Installation of a Document at Federal Road Safety Corps

Federal Road Safety Corps
National Headquarters
Wuse Zone 7, Abuja

Invitation to Bid for the Installation of a Document Management System

The Federal Road Safety Corps desires to install a Document Management System as part of its broader initiative to provide world-class service and improve efficiency

The complete system shall be state-of-the-art, using high quality components and proven technology to achieve maximum reliability and availability. The system should have the capacity to automate the work flow and related business process in order to improve efficiency and reduce paper flow.

To accomplish this task, the FRSC invites reputable firms to submit bid documents for the project.

A. Installation of Document Management System  (Scope of Work)
The selected firm will be required to

  • Provide a web-based centrally managed Document Management System to archive and index processed documents. The proposed system should be able to:
  • Capture and index various types of documents
  • Process about 50,000 pages of every month
  • Centrally manage document storage, security and user access options
  • Provide secure access to documents from existing web browsers
  • Manage document routing between staff by providing e-mail prompts, alerts and work queues
  • Integrate with Windows XP and the existing FRSC infrastructure “including SAP, intranet, Application security and e-mail systems
  • Develop all relevant work flow processes for effective controls
  • Provide system audit trails and reports
  • Provide tools to load Historical Documents
  • Provide two (2) high volume production scanners that can handle a minimum of 50 pages per minute
  • Prepare system documentation and control procedures
  • Provide end-user training
  • Provide all necessary licenses for using the associated software.
  • The backend must be Oracle of MS SQL
  • Integrate the new system to the Federal Road Safety Corps network with minimal or no disruption to business. All service disrupting activities shall be restricted to off-business hours

Minimum Specification of the Scanner:

  • High-end colour capable production scanner (2nos)
  • Availability of spares and accessories
  • Must have reliable performance

2.    Biding Requirements
Prospective contractors are to submit the following documents financial bids
A.    Certificate of Registration with Corporate Affairs Commission
B.    Tax Clearance Certificate for last three (3) years,
C.    Evidence of VAT Registration/Remittance Certificate
D.    Company’s profile which includes names, qualifications and experience of key personnel
E.    Verifiable proof of company’s financial capacity to deliver (bank reference or Company’s audited accounts)
F.    Evidence of experience in other similar jobs

3.    Submission
Bids should be in sealed and appropriately marked envelopes stating the preferred lot(s) and dropped in Bid Box in the Corps Procurement Office. Head Quarters Annex, Wuse Abuja, on or before 4th October, 2010

4.     Opening of Bids
Opening of bids shall take place at 2,00pm on the day of expiration of the deadline The venue will be the Conference Room, FRSC Head Quarters, Wuse Zone 7
Abuja.

5.    Important Information

  • Each lot should be packaged and submitted separately
  • For ease of identification, the reverse side of envelopes should bear the Company’s name, address and phone number of company representative.
  • Late submission of bids will not be entertained.
  • Submissions of less than 1 original and 3 photocopy of bids would be rejected.

Signed: Management

Supply and Installation of Goods at Federal Road Safety Corps

Federal Road Safety Corps
National Headquarters
Wuse Zone 7, Abuja

The Federal Road Safety Corps hereby invites competent contractors to bid for Supply and Installation of

2 Nos 250 KVA/200 KW Generating Set at Abuja and Awka.

Description:

  • Rating at NTP, 380/415 V, 50Hz, 1500rmp
  • Six Cylinder, diesel engine coupled to a brushless alternator, mounted on a fabricated steel base frame with built – in 8-hr fuel tank complete with content guage,
  • Each Set comes with radiator governor battery PWP1, 0
  • Auto start control panel with low oil pressure/high temperature shut down
  • Delivery and installation at the locations

Bidding Requirements
Prospective contractors are to submit the following requirements along with their financial bids:
a.    Certificate of Registration with Corporate Affairs Commission
b.    Tax Clearance Certificate for last three (3) years.
c.    Evidence of VAT Registration/Remittance Certificate
d.    Company profile
e.    Verifiable proof of company’s financial capacity to Deliver (bank reference)
f.    Evidence of experience in other similar jobs

3.    Submission of bids

  • Bids in triplicates should be in sealed and appropriately marked envelopes stating the preferred lot and dropped in the Bid Box in the Corps Procurement Office, Head Quarters Annex, Wuse II Abuja on or before 4th October, 2010

4, Opening Of Bids

  • Opening of bids shall take place at 2,00pm on the day of expiration of deadline. The venue will be the Conference Room, FRSC Head Quarters, Wuse Zone 7. Abuja

5. Important Information

  • For ease of identification, the reverse side of envelopes should bear the Company’s name, address and phone number of company representative.
  • Technical bids and financial bids should be enclosed separately.
  • Late submission of bids will not be entertained,
  • Submissions of less than 1 original and 2 copies of bids would be rejected.

Signed Management

Provision of Goods at Federal Road Safety Corps

Federal Road Safety Corps
National Headquarters
Wuse Zone 7, Abuja

Invitation to Bid for the Computerization of FRSC Duty Rooms
The Federal road Safety Corps intends to undertake the computerization of Duty Room offices and Staff Attendance Systems at its locations nationwide in order to build a robust traffic offenders Database, maintain accurate records, track Competent firms are hereby invited to bid for the project.

2.    Project Scope

  • Provision of all in One workstations for online entry and submission of traffic offenders’ records and tracking of transactions at the Duty Room offices at 200 FRSC formations nationwide
  • Conduct biometrics registration of FRSC Staff across the nation and the provision of web-based Staff Attendance (Duty kiosk) systems at about 211 formations of the Corps nationwide.
  • Support services including the training of FRSC personnel on application and maintenance of the systems

Project Specifications
Lot Description                                Quantity

1.    All-in-One (computerized duty room) Workstations    200
2.    Automatic Central Fingerprint Verification Server        1
3.    Standard Staff Attendance /Duty kiosk) Units        211
4.    Biometrics Registration of FRSC Staff nationwide        Lot
5.    Staff Training  on Systems applications and Maintenance Lot
6.    Systems Support and Maintenance

3, Bidding Requirements:
All Interested vendors should forward the following requirements:

  • Company Profile indicating among others, scope of work, professional affiliations of firm, the qualifications of the technical team to be assigned to this project.
  • Copy of Certificate of Incorporation
  • Tax Clearance Certificate for the last three (3) years
  • Evidence of VAT Registration /Remittance Certificate
  • Evidence of financial capability (Bank Reference or Audited Accountants)
  • Evidence of Previous working experience on similar projects

4. Submission of Bids
Pre-qualification documents should be in sealed and appropriately marked envelopes stating the preferred lot and dropped in the Bid Box in the Corps Procurement Office, Head Quarters Annex, Wuse II Abuja  on or before 4th October, 2010

5.    Opening of BIDS
Opening of bids shall take place at 2.00 pm on the day of expiration of deadline.
The venue will be the Conference room, FRSC Headquarters, Wuse Zone 7, Abuja

6     Important Information
Each lot should be packaged and submitted separately.
For ease of identification, the reverse side of envelopes should bear the company’s name, address and phone numbers of company representative.
Late submission of bids will not be entertained.
Submission of less than the required four (4) copies of bids will be rejected.

Signed Management

Procurement of Office Vehicles at Gombe State Malaria Control Booster Project

Extension of Request for Submission of Bids

For The Procurement of Office Vehicles

Gombe State Government

Ministry Of Health Malaria Control Booster Project

Credit No. 4250-Uni

Procurement Of Office Vehicles

IFB. No. GM/MCBP/NCB/02/10 & IFB. No. GM/NCB/PIU/VEH/03/10

  1. The Government of the Federal Republic of Nigeria has received a credit from the international Development Association toward the cost of Malaria Control, Booster Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of Office Vehicles Nos: GM/MCBP/NCB/02/1 0 & GM/NCB/PIU/VEH /03/ 0 2.
  2. The Gombe State Malaria Control Booster Project now invites sealed bids from eligible and qualified buffers for the procurement of the following.

A.: IFB, No. GM/MCBP/NCB/02/10:

Lot No. Item

No.

Description        of item. Units

Quantity Bid Validity Bid Security Delivery period

Delivery

Location

Lot 1 1 18-Seater Bus No 1 90Days At least 3% of the Bid Price 60 Days Gombe State Malaria Control Booster Project, Behind Bulma Guest Inn, New GRA, Gombe, Gombe State
2 Pick up VAN No 2 90Days At least 3% of the Bid Price 60 Days Gombe State Malaria Control Booster Project, Behind Bulma Guest Inn, New GRA, Gombe, Gombe State
3 SUV No 1 90Days At least 3% of the Bid Price 60 Days Gombe State Malaria Control Booster Project, Behind Bulma Guest Inn, New GRA, Gombe, Gombe State

4 Middle Duty Truck No 1 90Days At least 3% of the Bid Price 60 Days Gombe State Malaria Control Booster Project, Behind Bulma Guest Inn, New GRA, Gombe, Gombe State
Lot 2 1 Motor-Cycle No 15 90Days At least 3% of the Bid Price 60 Days Gombe State Malaria Control Booster Project, Behind Bulma Guest Inn, New GRA, Gombe, Gombe State
2 Bicycle No 55 90Days At least 3% of the Bid Price 60 Days Gombe State Malaria Control Booster Project, Behind Bulma Guest Inn, New GRA, Gombe, Gombe State

B: IFB, No. GM/NCB/PIU/VEH/03/10:

Lot No. Item

No.

Description        of item. Units

Quantity Bid Validity Bid Security Delivery period

Delivery

Location

Lot 3 1 Media VAN No 1 90Days At least 3% of the Bid Price 60 Days Gombe State Malaria Control Booster Project, Behind Bulma Guest Inn, New GRA, Gombe, Gombe State
2 Pick up VAN No 2 90Days At least 3% of the Bid Price 60 Days Gombe State Malaria Control Booster Project, Behind Bulma Guest Inn, New GRA, Gombe, Gombe State.

Note: All items are under Three (3) Lots. Bidders quoting for incomplete lot will have their bids dedared non-responsive. Quotations should include cost of transporting Vehicles to delivery site, testing and commissioning.

    • Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.
        • Interested eligible bidders may obtain further information from Gombe State Malaria Control Booster Project at the address below and inspect the Bidding Documents from 10:00am to 4:00pm Mondays to Thursdays and 10:am to 12noon on Fridays, except on public holidays.
            • Qualifications requirements include:

              • Evidence of previous supply (sale) of similar Equipments proposed for the last 5 years
              • Evidence of registration with CAC.
              • Audited Financial Statements for the least 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 apply, Additional details are provided in the Bidding Documents.

                • A complete set of Bidding Documents in English may be 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 Cash or Bank Draft  to Favor of Gombe State Malaria Control Booster Project The Bidding Documents will be collected by the representative of the Bidder or by courier services on request
                  1. Bids must be delivered to the address below on or before 12:00noon on (30th September, 2010). 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 or before 12:00noon on (30th September, 2010). All bids must be accompanied by a Bid Security of at least 3% of bid price or an equivalent amount in a freely convertible currency.
                    • The address referred to above is:

                      Project Manager,

                      Gombe State Malaria Control Booster Project

                      Behind Bulma Guest Inn, New GRA. Gombe, Gombe State,

                      Tel. No: 08023706184, 08028397230., E-mail: arnobe195@yahoo.com

                      Construction of Projects at Nigerian Ports Authority

                      Nigerian Ports Authority

                      Public Notice No 3755

                      Invitation for the Pre-Qualification to Bid for Fencing of Warri Port, Delta

                      Ports, Warri, Delta State

                      Introduction:

                      The Nigerian Ports Authority hereby invites reputable and competent contractors to apply for the Pre-qualification for the Fencing of Warri Port (Old & New).

                      Scope of Works

                      1. Preliminary works.
                      2. Reclamation of swampy areas.
                      3. Excavation.
                      4. Soil stabilization.
                      5. Fabrication and installation of L shaped precast reinforced concrete element as wall fence, involving the use of heavy lifting equipment.

                      Pre-Qualification Requirements

                      For Pre-Qualification:

                      1. Evidence of company registration with Corporate Affairs Commission with copies of certificate of incorporation and Memorandum of Association.
                      2. Verifiable proofs of company’s technical ability to undertake civil engineering projects. Evidence of similar and other projects successfully executed in the past five (5) years will be an added advantage.
                      3. Company’s profile to include evidence of personnel capability including list of key professionals with their curriculum vitae, evidence of registration with relevant professional bodies such as COREN.
                      4. Company’s financial details and audited accounts for the past three (3) years (2007-2009).
                      5. Evidence of VAT Registration/Remittance Certificate & Tax Certificate tor the past three (3) years (2007 – 2009).
                      6. Evidence of compliance with Pension Reform Act 2004.
                      7. All relevant information concerning contacts; telephone, fax valid correspondence and e-mail address of the company.
                      8. Details of company’s Quality control and Quality assurance procedures.
                      9. Details of company Health, Safety and Environment Policy Rules and Regulations.
                      10. List of equipment to be used for the project and their location, state whether the equipment is on lease or owned.
                      11. Company must show evidence of execution of similar projects with a total value of construction works of not less than N250 million/project.
                      12. Evidence of execution of similar projects in the Niger-Delta area of Nigeria would be an added advantage.

                      Submission of Pre-Qualification Documents

                      Three copies of the proposal must be submitted in a sealed envelope, and clearly marked “Pre-Qualification to Tender for the Fencing of Warri Port, Delta Port, Warri, Delta State” and addressed to “Secretary to the Board, Nigerian Ports Authority” and dropped in a designated Tender Box located on the 6th floor of the Nigerian Ports Authority, Headquarters at 26/28 Marina, Lagos within working hours. The submission of the tender closes on or before 29th September, 2010, while the opening of tenders will take place on the next working day in the conference room of Nigerian Ports Authority Annex building at No. l Joseph Street, Lagos at 11:00am prompt.

                      For further enquiry, please contact General Manager (Capital Project).

                      Please Note

                      • Late submission will not be entertained.
                      • The Management is not bound to accept any tender.
                      • Only technically qualified contractors will be allowed to participate in the competitive tender.

                      Signed:

                      Management

                      Nigerian Ports Authority