Background Image

LAGOS STATE CIVIL SERVICE COMMISSION-

INVITATION OF EXPRESSIONS OF INTEREST (EOI) FOR DIGITALIZATION OF CIVIL SERVICE COMMISSION

LAGOS STATE GOVERNMENT
CIVIL SERVICE COMMISSION
INVITATION OF EXPRESSIONS OF INTEREST (EOI) FOR DIGITALIZATION OF CIVIL SERVICE COMMISSION

BACKGROUND
The Lagos State Government through the Civil Service Commission (CSC) has intent to fully automate its Records, Processes and Communication in line with its vision to be a World Class Human Resource Organization and in concert with the developmental plans of the present Administration’s T.H.E.M.E.S. Agenda.

In this regard, the Lagos State Civil Service Commission seeks to digitize Three (3) main pillars of its functions:
• Documentation Process;
• Work Process; and
• Communication Process.

The Documentation Process involves Electronic Document Management which is digitization of Personnel Records. The Work Process requires automation of the Business and Work Flow Processes, while the Communication Process includes Internal and External Communication Processes. The Project will be executed in phases with the first phase being the digitization of Personnel Records.

The Civil Service Commission within the context of the State’s extant Public Procurement Law hereby invites Expression of Interest (Eol) from reputable and experienced international and local firms/consortia, to participate in a competitive tender process for the provision of the Services detailed herein.

PROJECT SCOPE

i. Records Management
The envisaged scope of work for Phase I of the project will include, but is not limited to the provision of information technology services for digitization of Personnel Records. It is expected that the EoI will detail the approach to be adopted in terms of design, implementation method and post-digitization support, timelines, expectations from CSC and financials.
The proposed system should allow storing and tracking of Electronic Documents in compliance with best practice regulatory requirements.

These include but not limited to:
a. Cloud Access
b. Intelligent Organization
c. Attractive user interface
d. A robust search feature
e. Version control
f. Roles and permission
g. Universal format support
h. Simple updating process

ii. Business Process Automation & Internal & External Communication:
The Business Processes/ Internal & External Communication include but are not limited to the following:
a. Documentation Proper documentation of the existing system
b. Process Mapping
c. Architectural Design. The conceptual model that defines the structure, behaviour and view of a system. Formal description and representation of a system, organized in a way that supports reasoning about the structures and behaviour of the system
d. Automation of the processes: Design and coding to translate the Business Process and the Architectural model to an Enterprise Resource Planning Application that will be flexible and robust to connect to an existing system
e. Communication via e-mail
f. Mails automation
g. Staff communication
h. Commission’s Newsletter.

For Phases (I & II), the Software developer must have extensive skills, expertise and knowledge of Software Applications.

REQUIREMENTS FROM INTERESTED PARTIES
In order to be pre-qualified, the prospective firms or consortia must possess the relevant experience to provide the services required in each segment. They are required to submit Comprehensive information as follows:
a) Full name and nationality (country of company and contact person, postal address, telephone, e-mail addresses;
b) Ownership structure including name(s) of shareholders and percentage shareholdings;
c) Company registration with Corporate Affairs Commission (CAC) including Certificate of Incorporation, certified true copies of Memorandum and Articles of Association and CAC Form C07 or the equivalent;
d) Most recent 3-Years (2018-2020) Audited Financial Statements and latest Management Accounts;
e) Most recent 3 Years (2018-2020) Company Tax Clearance Certificates;
f) Copies of VAT Registration with TIN number and evidence of VAT remittances for the Past 3 years;
g) Evidence of Three (3) previous experience in executing similar works and services within the last 5 (five) years including the following details:
h) Name of Project, Brief Description and Client, Scope of work, Nature of Contract, Role in Contract (lead contractor, sub-contractor etc.), Name and address of related client’s referee;
i) Lagos State Public Procurement Agency Registration within the appropriate category and class for the submitted bid;
j) Project team, including specialist consultants and a list of key personnel and organizational chart, their qualifications and relevant experience
k) Proposed technical and financial proposal;
l) Evidence of available financing.
m) It is pertinent to note that preference shall be given to submissions that demonstrate exceptional value for money and operational delivery.

COLLECTION OF EXPRESSION OF INTEREST DOCUMENTS
A complete set of Expression of Interest Documents in English Language should be purchased by interested firms or consortia at the Civil Service Commission on the submission of written application to the Permanent Secretary Civil Service Commission Block 9, The Secretariat Alausa, Ikeja and upon a payment of a non-refundable fee of N50,000.00 (Fifty Thousand Naira) only for the Interest.

SUBMISSION OF BIDS
Interested firms or consortia may obtain further information via email to civilservice@lagosstate.gov.ng between 09.00 am to 5.00 pm weekdays not later than 2 weeks from the date of this publication.

All bids must be accompanied by a Bid Security of 1% of the Bid Price.

The EoI submission for one or both phases should include:
1 (One) original copy and 3 (Three) other copies to be delivered in a sealed envelope clearly marked “Eol for CSC Digitization” and submitted not later than 2 weeks from the date of this publication (04 June 2021) on or before 12 noon Nigerian time on the said date to the address below for the attention of:

The Permanent Secretary,
Lagos State Civil Service Commission,
Block 9,
The Secretariat, Alausa, Ikeja,
Lagos, Nigeria

It should be noted that this invitation does not constitute a commitment on the part of LASG and/or the Lagos State Civil Service Commission to award the project to any firm or consortium expressing interest.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

MALARIA CONSORTIUM-

CALL FOR ICT SUPPORT CONSULTANTS

CALL FOR ICT SUPPORT CONSULTANTS
DEADLINE: 26 May 2021 at 12:00

MALARIA CONSORTIUM requires experienced consultants with technical expertise in ICT for the provision of Information and Communication Technology(ICT) support services to all its staff in Nigeria.

Interested and qualified candidate who are passionate and willing to contribute towards the achievement of our goals should kindly send their CVs and suitability statement to hr.nigeriaconsultant@malariaconsortium.org on or before 12noon Wednesday, 26th May, 2021

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

PLAN INTERNATIONAL NIGERIA-

REQUEST FOR PROPOSAL (RFP) FOR THE SUPPLY OF LAPTOPS AND ACCESSORIES

PLAN INTERNATIONAL NIGERIA
REQUEST FOR PROPOSAL (RFP) FOR THE SUPPLY OF LAPTOPS AND ACCESSORIES
TENDER NOTICE NUMBER: PIN/CO/21/010
SPECIFICATIONS AND INSTRUCTION TO BIDDERS

Plan International is an independent development and humanitarian non-profit organization that advances children’s rights and equality for girls. We support children’s rights from birth until they reach adulthood, and enable children to prepare for and respond to crises and adversity. We believe in the power and potential of every child, but know this is often suppressed by poverty, violence, exclusion, and discrimination.

Working together with children, young people, supporters, and partners, we strive for a just world, tackling the root causes of the challenges girls and vulnerable children face. We have been building powerful partnerships for children for over 80 years and are now active in more than 70 countries, driving changes in practice and policy at local, national, and global levels using our reach, experience, and knowledge. Plan International is registered in Nigeria with the Corporate Affairs Commission.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NATIONAL BUSINESS AND TECHNICAL EXAMINATIONS BOARD (NABTEB)-

INVITATION TO TENDER/EXPRESSION OF INTEREST, 2021

NATIONAL BUSINESS AND TECHNICAL EXAMINATIONS BOARD (NABTEB)
NATIONAL HEADQUARTERS, P.M.B 1747, IKPOBA HILL, BENIN CITY, EDO STATE
INVITATION TO TENDER/EXPRESSION OF INTEREST, 2021

Experienced and Competent Consultants are invited to submit Expression of Interest (EOI) for the provision of consultancy services to the Board on her online Modular Examinations’ activities.

SCOPE OF SERVICES
A) Features for the on-line registration activities
 Online registration of candidates
 Online result checking
 Online payment for registration PINS
 Online payment of result checking PINS

B) Deliverables
 Candidates’ registration data
 Photo albums (downloadable and printable)
 Stationary packing list (downloadable and printable)
 Examination centre statistics
 Examination subject statistics
 Summary of PINS allotted and used/unused

ELIGIBILITY REQUIREMENTS
Interested Firms/Companies should submit the following verifiable Pre-qualification Documents:
1. Certificate of Incorporation of Company issued by Corporate Affairs Commission (CAC) of Nigeria including Form CAC1.1 or CAC 2 & 7;
2. Full details of Company’s profile showing available manpower and the list of key professional staff with copies of academic and professional qualifications.
3. Company’s verifiable track record of at least three (3) similar jobs executed within the last five (5) years with relevant photocopies of letters of awards and certificate of completion thereto.
4. Company’s financial details and Audited Accounts for the immediate last three (3) years 2018, 2019, & 2020;
5. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank, indicating willingness to provide credit facility for the execution of the project when needed.
6. Evidence of tax clearance Certificate for the immediate past three (3) years expiring on 31/12/2021.
7. Evidence of NSITF Compliance Certificate expiring on 31/12/2021.
8. Evidence of current compliance Certificate issued by Pencom expiring on 31/12/2021
9. Certificate of Compliance with Industrial Training Fund expiring on 31/12/2021.
10. Evidence of Registration on the National Data Base of Federal Contractors, Consultants and Service Providers by the inclusion of Interim Registration Report (IRR) issued by the Bureau of Public Procurement (BPP) expiring on 31/12/2021 or valid Certificate issued by BPP.
11. Evidence of Membership of Computer Professionals of Nigeria.
12. Sworn Affidavit:
• disclosing whether or not any officer of the relevant committees of the National Business and Technical Examinations Board or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
• Indicating whether the Company is/is not in receivership, insolvent or bankrupt.
• must not have any Director who has been convicted in any Country for any criminal offenses relating to fraud or financial impropriety;
13. All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firm’s Letter Head Paper in English Language, bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm.

SUBMISSION OF PREQUALIFICATION DOCUMENTS
Interested firms are to submit two (2) bound of Expression of Interest (EoI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to:

The Registrar/Chief Executive,
NABTEB, National Headquarters,
P.M.B 1747, Ikpoba-Hill, Benin City,
Edo State.
and clearly marked with the name of the project

This shall be personally dropped in the Tender’s Box in the Procurement Unit Office, (Block B), National Business and Technical Examinations Board, National Headquarters, Ikpoba Hill, Benin City, not later than 12:00 noon on Monday, 31st May, 2021.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

UNFPA-

REQUEST FOR QUOTATION FOR PROVISION AND SUPPLY OF INFORMATION MANAGEMENT SOFTWARE LICENSES FOR THE NIGERIA COUNTRY OFFICE

UNFPA
PROVISION AND SUPPLY OF INFORMATION MANAGEMENT SOFTWARE LICENSES FOR THE NIGERIA COUNTRY OFFICE
REFERENCE: RFQ Nº UNFPA/NGN/RFQ/21/016
BENEFICIARY COUNTRY(IES): NIGERIA
REGISTRATION LEVEL: BASIC
PUBLISHED ON: 05-MAY-2021
DEADLINE ON: 13-MAY-2021 23:59 (GMT 1.00) WESTERN EUROPE TIME, LONDON, LISBON, CASABLANCA

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

ECOWAS COMMISSION-

INVITATION FOR BIDS FOR SUPPLY, INSTALLATION, TESTING, COMMISSIONING, MAINTENANCE, TRAINING AND AFTER SALES SERVICE OF IT AND IT RELATED EQUIPMENT DELIVERED TO THE JOINT BORDER POST AT MFUM BORDER BETWEEN REPUBLIC OF NIGERIA AND REPUBLIC OF CAMEROON

INVITATION FOR BIDS
DATE: MAY 7, 2021
LOAN/FINANCING NO: P-Z1-DBO-023
IFB NO: TFPBN/ECW-INFRA/JBP/GOODS/001

1. This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this Project that appeared in United Nations Development Business online (UNDB online) No. 739 of 11/30/2008 and on the African Development Bank’s Internet Website (www.afdb.org).

2. The Economic Community of West African States (ECOWAS) Commission has received a financing from the African Development Bank in various currencies towards the cost of Nigeria-Cameroon Multinational Highway and Transport Facilitation Programme for the Bamenda-Enugu Corridor. It is intended that part of the proceeds of this financing will be applied to eligible payments under the contract for the Supply, Installation, Testing, Commissioning, Maintenance, Training and After Sales Service of IT and IT Related Equipment Delivered to the Joint Border Post at Mfum Border between Republic of Nigeria and Republic of Cameroon.

3. The ECOWAS Commission now invites sealed Bids from eligible Bidders for the Supply, Installation, Testing, Commissioning, Maintenance, Training and After Sales Service of IT and IT Related Equipment Delivered to the Joint Border Post at Mfum Border between Republic of Nigeria and Republic Of Cameroon (hereinafter called “the Goods”). National Competitive Bidding will be conducted in accordance with the Bank’s Rules and Procedures for Procurement of Goods and Works.

4. Interested eligible bidders may inspect the bidding documents at the following address

ECOWAS Commission,
Procurement Division,
First (1st) Floor of the ECOWAS Commission Headquarters,
Plot 101, Yakubu Gowon Crescent, Asokoro District, Abuja, NIGERIA.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL MINISTRY OF WATER RESOURCES, ABUJA-

INVITATION TO BID FOR PROCUREMENT OF OFFICE EQUIPMENT AND INSTALLATION

SPECIFIC PROCUREMENT NOTICE
(REQUEST FOR QUOTATION)
FEDERAL MINISTRY OF WATER RESOURCES,
FEDERAL PROGRAMME COORDINATING UNIT INCLUSIVE BASIC SERVICE DELIVERY AND LIVELIHOOD EMPOWERMENT INTEGRATED PROJECT (IBSDLEIP) IN NORTHEAST NIGERIA
DATE: 30TH APRIL, 2021
LOAN NO: FGN/2000200000701
IFB NO: IBSDLEIP/FPCU/NCB/2021/GOODS/001
PROCUREMENT OF OFFICE EQUIPMENT AND INSTALLATION

1. This Specific Procurement Notice (SPN) follows the General Procurement Notice (GPN) for the sub-programme, which appeared on 5th March 2019 in the United Nations Development Business (UNDB).

2. The Federal Government of Nigeria has received financing from the African Development Bank (ADB) towards the cost of Inclusive Basic Service Delivery and Livelihood Empowerment Integrated Program (IBSDLEIP) in North East for Federal Ministry of Water Resources (FMWR). It is intended that part of the proceeds of this loan will be applied to eligible payments under the contract for procurement of Office Equipment and Installation.

3. The Federal Ministry of Water Resources, Programme Coordinating Unit, invites sealed bids from prospective eligible bidders for the supply and installation of under listed office equipment.

Lot Description Unit Quantity Bids Security (NGN) Delivery Period (Days) Delivery Location
Lot 1:  Supply of Office Equipment: Computers and Accessories
I Medium Printer (Black & White) No 2          500,000 30         As stated under paragraph 4 below
II Printer (Colour) for Print various sizes of paper No 2 30 
III Medium Photocopier No 1 30
IV Small Photocopier (Desktop) No 2 30
V Desktop Computer No 3 30
VI Laptop Computers (various sizes-Small, Medium and Large) No 21 30 
VII Tablet No 10 30
VIII Projector No 1 30
IX Scanner No 4 30
X Laptop Bags No 21 30
XI Tripod stand for camera No 2 30
XII Camera Bag No 2 30
XIII Giant Stapler No 2 30

4. Interested eligible bidders may obtain further information from and inspect the bidding documents at the Office of the Federal Ministry of Water Resources (FMWR), Programme Co-coordinating Unit (PCU), 3rd Floor Bassan Plaza, Right Wing, Adjacent National Bureau of Statistics Central Business District Abuja FCT, procurement@afdb-rwssp.ng, fmwrrwssp@gmail.com.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

OFFICE OF THE SURVEYOR GENERAL OF THE FEDERATION (OSGOF)-

INVITATION FOR TECHNICAL AND FINANCIAL TENDERS AND EXPRESSION OF INTEREST (EOI)

FEDERAL REPUBLIC OF NIGERIA
OFFICE OF THE SURVEYOR GENERAL OF THE FEDERATION (OSGOF)
NO. 8 YAWURI STREET, BEHIND RITA LORI HOTEL GARKI II ABUJA
INVITATION FOR TECHNICAL AND FINANCIAL TENDERS AND EXPRESSION OF INTEREST (EOI)

1. INTRODUCTION
The Federal Government of Nigeria has provision in the 2021 Appropriation Act, for the Office of the Surveyor General of the Federation (OSGOP). The office in pursuant of the Federal Government policies aimed at improving Survey and Mapping activities in Nigeria, desires to utilize part of the funds to procure Goods, Works and Services in various parts of the country. In compliance with the Public Procurement Act 2007, the Office of the Surveyor General of the Federation (OSGOP) invites interested, qualified, reputable and experienced Contractors and Service Providers to bid/submit Expression of Interest for the following projects:

2. SCOPE OF SUPPLIES/GOODS/WORKS/SERVICES

GOODS

LOT NO. PROJECT DECRIPTION
GEO. G1 Acquisition of Survey Equipment 1no. fixed UAV F90 with all necessary accessories and Training
GEO. G2 Procurement of 3 sets of additional DGPS-1no. V. 90 (GNSS) with Training
GEO. G3 Procurement of 2 nos. High Accuracy Hand Held Global Navigational Satellite System (GNSS) for mapping
GEO. G4 ICT Workstation Acquisition for software development

WORKS

LOT NO. PROJECT DECRIPTION
GEO. W1 Establishment and Observation of 3 nos zero order controls in Enugu State
GEO. W2 Establishment and Observation of 3 nos zero order controls in Oyo State
HYD. W3 Delineation and Demarcation of maritime zones (Lagos to Calabar) 76km
HYD. W4 Shoreline Protection & Coastal Erosion and flood control Surveys (Apapa to Badagry) 20km
HYD. W5 Establishment of Digital Tidal Gauges between Lokoja and the mouth of River Niger (2nos. Lagos & Warri)
HYD. W6 Harvest Processing & Analysis of Tidal data in Calabar, Warri, Port Harcourt and Lagos Ports
HYD. W7 Establishment of Maritime baseline in Lagos length 158.476km
HYD. W8 Establishment of Maritime baseline (Ogun-Ondo) Length 118.857km
HYD. W9 Establishment of Maritime baseline (Delta- Bayelsa) Length 277.33km
HYD W10 Establishment of Maritime baseline in Rivers Length 118.857km
HYD. W11 Establishment of Maritime baseline (Akwa Ibom-Cross River) Length 158.476km
IFS.W 12 Right of way (ROW) Survey of roads and power lines, Lagos Ibadan Expressway
IFS.W13 As-built Surveys of subsurface Infrastructure Central Business District, Abuja
CGIS. W14 Design and structuring of National fundamental Geospatial Data-set for the actualization of National GIS
PRS. W15 Topographic mapping at scale 1:25,000 sheet No 84, Azare
PRS. W16 Topographic mapping at scale 1:25,000 sheet No 321, Aba
PRS. W16 Topographic mapping at scale 1:25,000 sheet No 290, Ogoja
PRS. W17 Topographic mapping at scale 1:25,000 sheet No 245, Ikole
PRS. W18 Remotely Sensed data of Cities and Towns for Urban growth analysis
PRS. W19 Survey and mapping of Oyo South Senatorial District Ibadan Town
PRS. W20 Survey and mapping of Edo Central Senatorial District at scale 1:5,000

SERVICES

LOT NO. PROJECT DECRIPTION
GED.C1 Gravity meter Repairs & Maintenance and Software Development
GED.C2 Survey Coordination and Advisory Board on Survey Training Conference for Year 2021

3. ELIGIBILITY REQUIREMENTS
In order to be considered, interested and competent contractors and service providers who wish to carry out any of the projects listed above are required to submit the following documents, which will be subjected to verification and due diligence by the Office of the Surveyor General of the Federation
i. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 (or CAC 1.1) or Business Name where applicable
ii. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate for all the Partners in case of Business Name) for the last three (3) years till 31st December 2021;
iii. Evidence of current Pension Clearance Certificate valid till 31st December, 2021;
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2021;
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2021;
vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December 2021 or valid Certificate issued by BPP;
vii. Sworn Affidavit
• disclosing whether or not any officer of the relevant committees of the Office of the Surveyor General of the Federation or the Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
• that none of the Directors has been convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matters
viii. Company’s Audited Accounts for last three (3) years 2018, 2019, 2020;
ix. Evidence of financial capability to execute the project by submission of Reference letter from reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed
x. Company’s profile with the Curriculum Vitae of key staff to be deployed for the project, including copies of their academic/Professional qualifications (SURCON, ARCON, COREN, CORBON. ICAN, TOPREC.
xi. Any Company bidding for a Survey job must have a SURCON CERTIFICATE;
xii. Verifiable documentary evidence of at least (3) similar jobs executed in the last five (5) years including letters of Awards, Valuable Certificates, Job completion certificate and photographs of the projects;
xiii. List of Plants/Equipment with proof of Ownership/Lease(category B only);
xiv. For Supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs)
xv. Services: Evidence of current Firm’s registration with relevant regulatory professional body(ies);
xvi. For Joint Venture/Partnership, Memorandum of Understanding (MOU) should be provided (CAC, TCC, PENCOM, ITF NSITF & Sworn Affidavit are applicable to each JV Partner);
xvii. All documents for submission must be transmitted with a covering/forwarding letter under the company letter headed paper bearing amongst others, the Registration Number (RC) as Issued by the Corporate Affairs Commission (CAC), Contact Address, Phone Number and e-mail Address. The letter headed paper must bear the names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized of the Company.

NOTE: ALL CONTRACTORS SHOULD ARRANGE AND SUBMIT THEIR BID DOCUMENTS SEQUENTIALLY AS LISTED ABOVE.
Interested and eligible bidders shall obtain further information and collect Bidding Documents from the Procurement Unit between 9.00am and 3.30pm Monday – Friday except public holidays at the following address:
Office of the Surveyor General
Head (Procurement) office, 1st floor
No 8, Yawuri Street Garki II Abuja

4. COLLECTION OF BID DOCUMENTS FOR CATEGORY A & B-GOODS & WORKS
Interested Bidders are to collect Bidding Document at the address in 3.1 above on submission of evidence of payment of non-refundable Tender Fee of N10,000.00 (Ten Thousand Naira), only per Lot for Goods and Works in favour of Office of the Surveyor General to the Treasury Single Account (TSA) with the GIMIS CODE 1000103595. Thereafter use the TSA reference payment number/ bank teller to obtain Treasury Receipt at the cash office of Office of the Surveyor General in order to obtain the Bidding Document.

5. SUBMISSION OF BID DOCUMENTS FOR CATEGORY A & B-GOODS & WORKS
The completed Technical and Financial bids are to be submitted in one (1) soft copy and Two (2) hard copies each, which include one (1) original copy. The documents should be in Two (2) Separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” (including the name of the company and the lot number clearly written on both the technical and financial bid) and both sealed in a third envelope marked with the Appropriate Project Title and Lot No at the top right hand corner with the company name written behind and addressed to the Secretary Tenders Board, Office of the Head (Procurement), 1st floor, Office of the Surveyor General Federation No 8, Yawuri Street Garki II Abuja and deposit in the Tender box at the addressed in 3.1 above not later than the following deadlines:

Lot No. Submission Deadlines
GEO.G1-GED G4 12:00 noon on Tuesday, 8th June, 2021
GEO.W1, GEO.W2, IFS.W12, IFS.W13 & CGIS. W14 12:00 noon on Wednesday 9th June, 2021
HYD. W3-HYD.W11 12:00 noon on Thursday 10th June, 2021
PRS.W15-PRS.W20 12:00 noon on Monday, 14th June, 2021

6.  OPENING OF TECHNICAL BIDS FOR CATEGORY A & B-GOODS & WORKS

Only the Technical Bids will be opened as follows:

Lot No. Date & Time of Opening
GEO. G1-GED.G4 12:00 noon on Tuesday, 8th June, 2021
GEO.W1, GEO.W2, IFS,W12, IFS.W13 & CGIS W14 12:00 noon on Wednesday 9th June, 2021
HYD.W3-HYD. W11 12:00 noon on Thursday 10th June, 2021
PRS. WI5-PRS. W20 12:00 noon on Monday, 14th June, 2021

12:00 noon on the respective days at the Conference Room, 3rd floor, Office of the Surveyor General Federation No 8, Yawuri Street Garki II Abuja. Non-Governmental Organizations (NGOs) and Anti-Corruption Agencies who are invited are to witness the bid opening. Only successful technical Bidders will be invited for the Financial Bids Opening at a later date.

7. SUBMISSION OF EXPRESSION OF INTEREST (EOI) FOR CATEGORY C-CONSULTANCY
Interested consultants without any payment, shall submit one (1) original copy of their Expression of Interest (EoI) Documents with the Project Title and Lot No. clearly written at the Front Top Right corner of the envelope with the company name written behind and addressed to Office of the Surveyor General, D(Procurement) office. 1st floor No 8, Yawuri Street Garki II Abuja and deposit in the Tender box at the address in 3.1 above not later than 12:00 noon on Tuesday 11th May, 2021.

8. OPENING EXPRESSION OF INTEREST (EOI) FOR CATEGORY C-CONSULTANCY
The EOI will be opened immediately after the deadline for submission at 12:00 noon on Tuesday 11th May, 2021 at the Conference Room, 3rd Floor, Office of the Surveyor General Federation No 8. Yawuri Street Garki II Abuja, Non-Governmental Organizations (NGOs) and Anti-Corruption Agencies who are invited are to witness the bid opening. Only shortlisted firms will be invited at a later date for collection of Request for Proposals

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

LAGOS STATE DEVELOPMENT TRUST FUND (LSETF)-

INVITATION FOR PRE-QUALIFICATION/EXPRESSION OF INTEREST-IT CONSULTANCY SERVICES

LAGOS STATE DEVELOPMENT TRUST FUND (LSETF)
INVITATION FOR PRE-QUALIFICATION/EXPRESSION OF INTEREST-IT CONSULTANCY SERVICES

BACKGROUND/INTRODUCTION:

Lagos State Employment Trust Fund (LSETF) was established by the Lagos State Employment Trust Fund Law of 2016 to provide financial support to residents of Lagos State. Its primary mandate is to prepare Lagos State residents for entrepreneurship and employment opportunities through the acquisition of skills to get better jobs, tackle unemployment, and enable wealth creation.

LSETF is seeking to provide Conditional Grants to Support the Adoption and Upgrade of Digital Technology (IT Grant) to MSMEs. This entails that grant beneficiaries will be issued vouchers that will be redeemed from pre-qualified IT vendors.

CATEGORY: IT SERVICES

These are the list of tools and software to be provided to the selected beneficiaries:

  • Tools for organizing
  • Office productivity tools
  • Accounting and Bookkeeping Systems
  • Invoicing system
  • Electronic payment tools – Handheld POS
  • Shared E-commerce platform
  • Procurement System
  • Inventory Management System
  • Financial Management System
  • Human Resource Management System

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us
Verified by MonsterInsights