General Procurement Notice (GPN) at Nigeria Deposit Insurance Corporation

Nigeria Deposit Insurance Corporation

Plot 447 / 448 Constitution Avenue,

Central Business District, and Abuja

 

General Procurement Notice (GPN)

The Nigeria Deposit Insurance Corporation (NDIC) wishes to bring to the notice of interested, competent and reputable contractors/suppliers and service providers that the Corporation would carry out procurement of the underlisted works, goods and services in its offices located across the Country through year 2012.

 

 

  1. Construction   of   Office Complexes
  2. Supply and Installation Of Office Furniture
  3. Supply Of Office Equipment
  4. Supply Of Stationery Items
  5. Supply   Of    Computer Equipment
  6. Supply of Diesel
  7. Supply And Installation of Generators
  8. Renovation of Head Office Building
  9. Consultancy Services

 

Specific request   for tenders   would be advertised in due course. On or before 16th April, 2012.

 

For enquiries contact:

The Director,

Administration Department,

Nigeria Deposit Insurance Corporation,

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja,

Nigeria.

 

Signed: Management

Invitation for Pre-Qualification and Tendering for 2012 Capital Projects at Maritime Academy of Nigeria, Oron

Maritime Academy of Nigeria, Oron

P.M.B. 1089, Oron, Akwa Ibom State

E-mail: macademyoron@yahoo.com

Phone: 08067443999, 08083559185, 08035536457

Invitation for Pre-Qualification and Tendering for 2012 Capital Projects

1.0     Introduction

The Maritime Academy of Nigeria, Oron, intends to execute the underlisted projects. In compliance with Due Process guidelines, therefore, the Academy hereby publicly invites competent and interested contractors and suppliers with relevant experience and good financial standing to apply for pre-qualification for the projects indicated in Section 2.0 below.

2.0       Details of Projects:

Lot 2.1        Consultancy Services:

Lot 2.1.1     Consultancy for the Academy’s New Developmental Projects

Lot 2.1.2     Consultancy for Curriculum Development

Lot 2.1.3     Consultancy for the Upgrading of the Maritime Academy of Nigeria, Oron to a University

Lot 2.2        Construction of 1 Nos. Warehouses for Academy’s use as stores at Man, Oron

Lot 2.3       Construction of New Roads for the Academy’s Newly Acquired Land:

Lot 2 3.1     Construction of Road 11

Lot 2.3.2     Construction of Road 12

Lot 2.3.3     Construction of Road 13

Lot 2.4        Equipment for New Marine Engineering Workshop

Lot 2.5        Furnishing of one Storey Classroom Block

Lot 2.6        Furnishing of Auditorium, Library & Resource Centre

Lot 2.7        Construction of New Parade Ground Proper

Lot 2.8        Construction of 20 Office Rooms Bungalow for Bursary Department

Lot 2.9.1     Construction of 1 No. Bungalow Classroom Bloc K (A)

Lot 2.9.2     Construction of 1 No. Bungalow Classroom Block (B)

Lot 2.10.1   Construction of 4 Flats one Storey Staff Quarters Block (A)

Lot 2.10.2   Construction of 4 Flats one Storey Staff Quarters Block (B)

Lot 2.10.3   Construction of 4 Flats one Storey Staff Quarters Block (C)

Lot 2.10.4   Construction of 4 Flats one Storey Staff Quarters Block (D)

Lot 2.11      Construction of Shopping Mall

Lot 2.12     Construction of Hostels for Cadets:

Lot 2.12.1   Construction of 1 No. 200 Capacity Male Cadets’ Hostel Block (A)

Lot 2.13.1   Extension of Street Lighting to the Newly Acquired Plots of Land

Lot 2.13.1   Extension of Street Lighting to the Newly Constructed Roads (Road 7-10)

 

Lot 2.14 Furnishing of Staff Quarters:

Lot 2.14.1   Furnishing of Staff Quarters 18

Lot 2.14.2   Furnishing of Staff Quarters 19

Lot 2.14.3   Furnishing of Staff Quarters 20

Lot 2.14.4   Furnishing of Staff Quarters 21 (Rector’s House)

Lot 2.15 Construction of Staff Model Schools:

Lot 2.15.1   Construction of 1 No. Bungalow Classroom Block (A)

Lot 2.15.2   Construction of 1 No. Bungalow Classroom Block (B)

Lot 2.15.3   Construction of 1 No. Bungalow Classroom Block (C)

Lot 2.15.4   Construction of 1 No. Bungalow Classroom Block (D)

Lot 2.15.5   Construction of 1 No. Administrative Block Bungalow for Staff School

Lot 2.16      Upgrading/Extension and Installation of Electrical Facilities in the Academy Main Campus Newly Acquired Plot

Lot 2.17      Upgrading of Water Supply System in the Academy

Lot 2.18      Construction of 1 No. Storey Staff Offices Block for Lecturers

Lot 2.19      Re-Surfacing of Existing Internal Roads

Lot 2.20      Renovation of Survival Pool Structure

Lot 2.21      Construction of Drainage System and Evacuation System for Survival Pool

Lot 2.22      Provision of 2 Nos. Lift for Administrative Block Establishing of                       Abuja Study Centre and Liaison Office for the Academy.

Lot 2.23      Tiling of External Walls of Administrative Block

Lot 2.25 Procurement of Books:

Lot 2.25.1   Supply of Books to the Central Library.

Lot 2.25.2   Supply of Books to School of Marine Engineering

Lot 2.25.3   Supply of Books to School of Nautical Studies

Lot 2.25.4   Supply of Books to School of General Studies

Lot 2.25.5   Supply of Books to School of Maritime Studies

Lot 2.25.6   Supply of Books to Specialized Seamen Training Centre

Lot 2.26     Computerization of Library/Library Development:

Lot 2.26.1   Computerization of Newly Constructed 300 Seat Library

Lot 2.26.2   Computerization of Newly Constructed Cadets’ Resource Centre

Lot 2.26.3   Networking / Upgrade for the old Library in Phase II

Lot2.27       Supply of 1 No. 20-Seat Boat

Lot 2.28      Equipment for Seamanship Laboratories

Lot 2.29      Equipment for Physics Laboratory

Lot 2.30      Equipment for Additional Maritime Safety Dept. Laboratory

Lot 2.31      Equipment for New Marine Engineering Workshop

Lot 2.32      Upgrading Of Meteorology Laboratory

Lot 2.33      Furnishing of 100capacity Female Cadets’ Hostel

Lot 2.34      Upgrading of Marine Engineering Laboratory

Lot 2.35      Fencing of Newly Acquired Land for the Academy Main Campus

Lot 2.36      Provision of Dedicated Lines from EKET Substation for Power

Supply Improvement at the Academy’s Main Campus

Lot 2.37      Furnishing of Cadets Refectory Extension

Lot 2.58     Construction of 200 Capacity Hostel for Short/Mandatory Courses:

Lot 2.38.1   Construction of 1 No. Twin 200 Capacity Hostel for Short/Mandatory Courses Block (A)

Lot 2.38.2   Construction of 1 No. Twin 200 Capacity Hostel for Short/Mandatory Courses Block (B)

Lot 2.39      Construction of 1 No. 100 Capacity Female Cadets’ Hostel Block (B)

Lot 2.40      Construction of 1 No. 200 Capacity New Marine Engineering Workshop

Lot 2.41     Construction of Two Storey Classroom Blocks:

Lot 2.41.1   Construction of 1 No. Two Storey Classroom Block (A)

Lot 2.41.2   Construction of 1 No. Two Storey Classroom Block (B)

Lot 2.41.3   Construction of 1 No. Two Storey Classroom Block (C)

Lot 2.41.4   Construction of 1 No. Two Storey Classroom Block (D)

 

Lot 2.42     Construction of one Storey Classroom Blocks:

Lot 2.42.1   Construction of 1 No. Two Storey Classroom Block (A)

Lot 2.42.2   Construction of 1 No. Two Storey Classroom Block (B)

Lot 2.43      Host Community Development Projects

Lot 2.44      Supply of Security Monitors for Academy Main Campus

3.0     Pre-Qualification Requirements:

The pre-qualification documents should include the following:

a.       Evidence of company’s incorporation with the Corporate Affairs Commission.

b.       Memorandum and Articles of Association

c.       Company’s profile and names/curriculum vitae of the principal officers of        the company.

d.       Company’s address/office location with telephone numbers,

e.       Three (3) years’ Tax Clearance Certificate (2009 2011).

f.       Evidence of verifiable experience on similar projects executed in the last 3years, giving names of clients, contract sum, and evidence of practical completion.

g.       Name(s) and address(es) of Banker(s) and reference letters from such banks. h. Evidence of financial capability to handle the project.

i.        VAT Registration Certificate.

 

4.0     Submission of Pre-Qualification and Tender Documents:

The complete pre-qualification documents should be neatly bound and submitted in a sealed envelope boldly marked at the top left hand corner “Pre-Qualification for M.A.N. Year 2012 Capital Projects and submitted on or before 30th April, 2012 to the Procurement Unit of the Maritime Academy of Nigeria, Oron.

 

The pre-qualification documents should reach the address (6.0) below on or before  30th April, 2012 by 12 noon.

5.0     Important Note:

a.       Pre-qualification bids should be very clear about the area(s) of proven competence and interest

b.       Failure to comply with any of the instructions above or to provide the information or any of the documents under Section 3.0 may automatically disqualify a contractor

c.       Incorrect address or label on submissions and those received after the specified date shall be rejected.

d.       “Invitation for Pre-qualification” shall not be construed as a commitment on the part of the Maritime Academy of Nigeria to award any form of contract to any company and/or associated companies, subcontractors or agents, nor shall it entitle any company submitting documents to make any claim whatever and seek any indemnity from the Academy by virtue of such contractors having responded to our advertisement.

 

e.       All expenses incurred in preparing and submitting pre-qualification documents shall be borne solely by the prospective contractor

f.          The Academy reserves the right to consider or not to consider any/all of the documents received.

g.         The Academy will deal only with authorized officers of the companies     submitting documents and NOT through individuals or agents.

h.         Only companies that have been successfully screened, pre-qualified and found competent to provide the service(s) will be invited to bid for the lots advertised.

i.          All contracts above N50million must be accompanied with bid security of not less than 2% of the quoted sum.

6.0     Correspondence:

All correspondence and enquires in respect of this advertisement should be addressed to:

 

The Rector,

Maritime Academy of Nigeria,

College Road,

P.M.B. 1089 Oron,

Akwa Ibom State.

Tel/Fax: 087- 775303

E-mail: macademyoron@yahoo.com

 

Signed:

Sayid Adamu, MNIM

Registrar

For Rector.

 

Invitation for Pre-Qualification at National Board for Technical Education, Kaduna

National Board for Technical Education

Plot B Bida Road, PMB 2239, Kaduna

Invitation for Pre-Qualification

1.0     Preamble

The National Board for Technical Education (NBTE) Kaduna, a Parastatal of the Federal Ministry of Education, intends to upgrade its property located at Maitama District in Abuja, under the 2012 Capital Appropriation Act. In particular, this will involve the renovation of the existing buildings and the facilities therein. The Board is therefore desirou of engaging competent Contractors to undertake the works.

 

In view of the above, the Board hereby wishes to invite interested and eligible contractors with proven capabilities to apply for pre-qualification for the works.

 

2.0 Scope of Works

The scope of the works includes the following:

  • Renovation and upgrading of existing buildings and facilities;
  • Upgrading the Electrical and Mechanical services in the Buildings;
  • External works and Landscaping of the Buildings’ surroundings;

 

3.0 Pre-Qualification Requirements:

To be considered for pre-qualification, interested, competent and reliable Contractors are required to provide verifiable evidence including but not, limited to the following documents:

3.1     Photocopy of Current Company Tax Clearance Certificate for the last 3 (Three) Years (2009, 2010 and 2011);

3.2     Photocopy of Certificate of Incorporation/Business Registration in Nigeria with Corporate Affairs Commission;

3.3     Photocopy of Value Added Tax (VAT) Registration Certificate and evidence of VAT remittance;

3.4     Company’s Audited Accounts for the last three (3) years. (2009, 2010 and 2011), duly signed and stamped;

3.5     Comprehensive Company Profile including details of the Management and Professional staff and copy of Company Brochure with convincing evidence of competence to undertake the relevant supplies;

3.6     Evidence of adequate relevant equipment and infrastructure to handle the job;

3.7     Evidence of legal capacity to enter into contract i.e. the company is not a receivership;

3.8     Evidence of technical, operational and managerial capabilities;

3.9     Evidence of Financial capabilities to execute the supplies. This should include certified statement from a reputable Bank. (Bank reference letter only is not acceptable);

3.10   Verifiable evidence of previous experience i.e. having successfully carried out similar supplies in the last five (5) years with their costs, locations, name and telephone number of the client and copies of award letter and Completion certificates;

3.11   Evidence of Compliance with the Federal Government Pension Reform Act;

3.12   A Sworn Affidavit affirming that none of the Directors of the Company was ever convicted in a Court of Law;

3.13   Any other relevant document that will place the Company on a comparative advantage.

 

4.0 Note:

4.1     The Pre-qualification documents must be arranged in the order listed above. Submissions could be disregarded for failure to comply with this instruction

4.2     Any Company that submits fake documents shall be disqualified outright and may be reported to the appropriate authority;

4.3     Bidders should accompany the bid with a disclosure whether any officer of NBTE is a former or present Director, Shareholder or has any peculiar interest in the Company.

 

5.0 Closing Date:

Companies are to submit two (2) copies of the Pre-qualification documents insealed envelope, boldly marked “PRE-QUALIFICATION FOR RENOVATION OF NBTE LIAISON OFFICE, ABUJA”. This must be delivered by hand or registered mail to reach the undersigned on or before 12.00 noon on the 30th April 2012.

 

The Executive Secretary

National Board for Technical Education,

3rd Floor, Plot ‘B’ Bida Road,

Kaduna.

 

 

6.0     Important Information:

6.1     The documents submitted will be opened on 30th April 2012 by 12.30 pm at NBTE Conference Room, 3rd Floor, Secretariat Building, Kaduna;

6.2     NBTE will not enter into any correspondence with any unsuccessful Company.

 

This Advert shall not construe to be commitment on the part of NBTE nor shall it entail the Company to make any claim(s) whatsoever and/or to seek any indemnity from NBTE by virtue of such Company having responded to this Advertisement.

Signed:

Executive Secretary

National Board for Technical Education,

Kaduna.

Invitation for Pre-Qualification of Contractors for Renovation, Rehabilitation of Yola Zonal Office at National Institute for Cultural Orientation (NICO)

National Institute for Cultural Orientation (NICO)

No. 23, Kigoma Street, Wuse Zone 7, Abuja.

Invitation for Pre-Qualification of Contractors for Renovation, Rehabilitation of Yola Zonal Office.

 

In compliance with the Federal Government guidelines on public procurement and award of contracts, the National Institute for Cultural Orientation invites applications from competent building contractors for rehabilitation of the Institute’s Yola Zonal office.

 

 

Pre-Qualification Process:

Pre-qualification shall be conducted through national competitive bidding in accordance with bidding process as specified in the 2007 Public Procurement Act.

 

Eligibility Requirements:

The prospective bidders should provide as part of their submission.

The following key requirements:

 

(i)      Photocopies of Certificate of Incorporation with Corporate Affairs

Commission.

(ii)     Photocopies of Tax Clearance Certificate for 2008, 2009, 2010.

(iii)    Company profile with details of key staff and list of equipment to be deployed for the proposed work.

(iv)    Evidence of previous similar assignments executed with evidence of a ward and job completion certificate.

(v)     Audited accounts for the last three years (2008, 2009, 2010) from a reputable audit firm.

(vi)    Evidence of financial capability and bank statement.

(viii)   Evidence   of payment   of   pensions   and   social   security contribution.

 

Submission of Documents

The prequalification documents should be sealed in two separate envelopes marked as “original” and “copy” and labelled as prequalification for renovation, rehabilitation of Nico Yola office, addressed and submitted to:

 

Executive Secretary

National Institute for Cultural Orientation

23, Kigoma Street, Wuse Zone 7

Abuja.

Closing Date:

All submissions must be received at the above mentioned address on or before ll:00am on Thursday 29 April, 2012. The bids will be opened at 2:00pm same day in the presence of representatives of the companies.

Further clarification can be obtained from the procurement unit between the hours of 11:00am and 2:00pm (Monday to Friday)

 

 

Tender

Tender shall be available to interested companies on payment of non-refundable tendering fee of N100, 000. Tenders shall collect tender documents from the office of the secretary of the Procurement Planning Committee. Electronic bids shall not be accepted and bids received after the deadline will be rejected.

 

Signed

Management

Notice of Invitation for Bid at Nigerian Export-Import Bank

Nigeria Export-Import Rank

Notice of Invitation for Bid

1-0     Introduction

The Nigerian Export-Import Bank invites sealed bids from bidders for the production of its new corporate brand roll­out process for any or all the underlisted projects in 2.0

 

2, 0 Scope of Work

LOTA

 

INTERNAL COLLATERALS

 

1.

 

Letter Headed Papers, Lapel Pins, Envelopes, Complimentary Slips, Log Books, Brochures, Stationery, and Business Cards.

 

LOTB

 

SIGNAGES

 

1.

 

Roll-up banners, Media backdrop banner, Flags, Building Signs, Pylon Sign and Reception Sign.

 

LOTC

 

CORPORATE GIFT ITEMS

 

 

 

3.0     General Requirements

Interested and competent agencies wishing to carry out the above tasks shall submit, amongst others, the following documents for verification:

 

1.       Evidence of registration with the Corporate Affairs Commission.

2.       Certified true copy of Memorandum and Articles of Association.

3.       Evidence of payment of tax for the last three (3) years as at when due.

4.       Evidence of remitting employer  and  employees’  pension  contribution  to appropriate Pension Fund Custodian.

5.       Evidence of transferring all pension funds and assets prior to the commencement of the pension reform Act to licensed pension operators.

6.       Comprehensive company profile, including registered address, functional email address, GSM phone number(s).

 

 

Reference letter from Bank stating financial ability to deliver the project(s) Company’s audited Annual Reports & Accounts for the last three (3) years Evidence of verifiable details of similar contract previously executed in the last 5 years including letters of award, agreement and completion certificate where applicable.

 

4.0 Collection of Bid Document

Interested and competent agencies wishing to carry out the above tasks should collect the Invitation For Bid(IFB) document from the Secretary, Procurement Planning Committee (2nd floor), Nigerian Export-Import Bank, Head Office, Abuja with the payment of a non-refundable fee of N40,000.00 (Forty thousand Naira only) including a bid security of 2% of the contract sum. The payment should be in Bank Draft payable to NIGERIAN EXPORT-IMPORT BANK.

 

5.0         Submission

The submission should be in two separate envelopes

  • The general technical requirements should be submitted in one wax sealed envelope boldly marked “Pre-qualification and Tender for lot A, B, or C” at the top left hand corner
  • The financial Bid should be submitted in another wax-sealed envelope boldly marked “Financial Bid for Lot A, B, or C” at the top left hand corner. The submission (not by post) should be addressed to the Secretary, Procurement Planning Committee, Nigerian Export-Import Bank, 2nd Floor, NEXIM House, Plot 975, Cadastral Zone AO, Central Business District, Abuja, ON OR BEFORE MONDAY 30th APRIL. 2012. The pre-qualification tenders will be opened in the presence of the bidder’s representatives on the 30th April, 2012 By 12.00 Noon

 

VENUE- NEXIM Bank Conference Room, 5th floor,

NEXIM House, Abuja TIME-12:00PM

 

Important Notice

Only successful pre-qualified agency(ies) will have the financial Bids evaluated. Full tendering procedure will be applied to agencies pre-qualified and found capable of executing the project.

Nothing in the advert shall be construed to be a commitment on the part of NEXIM Bank.

The successful agency(ies) will be contacted.

 

Signed

Management