Selection of a Consultant to Develop a New Recruitment System at Economic Community of West African States (ECOWAS)

Request for Expressions of Interest

Selection of a Consultant to Develop a New Recruitment System for Ecowas

 

Economic Community of West African States (ECOWAS) is a regional group of fifteen Countries, founded in 1975. Its mission is to promote economic integration in all fields of economic activity, particularly industry, transport, telecommunications , energy, agriculture, natural resources, commerce, monetary and financial questions, social and cultural matters. The ECOWAS Commission , which was just recently transformed from the ECOWAS Secretariat to full Commission, recently introduced the Human Resource Directorate as a separate entity with the capacity to support the Organisation through its people management strategies ; Thus far .procedures and policies for recruitments have not been developed for ECOWAS.

 

 

The ECOWAS Commission has then sought to recruit a Consultant to develop a detailed new recruitment system for ECOWAS.

 

 

I. The services included under this project are:

 

  • Development of a Recruitment Manual that will be used by the ECOWAS Commission, its Institutions and Specialised Agencies that will include new policies, processes, procedures, ethics code, strategy, tools etc.
  • Development of recruitment forms, aids and tools
  • A guide to recruitment for all responsible parties: Recruiting Managers, HR, and Management etc,
  • Recruitment responsibilities and key performance indicators
  • Training materials on the new recruitment process for key actors
  • Training of In-house Recruitment staffs.

 

 

2. The ECOWAS Commission now invites eligible consultants (Firm) to indicate their interest in providing these services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments with all necessary proofs, experience in similar conditions, availability of appropriate skills among staff, and all other necessary information for these services). Consultants may constitute joint-ventures to enhance their chances of qualification.

3. The selection procedure will be based on Quality and Cost in accordance with the ECOWAS Tender Code, ECOWAS Commission is under no obligation to shortlist any consultant who expresses interest.

4. Interested consultants may obtain further information at the address below during office hours : Monday to Friday from 9: 00 am GMT+1 to 5.00pm GMT +1.

 

ECOWAS Commission , Directorate of General Administration , Procurement Unit, 101, Yakubu Gowon Crescent Asokoro District, P. M. B. 401 Abuja Nigeria

 

Phone Number: +234 703 558 42 78/ +234 8138989043

Email: nkuakor@yahoo.fr;bangoura53@yahoo.fr

5. Expressions of interest must be delivered in sealed envelope and clearly marked SELECTION OF A CONSULTANT TO DEVELOP A NEW RECRUITMENT SYSTEM FOR ECOWAS, do not open except in presence of the Tender Committe to the address below Not Later Than  15th April,  2011 at 5.00 pm GMT+1.

 

ECOWAS Commission, Directorate of General Administration , Procurement Unit, 101, Yakubu Gowon Crescent Asokoro District, P. M. B, 401 Abuja Nigeria

 

 

Phone Number: +234 703 558 42 78/ + 234 8138989043

Email: nkuakor@yahoo.fr;bangoura53@yahoo.fr

 

 

Signed

Mrs Halima Ahmed

Director of General Administration

Selection of a Consultant to Conduct Feasibility Study in the Establishment of a Comprehensive Job Evaluation System at Economic Community of West African States (ECOWAS)

Request for Expressions of Interest

Selection of a Consultant to Conduct Feasibility Study in the Establishment of a Comprehensive Job Evaluation System for Ecowas

Economic Community of West African States (ECOWAS) is a regional group of fifteen Countries, founded in 1975. Its mission is to promote economic integration in all fields of economic activity, particularly industry, transport, telecommunications , energy, agriculture, natural resources, commerce, monetary and financial questions, social and cultural matters. The ECOWAS Commission , which was just recently transformed from the ECOWAS Secretariat to full Commission, recently introduced the Human Resource Directorate as a separate entity with the capacity to support the Organisation through its people management strategies ; Thus far procedures and policies for job creation, analysis and evaluation have not been developed for ECOWAS as such jobs are irregularly created and graded.

 

 

The ECOWAS Commission has then sought to recruit a Consultant to conducts feasibility study in the establishment of a comprehensive job evaluation system for ECOWAS.

I. The services included under this project are:

  • Job Evaluation for all jobs in ECOWAS Commission, its Institutions and Specialised Agencies
  • Develop job evaluation policy and procedure for ECOWAS
  • Training of In-house Job Evaluators
  • Set up and train Job Evaluation Committee
  • Create a central database for all jobs evaluated

 

 

  1. The ECOWAS Commission now invites eligible consultants (Firm) to indicate their interest in providing these services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments with all necessary proofs, experience in similar conditions, availability of appropriate skills among staff, and all other necessary information for these services). Consultants may constitute joint-ventures to enhance their chances of qualification.
  2. The selection procedure will be based on Quality and Cost in accordance with the ECOWAS Tender Code, ECOWAS Commission is under no obligation to shortlist any consultant who expresses interest.
  3. Interested consultants may obtain further information at the address below during office hours : Monday to Friday from 9: 00 am GMT+1 to 5.00pm GMT +1.

 

ECOWAS Commission, Directorate of General Administration , Procurement Unit, 101, Yakubu Gowon Crescent Asokoro District, P. M. B. 401 Abuja Nigeria

 

Phone Number: +234 703 558 42 78/ +234 8138989043

Email: nkuakor@yahoo.fr;bangoura53@yahoo.fr

 

Expressions of interest must be delivered in sealed envelope and clearly marked SELECTION OF A CONSULTANT TO DEVELOP A NEW RECRUITMENT SYSTEM FOR ECOWAS, do not open except in presence of the Tender Committee to the address below Not Later Than  15th April,  2011 at 5.00 pm GMT+1.

 

ECOWAS Commission, Directorate of General Administration , Procurement Unit, 101, Yakubu Gowon Crescent Asokoro District, P. M. B, 401 Abuja Nigeria

 

 

Phone Number: +234 703 558 42 78/ + 234 8138989043

Email: nkuakor@yahoo.fr;bangoura53@yahoo.fr

 

 

Signed

Mrs Halima Ahmed

Director of General Administration

 

 

Supply and Implementation of Multimedia Digital Archiving System / Supply and Installation of Two (2) Sun Sparc T5540 Computer Servers at Nigeria Deposit Insurance Corporation (NDIC)

Nigeria Deposit Insurance Corporation

Plot 447/448 Constitution Avenue, Central Business Districts, Abuja

E-mail: info@ndic.org.ng

Website: www.ndic.org.ng

Invitation to Tender for:

1. The supply and implementation of multimedia digital archiving system &
2. The supply and installation of two (2) sun sparc T5540 computer servers for the corporation.

 

 

The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite reputable companies with good track record of performance and experience to bid for the supply and implementation of Multimedia Digital Archiving System (MDAS). and supply and installation of two (2) Sun Spare T5540 Computer Servers for the Corporation. The MDAS would be used for the warehousing of relevant clips of newspaper stories, feature articles. editorials, photographs, video and audio clips of the Corporation’s official functions for easy identification, retrieval and access. The specifications of the projects are as follows:

 

Lot 1:           Supply and implementation of Multimedia digital Archiving System.

Lot 2:          Supply and installation of two (2) Sun Spare T5540 Computer Servers.

 

Tender Documents

Interested Companies should obtain the tender documents for the above projects from the Administration Unit, NDIC Head Office (2nd Floor), Plot 447/448 Constitution Avenue Central Business District, Abuja. Further enquiries about these tenders could be made to the Head of Information Technology Department at the above address. He could be reached either through the telephone numbers 09-4601200, 08052263325 or e-mail address: amoosk@ndic.org.ng

 

Conditions for Eligibility

All bids must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria,
  • The current 3 year Tax Clearance Certificate of the Company,
  • The Company’s audited accounts for the past three years,
  • Evidence of financial capacity or bank support,
  • Evidence of having successfully carried out similar works within the past three years,
  • Evidence of availability of requisite and appropriate staff/skill for the job,
  • Evidence of VAT registration and remittance,
  • Evidence of compliance with Pension Act. including remittance to PFCs and PFAs, Evidence of registration with relevant professional bodies,
  • Sworn affidavit that the Company is not in receivership and that none of the Company’s directors was ever convicted of fraudulent activity.

 

Submission of Tender Documents

Five (5) copies of the tender documents must be submitted not later than 3rd May, 2011 by 2:00 pm in separate sealed envelopes clearly marked “TECHNICAL BID” and “FINANCIAL BID” respectively, both put in a third envelope sealed and marked on the right top corner “TENDER FOR THE SUPPLY AND IMPLEMENTATION OF MULTIMEDIA DIGITAL ARCHIVING SYSTEM” for the first project (Lot 1). and TENDER FOR THE SUPPLY AND INSTALLATION OF TWO (2) SUN SPARC T5540 COMPUTER SERVERSfor the second project (Lot 2) The envelopes for the two projects should be separate for companies bidding for more than one project but all should be addressed to:

 

The Director of Administration

Nigeria Deposit Insurance Corporation,

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja. Nigeria

and dropped in the tender box on the Ground Floor (beside the Security) in the Head Office, Abuja. Companies dropping tenders are expected to sign the tender register before dropping the tenders. Submission of tender by post or courier will not be acceptable; and any tender submitted after the closing date/time specified above stands automatically disqualified.

Opening of the Tenders

Public opening of tenders for evaluation shall be at 2:30 pm on the closure date of submission of tenders for evaluation. The name of the successful Companies shall be posted on the NDIC Notice Board at the Head Office and the Corporation’s Website. Only the successful Companies will be contacted. Representatives of the responding Companies are required to come and witness the opening of the bids in our Office on the day mentioned above.

 

Additional Information

i.            Failure to satisfactorily fulfill the conditions as requested above will result to invalidation of such tender.
ii.            NDIC shall reserve the right to verify the authenticity of claim(s) made by the tendering parties.
iii.            NDIC shall reserve the right to reject any submission based on unverifiable information.
iv.            All commercial bids should be quoted in Naira.

 

 

SIGNED:

MANAGEMENT

Construction / Conflation of 12.7 KM 2 Coat Surface Dressing Road at Bunkure Local Government

Bunkure Local Government

Kano State.

Tender Notice

In its effort to provide the social infrastructural facilities in the Local  Government. Bunkure  Local  Government Council hereby  invited  interested  bidders   for  the  construction  / conflation of 12.7 KM 2 coat surface dressing Road from Bunkure -Gwamma – Bono.

 

The following due process guidelines must be complied with the foil owing:

1.       Certificate of in-corporation

2.       Kano State registration

3.       3 year audited report

4.       Previous projects executed

5.       Plant and equipments

6.       Personnel

7.       Financial stand

8.       Evidence of Tax clearance

9.       VAT

10.     Annual Turn Over

11.     PAYE

12.     Contribution to community

13.     Local resource utilization

 

All interested Companies are  requested  to  submit their application to:

 

The office of the Director Personnel Management

Bunkure Local Government, Kano State.

 

Bids should be submitted on before 5th April, 2011.

 

Signed

Management.

Invitation to Pre-Qualification and Tender for ETF Special Intervention Projects at Ahmadu Bello University, Zaria

Ahmadu Bello University, Zaria

Invitation to Pre-Qualification and Tender for ETF Special Intervention Projects in Ahmadu Bello University, Zaria.

 

  1. The Management of Ahmadu Bello University, Zaria hereby invites reputable and competent Companies to apply for Pre-Qualification and Tender in respect of the following ETF special intervention projects:

 

Lot A11:     Construction and Furnishing Multi User Computer Aided Design Laboratory for the Faculty of Environmental design. ETF Project No. ABU/ZARIA/SIP/ETF/09/12

 

Lot B2:       Construction of Academic Staff Offices and Classrooms for Department of Quantity Surveying. ETF   Project No ABU/ZARIA/SIP/ETF/09/10

 

Lot B9: Procurement and Installation of Optical Base Intranet for e-learning and Multimedia Applications. ETF Project No. ABU/ZARIA/SIP/ETF/09/14 for ICT Specialist Companies Only.

 

2. Technical Bid.

The pre-qualification documents should include:-

  1. Evidence of Incorporation/Registration with Cooperate Affairs Commission (CAC)
  2. Evidence of current Registration with Ahmadu Bello University category “D” and FWRB/FME/FMH/FMWH
  3. Company Current Tax Clearance Certificate for the last three (3) years (2007-2009),
  4. Company Audited Account for the last three years (2007-2009) including annual turn-over.
  5. VAT registration and evidence of remittances in the last three years (2007-2009) to be attached,
  6. 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 eventually won,
  7. List of similar, verifiable and successfully executed projects or ongoing by the Company with letters of award and completion certificates, in the 2007-2010 only. Letters of award and interim certificates of payment should be attached for projects that are ongoing,
  8. 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
  9. List of Equipment owned or on lease hold by the company relevant for smooth  execution of the project. Evidence of ownership and pictures with company Logo is an added advantage,
  10. Evidence of remittance of pension contribution fund for staff of the company from reputable pension funds Administrators ( PFA ) as provided in section 16, subsection 8(d) of the Public Procurement Act, 2007,
  11. A sworn affidavit indicating that all documents submitted are genuine, verifiable and that no officer of Ahmadu Bello University Zaria is a former, present director or shareholder and has no interest in the company.
  12. A sworn affidavit that none of the directors have been convicted in any country for any criminal offence including fraud or financial impropriety.
  13. Evidence of community social responsibility ( if any )
  14. Scanned copies of (a), (b), (c) and (e) above would be required not Photocopies, Original documents should be available for sighting on demand during or after the opening of pre-qualification  documents

3. The Pre-qualification Form and the tender documents which are available at the University’s Estate Department will be issued to each Contractor upon presentation of a payment receipt after making the required payment of the non-refundable processing fee to the Ahmadu Bello University, Main Campus Cash Office for this exercise as follows:

 

i.            A non-refundable fee of N25.000.00 (Twenty five thousand naira only) for Pre qualification. Tenders to note that payment for pre-qualification is once and not for each Lot
ii.            N 30, 000.00 (Thirty thousand Naira Only) each as Tender processing fee for Lot. “A11” and Lot “B2” and N100, 000, 00 (One hundred Thousand Naira Only) for Lot. B9

 

4. Submission of Prequalification /Tender Documents

The pre-qualification and tender documents should be bounded separately.

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

 

 

Tender documents should also be bounded in wax-sealed envelope with Lot and title of project written at the top left corner, Photocopy of the payment receipt should be enclosed

 

All documents should be addressed to The Registrar Ahmadu Bello University Zaria and should be hand-delivered not 5th April, 2011 by 12 noon to: The Registrar,

7th Floor, Senate Building

Ahmadu Bello University

Zaria


5. Opening of Pre-qualification/Tender Documents

Prequalification and tender documents will be opened on 5th April, 2011by 1:30pm at the ABU Samaru Zaria Assembly Half near the Convocation Square.

All interested members of the public especially intending contractors are hereby invited.

 

6. Please Note

    1. Submissions of pre-qualification documents to ABU ZARIA is neither a commitment nor an obligation to award contract to any Contactor or his agent.
    2. Advertisement for invitation for expression of interest for Pre-qualification and Tender Bidding 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
    3. Due diligence would be followed as all documents submitted would be   verified Past executed works, contractor 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