REQUEST FOR EXPRESSION OF INTEREST AT NIGERIA DEPOSIT INSURANCE CORPORATION

NIGERIA DEPOSIT INSURANCE CORPORATION

Plot 447 / 448 Constitution Avenue, Central Business District, Abuja

E-mail: info@ndlc.org.ng

Website: www.ndic.org.ng

 

SELECTION OF CONTRACTORS FOR THE CONSTRUCTION OF THE CORPORATION’S BRANCH OFFICES AT YOLA, SOKOTO, PORTHARCOURT AND BAUCHI

 

REQUEST FOR EXPRESSION OF INTEREST.

 

The Nigeria Deposit Insurance Corporation (NDIC) intends to develop its branch offices at Yola, Sokoto and Portharcourt.

 

The Corporation invites Expression of Interest (EOI) for pre-qualification from contractors with proven experience and competence in building construction of its branch offices as follows:

 

Scope of Work

The construction work would be implemented as follows:

 

Lot 1:         Construction of Yola branch Office at Yola;

Lot 2:         Construction of Sokoto branch Office at Sokoto

Lot 3:         Construction of Portharcourt branch office at Portharcourt

Lot 4:         Construction of Bauchi branch office at Bauchi

 

 

Conditions for Eligibility

Interested Construction firms are required to submit pre-qualification documents detailing their Company’s capabilities. The Construction firms should be registered with relevant professional body. Firms must be willing to enter into a formal agreement with the Corporation.

 

Submissions must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affair Commission (CAC) in Nigeria.
  • The current 3 years Tax Clearance Certificate of the Company (2007-2010).
  • The Company’s audited accounts for the last three years (2009-2011).
  • Evidence of Financial capacity or bank support to undertake the project.
  • Evidence of having successfully carried out similar works within the past three years of not less than N5.0 billion.
  • Annual turnover.
  • Comprehensive Company profile and Organizational structure. .
  • Evidence of Operational Capacity to execute the project.
  • Resume of key technical staff to be deployed.
  • Evidence of availability of requisite and appropriate staff/skill for the job.
  • Evidence of VAT registration and remittance.
  • Evidence of compliance with Pension Act; including proof of remittance to PFCs and PFAs.

 

Verification Claims

Please note that the Corporation reserves the right to verify all indicated references and Operation Capacities as submitted by interested contractors.

 

Submission Pre-Qualification

Note that 2no copies of the EOI should be submitted in sealed envelopes clearly marked PRE-QUALIFICATION FOR CONSTRUCTION OF NDIC OFFICES AT YOLA, SOKOTO AND PORTHARCOURT and addressed to:

 

 

Director of Administration Department

Nigeria Deposit Insurance Corporation (NDIC),

Plot 447/448 Constitution Avenue,

Central Business District,

Abuj a, Nigeria.

 

The closing date for submission is on the 20th September, 2012 by 12:00 noon. The submissions are to be dropped in the tender box on the ground floor, reception in the Head Office. Companies dropping EOI are expected to sign the EOI register on the 2nd floor, Admin Dept, before dropping the tenders. Submission of EOI by post or courier will not be acceptable, and any EOI received at the designated location after the specified time and date shall be considered late and non-responsive.

 

Opening of Documents

Opening of documents will hold in the presence of applicants or their representatives at the Conference room of the Head Office building on Monday 10lh September by 2.00p.m.

 

Important Notice

All applicants are to note that:

 

1        Nothing in this advert shall be construed to be a commitment by the Corporation,

2        Failure to comply with any of the above instruction or to provide any of the above listed documents may automatically result to disqualification.

3        The Corporation shall not enter into any correspondence with unsuccessful tenderers.

4        Only firms capable of executing the project would be contacted.

 

Signed

Management

Invitation to Tender at Kaduna State Millenium Development Goals Conditional Grants Scheme

Kaduna State Millenium Development Goals Conditional Grants Scheme

 

Invitation to Tender

 

Sequel to our advertisement dated 17th Feb.2012 published in two National Dailies, i.e. LEADERSHIP and DAILY TRUST newspapers in respect of our pre-qualification of Contractors to undertake Construction and Equipping of PHCs/BHCs and Constructions Hand Pump and Solar Powered Boreholes under the CGS 2011/Local Government CGS Projects Intervention in Kaduna State.

 

2.       The State MDGs-PSU wish to inform contractors that applied for Pre-qualification for the CGS 2011 project to check for the list of Pre-qualified Contractors from the Notice Board of MDGs-PSU Office, Kaduna.

 

3.       Pre-qualified contractors who wish to tender for the category of works qualified can purchase tender documents after the payment of fees as follows:

 

Date:          22nd -27th August, 2012

Venue:        MDGs/PSU Conference Hall 2ND Floor Obasanjo House Yakubu Gowon Way Kaduna.

Time:                   8am – 4pm Daily

 

4.       Tender must be completed and submitted including photocopy of the tender fee receipt on or before Monday 27th August, 2012. All successful bidders and interested person who may wish to witness the process are to note that the bid opening comes up on Monday 27th August 2012 by 11.00am at the same venue please.

 

5.       All contractors are to note that it is not binding on Kaduna State Government and indeed MDGs Project Support Unit, to select the lowest Bid but Responsive bidders.

 

Signed:

Focal Person

Invitation for Bids (IFB) at Federal Government of Nigeria Science and Technology Education Post Basic (Step-B) Project National Research institute for Chemical Technology (NARICT), Zaria

Invitation for Bids (IFB)

Federal Government of Nigeria Science and Technology Education Post Basic (Step-B) Project National Research institute for Chemical Technology (NARICT), Zaria

 

Credit No. 4304-UNI

Supply and Installation of Analytical Equipment

IFB No. NARICT/STEP-B/G/ICB/1/12

Date of Issuance: August 23rd, 2012

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007.

 

2.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic (step-b) Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Supply and Installation of Analytical Equipment.

 

3.       The National Research Institute for Chemical Technology (NARICT), Zaria participating in the implementation of the Science and Technology Education Post Basic Project, now invites sealed bids from eligible and qualified bidders for the:

 

Lots Description of Item/Service Quantity Locations Bid Security Delivery Period
1 Supply & Installation of 1No. 300MHz. NMR Spectrometer and

Accessories.

 

1No. NARICT, Zaria At least 2.5% of Bid Price

 

180 days

 

2 Supply & Installation of Laboratory Analytical Equipment and Accessories.

 

13No. NAR1CT, Zaria

 

At least 2.5% of Bid Price 180 days

 

3 Supply & Installation of General Laboratory Equipment and accessories

 

11No.

 

NARICT, Zaria

 

At least 2.5% of Bid Price

 

180 days

 

4 Supply & Installation of Polymer Laboratory Equipment and Accessories.

 

8No.

 

NARICT, Zaria

 

At least 2.5% of Bid Price

 

180 days

 

 

4.       Bidding will be conducted through the International Competitive Bidding (ICB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders form Eligible Source Countries as defined in the Guidelines.

 

5.       Interested eligible bidders may obtain further information from National Research Institute for Chemical Technology (NARICT), Zaria at the address below and inspect the Bidding Documents from 9:00am to 4:00pm Mondays to Fridays, except on public holidays.

 

6.       Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last three (3) years.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • A Manufacturer’s Authorization for equipment not produced by the company.

 

A margin of preference for eligible national contractors shall not be applied. Additional details are provided in the Bidding Documents.

 

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of N15,000,00 (Fifteen Thousand Naira) only or USD100.00. The method of payment will be cash or bank draft in favor of STEP-B Project, National Research Institute for Chemical Technology (NARICT), Zaria. The Bidding Documents will be collected by the representative of the Bidder or by courier services paid by the bidder on request.

 

8.       Bids must be delivered to the address below on or before Monday, 8th October 2012 by 2:00pm. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or bidders’ representatives, who choose to attend in person at the address below at 2:00pm on Monday, October 8th, 2012. All bids must be accompanied by at least 2.5% of the bid price as Bid Security from reputable commercial Bank or an equivalent amount in a freely convertible currency.

 

9.       The address referred to above is;

 

Project Manager

Science & Technology Education Post-Basic (STEP-B) Project

National Research Institute for Chemical Technology (NARICT)

Kilometer 4, Old Kano Road, Basawa

P.M.B.1052

Zaria                                             

Kaduna State

Tel: +234 -08054553615, +234 07033488338, +234-07030475898

E-MAIL: narictstepb09@gmail.com

 

Signed:

Dr. A.A. Ihuoma

Project Manager

 

Road Rehabilitation, Installation of Transformers, Repairs of Collapsed Drainages and Culverts,Construction of Boreholes/Store Building Event Centre at Kosofe Local Government, Lagos State

Kosofe Local Government, Lagos State

 

The authorities of Kosofe Local Government hereby notify the General Public qualified Contractors to bid for the following jobs:

 

1. Road Rehabilitation at the Following Roads;

i.        Rehabilitation of Oduntami Street, Anthony

ii.       Rehabilitation of Sylva Crescent, Anthony

iii.      Rehabilitation of Carew Street, Anthony

iv.      Resurfacing of Olorunfemi Street, Oworo

v.       Resurfacing of Kujore Street, Ojota

 

 

2.       Installation of Transformers at the Following Streets;

i.        Installation of Transform at Adebare Street, Oworoshoki

ii.       Williams Street, Ifako

iii.      Waiters Siffire/Tunde Hassan Street, Ifako

 

 

3. Repairs of Collapsed Drainages and Culverts

i.        Oluwalogbon Street, Anthony

ii.       Sunmola Street, Mende

iii.      Bode Peters Street, Anthony

iv.      Akinwunmi Street, Mende

v.       Sakiru Street, fako

vi.      Epetedo Street, Ogudu

 

 

4. Construction of Boreholes on the Following Streets;

i.        Orile Oworoshoki Street Oworoshoki

ii.       Akeredolu Street, Oworoshoki

iii.      Oduduwa Street, Oworoshoki

iv.      Igbehinadun  Street Oworoshoki

v.       Oluwaseua/Church Street, Oworonshoki

 

5.       Construction of a Store Building Event Centre

i.             Construction of a storey building Event centre at Ogudu

 

6.       Rehabilitation of Block of Classrooms for the Provision of Libraries in the Following Schools;

i.        G.R, A Nursery and Primary School Ogudu

ii.       Mosafejo Nursery and Primary School, Oworo

iii.      Araromi Nursery and Primary School, Ifako

 

Tender documents including the Bill of Quantities and specification are available at the office of the Council Engineer at the Council Secretariat, Ogudu Road on payment of non-refundable fee of fifty thousand naira only (N50.000.00) only.

 

The tender document should be wax sealed and marked in capital at the left hand “TENDER” and should be addressed to:

The Council Manager

Kosofe Local Government

Ogudu Road, Ojota,

Lagos.

 

 

The completed tender documents should be deposited in the tender box at the Council Manager’s office between 8.00am and 4.00om Monday to Friday not later than 31st August, 2012

 

 

Interested Contractors and tender are expected to attach the underlisted requirements alongside their tender documents.

  1. Certificate of registration of company with the Corporate Affairs Commission
  2. Company Profile
  3. Evidence of registration with the Lagos State Government and Kosofe Local Government
  4. Evidence of three (3 ) years tax clearance certificate
  5. Evidence of payment of Tender fee
  6. Evidence of previous jobs (Capital projects) done for Government or any reputable Organization.
  7. Evidence of performance with reputable Financial  Institutions

 

The Local Government is not bound to accept the lowest or highest tender nor give reason for rejecting any tender.

 

Please note that the non-adherence to any of the instruction contained in this notice may render the tender invalid.

 

Signed:

EROGBOGBO R.A

Council Manager

Kosofe Local Government

Supply of Project Vehicles for State Employment and Expenditure for Results (SEEFOR) Project -NCB- at National Planning Commission, Abuja

National Planning Commission

Plot 421 Constitutional Avenue

Central Business District Abuja

 

Nigeria

Invitation for Bids (IFB)

 

CR 5022-NG

 

Supply of Project Vehicles for State Employment and Expenditure for Results (SEEFOR) Project -NCB-

 

1.  This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. NPCU/001/20122.The Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of State Employment and Expenditure for Results (Project) and it intends to apply part of the proceeds of this credit to payments under the Contract for Supply of Project Vehicles: -NCB-.NPCU/001

 

2.   The National Project Coordinating Unit (SEEFOR) at National Planning Commission Abuja now invites sealed bids from eligible and qualified bidders for the supply and delivery of 5 Nos 4 Wheel Drive Vehicle. The latest delivery period is two (2) months.

3.  Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

4.   Interested eligible bidders may obtain further information from National Project Coordinating Unit (SEEFOR) at National Planning Commission and inspect the Bidding Documents at the address given below.

5.  Qualifications requirements include:

(a) Financial Capability The Bidder shall furnish documentary evidence that it meets the following financial requirements): Bidder shall submit three (3) years Audited Financial Statement, which shall include balance sheet, profit and loss statements, cash flow statement and auditor’s reports for the past three years to demonstrate the current soundness of the Bidder’s financial position and indicate its long-term profitability

(b)     Experience and Technical Capacity:

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirements): The Bidder shall have been engaged in the business of supply of vehicles for at least three (3) years supported with documents defining the constitution or legal status, place of registration, and principal place of business. The Bidder shall have successfully completed at least two supply contracts of a similar nature and complexity as the subject contract over the last three years.

(c)      Quality of Goods: The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement: The Bidder shall ensure that the equipment are new and unused and shall also supply the goods together with the detail operations manual. A margin of preference for certain goods manufactured domestically shall not be applied.

Additional details are provided in the Bidding Documents.

6.   A complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to address (1) below and upon payment of a non refundable fee of fifteen thousand Naira (N15,000.00) or one hundred US Dollars (US$100.00). The method of payment will be by Certified Bank Cheque in favour of National Project Coordinating Unit, Fidelity Bank Plc, Account No: 5030029176

7.   Bids must be delivered to the address below on or before 11.00 am on 17th  September, 201 2. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders representatives who choose to attend in person at the address below at 11.00 am on 17th  September, 2012. All bids must be accompanied by a Bid Security of Nine Hundred and Fifty Thousand Naira (N950, 000.00 only or an equivalent amount in a freely convertible currency.

 

 

Tunde Lawal

Director, Macro Dept./National Project Coordinator National Project Coordinating Unit (SEEFOR)

National Planning Commission Plot 42lConstftution, Avenue Central Business District

Abuja, Nigeria