Consultant for Staff and Students Audit at University of Lagos, Nigeria

University of Lagos, Nigeria

Invitation for the Expression of Interest (EOI) As Consultant for Staff and Students Audit

Introduction

The University of Lagos is in the process of conducting staff and students audits. The University, therefore, wishes to appoint a seasoned and reputable Management/Human Resources Consultant for the exercise.

Scope of Work

The scope of the assignment includes; but not limited to:

  • Establishment of the appropriate students’ carrying capacity of the University of Lagos.
  • Assessment/evaluation of the exact number of students in all programmes in the University, adequacy of staff and other resources, and other relevant issues.
  • Determination of the number of Academic, Administrative, Technical and Junior staff desirable.
  • Evaluation of the existing administrative structure/organogram for the administration of the University.
  • Establishment/determination of job descriptions/ schedules/ appropriate job titles and qualifications for each desirable staff position.
  • Carry out the examination of the existing system/undertake  any  other analysis desirable and  make recommendations that may assist the University to have an effective   human   resources   administration   and optimal resources utilisation.

Pre-Qualification Requirements

Interested Consultants are required to submit the following verifiable pre-qualification requirements:

  • Certificate of Incorporation of Company registration Certificate
  • Company profile including ownership and management structure
  • Evidence of technical competence covering the range of services contained in the scope of work
  • Certificate of registration of company (Licence) with relevant professional bodies
  • Experience on similar assignments in the last five years with documentary evidence e.g. Letter of appointment, MoU etc
  • Evidence of three years tax payment
  • Any other document as deemed necessary.

Statement of Comparative Advantage

The company indicating interest should state areas of comparable strength that it believes make it best suitable for the assignment.

Mode of Application

A word-processed application, together with all the pre-qualification documents, should be submitted in a sealed envelope marked APPOINTMENT OF STAFF/STUDENTS AUDIT CONSULTANT at the top-left corner and addressed to:

The Registrar,

5th Floor, Senate House, University of Lagos, Akoka.

Not later than 7th January, 2011

OLUWAROTIMI O.A. SHODIMU Esq

Registrar and Secretary to Council

Maintain and Implement a National Database at Bureau of Public Procurement (BPP)

The Presidency

Bureau of Public Procurement

Request for expression of interest (EoI) from competent consultancy firms to development, Maintain and implement a national database of the particulars, classification and categorization of Federal contractors and services providers

1.0     Introduction

As part of its continued efforts to achieve its functions as prescribed in the Procurement Act 2007 part II, Section 5h, the Bureau of Public Procurement (BPP) invites qualified, competent and reputable ICT firms to indicate interest by submitting their “Expression of Interest” to Develop, Maintain and Implement a National Database of the Particulars, Classification and Categorization of Federal Contractors and Service Providers.

2.0      Terms of Reference

Objective: – To establish a single Internet portal that will serve as a primary and definite source of information on Federal Government, including information that will contain and display all public sectors procurement information at all times. To design, host and maintain a Registration and Categorization application portal that will serve as a national database and also provide necessary support to Federal Government Contractors and other Service Providers.

Scope: – The successful firm must have substantial experience in web application design, development and management, In addition, the firm shall have the following responsibilities:

a)     The development and provision of an end-to-end contractor registration system required to identify all Federal Government Contractors and issue unique identification numbers. The system will support the following functions:

I.   Customer web Interface Management

II. Genera! Services and Workflow reporting, document management etc.

III. Contractors’ services and education

Data management

V.            Contractors information management (registered, categories, debarred, etc)

  1. Necessary support and maintenance with software licenses.

b)    Hosting of Web Portal and support for a 24×7 service.

c)     Creation of knowledgebase for query management. The software will provide Web Interfaces for Information dissemination to Contractors, Ministries, Departments and Agencies on status reporting and provide online verification information to authorized users,

d)    Application design should be modular to allow integration with other systems,

e)     Application will offer Operator Log to record alt database access and user login and logout, secure and privilege/profile based User Administration, as well as software level system security.

f)      Development and Provisioning of appropriate System Administration as well as MIS/Reporting application software required for management and monitoring of registration and categorisation application software, as well as for providing Tracking/CRM capability at all stages of the Unique Contractor Identification Number (UCIN) issuance process. Formulation and production of customized ad-hoc as well as periodic reports will be done,

g)     Provision of Support and Maintenance services including preventive maintenance, fault diagnosis and repair, software revisions and bug fixes, for a period specified by the client.

h)    The scope includes system specific and detailed training of all relevant Client personnel (management personnel; technical and system administration staff, and end users/operators) who will be involved in operating and maintaining the UCIN system.

i)       Provisioning of Technical and User Documentation, including user and operations manuals, system manuals and training materials.

3.0 Qualification Criteria:

I.            Minimum of five (5) years cognate experience in ICT industry

II.            Evidence of strong technical competence in the design, implementation & management of Information Technology solutions or similar projects, Information Security, Website Portal Management, ICT change & project management by inclusion of photocopies of relevant certifications in the specific areas aforementioned.

III.            Detailed Company Profile

  1. Detailed description in writing of similar assignments executed with verifiable letters of Contract Award and Certificates of job completion

V.            Detailed Curriculum Vitae of professional staff proposed for the assignment, including current functional e-mail, verifiable individual experience in handling similar assignments plus evidence of verifiable academic and professional certification and accreditation in the specific areas mentioned above by inclusion of necessary photocopies.

  1. Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of Incorporation and Article of Association
  2. Detailed a copy of current Tax Clearance Certificate verifiable from Federal Inland Revenue Service (FIRS)
  3. Detailed evidence of compliance with the Pensions Act

4.0      Submission

Three copies of Expression of Interest must be packaged in sealed envelopes MARKED “EXPRESSION OF INTEREST AS A CONSULTANT TO MAINTAIN   AND   IMPLEMENT   A   NATIONAL   DATABASE   OF PARTICULARS, CLASSIFICATION AND CATEGORIZATION OF CONTRACTORS AND SERVICE PROVIDERS” and addressed to Director General, Bureau of Public Procurement (BPP), and left in the appropriate Tender Box at 11, Suleiman Barau Crescent, State House, Abuja, within working hours on or before 12.00 noon on Friday, 10th December, 2010. All EoIs will be opened immediately after the deadline in the Bureau’s conference room in the presence of bidders in attendance, Bidders who wish to attend are invited. Also Professional Associations like Nigeria Society of Engineers (NSE); Nigerian Institute of Architects (NIA); Nigeria Institute of Building (NIOB); Nigeria Bar Association (NBA); and Nigeria Institute of Quantity Surveyors (NIQS), amongst others that wish to attend are invited.

5.0     Disclaimer

a)     Late Submissions shall be rejected.

b)    This advertisement is published for information purposes only and does constitute an offer by the Bureau to transact with any party for  Consultancy Services, nor does it constitute a commitment or obligation the part of the Bureau to appoint any Consultant.

c)     The Bureau will not be responsible for any costs or expenses incurred by any interested party in connection with any response to this invitation and or the preparation or submission in response to an inquiry nor shall it entitle any Consultant submitting documents to claim any indemnity from BPP.

d)    The Bureau is not bound to shortlist any bidder and reserves the right to annul the bidding process at any time without incurring any liabilities and assigning  any reason thereof

e)     Only short-listed consultants will be invited for further consideration

f)      BPP reserves the right to take final decision on any of the documents received in your proposals.

6.0 For any further enquiry, please call 09-6252380, 6252377 send e-mail to info@bpp.gov.ng or Visit: www.bpp.gov.ng

Bureau of Public Procurement (BPP), P.M.B. 765, Area 10, Garki,

11, Suleiman Barau Crescent,

State House, Abuja.

Purchase of Unserviceable Vehicles and Other Items at University of Lagos, Nigeria

University of Lagos, Nigeria

Call For Bidding for Purchase of Unserviceable Vehicles and Other Items

The University of Lagos intends to board the following vehicles and other items which are presently located and/or packed at the Works & Physical Planning Department Complex Service Area, and the DLI premises as indicated below.

Lot Registration No. Make/Model & Condition/Problems Location
1. AG 768 KSF Toyota Coaster – Engine & Gear Works & Physical Planning Complex
2. CG 746 LND Toyota Coaster – Engine & Gear Suspension
3. LA 1065 MP NISSAN PATROL
4. XB 984 ABC NISSAN CIVILIAN- Engine, Gear Tyres & Suspension
5. BC 639 SMK Toyota Coaster – Engine & Tyres
6. BC 648 SMK Water Tanker  –  Transmission & water tanker Bedford TJ850
7. BC 649 SMK LT 35(V/WAGEN)- Engine
8. FG 12 M50 TOYOTA (PICK UP)-Engine
9. AG 769 KSF PEUGEOT 504 GR -Engine & Gear Suspension
10. BC 619 SMK PEUGEOT 504 GR
11. AT 357 AAA PEUGEOT 504 GR
12. AQ 852 JJJ NISSAN PRIMERA
13. CE 907 SMK MERCEDES BENZ- Engine, Gear, Body, Suspension 1414 BUS
14. BC 621 SMK PEUGEOT 504 GR
15. AX 45 SMK PEUGEOT 504 –Engine, Body
16. BF 144 SMK PEUGEOT 504
17. FG 125 M50 FORD WINDSTAR
18. BJ 725 GGE PEUGEOT 504
19. DL 770 LND MITSUBISHI LANCER  -Burnt
20. CV 457 EKY PEUGEOT 504 GR
21. CX 306 LSR NISSAN PRIMER
22. HB 945 AAA NISSAN PRIMERA -Burnt
23. HB 945 AAA NISSAN PRIMERA Engine
24. AX 48 SMK NISSAN URVAN- Engine & Suspension
25. CA 112 LND MITSUIBUISHI BU- Engine
26. DE 170 LSR IZUZU PICK-UP -Engine & Suspension
27. AM 460 SMK PEUGEOT 504- Engine
28. BC 608 SMK PEUGEOT 504
29. DD 322 SMK Toyota
30. CA 602 EKY PEUGEOT (306)SR- Engine, Gear & Body
31. LA 2815 SE Bedford Refuse Disposal Lorry Works & Physical Planning Complex
32. LA 7132 TD Toyota Coaster – Engine & Suspension
33. CA 38 LND PEUGEOT 504
34. CX 47 LND PEUGEOT 504- Engine, Gear, & Body
35. NISSAN PATROL TOWING VEHICLE-Engine & Suspension
36. BC 611 SMK PEUGEOT 505- Body, Engine & Suspension
37. AQ 799 FKY PEUGEOT 504
38. BT 637 EKY PEUGEOT 504 GR
39. AL 144 MKA PEUGEOT PICK-UP- Engine & Suspension
40 BC 630 SMK BERLIET SEPTIC TANK- Engine, Pump, Body
41. B1-B6 Flying Boats
42. CA 14 LND PEUGEOT 504
43. LA 7725 SP PEUGEOT 504 S/W
44. FG 03 M50 PEUGEOT 504 S/W
45. BC 627 SMK PEUGEOT 504- Engine, Body, Tubes, Gear
46. AJ 771 KSF PEUGEOT 504
47. BC 612 SMK PEUGEOT 504
48. CA 27 LND PEUGEOT 504
49. CA 28 LND PEUGEOT 504
50. CA 39 LND Ambulance 504
51. CK 31 LND PEUGEOT 504
52. BF 338 JJJ VOLKSWAGEN BUS- Engine, Gear, Break
53. BK 985 MK PEUGEOT 505 Evolution
54. FG 22 M50 TOYOTA PREVIA BUS
55. RA 444 AAA NISSAN PRIMERA
56. FG 335 E 45 PEUGEOT 504 (Argentine)
57. FG 142 M50 TOYOTA CARINA E
58. FG 123 M50 FORD WINSTAR MINIBUS
59. LA 1065 MP NISSAN PATOL
60. BF 142 SMK PEUGEOT 504
61. BF 128 SMK PEUGEOT 504 S/W
62. DV 807 EKY MITSUBISHI L300 Bus
63. LA 35 LND PEUGEOT 504
64. SM 164 SMK PEUGEOT 504
65. AY 187 FKJ NISSAN JEEP
66. BW 484 EKY PEUGEOT 306 SALOON
67. DD 808 CND TOYOTA CAMRY
68. CK 304 GGE PEUGEOT 504
69. FG 84 M50 NISSAN PRIMERA
70. A 2625 AKD NISSAN SUNNY
71. JW 869 KJA MAZDA 626 SALOON
72. LA 7057 SH PEUGEOT 504
73. DY 454 EKY TOYOTA PREVIA MINI BUS
74. Used Motor Spare Parts in Automobile Store
75 Old engine of Mitsubishi Bus
76. MBO M/Benz with Reg. No. DB 810 SMK Works & Physical Planning Complex
77. MBO M/Benz with Reg. No. DB 809 SMK
78. BG 437 SMK PEUGEOT 504 DLI
79. AA 788 ZKW PEUGEOT 504
80. BU 226 LND PEUGEOT 504
81. 2nos Mirrlees generator Completely knocked down parts, including the alternators Service Area
82. 550 Kva Rolls Royce 12 cylinder generator
83. 5 nos Mirrless engine cylinder heads
84. Steel stair case
85. Steel pipes valves
86. Steel water tanks- Completely knocked dismantled
87. 2 nos Spare Mirrlees cylinder liners
88. 2 nos. exhaust silencers
89. Mirrlees engine accessories
90. 1 no. Deutz generator
91. Steel pipes
92. Scrap Metal

Interested members of Staff and the public should submit their bid in sealed envelopes (containing the Lot number of the item) and addressed to:

The Registrar,

5th Floor, Senate House,

University of Lagos, Akoka.

For members of staff, the respective name of Faculty/Department/Unit with a photocopy of the Staff identity card should be included.

Interested persons will pay a bidding fee of N1, 000 each into UNILAG Collection Account No. 0207100000000280 at Intercontinental Bank Plc on campus.

All biddings must be submitted to the above address on or before Friday 10th December 2010 and dropped in the Bidding Box No late submission of biddings shall be entertained. Inspection of the items shall be done at the designated boarding places between 9.00a.m and 3:00p.m (Monday- Friday).

It should be noted that no individual should bid for more than two (2) vehicles. In addition, preference shall be given to members of staff of the University of Lagos.

OLUWAROTIMI O. A. SHODIMU, Esq

Registrar and Secretary to Council

Procurement and Installation of Laboratory Chemicals at National Research Institute for Chemical Technology (NARICT), Zaria

Federal Government of Nigeria

Science and Technology Education

Post-Basic (Step-B) Project

National Research Institute for Chemical

Technology (NARICT), Zaria

Invitation for Bids (IFB)

IDA Credit No. 4304-UNI

Procurement and Installation of Laboratory Chemicals,

Laboratory Glassware & Apparatus and 1no. 500KVA Generator

IFB No (IFB NO: NARICT/G/NCB/1/10)

  • This Invitation for Bids follows the General Procurement Notice for this Protect that appeared in Development Business, issue no. 591 of 2nd July, 2007.
  • 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 Laboratory Chemicals (Analar grade), Laboratory glassware / apparatus and 1 no. 500KVA Generator.
  • The National Research Institute for Chemical Technology (NARICT), Zaria now invites sealed bids from eligible and qualified bidders for the Procurement of the following:
Lot No. Item Description Quantity Bid Security

Delivery Period Location
1. Laboratory Chemicals (Analar Grade) VARIOUS At least 25% of

Bid Price

90 days Maximum NARICT, Zaria, Kaduna State
2. Laboratory Glassware/

Apparatus

VARIOUS At least 25% of

Bid Price

90 days Maximum NARICT, Zaria, Kaduna State
3. 500KVA Generator 1 At least 25% of

Bid Price

90 days Maximum NARICT, Zaria, Kaduna State
  • Bidding will he 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 bidder, from Eligible Source Countries as defined in the Guidelines.
  • Interested eligible bidders may obtain further information from National Research Institute for Chemical Technology (NARICT), Zaria at the address below and in inspect the Bidding Documents from 11:00am to 4:00pm Mondays to Thursdays.
  • 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.
  • 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 N10, 000.00 (Ten Thousand Naira) only. The method of payment will be Bank Draft in favor of National Research Institute for Chemical Technology (NARICT), Zaria or by cash. The Bidding Documents will he collected by the representative of the Bidder or by courier services paid by the bidder on request.
  • Bids must be delivered to the address below on or before 2:00pm on December 22nd, 2010. Electronic bidding will not be permitted. Bids will be opened in the presence of the bidders or bidders’ representatives/who choose to attend in person at the address below at 2:00 on December 22nd, 2010. All bids must be accompanied by a Bid Security of 2.5% of bid price in a freely convertible currency or bank draft from a reputable Nigeria commercial bank.
  • The address referred to above is:

The Project Manager

Science & Technology Education Post-Basic (Step-B) Project

National Research Institute for Chemical Technology (NARICT)

Kilometer 4, old Kano Road, Basawa

P.M.B 1052

Zaria

Kaduna State

E-mail: Narict@gmail.com

Telephone: 08037021156, 08037443817

Signed:

Management

Construction of Project at kwa Ibom State Government

Government of Akwa Ibom State

Invitation to Tender

  1. Introduction and Project Outline

The Akwa Ibom State Government is desirous of constructing:

  1. Ring Road 3, within Uyo metropolis.
  2. Okobo Oron Ibaka Road dualisation.

In view of the above, interested and established construction companies with proven experience, expertise, personnel profile and requisite equipment for timely execution are hereby invited to tender for the projects.

  1. Scope of Work:

The works for (1) above include but are not entirely limited to (a) Road Works

(b) Outfall Drains and (c) Bridge Works

  1. 7.5km dual main-carriageway both sides with dual service roads; total 8 lanes with median, shoulder, kerbs, drainage, street lighting on main-carriageway and service roads, including surface drainage.
  2. Approximately 2800m outfall drain as box culvert 6m x 3m and open drain, depth up to 20m, with inlet and outlet structure, surface protection, bridge works.
  3. Construction of Flyovers at Olusegun Obasanjo Way and Aka Road, each with 200m span including concrete deck on piles.

For (2) above, it involves but are not entirely limited to (a) dual main carriageway both sides, (b) bridges, and (c) drains.

  1. Construction Period:

All works shall be finished within a construction period of 36 months.

  1. Requirements:

Completed and signed tenders for the advertised project in sealed envelopes marked Confidential should be submitted to the secretary, FGPC in both hard and electronic copies on or before 7th December, 2010:

  1. Evidence of payment of N500, 00.00 (Five Hundred Thousand Naira) only being non-refundable tender fee payable to the Sub-Treasury, Uyo.
  2. Evidence of Registration with the Corporate Affairs Commission (C AC).
  3. Evidence of current registration with the Akwa Ibom State Finance and General Purposes Committee in Category “H” as Building/Civil Contractor.
  4. Tax clearance certificate for the past three (3) years.
  5. Article of Memorandum of Association of the company.
  6. List and verifiable documentary evidence of similar jobs, particularly Road Works and Bridge Works successfully executed (or being executed) in the last five (5) years.
  7. List of equipment to be used for the projects and their locations. State whether the equipment is on lease, hired or owned.
  8. List of key professionals to be attached to the project, their qualifications and experience. Enclose photocopies of professional certificates where applicable.
  9. Audited account of the bidder for the last three years duly endorsed by a firm of Chartered Accountants.
  10. Bank Statement of the company for the last two (2) years.
  11. Letter authorizing the Akwa Ibom State Government and their representatives to cross check the submitted company’s account.

The Completed Bid must be sealed in an Envelope and Clearly Marked “Tender for the Construction of Uyo Ring Road 3.”

  1. The Committee may at its discretion, reject any Tender which does not conform with the basic tendering rules.
  2. Akwa Ibom State Government is not bound to accept the lowest tender or any tender for that matter.
  3. Late Tenders will not be accepted.

Signed:

Prince Effiong Abia

Senior Special Assistant to the Governor/Secretary

Finance and General Purposes Committee