Background Image

DEUTSCHE GESELLSCHAFT FUR INTERNATIONALE ZUSAMMENARBEIT (GIZ) GMBH-

EXPRESSION OF INTEREST FOR THE SUPPLY OF IT EQUIPMENT

EXPRESSION OF INTEREST

The DEUTSCHE GESELLSCHAFT FUR INTERNATIONALE ZUSAMMENARBEIT (GIZ) GMBH; “Nigeria Energy Support Programme- NESP”, co-funded by the European Union and the Federal Ministry of Economic Cooperation and Development of Germany, would like to procure “100 Units of All-in-One desktop Flat Screen Computers and Compactible USB Computer Headsets” with the following minimum specifications:

• Flat screen Monitors, Intel Core i5 (Min), *GB RAM (Min), 1TB HDD (Min),
• 2GB (Min) NVIDIA graphics card, 21.5” touch screen, windows 10, with in built microphone, speakers, and webcam

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

UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)-

REQUEST FOR PROPOSAL FOR WEB APPLICATION HOSTING ON VIRTUAL PRIVATE SERVER

WEB APPLICATION HOSTING ON VIRTUAL PRIVATE SERVERProcurement Process :RFP – REQUEST FOR PROPOSALNGA10 – RFP-20-126   Click here to participateOffice :Nigeria – NIGERIADeadline :15-Jan-21 @ 06:00 AM (New York time)Posted on :28-Dec-20 @ 03:19 AM (New York time)Development Area :IT / COMPUTERSReference Number :74136Link to Atlas Project...

Read More

INSTITUTE OF HUMAN VIROLOGY, NIGERIA (IHVN)-

INVITATION TO BID FOR SUPPLY OF I.T. ITEMS UNDER USAID TB LON GRANT.

Background The INSTITUTE OF HUMAN VIROLOGY, NIGERIA (IHVN) was established in 2004 as a local organization to address the HIV/AIDS crisis in Nigeria through the development of infrastructure for treatment, care, prevention, and support for people living with and that affected by HIV/AIDS but has now expanded its services to other infectious diseases of TB and malaria, including cancers.  IHVN is structured to develop and maintain linkages with local and international organizations in collaborative ways that support the Government of Nigeria’s health sector strategic plans. IHVN key technical and funding partners are the Centers for Disease Control and Prevention (CDC) and the Global Fund to Fight AIDS, Tuberculosis and Malaria.
BID Title: SUPPLY OF I.T. ITEMS UNDER USAID TB LON GRANT.
Scope of Bid Bidders are invited to submit a Bid for the goods and/or services specified above: Schedule of Requirements, in accordance with this bid.
Interpretation of the Bid This RFB is an invitation to treat and shall not be construed as an offer capable of being accepted or as creating any contractual, other legal or restitutionary rights.This RFB is conducted in accordance with the applicable provisions of IHVN Procurement Manual (latest version of which can be accessed at: www.ihvnigeria.org and other relevant Organizational Directives and Administrative Instructions that are referred to in the Procurement Manual.
Language The Bid, as well as all correspondence and documents relating to the Bid shall be written in the English language, unless specified otherwise in the bid advert. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages into the English language, in which case, for purposes of interpretation of the Bid, such translation shall govern.The Bidder shall bear all costs of translation to the governing language and all risks of the accuracy of such translation.
Bid Eligibility Bidders may be a private, public or government-owned legal entity or any association with legal capacity to enter into a binding Contract with IHVN. A Bidder, and all parties constituting the bidder, may have the nationality of any country with the exception of the nationalities, if any, listed in United State Government Debarment List. A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of that country.A Bidder shall not have a conflict of interest. A bidder shall be considered to have a conflict of interest if:A Bidder has a close business or family relationship with a IHVN personnel who: (i) are directly or indirectly involved in the preparation of the bidding documents or specifications of the contract, and/or the bid evaluation process of such contract; or (ii) would be involved in the implementation or supervision of such contract;A Bidder is associated, or has been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by IHVN to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods, services or works required in the present procurement process;A Bidder has an interest in other bidders, including when they have common ownership and/or management. Bidders shall not submit more than one bid, except for alternative offers, if permitted. This will result in the disqualification of all bids in which the Bidder is involved. This includes situations where a firm is the Bidder in one bid and a sub-contractor on another; however, this does not limit the inclusion of a firm as a sub-contractor in more than one bid.Bidders must disclose any actual or potential conflict of interest in the Bid Submission and they shall be deemed ineligible for this procurement process unless such conflict of interest is resolved in a manner acceptable to IHVN. Failure to disclose any actual or potential conflict of interest may lead to the Bidder being sanctioned.A Bidder shall not be eligible to submit a quotation if and when at the time of quotation submission, the Bidder:Is included in any other Ineligibility List from a IHVN partner and if so listed in United State Government Debarment List.Is currently suspended from doing business with IHVN and removed from its vendor database(s), for reasons other than engaging in proscribed practices as defined in the IHVN Procurement Policy.
 Clarification of the Bid Bidders may request clarification in relation to the RFB by submitting a written request to the contact stated in the Bid advert, until the time stated as deadline on the RFB. Explanations or interpretations provided by personnel other than the named contact person will not be considered binding or official.
Bid Currency The bid shall be made in Naira. If applicable, for comparison and evaluation purposes, IHVN will convert the quotations into USD at the official IHVN rate of exchange in force at the time of the deadline for Bid Submission. IHVN reserves the right not to reject any bid submitted in a currency other than the mandatory bidding currency. IHVN may accept bid submitted in another currency than stated above if the Bidder confirms during clarification of quotations in writing that it will accept a Contract issued in the mandatory bid currency and that for conversion the official IHVN operational rate of exchange of the day of RFB deadline as stated in Section I: RFB Particulars shall apply. Regardless of the currency of quotations received, the Contract will always be issued and subsequent payments will be made in the mandatory bidding currency above.Rates in bids shall be fixed. Bids with adjustable rates shall be disqualified.
Taxes Contract sum shall be subjected to deduction of 5% withholding tax
Payment Terms IHVN will ordinarily effect payment within 2 to 3 weeks after receipt of the goods/services and on submission of payment documentation.
Audit IHVN may conduct an audit of the contract awarded to determine its completeness, efficacy as well as the performance of the supplier which will be used as a basis for the engagement of the vendors for future procurements.
Requirements Ability to meet delivery targets within IHVN’s specified time period.
Bid Protest Any Bidder that believes to have been unjustly treated in connection with this RFB process or any Contract that may be awarded as a result of such RFB process may submit a complaint to IHVN Management through postal service using the address provided on IHVN website www.ihvnigeria.org
Responsiveness of Bid IHVN’s determination of a Bid’s responsiveness will be based on the contents of the Bid itself. A substantially responsive Bid is one that conforms to all the terms, conditions, and specifications of the bid advert without material deviation, reservation, or omission.If a Bid is not substantially responsive, it shall be rejected by IHVN and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission.
Evaluation of Bid The evaluation team shall review and evaluate the Bids on the basis of their responsiveness to the Schedule of Requirements and Technical Specifications and other documentation provided, applying the procedure indicated in the bid advert. Absolutely no changes may be made by IHVN in the criteria after all Bids have been received. IHVN reserves the right to undertake a post-qualification exercise, aimed at determining, to its satisfaction the validity of the information provided by the Bidder. Such post-qualification shall be fully documented and, among those that may be listed in the bid advert, may include, but need not be limited to, all or any combination of the following : (a)Verification of accuracy, correctness and authenticity of the information provided by the bidder on the legal, technical and financial documents submitted; (b)Validation of extent of compliance to the IHVN requirements and evaluation criteria based on what has so far been found by the evaluation team; (c)Inquiry and reference checking with Government entities with jurisdiction on the bidder, or any other entity that may have done business with the bidder; (d)Inquiry and reference checking with other previous clients on the quality of performance on on-going or previous contracts completed; (e)Physical inspection of the bidder’s plant, factory, branches or other places where business transpires, with or without notice to the bidder; (f)Testing and sampling of completed goods similar to the requirements of IHVN, where available; and (g)Other means that IHVN may deem appropriate, at any stage within the selection process, prior to awarding the contract.
Qualification Criteria General Criteria: The Bidder shall possess the necessary professional and technical qualifications and competence, financial resources, production capability with equipment and other physical facilities, including after-sales service where appropriate, managerial capability, specific experience, reputation, and the personnel to perform the contract.To qualify for a multiple number of lots in a package for which Bids are invited in the Invitation for Bids, The Bidder shall demonstrate having resources and experience sufficient to meet the aggregate of the qualifying criteria for the individual lots Experience Criteria:a minimum number of years of overall experience in the supply of goods and related services;a minimum production capacity or availability of equipment; and in case of a Bidder offering to supply goods which the Bidder did not manufacture or otherwise produce, the Bidder has been duly authorized by the goods’ Manufacturer or producer to supply the goods.Financial Criteria:Evidence of satisfactory completion of supply of similar goods of value
Award Criteria Prior to expiration of the period of Bid validity, IHVN shall award the contract to the qualified and eligible Bidder that is found to be responsive to the requirements of the Schedule of Requirements and Technical Specification, and has offered the lowest price or the most reasonable price.
Bank Guarantee for Advanced Payment All contractor shall produce a banker’s guarantee or insurance bond prior to request for advance payment from the sum of N2.5m and above
Supplier Code of Conduct  IHVN is committed to working in partnership with our suppliers to realize the full value of our relationships and to positively contribute to our stakeholder communities and the environment. Therefore, the following conducts are expected from our suppliers: In keeping with our commitment to exercising appropriate standards of professionalism and ethical conduct in all business activities, IHVN will not tolerate bribery or corruption in any form, or any breach of its Anti-Bribery Policy.Suppliers are expected to maintain accurate records of their activities and performance that clearly demonstrate compliance with all applicable standards, regulations and IHVN requirements.Suppliers must disclose any personal relationships, economic interest or other ties to their business held by an employee or contractor with IHVN.Suppliers shall provide IHVN with high-quality products and services that meet all applicable quality and demonstrate that they have robust Standard Organization of Nigeria requirements in place. We expect suppliers to immediately report to IHVN of any concerns about product safety.Suppliers shall take appropriate measures to secure and protect all confidential information related to its relationship with IHVN and use it only for the purpose authorized under contractual agreement. This obligation shall remain in force regardless of the status of the business relationship.Suppliers to IHVN shall carry out operations with care for the environment and at a minimum will comply with all applicable environmental laws and regulations.Suppliers shall also comply with any additional category specific requirements regarding the goods or services provided to IHVN, for example our requirements in respect of specification.
 Instructions to Bidding/Requirements All bids must be in ink or type written; submission in pencil will not be accepted.All enquiries regarding the proposed application for the above should be addressed to the Deputy Director Procurement/HOD SCM of IHV-Nigeria.Bids must be properly sealed.Bidders not registered with IHVN must include company profile.Bidders not registered with IHVN must include copies of tax clearance certificates for the past three years.All bids must provide evidence of at least two similar Jobs made in the past for IHVN/other organizations etc.Bidders not registered with IHVN must provide proof of registration with the Corporate Affairs Commission (CAC).Bidders must show proof of DUNS certification or the bid will be disqualifiedBids should be submitted to the head office on or before the date below specified as deadline.Bids will be opened at the expiration of the bid advert.Any quote with percentage/calculation error will be disqualified at the tender meeting.All bidders must indicate their bid validity period.As time is of the essence, delivery of goods shall be within 6 to 8 weeks from the date of receipt of L.P.O by contractor.
Note* Bids which must reach us within fifteen (15) working days from the date of this publication should have the title of the BID written on the “Top Left Hand Corner” of the envelope.Please find the Detailed Specifications/Quantities Required on Annex 1 below.
Funding Agency USAID/NIG. TB LON3 Grant
Bid Start Date/ Time 16/12/2020         8:00 am
Bid Deadline Date/ Time 08/01/2021         10:00 am
 Contact The Deputy Director Procurement/HOD SCM SCM DepartmentSupply Chain Management Department
Institute of Human Virology, Nigeria
Pent House, Maina Court
Plot 252, Herbert Macaulay Way
Central Business District
P.O. Box 9396, Garki, Abuja-NIGERIA
Tel: +234 (0) 9 4610342, 4610341, Fax: +234 Ext. 4025Email: bids@ihvnigeria.org

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

ACHIEVING HEALTH NIGERIA INITIATIVE (AHNI)-

REQUEST FOR QUOTATION FOR SUPPLY AND INSTALLATION OF BIOMETRICS EQUIPMENT (FINGERPRINT READERS)

AHNi
REQUEST FOR QUOTATION FOR SUPPLY AND INSTALLATION OF BIOMETRICS EQUIPMENT (FINGERPRINT READERS)
REFERENCE NUMBER: GF-AHNI-002-12-ABJ-2020

A. BACKGROUND:
With funding from the Global Fund, Family Health International (FHI360) is collaborating with Achieving Health Nigeria Initiative (AHNi) to support the government of Nigeria to enhance sustained cross-sectional integration of HIV/AIDS services by building Nigeria’s capacity to deliver sustainable high quality, comprehensive, prevention, treatment care, and related services in Nigeria.

Achieving Health Nigeria Initiative (AHNi) is therefore inviting qualified and interested companies to submit a sealed quotation for the supply and installation of Biometric Equipment (Fingerprint Readers)

B. REQUEST:
Interested bidders should visit this website on any web browser: https://bit.ly/3gJIopb to access and download the list and specification of Biometrics Equipment (Fingerprint Readers).

C. MINIMUM ELIGIBILITY REQUIREMENT:

NO TENDER REQUIREMENT
1 Company Profile; registered address(s), official/functional emails, telephone numbers and point of contact for the company
2 Evidence of legal registration document of the company (CAC, FORM C07 and FORM C02)
3 Latest Tax Clearance Certificate
4 Evidence of Financial Capability (most recent audited account)
5 Bank Reference Letter duly signed and addressed to AHNi Procurement Committee
6 Evidence of OEM, Dealership or Partnership with major biometrics equipment Manufacturers
7 Evidence of experience in award(s) of biometrics equipment of similar scope and complexity within the last 3 years: Bidders must provide copy(ies) of Job Orders (Purchase Orders or Contract) and proof of delivery(ies)-Delivery Notes/Waybills
8 Financial Quotation and required Commercial Terms

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

FEDERAL INLAND REVENUE SERVICE (FIRS)-

INVITATION TO TENDER FOR THE SUPPLY AND INSTALLATION OF KEY MANAGEMENT SYSTEM AT FIRS OFFICES IN LAGOS MAIN LAND WEST STATE COORDINATOR OFFICE, ENUGU STATE COORDINATOR OFFICE AND KADUNA STATE COORDINATOR OFFICE

INVITATION TO TENDER FOR THE SUPPLY AND INSTALLATION OF KEY MANAGEMENT SYSTEM AT FIRS OFFICES IN LAGOS MAIN LAND WEST STATE COORDINATOR OFFICE, ENUGU STATE COORDINATOR OFFICE AND KADUNA STATE COORDINATOR OFFICE.

1.0 INTRODUCTION:
The FEDERAL INLAND REVENUE SERVICE (FIRS) has appropriated funds in the 2020 budget for the Supply and Installation of Key Management System at FIRS Offices in Lagos Mainland West State Coordinator Office/Large Tax Office (LTO), Enugu State Coordinator Office and Kaduna State Coordinator Office. Following the 2020 General Procurement Notice (GPN) published on DAILYTRUST of 24th January, 2020, THE NATION and FEDERAL TENDERS JOURNAL of 27th January, 2020 the Service hereby invite competent existing and prospective contractors to tender for the project as stated below.

2.0 SCOPE OF WORKS:
The detailed scopes of works for the project are contained in the Bill of Quantities (BOQ) attached to the Standard Bidding Document (SBD).

3.0 MANDATORY REQUIREMENTS:
A. Evidence of Certificate of Incorporation with the Corporate Affairs Commission(CAC) including form CAC2 and CAC7;
B. Evidence of Company Income’s Tax Clearance Certificate Valid till 31st December, 2020 issued by the appropriate authority;
C. Evidence of current Pension Compliance Certificate valid till 31st December, 2020 of having fulfilled all obligations in relation to pension’s contributions in accordance with the provisions of the Pensions Act 2004. (As amended) [Where applicable] D. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020 in line with Industrial Training Fund (ITF) Act 2011. [Where applicable] E. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020
F. Evidence of current registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of interim Registration Report (IRR) [2020] or valid Certificate issued by BPP.
G. Sworn affidavit disclosing whether or not any officers of the relevant committee of the Federal Inland Revenue Service (FIRS) or Bureau for 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;
H. Company’s Audited Accounts for the last three (3) years – 2017, 2018, 2019.
I. Evidence of Original Equipment Manufacturer (OEM) authorisation, accreditation or partnership to deal deal on the product
Other Requirement
Profile:
i. Size of company, number of staff (technicians and supervisors)
ii. Provide the name of senior level personnel for the project and who must have experience in managing similar facilities Management service contracts.
iii. Members of proposed team for FIRS must have experience in their particular area of responsibility.
Experience in Performing Similar Work;
Attach evidence of supply and Installation of Key management System to offices, factories, schools etc. in the last 5 years with award letters, job completion certificates or payment certificates).
Equipment
i. Quality control measures adopted by the company (evidence of availability of equipment and procedure/methodology).
ii. Equipment owned or lease agreement available for FIRS project (equipment must be relevant to security and safety equipment management services) they are to be verified during company visit.
Financial Capability
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;
J. All documents for submission must be transmitted with a Covering/Forwarding letter under the
Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by Corporate Affairs Commission (CAC), Contact Address; Telephone Number (preferably GSM No); and e-mail address. The letter head 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.

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

NIGERIAN PORTS AUTHORITY-

EXPRESSION OF INTEREST (EOI) FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM

NIGERIAN PORTS AUTHORITY
26/28, MARINA LAGOS
www.nigerianports.gov.ng
PUBLIC NOTICE NO: 4138
EXPRESSION OF INTEREST (EOI) FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM

A. INTRODUCTION
The Management of Nigerian Ports Authority (NPA) hereby invites reputable and competent ICT firms to submit Expression of Interest (EOI) documents for the Design, Development and Implementation of a Performance Management System.

B. SCOPE OF SERVICES
A Performance Management System helps organizations to effectively monitor and understand employees’ performance and productivity. It allows leaders and Managers to easily track, analyse and evaluate workers, ensuring goals are met and issues are addressed promptly.
The Performance Management System to be deployed should have the following features:
(a) Goal Setting and Management
(b) Monitoring Day-to-Day Performance
(c) Performance Appraisal
(d) 360-degree review
(e) Employee Engagement
(f) Continuous feedback Mechanism, of High Capacity (able to serve minimum of 4,000 persons) and User Friendly
(g) Interface with the existing Oracle E-Business Suite
More information on the scope of services is contained in the Request for Proposal to be issued to pre-qualified firms.

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

FAMILY HOMES FUNDS LIMITED-

REQUEST FOR PROPOSALS FOR DEVELOPMENT AND MANAGEMENT OF A WEB PORTAL FOR FAMILY HOMES FUNDS LIMITED PAYMENT PORTAL

FAMILY HOMES FUNDS LIMITED
3RD FLOOR SINOKI HOUSE, OPPOSITE MINISTRY OF TRANSPORTATION, ADEMULEGUN STREET CBD, ABUJA.
REQUEST FOR PROPOSALS (RFP/HRADM/0021)
DEVELOPMENT AND MANAGEMENT OF A WEB PORTAL FOR FAMILY HOMES FUNDS LIMITED PAYMENT PORTAL
SUBMISSION DUE DATE: 11TH DECEMBER 2020 12:00 PM.

INTRODUCTION
The Family Homes Funds Limited (FHFL) is a Private Limited Liability Company with initial shareholding by the Federal Ministry of Finance and the Nigeria Sovereign Investment Authority, the fund is set up as a social housing initiative promoted by the Federal Government of Nigeria as part of its Social Intervention Programme with the sole mandate of facilitating the provision of decent homes for families on low income while creating jobs in the process.

Through the provision of affordable housing, FHFL intends to improve the quality of life of Nigerians on a low income. The provision of this service in a seamless and accountable manner is a critical success factor in ensuring that FHFL is able to fully achieve its objectives. FHFL has decided to develop a web payment portal to help address the challenges of having accurate information, inventory monitoring and payment tracking.

The payment platform also seeks to ensure that opportunities and information are easily accessible to all interested buyers and internal units that require information from time to time. To this end, the portal will also provide basic Customer Relationship Management support services : provide information to prospective buyers, receive and analyses information from interested parties; analyze information from and engage with interested parties; provide regular updates on the status and progress of FHFL estates; and gather data and analytics on the progress of the purchase of a housing unit by a prospective buyer.

To this end, the FHFL looks to engage the unique services of an eligible and experienced firm to supply and deploy a web payment portal to achieve its goals. A proposal should be submitted in accordance with the specifications, terms, and conditions shown in this RFP.

Competent companies are therefore invited to respond to this RFP by providing a detailed proposal in line with the requirement of this RFP for review and consideration.

1.0  SCOPE OF SERVICE
(1.1) The services to be provided with respect to the Website shall include the following:
(1.1.1) Website to contain adequate bandwidth and capacity to manage at least ten million users’ real time
(1.1.2) The Website Portal must handle profile management from pre-implementation to post-implementation of Customer Relationship Management process.
(1.1.3) Relevant content in line with brief from FHFL.
(1.1.4) Supply of Software Licenses for Technology Solutions – This involves supply of licenses to grant FHFL users’ access to the Technology Solution.
(1.1.5) Configuration and Customization of the solution to meet the FHFL’s functional requirements
(1.1.6) The solutions should be designed to meet the programme’s development objectives, processes, and resource limitation. This includes configuration and customization of the proposed solution to meet FHFL’s requirements as specified.
(1.1.7) Training of users on the use of the solution – This involves the delivery of relevant training content to end users on the use of the proposed solution.
(1.1.8) Provision of post-implementation support – This involves provision of a minimum of 1-year post-implementation support to ensure the seamless and effective integration of the proposed solution to FHFL’s operations.
(1.2.0) Front End
(1.2.1) Expression of Interest forms with CAPTCHA for:
(a) Individual
(b) Bulk Purchase Data Set
(i) Name
(ii) Picture
(iii) Proof of Identification
(iv) Email Address
(v) Phone number
(vi) Address
(vii) Unit Location
(viii) Unit Type
(ix) Payment type – Outright, Installment, Rent till Mortgage
(x) RRR
(1.2.2) User Profiles for:
(a) Individual
(b) Co-operatives and organized groups
(1.2.3) SMS and Email Messaging for user activities such as:
(a) Registration
(b) Change of password
(c) Shortlisting and selection and rejection of application etc
(d) Co-operatives
(1.2.4) SSL Security for Front end access
(1.2.5) Secured Login and profile view for registered users
(1.3) Administrative Back end with different user classes (Sales Admin, Finance Admin, Audit Admin)
(1.3.1) Management Information Dashboard: backend dashboard to show Statistics and demographics of users and applicants in one view including full name, housing unit location, payments information/history, RRRs, Receipts Generation
(1.3.2) Search Engine Optimization: optimize website for easy accessibility on search engines with keywords.
(1.3.3) Public Assessment Engine: use algorithms to automatically ascertain the eligibility of each Home application from the public.
(1.3.4) Content Management: to create and manage front end content of the portal.
(1.3.5) Expression of Interest Engine: use algorithms to automatically ascertain the eligibility of each Delivery partner application.
(1.3.6) Profile Management: Manage user profiles for each category of users.
(1.3.7) Search Functionalities: Search column to search users by primary key (user ID), Demography, Industry, Categories etc.
(1.3.8) Reporting Mechanism: Search column to search users by primary key (user ID), Demography, Industry, Categories etc.
(1.3.9) Export Functionalities: administrators should be able to export data in different formats (SQL, PDF, XLS, CSV)
(1.3.10) Audit Trail: to record all system changes and edits after Go live.
(1.3.11) User Management: Access levels to the backend should be in 3 levels.
(a) Guest: Can view the front end and make Applications for the programme.
(b) Publisher/Content Editor: can edit and upload content such as news, sliders etc.
(c) Super Administrator: has access to the Data Entry System and the entire portal and can create/delete users.
(1.4) Project Deliverables
The Project deliverables expected from the Consultants shall include but not be limited to the provision of the following:
(1.4.1) A well-developed website portal
(1.4.2) Maintenance service of the portal over one year
(1.4.3) Implementation Plan – An Inception Report
(1.4.4) Proposed methodology to yield the requisite information as outlined in the Scope of Work
(1.4.5) A detailed work-plan with timelines and showing specific requirements elicitation
(1.4.6) Business Requirements Document (BRD/SRS) to include wireframes, process flow charts, & software architecture diagrams
(1.4.7) Acceptance Testing Script, Beta test plans & Report Template, 3rd party systems integration Report
(1.4.8) User Acceptance Test (UAT) Report
(1.4.9) Testing Activity & Reports
(1.4.10) Implementation of approved & prioritized feedbacks
(1.4.11) Software Integration, Deployment & Launch (Go-Live)
(1.4.12) Software Documentation and Final Source Code
(1.4.13) Delivery of Hosting and Domain Credentials to FHFL
(1.4.14) Presentation of final Project Documentation & Close-out/handover in clear copies soft (.pdf) and two (2 no’s) hard copies
(1.4.15) Training of relevant FHFL individuals on the use and management of the Portal

The Project will be expected to be delivered over one month, with the possibility of renewal. On the occasion that the vendor or FHFL decide not to renew the contract, the vendor will be required to conduct adequate training to the hand over team.

Special Responsibilities and Duties of the Vendor
(1) Develop complex solutions to all business problems in relation to payments for housing units in our estates along with customer engagements by detailed analysis and coordination with main decision makers.
(2) Utilize innovation, experience, and judgment to take decisions on basis of partial information given.
(3) Create relevant content to keep the portal engaging and informative.
(4) Develop all innovative solutions for problems not including precedent.
(5) Ensure to take decisions strategic in nature, long-term consequence and pertinent to financial performance, business strategy and effectual resource utilization.
(6) Prepare systems diagrams and flow charts to support problem analysis.
(7) Head responsibility to prepare design documentation.
(8) Design, code, debug and test portal as per organization’s systems standards, policies, procedures and security requirements.
(9) Evaluate business needs and develop software solutions inclusive of custom developed as well as off-shelf software.
(10) Interact with FHFL unit heads to define existing and future application needs.
(11) Comply with established procedures for project maintenance tasks.

2.0 PROPOSAL SUBMISSION
Proposal must be submitted in strict accordance with this RFP documentation. You will be required to enter a formal contract with FHFL after a proper review of the submitted proposal. A copy of the proposal is to be sent to procurement@fhfl.com.ng.

3.0 PROPOSAL GUIDELINES AND FORMAT
The proposal is required to be submitted in the following format:

(A) Understanding our needs:
This summarizes the offer, highlighting salient features of the proposal, including a description of the vendor’s approach and plans to satisfy requirement of this solicitation.
■ Detail what the bidder considers necessary to fully explain the proposed approach or method
■ Reflect a clear understanding of the nature of work being undertaken and the environment in which the work must be performed
■ Detailed project management approach, workplan and methodology
■ Quality Assurance approach
■ Describe and propose change management procedures
■ Training Approach and type (local and international)
■ Support structure and SLA (must include company’s Organogram) as FHFL places high priority on the level of support that will be provided by vendor at post Go-LIVE.
■ Would you envisage that any portion of this contract would be sub-contracted? What portion and why? Kindly let us know.

(B) Corporate Profile: This should include the following information:
■ Corporate profile document of the firm, including:
■ Certificate of Incorporation, CAC Form 2 and Form 7
■ PENCOM clearance certificate
■ NSITF
■ ITF
■ Audited financial report for the last 3 years
■ Current Income Tax Clearance Certificate in line with the Tax Identification Number (TIN) issued to company by the Federal Inland Revenue Service (FIRS).
■ Value Added Tax (VAT) Registration Letter with your TIN details, as issued by the FIRS
■ Manufacturer’s Authorizations Form (MAF) Evidence of license agreements with OEM(s)
■ Bank Reference Letter
• At least one certificate/proof of registration with statutory bodies regulating the IT industry: CPN, ITAN, ISPON, NITDA
• Overview of the structure of the proposed team (organogram) that will be responsible for delivering the services, with details of the internal reporting mechanism between team members.
• A list of all the Key personnel and a detailed description of their roles and responsibilities (i.e. the name, education details, years of relevant professional experience current resume, of all key personnel.

(C) Similar experience in past projects and their coverage area.
Proposal shall include corporate and institutional capability demonstrating past performance. Provide information of at least 3 relevant references based on past performance.

(D) Financials Quotation

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

MANAGEMENT SCIENCES FOR HEALTH (MSH)-

REQUEST FOR EXPRESSION OF INTEREST FOR PROVISION OF HIGH-SPEED INTERNET AND THE SUPPLY OF NETWORK DEVICES

MSH REQUEST FOR EXPRESSION OF INTEREST

REOI TITLES:
CATEGORY A: SUPPLY OF SERVERS, PERSONAL COMPUTERS (PCS) AND RELATED DEVICES
CATEGORY B: PROVISION OF HIGH-SPEED INTERNET AND THE SUPPLY NETWORK DEVICES
CATEGORY C: SOLAR POWER SOLUTIONS INCLUDING INSTALLATIONS (FOR THE GLOBAL FUND – RSSH PROJECT)
DATE OF ISSUE: 30 NOVEMBER 2020

1.INTRODUCTION
MANAGEMENT SCIENCES FOR HEALTH (MSH), a global health nonprofit organization, uses proven approaches developed over 40 years to help leaders, health managers, and communities in developing nations build stronger health systems for greater health impact. We work to save lives by closing the gap between knowledge and action in public health. Since its founding in 1971, MSH has worked in over 150 countries with policymakers, health professionals, and health care consumers to improve the quality, availability, and affordability of health services. Working with governments, donors, non-governmental organizations, the private sector, and health agencies, MSH responds to priority health problems such as HIV & AIDS: tuberculosis, malaria, maternal, newborn and child health, family planning and reproductive health, and chronic non-communicable diseases such as cancer, diabetes, and lung and heart disease. Through strengthening capacity, investing in health systems innovation, building the evidence base, and advocating for sound public health policy, MSH is committed to making a lasting difference in global health.

The MSH RSSH Program is requesting interested and qualified companies that meet the eligibility criteria below to express their interest and submit supporting documents (please see section 2.0 below) for any of the categories detailed in sections 1.1, 1.2, and 1,3 below:

1.1.CATEGORY A – SUPPLY OF SERVERS, PERSONAL COMPUTERS (PCS) AND RELATED DEVICES
Certified IT Equipment Supply Companies

1.2.CATEGORY B – PROVISION OF HIGH-SPEED INTERNET AND THE SUPPLY OF NETWORK DEVICES
ICT & Internet Service Provider Firms

1.3.SOLAR POWER SOLUTIONS INCLUDING INSTALLATIONS
Solar Power Solutions Firm

2.ELIGIBILITY CRITERIA
Please read this section carefully and ensure that the entire requested information is included in your submission. Evaluators will neither make assumptions nor draw inferences regarding missing or incomplete information.

Submission should be comprehensive and address al requirements as stated below in chronological order:
1.Detailed Company Profile with registered address, functional email, telephone numbers and point of contact for the organization, organogram and CVs of staff.
2.Evidence of valid and active company registration (i.e. Certificate of incorporation with Corporate Affairs Commission forms CAC2 & CAC7)
3.Evidence of payment of tax ax clearance certificate for the last three years: 2017, 2018 & 2019
4.Audited financial statements for the last three years: 2017, 2018 & 2019
5.Five (5) verifiable evidence of similar jobs successfully executed each valuing at least twenty million naira (NGN20,000,000.00) for Category A and at least ten million Naira (NGN10,000 000.00) for Categories Band Respectively in the past five (5) years including copies of job order contracts and job completion certificate
6.Original Equipment Manufacturer Partner Certification for Category only
7.Note that only shortlisted companies with submissions that meet all the requirements above will be invited to submit their detailed Quotation proposals.

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

UNHCR-

REQUEST FOR QUOTATION FOR SUPPLY OF INFORMATION AND COMMUNICATION TECHNOLOGY EQUIPMENT (LAN CABLING ITEMS) FOR UNHCR FIELD OFFICE, LAGOS

UNHCR
FOR SUPPLY OF INFORMATION AND COMMUNICATION TECHNOLOGY EQUIPMENT (LAN CABLING ITEMS) FOR UNHCR FIELD OFFICE, LAGOS
REFERENCE: RFQ_NIG_ABJ_SUP_42_2020
BENEFICIARY COUNTRY(IES): NIGERIA
REGISTRATION LEVEL: BASIC
PUBLISHED ON: 24-NOV-2020
DEADLINE ON: 26-NOV-2020 00:00 (GMT 0.00) WESTERN EUROPE TIME, LONDON, LISBON, CASABLANCA

Description
Dear Sir/ Madam,

I hope my mail meets you well.

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