Background Image

NEEM FOUNDATION-

REQUEST FOR PROPOSAL (RFP) FOR DEVELOPMENT OF EARLY WARNING EARLY RESPONSE SYSTEM

REQUEST FOR PROPOSAL (RFP) – PROTECTING OUR COMMUNITIES
RFQ TITLE: DEVELOPMENT OF EARLY WARNING EARLY RESPONSE SYSTEM – VERSION 2.0
RFQ ISSUE DATE: SEPTEMBER 21ST, 2020
RFQ EXPIRY DATE: OCTOBER 2ND, 2020 @ 5.00PM
RFP SUMMARY: THE SERVICES TO BE RENDERED ARE DETAILED IN THE ATTACHED SCHEDULE.

Interested parties should send in proposals detailing plans for the development of the second iteration of the Early Warning and Response System. The project will cover extensive upgrades/development to an existing technology solution for monitoring and responding to conflict indicators.

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

UNHCR-

REQUEST FOR QUOTATION FOR PROCUREMENT OF NETWORK INFRASTRUCTURE MATERIAL (ICT ITEMS)

UNHCR
PROCUREMENT OF NETWORK INFRASTRUCTURE MATERIAL (ICT ITEMS)
REFERENCE: RFQ/NIG/ABJ/SUP/20/2020
BENEFICIARY COUNTRY(IES): NIGERIA
REGISTRATION LEVEL: BASIC
PUBLISHED ON: 16-SEP-2020
DEADLINE ON: 25-SEP-2020 17:00 (GMT 2.00) BRUSSELS, COPENHAGEN, MADRID, PARIS

Description
Dear Sir/Ma,

Trust this meets you well and your doing great?

Kindly find attach an RFQ requesting for your best price offer for the procurement of Network Infrastructure Material (ICT items). Kindly also state in your offer the delivery lead time if successful awarded with a purchase order.

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

KWARA STATE UNIVERSITY, (KWASU) MALETE-

INVITATION FOR EXPRESSION OF INTEREST FOR THE PROCUREMENT OF INFORMATION AND COMMUNICATION TECHNOLOGY SUPPORT UNDER 2016 – 2017 – 2018 (MERGED) TETFUND INTERVENTIONS ON ICT SUPPORT

KWARA STATE UNIVERSITY, (KWASU) MALETE
P.M.B 1530, ILORIN
INVITATION FOR EXPRESSION OF INTEREST FOR THE PROCUREMENT OF INFORMATION AND COMMUNICATION TECHNOLOGY SUPPORT UNDER 2016 – 2017 – 2018 (MERGED) TETFUND INTERVENTIONS ON ICT SUPPORT

1. INTRODUCTION
1.1 Kwara State University will use the intervention for updating and expanding its present website efficiency so as to allow for increased access to needed resources by staff and students for teaching, learning, research and community development activities and to meet National Universities Commission (NUC) resource visitation, accreditation and re-accreditation requirements. The Kwara State University, therefore, invites interested, competent, and reputable contractors/suppliers to tender for the under listed projects.

2. SCOPE OF SUPPLY
2.1 The scope of Works /Supply is as follows:
LOT 1: Website Remodeling and Restructuring
LOT 2: International Computer DRIVING Licenses Training

3. ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7. Business Name is also acceptable.
(b) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners) for the last three (3) years valid till 31st December, 2020;
(c) Evidence of current Pension Compliance Certificate valid till 31st December, 2020;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 st December, 2020;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 st December, 2020;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP.
(g) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Kwara State University, Malete, Kwara State 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;
(h) Company’s Audited Accounts for the last three (3) years -2017,2018,2019;
(i) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial/deposit money bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
(j) Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications.
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards and evidence of Memorandum of Understanding with clients /institutions;
(l) Evidence of registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
(m) The Computer Training is to be facilitated by a QUALIFIED AND CERTIFED ICDL EXPERT /TRAINER with copy of credential submitted along with the company profile.
(n) 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 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 authorised officer of the firm.

4. SUBMISSION OF EXPRESSION OF INTEREST

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

HEARTLAND ALLIANCE LTD/GTE-

REQUEST FOR PROPOSALS ON DESIGN, IMPLEMENT AND MAINTENANCE OF ROBUST PATIENT MANAGEMENT SOFTWARE

HEARTLAND ALLIANCE LTD/GTE
REQUEST FOR PROPOSALS ON DESIGN, IMPLEMENT AND MAINTENANCE OF ROBUST PATIENT MANAGEMENT SOFTWARE
RFP NO.: HALTD/GTE/KPCARE1/ PATIENT MANAGEMENT SOFTWARE IN SEPTEMBER 2020/013
RFP SUBMISSION DEADLINE: NOT LATER THAN 2020, SEPTEMBER 29TH

1. BACKGROUND
Heartland Alliance Ltd/Gte (HALG) is an indigenous non-governmental organization established to address the human rights reeds of vulnerable persons in the society HALG is requesting a qualified organization to design, implement and maintain a robust patient management software and a mobile application.

2. MAJOR OBJECTIVES /DELIVERABLES:
A mobile application that meets the following minimum requirements –
i. Uniquely identify individual service provider, track date, time of accessing client individual medical records and geo-coordinates.
ii. Provide mechanism for service provider to auto generate unique identification (UID) including alphanumeric code and biometric for new clients (e.g. CTs assignment of HTS client intake form FSP enrolment of clients for ART). This will align with existing HTS client intake numbering arrangement, ongoing biometric capture exercise and HALG ART enrolment UID.
iii. Enable service provider to identify existing client through UID number and/or biometrics data, view previous client’s medical information, service uptake and document current services provided including geo-coordinates.
iv. Provide feature and capacity to support biometric data capture by pre-determined (targeted) HALG personnel for new and existing clients (without duplication) and reflecting geo-coordinates.
v. Capability to provide optimal security and confidentiality for client data especially on the mobile application.

Patient Management Database with the following minimum features and capabilities
i. Establish a mechanism for centralized patient level data synchronization
ii. Design and implement a Kafka cluster for data messaging to allow data sharing among multiple applications and users
iii. Design and implement elastic stack cluster for data reporting across multiple applications and users.
iv. Develop web application for generating report, data visualization and creation of real time dashboards.
v. Builds on, complements, and aligns with existing and future HAN electronic medical record system.
vi. Mobile application allows both online and offline use with scheduled prompt for data synchronization.
vii. Provides real-time client (patient) level data management with capability of multi-points access, data entry and de-duplication of data.
viii. Reduce/eliminate paperwork creating integrated client-specific electronic medical record interface and sharing among accredited service providers.
ix. Establish sustainable interoperable mechanism to ensure continuous sharing of patient level data including biometrics from HAN electronic medical records to external repositories (NDR)
x. Establish linkage for scheduled data communication with DMEL on weekly/monthly aggregate data, HFR and line-listing of lost to follow-up clients.

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

UNIVERSITY OF IBADAN, IBADAN-

INVITATION TO TENDER/EXPRESSION OF INTEREST FOR INTERNALLY GENERATED REVENUE PROJECTS

UNIVERSITY OF IBADAN, IBADAN
INVITATION TO TENDER/EXPRESSION OF INTEREST

1. INTRODUCTION
The University of Ibadan, the First University in Nigeria established in the year 1948 with a vision to be a world-class institution for academic excellence geared towards meeting societal needs hereby invites interested reputable, competent, experienced Contractors and Suppliers for the execution of the following University Projects:

2. SCOPE OF WORK
INTERNALLY GENERATED REVENUE PROJECTS

CATEGORY A: WORKS

LOT NO PROJECT DESCRIPTION
LOT 1 ICT INFRASTRUCTURE DEVELOPMENT (HOSTELS)
LOT 2 ICT INFRASTRUCTURE DEVELOPMENT(CENTRES AND CAR PARKS)
LOT 3 ICT INFRASTRUCTURE DEVELOPMENT(POWER BACKUP)
LOT 4 ICT INFRASTRUCTURE DEVELOPMENT(NOC EQUIPMENT)

CATEGORY B: WORKS

LOT NO PROJECT DESCRIPTION
LOT 5 EXTENSION OF POWER SUPPLY TO UI FACILITIES

CATEGORY C: EXPRESSION OF INTEREST

LOT NO PROJECT DESCRIPTION
LOT 6 COMPUTER BASED TEST SOFTWARE DEVELOPMENT

3. ELIGIBILITY REQUIREMENTS
Interested bidders/consultants shall submit the following minimum verifiable technical requirements to be eligible for contract consideration:
(a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC 2 and CAC 7.
(b) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years. (2017, 2018 & 2019) valid till 31st December, 2020.
(c) Evidence of Current Pension Compliance Certificate valid till 31st December, 2020.
(d) Evidence of Current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020.
(e) Evidence of Current Nigerian Social Insurance Trust Fund (NSITF) compliance Certificate valid till 31st December, 2020;
(f) Evidence of Registration with the National Database of Federal Contractors, Consultants and Service providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by Bureau of Public Procurement.
(g) Sworn affidavit:
(i) disclosing whether or not any officer of the relevant committees of University of Ibadan or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars.
(ii) that the Bidder is neither in receivership nor a subject of insolvency/bankruptcy/winding up proceedings
(iii) that none of the Bidder’s Directors has ever been convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification or falsification of facts relating to any matter.
(h) Company’s Audited Accounts for the last three (3) years (2017, 2018 & 2019);
(i) 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) Company’s Profile, including C.V. of key personnel with copies of their Academic/Professional Certificates such as ARCON, COREN, QSRBN, CORBON, CPN, NITDA etc
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation/Job Completion Certificates and Photographs of the Projects.
(l) Category A & C: Evidence of Firm’s current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
(m) Consent to allow for Verification of all the documents submitted including CAC, Federal Inland Revenue, Pension & Industrial Training Fund and Company’s financial standing with bankers.
(n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR& Sworn Affidavit are compulsory for each JV partner).
(o) All documents for submission must be transmitted with Covering/Forwarding letter under the Company/Firm’s Letter Head Paper 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.

2. COLLECTION OF TENDER DOCUMENTS (CATEGORY A& B)
Interested bidders are to collect the Standard Bidding Document (SBD) from the office of the Director of Procurement, University of Ibadan on evidence of payment of a non-refundable Tender fee ofN10,000 per Lot. The Tender fee should be paid into University of Ibadan’s TSA account and evidence of payment should be taken to the Cash Office of Bursary to obtain University Official Receipt. However, interested consultants are exempted from paying tender fees.

3. SUBMISSION OF TENDER DOCUMENTS (CATEGORY A& B)
Prospective bidders are to submit bid for each of the Lot desired four (4Nos.) copies of the Technical Bid and Four (4No.) copy of the Financial Bid packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid” as applicable. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed/delivered to: The Secretary, Procurement Planning Committee, Procurement Unit, University of Ibadan and labeled “TECHNICAL and FINANCIAL BID” with the “PROJECT NAME/TITLE” and “LOT NO” clearly written on the top Right-Hand corner. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder. Closing date for submission of bids is 12:00 noon on Monday, 26th October, 2020.

4. SUBMISSION OF EOI DOCUMENTS (CATEGORY C)
Interested firms are to submit two (2) bound of Expression of Interest (Eol) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed as stated in 5. Above; and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box not later than 12:00 noon on Monday, 28th September, 2020.

5. OPENING OF EOI AND TECHNICAL BIDS
The EOI documents and Technical bids will be opened immediately after the deadlines for submissions at 12:00 noon on Monday, 28th September, 2020 and 12:00 noon on Monday, 26th October, 2020 respectively, in the Senate Chamber of the University, while the financial bids will be kept un-opened. Please ensure that the Bid Submission Register is signed in the Procurement Office, as the University of Ibadan will not be held liable for misplaced or wrongly submitted bids.

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

NATIONAL MALARIA ELIMINATION PROGRAMME (NMEP)-

INVITATION TO TENDER FOR THE SUPPLY AND DELIVERY OF MALARIA VECTOR SURVEILLANCE MATERIALS AND PROVISION OF NAVISION SERVICES TO NMEP

FEDERAL MINISTRY OF HEALTH
DEPARTMENT OF PUBLIC HEALTH
NATIONAL MALARIA ELIMINATION PROGRAMME (NMEP)
INVITATION TO TENDER
FOR THE SUPPLY AND DELIVERY OF MALARIA VECTOR SURVEILLANCE MATERIALS AND PROVISION OF NAVISION SERVICES TO NMEP

1. INTRODUCTION:
The National Malaria Elimination Programme (NMEP) is soliciting for tenders from interested and reputable contractors with cognate experience relevant for the supply of Malaria Vector Surveillance Materials and provision of NAVISION Accounting Services.

2. It is instructive to note that the NMEP is a division in the Department of Public Health, Federal Ministry of Health (FMOH) and is saddled with the responsibility of controlling Malaria in Nigeria. The NMEP, as a Principal Recipient of a Global Fund, received grant for Malaria for the year 20192020 and intends to coordinate all public sector Global Fund implementation and provide National guidance regards the under listed projects:

S/N Lot Number Project Name Remarks
1 Lot 1&2 Supply and Delivery of Malaria Vector Surveillance to NIMR, Yaba, Lagos Description of the Items is as captured in the Various Bidding Documents
2 Lot 3 Provision of NAVISION Software for Accounting Services to NMEP, Abuja As in various Bidding Document

3. MANDATORY ELIGIBILITY CRITERIA
I. Evidence of company registration with Corporate Affairs Commission (CAC) by submitting CAC Certificate, Certificate True Copy of Memorandum and Article of Association with Corporate Affairs Commission or similar government regulatory institution in your country of operation.
II. Current Tax Clearance Certificate for last three (3) years (2017, 2018 and 2019) expiring by December, 2020
III. Current Company’s PENCOM Compliance Certificate expiring by December,
IV. Current Company’s ITF Compliance Certificate expiring by December, 2020.
V. Current Company’s NSITF Compliance Certificate expiring by December, 2020.
VI. Duly Certified Company Audited Accounts for the last 3 years (2017, 2018 and 2019) valid till December, 2020 or tax exemption certificate, where applicable.
VII. A signed company cover letter showing the names, addresses/contacts of the Directors of the company and Verifiable evidence of ownership of office address/structure etc.
VIII. Evidence of previous similar projects (at least 3 award letters and their completion certificates) did by the company for reputable Organisation/Procuring Entity by submitting Award Letters, Completion Certificates etc. Note that the award letters and completion certificate presented by the bidder will be verified by the NMEP to ensure their authenticity
IX. Comprehensive company profile showing the evidence of possessing technical staff relevant to the project of bidder’s interest
X. Evidence of Registration with relevant Professional Body (Lot 1&2).
XI. Evidence of Microsoft Partnership operational License (Lot3) only.

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

NATIONAL POPULATION COMMISSION-

INVITATION TO TENDER FOR THE PROCUREMENT OF GOODS AND EXPRESSION OF INTEREST (EOI) FOR CONSULTANCY SERVICES

FEDERAL GOVERNMENT OF NIGERIA
NATIONAL POPULATION COMMISSION
NO. 1.MASAKA CLOSE, OFF OLUSEGUN OBASANJO WAY, ZONE 7,WUSE, ABUJA, FCT
INVITATION TO TENDER FOR THE PROCUREMENT OF GOODS AND EXPRESSION OF
INTEREST (EOI) FOR CONSULTANCY SERVICES

A. INTRODUCTION
The National Population Commission is charged with the responsibility of conducting the National Population and Housing Census, Surveys, Civic Registration system and provision of Geo-data base information in Nigeria, as well as other Population related matters. The Commission in keeping with its mandate and in compliance with the Public Procurement Act, 2007, intends to implement some projects in line with the 2020 financial year. The Commission hereby invites Interested, Competent, Reputable Contractors and Consultants with relevant experience and good track record for the procurement of the under listed:

B. GOODS

LOT NOS ITEMS DESCRIPTION
LOT G01 SUPPLY OF COMPUTERS
LOT G02 PRINTING OF PHOTOCOPYING MACHINES,PRINTERS AND TONERS
LOT G03 SUPPLY OF PDAS
LOT G04 SUPPLY OF GENERATOR
LOT G05 SUPPLY OF COMPUTER ACCESSORIES
LOT G06 SUPPLY OF OFFICE FURNITURE
LOT G07 PRINTING OF TRAINING MANUAL
LOT G08 SUPPLY OF SATELLITE IMAGERY
LOT G09 SUPPLY OF PLOTTERS AND PLOTTER
LOT G10 SUPPLY OF STATIONERIES
LOT G11 SUPPLY OF PUBLIC ADDRESS SYSTEM, PROJECTORS, SCANNERS AND CAMERA
LOT G12 SUPPLY OF E-CERTIFICATE EQUIPMENT
LOT G13 SUPPLY OF NETWORKING
LOT G14 SUPPLY OF CARTO CONSUMABLES
LOT G15 PROVISION OF INSURANCE COVER

C. CONSULTANCY SERVICE

LOT NOS ITEMS DESCRIPTION
C01  DESIGNING AND DEPLOYMENT OF CUSTOMISED SOFTWARE FOR ENUMERATION AREA DEMARCATION DATA ACQUISITION, PROCESSING AND DISPLAYING

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

PETROLEUM PRODUCTS PRICING REGULATORY AGENCY (PPPRA)-

INVITATION FOR EXPRESSION OF INTEREST FOR LOCAL AREA NETWORK EXPANSION IN THE PPPRA HEAD OFFICE AND ZONAL OFFICES AND DISPOSAL OF UNSERVICEABLE ASSETS

PETROLEUM PRODUCTS PRICING REGULATORY AGENCY (PPPRA)
www.pppra.gov.ng
INVITATION FOR EXPRESSION OF INTEREST FOR LOCAL AREA NETWORK EXPANSION IN THE PPPRA HEAD OFFICE AND ZONAL OFFICES AND DISPOSAL OF UNSERVICEABLE ASSETS

1.0 INTRODUCTION
1.1 The Petroleum Products Pricing Regulatory Agency (PPPRA) is an autonomous Agency of the Federal Government of Nigeria charged with the statutory mandate of determining the pricing policy of petroleum products, regulating the supply/distribution of petroleum products, establishing an information data bank through liaison with relevant Agencies to facilitate the making of informed/realistic decisions on pricing policies and seeks to carry out procurement for (i) Local Area Network (LAN) Expansion (ii) Disposal of Agency’s unserviceable assets.
1.2 The PPPRA in the discharge of its mandate invites competent and reputable Consultants/Contractors to submit Expressions of Interest/Tender for the following Procurements: (i) Local Area Network (LAN) Expansion (ii) Disposal of Agency’s unserviceable assets

2.0 SCOPE OF WORK

(A) CONSULTANCY SERVICES:
Lot 1: Local Area Network (LAN) Expansion at the PPPRA Head Office and Zonal Offices.

(B) GOODS:
Lot 2: Disposal of Agency’s unserviceable assets

3.0 ELIGIBILITY REQUIREMENTS:
(a) Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 (or CAC 1 1);
(b) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31 December, 2020;
(c) Evidence of current Pension Compliance Certificate valid till 31 December, 2020;„
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2020;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2020;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP.
(g) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Petroleum Products Pricing Regulatory Agency 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;
(h) Company’s Audited Accounts for the last three (3) years-2017, 2018, 2019;
(i) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
(j) Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
(l) Evidence of either Huawei (HCPN/HCNA) or Cisco (CCNP/CCNA) Certifications for Lot 1;
(m) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR& Sworn Affidavit are compulsory for each JV partner)
(n) 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 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 authorised officer of the firm.

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

CORPORATE AFFAIRS COMMISSION-

EXPRESSION OF INTEREST: DESIGN, DEVELOPMENT AND IMPLEMENTATION OF ENTERPRISE REGISTRY SOFTWARE AND PROVISION OF MANAGED DEDICATED INFRASTRUCTURE FOR THE HOSTING OF THE COMMISSION ONLINE SERVICES

CORPORATE AFFAIRS COMMISSION
(ESTABLISHED UNDER THE COMPANIES AND ALLIED MATTERS ACT 1990)
PLOT 420 TIGRIS CRESCENT, MAITAMA DISTRICT
P.M.B 198 GARKI, ABUJA-NIGERIA
EXPRESSION OF INTEREST: DESIGN, DEVELOPMENT AND IMPLEMENTATION OF ENTERPRISE REGISTRY SOFTWARE AND PROVISION OF MANAGED DEDICATED INFRASTRUCTURE FOR THE HOSTING OF THE COMMISSION ONLINE SERVICES

1. INTRODUCTION
The Corporate Affairs Commission was established by the Companies and Allied Matters Act (CAMA) of 1990 to regulate and supervise the formation, incorporation, registration, management and winding of companies in Nigeria.

In compliance with the provisions of the Public Procurement Act 2007, the Commission hereby invites competent companies to submit Expression of Interest for the following projects:

LOT NO PROJECT TITLE
Lot 1 Design, development, and implementation of Enterprise Registry Software
Lot 2 Managed Dedicated Infrastructure for the Hosting of the Commission Online Services

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

UNHCR-

REQUEST FOR QUOTATION FOR PROCUREMENT OF ICT ITEMS (TONER 508A & NETWORK CABLE)

UNHCR
PROCUREMENT OF ICT ITEMS (TONER 508A & NETWORK CABLE)
REFERENCE: RFQ/NIG/ABJ/SUP/16/2020
BENEFICIARY COUNTRY(IES): NIGERIA
REGISTRATION LEVEL: BASIC
PUBLISHED ON: 26-AUG-2020
DEADLINE ON: 28-AUG-2020 17:00 (GMT 2.00) BRUSSELS, COPENHAGEN, MADRID, PARIS

Description
Dear Sir/Ma,

Trust this meets you well and your doing great? We kindly seek best price offer for the two items as attached. we will appreciate to received the item on or before Friday 28/08/2020

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