidence of registration with Corporate Affairs Commission

b)   Immediate past three years audited accounts of the firm.

c)  Immediate past three years tax clearance of the firm or principal partners

d)  Evidence of financial capability and banking support.

e)   Details of technical experience qualifications of key personnel

f)    Evidence of similar projects executed and knowledge of industry.

g)   Evidence of VAT registration, remittance of VAT and remittance of both employees and employers NSITF contributions.

 

3.2   The Financial Proposal Package Should State:

i)     The cost of the project, consisting of management fees and expenses.

ii)    The bid validity period for the project charges

iii)   Payment plan for the assignment.

 

4.0     General Information

i)     All proposals must be accompanied with a non-refundable processing fee of N10,000.

ii)    For additional information, you may contact: The Director Human Resources Management, INEC HQ Abuja.

iii)   The closing date 2nd August, 2011.

iv)   Only short list management consultant will be contacted after evaluation of technical proposal and invited for financial bid proposal opening.

 

5.0     Submission:

All submissions from the consultants should be as follows:

i)     Five copies of neatly bound technical proposal in an envelope marked “Technical Proposal”

ii)    Five copies of neatly bound financial proposal in another envelop marked “Financial Bid”

iii)   All envelops should be sealed, addressed and dropped in the box designated for the purpose in the office of the undersigned.

The Secretary

INEC HQ

Plot 436, Zanbezi Crescent,

Maitama, P.M.B. 0184

Garki-Abuja.

 

Signed:

Abullahi A. Kaugama

Secretary to the Commission