Expression of Interest for Prospective Consultants at Nigeria Deposit Insurance Corporation (NDIC) Bauchi

Nigeria Deposit Insurance Corporation

Plot 447 / 448 Constitution Avenue, Central Business District, Abuja E-mail: info@ndic.org.ng  Website: www.ndic.org.ng

Expression of Interest for Prospective Consultants for the Development of Corporation’s Branch Office at Bauchi

The Nigeria Deposit Insurance Corporation (NDIC) intends to develop its Zonal Office at Bauchi, Bauchi State Nigeria.

Reputable Consulting Firms are hereby invited to provide professional services in the areas of Structural/ Civil Engineering, Quantity Surveying and, Mechanical/ Electrical Engineering Services.

Scope of Work

The work will be implemented as follows;

  • To prepare detailed structural, electrical and mechanical engineering drawings.
  • To provide Quantity Surveying services.
  • To secure approval of the drawings from statutory agencies
  • Provision of Post-contract site supervision of project to completion.

Conditions for Eligibility

Interested Consulting firms are required to submit pre- qualification documents detailing their Company’s capabilities. The consulting firm should be registered with relevant professional body. Cognate experience of the practicing partners should not be less than twelve (12) years. Firms most be willing to enter into a formal agreement with the Corporation.

Submissions must be accompanied with the following;

  • Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria.
  • The current 3 years Tax Clearance Certificate of the Company (2010-2012).
  • The Company’s audited accounts for the last three years (2010-2012).
  • Evidence of Financial capacity or bank support to undertake the project.
  • Evidence of having successfully carried out similar works.
  • Resumes of key technical staff to be deployed
  • Evidence of availability of requisite and appropriate staff/skill for the job.
  • Valid Certification of Compliance with Pension Act   issued   by   National   Pension Commission (PENCOM)
  • Evidence of remittance to ITF fund
  • Sworn affidavit to indicate that the company is not in receivership and that none of the company Directors was ever convicted of fraud.

 

Three (3) bound copies of the EOI should be submitted in sealed envelopes clearly marking DEVELOPMENT OF NDIC ZONAL OFFICE and addressed to:

Director of Administration,

Nigeria Deposit Insurance Corporation (NDIC),

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria.

The closing date for submission is 6th September, 2013 by 12 noon. The submissions are to be dropped in the tender box on the ground floor, reception in the Head Office. Companies dropping tenders are expected to sign the EOI register on the 2nd floor, Admin Unit, 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 required time and date shall be considered late and non-responsive.

Opening of the Tenders

Opening of tenders will be on 6th September, 2013 at 2.00pm. Only technical bids will be opened and all successful companies shall be informed in writing.

 

Financial bids of unsuccessful companies will be returned unopened.

Additional Information:

i.    Failure to satisfactorily fulfill the conditions as requested above will result to invalidation of such tender.

ii.   NDIC shall reserve the right to verify the authenticity of claim(s) made by the tendering parties

iii.  NDIC shall reserve the right to reject any submission based on unverifiable information

iv.  All financial bids should be quoted in Naira (N) for all Nigerian companies, while foreign-based companies should avail themselves to the most current (prevailing) exchange rate.

 

Signed:

Management

Invitation for Pre-Qualification at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No.3832

Invitation for Pre-Qualification of Original Equipment Manufacturers (OEM) For the Supply of Pollution Control Equipment for Nigerian Ports Authority

1.0     Introduction

Sequel to the non-responsiveness of bids earlier received in connection with the procurement of the under-listed pollution control equipment, the Nigerian Ports Authority is desirous to engage companies on these projects and hereby invites interested, reputable and competent Original Equipment Manufacturing(OEM) companies with relevant experience to submit prequalification documents for the supply of the under listed equipment;

Lot 1 Aquatic. Plant And Weed Cutter/ Trash Harvester
Lot 2 Portable Air Conveyance Vacuum System 1000-498 – D – 36 Vacuum Truck, Towable With Pressure Washer, Water Saddle Tank And Suction Head.
Lot 3 Mini VAC WITH DRUMIT SYSTEM (Diesel Engine) OSYSTM1000

 

2.0     Scope of Works

The scope of works shall be construction and supply of the listed pollution control equipment

 

3.0     Pre-Qualification Requirements

All interested bidders should submit three copies of bound bids with specific chapters, paginated and separated by dividers and arranged in the same order as outlined here under.

Mandatory Requirement

  1. Evidence of company’s registration with Corporate Affairs Commission (CAC), inclusive of Articles and Memorandum of Association.
  2. Evidence of VAT registration and remittances.
  3. Tax clearance certificate for the past three years (2010-2012).
  4. Evidence of compliance with Pension Reform Act, 2004 and remittances.(where applicable)
  5. Evidence of contributions to industrial Training Fund (ITF) (where applicable)
  6. Evidence of Memorandum of Understanding (MOU) with an Original Equipment Manufacturer (OEM).

 

While interested international/foreign companies, which shall be reputable Original pollution equipment Manufacturers (OEM) must submit the following documents:

Additional Requirements

  • Both National and International companies should in addition submit the following:
  • Particulars of Original Equipment Manufacturing (OEM) company inducting Statutory Registration Certificates and company profiles indicating names, qualification and experience of key personnel physical address, telephone number, fax and e-mail.
  • Company’s audited accounts tor the last three years (2010- 2012)
  • Quality certificates ISO 9001 or approved equivalent.
  • Environment Management System ISO 14001:2004 or approved equivalent
  • List of at least 5 (five) similar projects executed in the last (10) ten years. Please enclose letter of awards and completion certificates.
  • Bids must be in English language and signed by an official authorized to bind the bidder to a contract.

Failure to provide any of the listed mandatory requirements may lead to disqualification /rejection of Bid

3.0     Submission of Tender Documents

Three (3) copies (one original and two duplicates) of Technical Proposals for any LOT desired should be submitted in a sealed envelope and clearly marked Invitation For Pre-Qualification Of Original Equipment Manufacturers (OEM) For The Supply Of Pol­lution Control Equipment For The Nigerian Ports Authority” Public Notice NO …… specifying LOT No… appropriate sub-title and addressed to “The Secretary, Tenders Board, Nigerian Ports Authority” and dropped in the designated Tender box located on the 2nd Floor of the Nigerian Ports Authority Headquarters building at 26/28 Marina Lagos not later than 11:00 am on the 14th  August, 2013.

All Tenders will be opened at 12:00 noon on the 14th August 2013 at the Conference Room, Nigerian Ports Authority Annex building, No 1 Joseph Street, off Marina, Lagos in the presence of all bidders or their representatives.

Bidders are advised to register their bids in the office of the General Manager, Procurement Room 133, 26/28 Marina, Lagos, NPA HQ Building, before dropping them into the designated ten­der boxes.

 

Please Note

  • Late submissions will not be entertained
  • Only Shortlisted bidders will be contacted
  • Management is not bound to accept any tender
  • Wrong placement of Tender documents will not be entertained
  • All costs incurred as a result of this pre-qualification tender invitation shall be borne by the bidders.

 

For further enquiries, please contact General Manager, Procurement or E-mail: info.procurement@nigerianports.org

Signed:

Management

Nigerian Ports Authority

 

Invitation to Tender at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice N0.3833

Invitation to Tender for Corrosion Control and Protection Works at Some Ports Facilities

 

The Nigerian Ports Authority hereby invites reputable and competent engineering contractors to submit tenders for the above mentioned project at the under listed facilities;

 

1.0            Introduction

 

LOT 1 Maintenance corrosion coating of the sheet piles at Calabar Port
LOT 2

 

Maintenance corrosion protection of the recessed sheet pile wall bulkhead at Messrs Greenview Development Terminal, LPC Apapa
LOT 3

 

Maintenance corrosion protection of the recessed sheet pile wall bulkhead at Messrs APM Terminal, LPC Apapa
LOT 4

 

Maintenance corrosion protection of the recessed sheet pile wall bulkhead at the Ferry Terminal, LPC Apapa

 

Please interested bidders are advised to visit the sites.

 

2.0     Scope of Works

The scope of projects shall include the following: Provision and installation/ underwater weld­ing of high purity aluminum alloy sacrificial anodes to property protect the steel piles and other corrosion control and protection works at the above named facilities.

 

3.0     Tender Requirements

Interested companies shall submit the following documents bound in specific chapters and paginated as outlined hereunder:

Mandatory Requirements

  1. Evidence of company registration with Corporate Affairs Commission (CAC), inclusive of Articles and Memorandum of Association
  2. Evidence of VAT registration and remittances.
  3. Tax clearance certificate for the past three years (2010-2012)
  4. Evidence of compliance with Pension Reform Act, 2004 and remittances, (where applicable)
  5. Evidence of contributions to Industrial Training Fund (ITF) (where applicable)
  6. Evidence of payment for bid document. Additional Requirements
  7. Personnel’s registration with COREN.
  8. Company’s audited accounts for the past three years (2010 – 2012).
  9. Verifiable proof of at least three (3) similar projects executed in the past.
  10. Company’s profile to include names, qualifications and experiences of key personnel.
  11. All relevant information concerning physical addresses, Telephone, fax, e-mail of the Company and its representative.
  12. Evidence of business status.

M. For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.

  1. Bids must be in English language and signed by an official authorized to bind the bidder to a contract.

 

Failure to provide any of the listed mandatory requirements may lead to disqualifica­tion/rejection of Bid

 

4.0     Collection of Financial Tender Documents

Interested companies are to collect the Standard Bidding Document from the Office of the General Manager, Procurement, 2nd floor, NPA HQ, 26/28, Marina. Lagos on evidence of pay­ment of a non-refundable fee of N25.000.00 (Twenty-five thousand Naira) only in for each tot in certified cheque. All tender sums from N300Million and above should be conveyed with a 2% bid bond of the tender price, enclosed in the financial bid.

 

5.0     Submission of Tender Proposal

Bidders are to submit three (3) copies of Technical and financial proposals for each lot in sep­arate envelopes and clearly marked as either Technical or Financial Proposal accordingly, the name and address of the bidder should be clearly stated on the reverse side of each envelope and the envelopes put together in a bigger envelope, which should be marked “TENDER FOR CORROSION CONTROL AND PROTECTION WORKS AT SOME PORTS FACILITIES”, specifying Sub- Title, PUBLIC NOTICE No….. and LOT No…” for each lot, addressed to Secretary, Tenders Board, Nigerian Ports Authority and dropped in the designated Tender Boxes located on the 2nd  floor of the Nigerian Ports Authority Headquarters at 26/28 Marina Lagos, not later than 11.00 am on the 12th  September, 2013. Only technical bids will be opened at 12.00 noon on the 12th September, 2013 in the Conference Room, No 1 Joseph Street off Marina, Lagos in the presence of all bidders or their representatives. Bidders are not to submit bids for more than two (2) lots. Short-listed bidders will be contacted.

 

Bidders are advised to register their bids in the office of the General Manager (Procurement), room 133, 26/28, Marina, Lagos, NPA HQ Building, before dropping them into the designated tender boxes.

 

Please Note

Response(s) to this invitation do not place any obligation on the Authority to consider any responding bidder for,

  1. Award of Contract
  2. Acceptance of any tender.

All costs incurred as a result of this tender invitation and any subsequent requests for informa­tion shall be borne by the bidders. While late submission and wrongly placed tender docu­ments will not be entertained.

 

Signed

Management

Nigerian Ports Authority

 

For further enquiries, please contact the “General Manager (Procurement) on e-mail: info.procurement@nigerianporte.org

Invitation to Tender for Supply at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No.3834

Invitation to Tender for the Supply of Motor Vehicles to Nigerian Ports Authority

1.0     Introduction

The Nigerian Ports Authority (NPA) hereby invites reputable and competent Original Equipment Manufacturer (OEM) or their representatives to submit tenders for the supply of the under listed motor vehicles;

Lot No. Description Of Vehicles
Lot 1 30 Seaters Buses – 1 2nos
Lot 2 SUV 4WD Vehicle – 1nos.
Lot 3 Saloon Cars – 3nos
Lot 4 Double Cabin, 4×4 Pick-Up Vehicle – 15nos
Lot 5 18 Seaters Buses – 7nos
Lot 6

 

Multiple Casualty Customized Ambulance With Advanced Cardiac Life Support (ACLS) Facilities – 3nos.

 

2.0     Scope of Projects

The scope of the projects shall generally consist of the supply of the indicated vehicles. Comprehensive details for each lot shall be provided in the Standard bidding document to be issued to bidders for each lot.

3.0     Tender Requirements

Interested companies/contractors are required to submit the following documents bound and paginated as outlined hereunder,

Mandatory Requirements

  1. Evidence of company’s registration with Corporate Affairs Commission (CAC), inclusive of Articles and Memorandum of Association.
  2. Evidence of VAT registration and remittances.
  3. Tax clearance certificate for the past three years (2010-2012).
  4. Evidence of compliance with Pension Reform Act, 2004 and remittances.(where applicable)
  5. Evidence of contributions to Industrial Training Fund (ITF) (where applicable)
  6. Evidence of payment for bid document.

Additional Requirements

  1. Company’s audited accounts for the past three years (2010 – 2012).
  2. Verifiable proof of at least three (3) similar projects executed in the past.
  3. All relevant information concerning physical addresses, Telephone, fax, e-mail of the Company and its representative.
  4. Company’s profile to include names, qualifications and experiences of key personnel.
  5. Evidence of business status (vendor, manufacturer’s representative(s) and/or technical partnership, etc.)
  6. For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.

M. Bids must be in English language and signed by an official authorized to bind the bid­der to a contract.

Failure to provide any of the listed mandatory requirements may lead to disqualifica­tion/rejection of a Bid

4.0     Collection of Bid Documents

Interested companies are to collect the Standard Bidding Document from the Office of the General Manager, Procurement, 2nd floor, NPA HQ, 26/28, Marina, Lagos on evidence of payment of a non-refundable fee in certified bank draft in the sum of N25.000.00 (Twenty-five thousand Naira) only in bank draft for each lot.

All tender sums from N100Miion and above should be conveyed with a 2% bid bond of tender price and enclosed in the financial bid.

Bidders are advised to register their bids in the office of the General Manager, Procurement, Room 133, 26/28 Marina, Lagos, NPA HQ Building, before dropping them into the designat­ed tender boxes.

5.0     Submission of Tender Documents

Bidders should submit three (3) copies of Technical and financial proposals for each lot in separate envelopes and clearly marked as either “Technical or Financial Proposal” appropri­ately, the name and address of the bidder should be clearly stated at the reverse side of each envelope and put together in a bigger envelope, which should be marked “TENDER FOR THE SUPPLY OF MOTOR VEHICLES TO THE NIGERIAN PORTS AUTHORITY, speci­fying appropriate project sub-title” PUBLIC NOTICE No….. and LOT No…, addressed to The Secretary, Tenders Board, Nigerian Ports Authority and dropped in the designat­ed Tender Boxes located on the 2nd floor of the Nigerian Ports Authority Headquarters at 26/28 Marina Lagos, Submission of tender closes at 1100am, 10th  September, 2013. Only Technical tenders will be opened at 12.00noon on the same day (10th September, 2013) in the Conference room, Nigerian Ports Authority Annex building, No. 1, Joseph Street, Lagos in the presence of bidders or their representatives. Short-listed bidders will be contacted.

Please Note:

i.   Late submission will not be entertained

ii.  Management is not bound to accept any tender

 

For further enquiries, please contact General Manager, Procurement or E-mail: info.procurement@nigerianports.org

 

Signed

Management

Nigerian Ports Authority

 

Invitation for Pre-qualification at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No.3835

 

Invitation to Pre-qualification for the Design Construction and Equipping of ICT Centres for Nigerian Ports Authority

 

1.0     Introduction

 

The Nigerian Ports Authority hereby invites reputable and competent contractors to submit prequalification tenders for the under listed projects;

 

Lot1 Design, Construction And Equipping of IT Training Centre at NPA HQ.

 

2.0     Scope of Projects

The scope of the projects shall generally consist of the following;

  1. Civil Construction works of the ICT centre.
  2. Provision, installation and commissioning of necessary ICT equipment at the cen­tre as required. .’

 

3.0     Pre-qualification Requirements

Interested companies shall submit three bound copies of bids that are paginat­ed and arranged in the order listed hereunder:

 

Mandatory Requirements

  1. Evidence of company registration with Corporate Affairs Commission (CAC) inclusive of Articles of Association.
  2. Evidence of VAT registration and remittances.
  3. Tax clearance certificate for the past three years (2010-2012).
  4. Evidence of compliance with Pension Reform Act, 2004 and contributions to PENCOM. (where applicable)
  5. Evidence of contributions to Industrial Training Fund (ITF) (where applicable)

 

Other Requirements;

  1. Company’s audited accounts for the past three years (2010 – 2012).
  2. Verifiable proof of at least five (5) projects of similar nature and complexity executed in the past
  3. All relevant information concerning physical addresses, Telephone, fax, e-mail of the Company and its representative.
  4. Company’s profile to include names, qualifications and experiences of key personnel to be engaged on the project.
  5. Personnel’s registration with appropriate professional bodies; COREN, ICT bodies etc.
  6. For Joint Ventures (JVs), Memorandum of Understanding (MOD) should be provided.
  7. Bid must be in English language and signed by an official authorized to bind the bidder to a contract.

Failure to provide any of the listed mandatory requirements may lead to dis­qualification/rejection of Bid.

4.0     Submission of Prequalification Tender

The prequalification documents are to be submitted in triplicate bounded hard copies paginated and arranged with dividers as indicated above with a soft copy of the sub­mission. The prequalification documents must be submitted separately in sealed envelopes for each lot and addressed to the “SECRETARY TO THE TENDERS BOARD, NIGERIAN PORTS AUTHORITY” and dearly marked “PREQUALIFICATION FOR THE DESIGN, CONSTRUCTION AND EQUIPPING OF ICT CENTRES FOR NIGERIAN PORTS AUTHORITY, PUBLIC NOTICE No,——, Lot no.-, spec­ifying sub-title ” and dropped into the designated Tender Box located on the 2nd Floor, Nigerian Ports Authority Corporate Headquarters, 26/28 Marina, Lagos not later than 11.00am on 16th  August, 2013. All tenders will be opened by 12.00noon on the 16th August, 2013 in the Conference Room, N.P.A Annex Building No. 1 Joseph Street, Off Marina, Lagos in the presence of all bidders or their representa­tives.

For farther enquiries, please contact the “General Manager (Procurement)” on e-­mail: projectinfo@nigerianports.org

 

Please Note

This is not an invitation to tender. Response(s) to this invitation do not place any obligation on the Authority to consider any responding company for;

1.       Award of Contract

2.       Acceptance of any tender.

 

All costs incurred as a result of this prequalification tender invitation and any subse­quent requests for information shall be borne by the bidding companies. While Late submission and wrongly placed tenders will not be entertained and only short-listed companies will be contacted.

 

Signed

Management

Nigerian Ports Authority