Consultancy Services for Provision of ICT for Challenged Persons in Nigeria (ICTCPN) at USPF

The Federal Republic of Nigeria

Universal Service Provision Fund

Invitation for Proposal (IFP)

For Consultancy Services for Provision of ICT for Challenged Persons in Nigeria (ICTCPN)

  1. The Universal Service Provision Fund (“USPF”) was established by the Federal Government of Nigeria to facilitate the achievement of national policy goals for universal service and universal access to information and communication technologies (ICTs) in rural, un-served and under-served areas in Nigeria.
  1. Aware of the large number of challenged citizens in the country that represent about 10% of the population in Nigeria and the constraints they experience regarding ICT accessibility in the country, this project has been initiated to address these constraints and explore various ways of bridging the digital divide. Also the project would assist the country in Meeting the Millennium Development Goal (MDG) targets which includes: basic services such as education and heath, creating opportunities, poverty eradication etc.
  1. The Consultancy is expected to provide Information on the various needs and limitations the challenged citizens’ experience daily and how the introduction of ICT tools can improve their lifestyle and what type of supportive technology are required to meet their needs. In addition, information on various institutions and organizations that attends to the needs of challenged citizens in the country.
  1. The ICTCPN project would be streamlined by a project consultant and implemented by private operators who would be the project implementers under the close supervision of the USPF.
  1. The details of scopes of work, eligibility and tender delivery instructions as well as other details are contained in the RFP on our website www.uspf.gov.ng.  Interested bidders are advised to view the RFP from USPF website before purchasing hard copy from USPF
  1. Interested Firm should submit their proposal to the undersigned on or before June 9, 2010 by 4.00 pm

All proponents are to note that failure to comply with the tendering instructions shall lead to disqualification.

  1. A complete set of bidding documents may be purchased by interested bidders on submission of a written application to the address below and upon payment of a non-refundable fee of N100, 000.000. All bids must be accompanied by a bid security (Bid Bond) of N200, 000.00 Proposal without bid Bond shall be rejected. The tendering fee of N100, 000.00 should be in draft in favour of the Universal Service Provision Fund The Technical and Financial proposal must be in separate envelopes and must be marked clearly

USPF/RFP/SAP/2010/TECHNICAL and USPF/RFP/SAP/2010/FINANCIAL

Director /Secretary,

Universal Service Provision Fund,

Universal Service Provision Fund Secretariat

Nigerian Communications Commission Head Office, 7th Floor,

432, Aguiyi Ironsi Street,

Maitama District,

Abuja.

For further clarification on the RFP, please send your enquiries to Engr. Wakili Bako on 094617465

Signed:

FUNSO FAYOMI ESQ

Director/Secretary

Universal Service Provision Fund

Website: http://www.uspf.gov.ng

Supply, Installation and Implementation of E- Library at USPF

The Federal Republic of Nigeria

Universal Service Provision Fund

Invitation for Proposal (IFP)

Supply, Installation and Implementation of E- Library under the Connectivity For Development Programme (C4D)

  1. The Universal Service Provision Fund (“USPF”) was established by the Federal Government of Nigeria to facilitate the achievement of national policy goals for universal service and universal access to information and communication technologies (ICTs) in rural, un-served and under-served areas in Nigeria.
  1. One of the set objectives for the USPF, in line with its mandate is to promote the connection of government schools, libraries and institutions across the nation to broadband internet
  1. In furtherance of this mandate, the USPF plans to under the establishment of 2 e-libraries in each state within the geo-political Zone and FCT. This project is in six Lots of 2 per six geopolitical zone of the Federation. Thus, Separate proposal should be submitted for each region and dearly marked accordingly. Proposal that is not in line with the lots will be rejected.
  1. The objective of the E- Library Project is to provide platform for online fully cross searchable portal for displaying Library documents and educational database to ensure that users have unlimited access to wealth of knowledge, educational materials, developmental issues and on wide range of subjects with international standard quality of materials.
  1. The Universal  service Provision Fund (USPF) as the  implementing agency for the project now invites sealed bids from eligible bidders for supply installation and implementation of E- Library to achieve objective stated  above.
  1. The details of scopes of work, eligibility and tender delivery instructions as well as other details are contained in the RFP on our website www.uspf.gov.ng.  Interested bidders are advised to view the content of RFP from USPF website before purchasing hard copy from USPF.
  1. Interested Firm should submit their proposal to the undersigned on or before 9th June ,2010 by 4.00 pm,

All proponents are to note that failure to comply with the tendering instructions shall lead to disqualification.

  1. A complete set of bidding documents may be purchased by interested bidders on submission of a written application to the address below and upon payment of a non-refundable fee of N100, 000,000. All bids must be accompanied by a bid security (Bid Bond) of N200, 000.00. Proposal without bid Bond shall be rejected. The tendering fee of N100, 000.00 should be in draft in favour of the Universal Service Provision Fund. The Technical and Financial proposal must be in separate envelopes and must be marked clearly USPF/RFP/E-LIB/2010/TECHNICAL and USPF/RFP/E-LIB/2010/FINANCIAL

Director / Secretary,

Universal Service Provision Fund,

Universal Service Provision Fund Secretariat

Nigerian Communications Commission Head Office. 7th Floor,

432, Aguiyi Ironsi Street,

Maitama District,

Abuja.

For further clarification on the RFP, please send your enquiries to Engr. Wakili Bako on 094617465

Signed:

FUNSO FAYOMI ESQ

Director/Secretary

Universal Service Provision Fund

Website: http://www.uspf.gov.ng

Supply and Installation for Implementation of School Access Program at USPF

The Federal Republic Of Nigeria

Universal Service Provision Fund

Invitation for Proposal (IFP)

Supply and Installation for Implementation of the School Access Program (SAP)

  1. The Universal Service Provision Fund (“USPF”) was established by the Federal Government of Nigeria to facilitate the achievement of national policy goals for universal service and universal access to information and communication technologies (ICTs) in rural, un-served and under-served areas in Nigeria.
  1. One of the set objectives for the USPF, in line with its mandate is to promote the connection of government schools, libraries and institutions across the nation to broadband internet
  1. The USPF has set aside funds to provide facilities to 550 Secondary Schools in Nigeria. Under the School Access Programme for secondary schools, beneficiaries (that is Secondary Schools) are expected to receive computers and accessories along with high speed internet connectivity.
  1. The project is aimed at facilitating a digital lifestyle in the institutions as well as in the institution communities. Beneficiaries are expected to share these facilities with their surrounding communities on a commercial basis to support maintenance and ensure sustainability of the project
  1. The details of scopes of work, eligibility and tender delivery instructions as well as other details are contained in the RFP on our website www.uspf.gov.ng Interested bidders are advised to view the content of RFP from USPF website before purchasing hard copy from USPF,
  1. Interested Firm should submit their proposal to the undersigned on or before 9th June, 2010 by 4,00 pm

All proponents are to note that failure to comply with the tendering instructions shall lead to disqualification,

  1. A complete set of bidding documents may be purchased by interested bidders on submission of a written application to the address below and upon payment of a non-refundable fee of N250, 000.000. All bids must be accompanied by a bid security (Bid Bond) of N200, 000.00 Proposal without bid Bond shall be rejected. The tendering fee of N250 000.00 should be in draft in favour of the Universal Service Provision Fund The Technical and Financial proposal must be in separate envelopes and must be marked clearly

USPF/RFP/SAP/2010/TECHNICAL and USPF/RFP/SAP/2010/FINANCIAL

Director /Secretary,

Universal Service Provision Fund,

Universal Service Provision Fund Secretariat

Nigerian Communications Commission Head Office, 7th Floor,

432, Aguiyi Ironsi Street,

Maitama District,

Abuja.

For further clarification on the RFP, please send your enquiries to Engr. Wakili Bako on 094617465

Signed:

FUNSO FAYOMI ESQ

Director/Secretary

Universal Service Provision Fund

Website: http://www.uspf.gov.ng

Project Execution at Upper Benue River Basin Development Authority

Federal Government of Nigeria

Upper Benue River Basin Development Authority

Mbamba-Fufore Road, P.M.B. 2086, Yola, Adamawa State.

Email: upperbenue@yahoo.com

INVITATION FOR TECHNICAL BIDDING FOR THE AUTHORITY’S PROJECTS UNDER 2010 APPROPRIATION

  1. The Upper Benue River Basin Development Authority (U.B.R.B.D.A)  is desirous of procuring the underlisted  projects  within  its  FY2010 Appropriation and therefore invites submissions for Technical Bids from qualified and reputable contractors with proven competence in the fields of Engineering.

  1. Scope of Works:

The scope of work for the projects include;

  1. i.            Kiri Dam Project, Adamawa State.             \
  2. Construction of unlined portion for conveyance canal shoulders and flood protection bunds;
  3. Refilling of dam embankment upstream rip-rap;
  4. Procurement of service element for spillway gates;
  5. Procurement and installation of i81KVA CAT generating set,
  1. ii. Dadin Kawo and Irrigation, Gombe State

a.       Continuation of the construction of Dadin-Kawo main Canal (1230Km).

  1. iii.            Yola Irrigation Project, Adamawa State.
  2. Expansion of additional 30Ha under Minor Irrigation Scheme;
  3. Procurement of AGO and lubricants;
  4. Lining of Irrigation Canal;
  5. Procurement of service elements.
  1. iv. Taraba Irrigation Project, Taraba State.
  2. Reconstruction  of flood  protection  bund  and rehabilitation of river bank at Gassol;
  3. Rehabilitation of irrigation infrastructure at Bantaje
  1. v. Way a Dam Project, Bauchi State.
    1. Upgrading of spillway;
    2. Rehabilitation of dam infrastructure  and across road maintenance
    3. c. Expansion of additional 10Ha.

  1. vi. Rehabilitation of Headquarters Infrastructure Yola, Adamawa State.
  2. Rehabilitation of Stores:
  3. Completion of rehabilitation of office complex;
  4. Water supply reticulation network;
  5. Rehabilitation of staff quarters.

Construction of Water Schemes at various locations as follows

  1. Small Dams;
  2. Motorized/ Solar boreholes:
  3. Handpump boreholes.

Pre-Qualification Requirements

Content of Technical Requirements

Documents should be page numbered and itemised serially as Mow;

  1. Evidence of Incorporation of the Company with Corporate Affairs Commission   (CAC)   including Articles and  Memorandum  of Association of the Company and up to date Annual Return with the CAC (form C 02 & 07 to be included).
  1. The company must show evidence of fulfilling of its Tax obligations as follows:
  2. i.            Tax Clearance Certificate for the last three (3) years supplied with TIN.
  3. ii.            Pension and Social Security Contributions.

C.      A sworn Affidavit certifying as follows:

  1. i.            The Company is not in receivership, insolvency or bankruptcy
  2. ii.            The Company does not have any Director who has been convicted in any Court in Nigeria and any other country for criminal offence in relation to fraud or financial impropriety.
  3. iii.            That no officer of the Authority or BPP is a former or present Director or Shareholder of the Company,
  4. iv.            That there has been no promise of a gift in any form to any of the Authority or BPP staff.

D. Audited Account of the Bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants.

E. Letter authorising the Authority and her Representatives to crow-check the submitted Company’s Bank Account. F.   Evidence of work experience as the main contractor executing or having executed a minimum of five (5) projects of similar complexity compared to the proposed work, one of which must have been within the last 5 years. Copies of award letters, last Interim Certificate of valuation for on-going project, Completion Certificate and Final

Maintenance Certificates where applicable are to be enclosed.

G.      Veritable list of major construction equipment and facilities including registration number, chassis number, location (where they can be inspected) and remarks on whether these are owned, leased or hired The  minimum  number  of equipment/facilities  required,  where applicable are as listed below:-

  1. i.            Bulldozer (2No.)
  2. ii.            Grader (1No.)
  3. iii.            Excavator (1 No.)
  4. iv.            Water tanker (1No.)
  5. v.            Concrete mixers (2No.)
  6. vi.            Sheep-foot Compactor (1 No)
  7. Pay loader (l No.)
  8. Dumpers (2 No.)
  9. ix.            Tippers (3No, -10-20 tonnes)
  10. x.            Drilling Rig
  11. xi.            Compressor
  12. Testing Equipment

H.      A functional and well equipped materials testing laboratory.

I.       List of key technical personnel stating their roles, designation, qualifications and years of experience with the guarantee that a minimum of five (5) relevant COREN Registered Engineers of various disciplines shall be deployed to the project Copies of educational and professional certificates are to be attached.

J.       History of company’s policy on community social responsibility.

Non compliance will lead to disqualification.

Notes:

–         Items 1-5 are eligibility requirements and their originals must be produced by the company for sighting during the opening session.

–         All claims must be submitted with verifiable facts.

–         Photocopies of professional certificates are to be initialled, endorsed by the owner and professional seal must be embossed on the professional certificates.

4.0       SUBMISSION OFB1DS.

Completed Technical bids (Two sets of hard copy) shall be submitted in a sealed envelope indicating project(s) of interest at the top right hand corner, and addressed to:

The Managing Director.

Upper Benue River Basin Development Authority,

Mbamba fufore road,

P.M.B.2086, Yola,

Adamawa state.

to reach him on or before 10:00 a.m., Monday, May 17th 2010.

Technical bids will be opened same day at 12.00 noon at the Conference Hall of

Upper Benue River Basin Dev. Authority, Yola,

Further Notes:

–         This is not an invitation to Tender. Only pre-qualified firms will be invited to tender for the projects. Others may know their performance by a formal request to the MD, CEO of U.B.R.B.D.A, Yola.

–         Interested companies are responsible for the registration, timely and safe submission of their pre-qualification documents, means of delivery notwithstanding.

–         The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.

5.0       Enquiries;

All enquiries on this advertisement are to be directed to:

The Managing Director,

Upper Benue River Basin Development Authority,

Mbamba-Fufore Road, P.M.B. 2086, Yola,

Adamawa State.

Signed

Yakubu Kirfi Esq.

Director (Legal Services)

For: Managing Director

Construction and Supply of items at NIHOTOUR

NATIONAL INSTITUTE FOR HOSPITALITY AND TOURISM (NIHOTOUR)

NO. 6 MIKE AHIGBE WAY, JABI ABUA

INVITATION FOR PRE-QUALIFICATION

1-0           The National Institute for Hospitality & Tourism (NIHOTOUR) intends to execute the under listed projects through its capital budget for the 2010 fiscal year and hereby invites interested and competent contractors to submit their pre-qualification documents for the projects listed below:

2.0 Scope of Work:

1)       Construction of a Training Hotel (phase 1) at Bagauda, Kano campus;

2)       Construction of Administrative office Block at NIHOTOUR Bauchi campus;

3)       Construction of fence and renovation of existing classrooms at NIHOTOUR Oshogbo campus;

4)       Construction of student hostel at Nigerian Hotel and Catering School (NHCS) Benin;

5)       Installation of street lights at NIHOTOUR Bagauda-Kano campus;

6)       Supply of kitchen and Restaurant Equipment to NIHOTOUR Demonstration kitchen & Restaurant at Bagauda, Kano campus;

7)       Supply of Hostel beds, mattresses, curtains, reading-tables, chairs, wardrobes, side drawers, televisions and fridges to Nigerian Hotel Catering  School Enugu;

8)       Construction of phase II of the road network at NIHOTOUR Bagauda, Kano campus;

9)       Supply of Hostel beds, mattresses, curtains, reading-tables, chairs, wardrobes, side drawers, televisions and fridges to Nigerian Hotel Catering School Enugu;

10)  Supply of Hostel beds, mattresses, curtains, reading – tables chairs, wardrobes, side drawers, televisions and fridges to Nigerian Hotel Catering School Benin;

11)  Supply of Teaching Aids and Equipment to the following campuses:

  1. NHCS Benin
  2. NHCS Enugu
  3. NHCS Lagos
  4. NHCS Kaduna
  5. NIHOTQUR Bauchi campus
  6. NIHOTOUR Kano campus
  7. NIHOTOUR Oshogbo campus
  8. NIHOTOUR Lagos, I. A. T A. Training Centre

12)  Supply of Library books and Equipment to the following campuses;

  1. NHCS Benin
  2. NHCS Enugu
  3. NHCS Lagos
  4. NHCS Kaduna
  5. NIHOTOUR Bauchi campus
  6. NIHOTOUR Kano campus
  7. NIHOTOUR Oshogbo campus
  8. NIHOTOUR Lagos, I. A. t. A. Training Centre

3.0     PRE-QUALIFICATION DOCUMENTS:

The prospective contractors are expected to submit their company’s corporate profile containing the following information/document:

  1. i.            Certificate of Incorporation;
  2. i.            Evidence of Registration with Federal Ministry of Works (i.e. all those bidding for construction works);
  3. ii.            Evidence of Registration with any professional body;
  4. iii.            Tax Certificate for the last three (3) years and VAT
  5. iv.            Registration Certificate;
  6. v.            Company’s Audited Accounts for the last 3 years;
  7. vi.            Evidence of experience in similar jobs within the last three (3) years with detailed description of the works and the contract price;
  8. Bank Statement for the past twelve (12) months;
  9. Letter of Attestation of good financial standing of the Company from a reputable commercial Bank;
  10. ix.            Resume   of  staff  detailing   their   qualification, experience and job details and
  11. x.            Any other information that may be of relevance.

4.0     Submission of Documents:

All Pre-qualification Documents should be submitted in sealed envelopes clearly marked:

“Pre-qualification for e.g. Construction of Students Hostel at NHCS Benin “as the case may be.

The sealed envelope should be submitted on or before 12th May, 2010 to the address indicated below:

The Secretary Tenders Board,

National Institute for Hospitality & Tourism,

N0.6 Mike Ahigbe Way,

Jabi-Abuja.

PMB543Garki, Abuja.

5.0     Opening of Prequalification Documents

  • Prequalification documents shall be opened by 2.00pm. prompt on 26th May, 2010.
  • Only pre-qualified Companies will be invited to tender for the above listed projects,
  • Pre-qualified companies will also be informed in due course of the date on which the commercial bids shall be opened.

Signed:

Secretary Tenders Board