Invitation to Tender for the Upgrade of Financial Institutions Liquidation Management System at Nigeria Deposit Insurance Corporation

Nigeria Deposit Insurance Corporation

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

E-mail: info@ndic.org.ng Website: www.ndic.org.ng

Invitation to Tender for the Upgrade of Financial Institutions Liquidation Management System in the Corporation

The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite reputable computer software development companies with good track record of performance and experience for the development of Financial Institutions Liquidation Management System (FILMS) in the Corporation.

Tender Documents

Interested companies should obtain the tender documents from the Administration Unit, 2nd Floor, NDIC Headquarters, Plot 447/448 Constitution Avenue, Central Business District,

Abuja upon payment of the tender fee of N 10,000.00 in Bank Draft made payable to the Nigeria Deposit Insurance Corporation, Abuja. Further enquiries about this tender could be obtained from the Head of Information Technology Department at the above address. He could be reached either through the telephone numbers: 09-4601200, 08052263325 or e-mail address: amoosk@ndic.org.ng , suleko@ndic.org.ng

Conditions for Eligibility

All bids must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria,
  • The current 3 year Tax clearance Certificate of the Company.
  • The company’s audited accounts for the past three years
  • Evidence of Financial capacity and bank support,
  • Evidence of having successfully carried out similar works within the past three years.
  • 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 remittance to PFA,
  • Evidence of compliance with relevant professional body,
  • Sworn statement that the company is not in receivership and that none of the company Director was ever convicted of fraudulent activity.

Submission of Tender Documents

Five (5) copies of tender document must be submitted not later than 14th February, 2011 by 4:00p.m, in separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid respectively, both put in a third envelope sealed and marked on the right top corner “Tender For The Development Of Financial Institutions Liquidation Management System”, addressed to:

The Secretary

Tender Board

Nigeria Deposit Insurance Corporation

Plot 447/448, Constitution Avenue

Central Business District

Abuja, Nigeria.

And dropped in the tender box on the Ground Floor (beside the Security) in the Head Office, Abuja. Companies dropping tenders are expected to sign the tender register before dropping the tenders. Submission of tender by post or courier will not be acceptable and any tender submitted after the closing date/time specified above stands automatically disqualified.

Opening of the Tenders

Public opening of tenders for evaluation shall be on the next working day after the closure of submission of tenders for evaluation. The name of the successful company shall be posted on the NDIC Notice Board at the Head Office and the Corporation’s Website. Only the successful company will be contacted. Representatives of the responding of the bids in our Office on the day mentioned above.

Additional Information

  • Failure to satisfactorily fulfill the conditions as requested above will, result to invalidation of such tender.
  • NDIC shall reserve the right to verify the authenticity of claim(s) made by the tendering parties.
  • NDIC shall reserve the right to reject any submission based on unverifiable information.
  • This advert also serves as invitation to any interested NGO and members of the general public who may wish to witness the opening exercise.
  • All commercial bids should be quoted in Naira.

SIGNED:

MANAGEMENT

Construction of Projects at Osun State Polytechnic, Iree

OSUN STATE POLYTECHNIC, IREE

Invitation for Pre-Qualification and Tender for School of Part-Time Programmes

The Governing Council of the Polytechnic has approved the commencement of the development of the School of Part-Time Programmes comprising five (5) blocks of Lecture Hall, one (1) Administrative block and Entrance Gate. Interested Civil Engineering and Building Contractors are invited to submit Tender bids for the projects as follows:

Lot Project Tender Fee
Lot 1 Construction of Entrance Gate with Gate House

35,000.00

Lot 2 Construction of Lecture Hall (Block A) 50,000.00
Lot 3 Construction of Lecture Hall (Block B) 50,000.00
Lot 4 Construction of Lecture Hall (Block C) 50,000.00
Lot 5 Construction of Lecture Hall (Block D) 50,000.00
Lot 6 Construction of Lecture Hall (Block E) 50,000.00
Lot 7 Construction of Administrative Block 50,000.00

(A) Pre-qualification and Tender Criteria;

Interested contractors are required to submit the following pre-qualification documents:

  1. Evidence of registration as a contractor with Osun State Polytechnic, Iree;
  2. Evidence of Registration of Business Premises with Osun State Government;
  3. Evidence of registration with the Corporate Affairs Commission;
  4. Company profile and organisational structure including names and resumes of key personnel and directors;
  5. Memorandum of Association;
  6. Evidence of financial strength, credit worthiness and solvency;
  7. Tax clearance certificate for the last three (3) years;
  8. Audited Accounts of the Company for the last three (3) years;
  9. Evidence of payment of Osun State Capital Development Levy;
  10. Evidence of equipment and technology capacity;
  11. Verifiable list of previous/similar major works carried out in the recent past and evidence of knowledge of the industry;

(B) Submission;

  1. All interested bidders are to collect detailed specifications from office of the Chief Engineer, Osun State Polytechnic Iree after the payment of the Tender Fee at the Bursary Department.
  2. All Pre-qualification and Tender documents must be submitted separately to the office of the Secretary, Tenders Committee, Osun State Polytechnic, Iree on or before Friday 18th February 2011 and to be clearly marked “Pre-Qualification Documents” and Tender Documents” specifying the lot and tender the project title tendered for.
  3. Opening of Tender bids shall be done at the Tenders Committee meeting of Friday 18th February 2011 in the institution’s Board Room at 10 am. The bidders are expected to be present at the meeting.
  4. The Polytechnic is not under any obligation to accept the lowest or highest bid(s). Bidders should only bid for one project

Signed:

Bursar and Secretary to Tenders Comm1tee

Osun State Polytechnic, Iree.

Invitation for Expression of Interest at Abidjan-Lagos Corridor Organization (ALCO)

Abidjan-Lagos Corridor Organization (ALCO)

External Audit of the Last Three Years 2009/2010, 2010/2011  and 2011 /2012 of the Abidjan-Lagos Corridor /Global Fund Project

Invitation for Expression of Interest

  1. The Executive Secretariat of Abidjan-Lagos Corridor Organization (ALCO) has received within the framework of the 6th round of the Global Fund to fight HIV/AIDS, Tuberculosis and Malaria a grant for the implementation of the project titled “Intensification of STI/HIV/AIDS Intervention Targeting mobile populations: Consolidation and Extension of the Joint Regional STI/HIV/AIDS Project along the Abidjan-Lagos Transport Corridor”. The purpose of the project is to slow down HIV spread and to reduce morbidity and mortality related to the pandemic within the mobile populations and the people in contact with them.
  2. ALCO Executive Secretariat now invites eligible firms to express their interest for the audit of the last three years (2010-2012) of the project.
  3. The objective of the audit is to express a professional opinion on the financial standing of the Project at the end of each fiscal year and to make sure that the resources made available to the Project are used for the purposes for which they were granted for the achievement of the Project development objective.
  4. The consultants (design office, consulting firm or specialized companies) as well as interested and eligible groupings of international and national consultants, are invited to express their interest, by sending application form and by providing information indicating that they are qualified to carry out the above described services (booklets, references in similar contracts, experience under similar conditions, availability of the required qualifications.)
  5. A consultant will be selected in accordance with the procedures of ALCO.
  6. Interested consultants may obtain further information about the reference documents through written application at the address below.

The terms of reference could be consulted on ALCO Internet site:

www.corridor-sida.org or www.corridor-aids.org

  1. The projected duration of the mission is four (4) weeks per year
  2. Expression of interest should be through posted letters, email or dispatched at ALCO Executive Secretariat latest on 28th January 2011 at 10:00 Benin time and addressed to:

The Executive Secretary of Abidjan-Lagos Corridor Organization

Rue 234, Maison Alapini, Camp Guezo, Cotonou, Benin

Tel: (+229) 21 31 35 79/21 31 35 91: Email: knj@corridor-sida.org or pre@corridor-sida.org

Invitation to Tender for the Construction of a 3,975 KM Feeder Road at National Sugar Development Council

National Sugar Development Council

Abuja

Invitation to Tender for the Construction of a 3,975 KM

Feeder Road at Danja-Damatwai (Yar Fadama)

Area Katsina State

1.0     Introduction

The Management of the National Sugar Development Council (NSDC) hereby invites reputable and interested Construction Companies to tender for the construction of a 3.975 KM Feeder Road at Danja-Damatwai area of Katsina State.

2.0     General Requirements

Construction Companies wishing to carry out the above job should submit the following:

  • Registration with CAC,
  • Current Tax Clearance Certificate.
  • Evidence of registration with COREN
  • Evidence of compliance with provisions of the Pensions Reform Act, 2004.
  • Quotation should also indicate completion period for the job.
  • The quotation should be inclusive of all taxes.

4.0 Tender Instruction

Interested suppliers should collect Bid Documents from the Secretary, Tender’s Board of the National Sugar Development Council as from 12 noon. Friday, 28th January, 201 1, after payment of a non-refundable fee of N1 0,000 (Ten thousand naira only).

5.0   Submission of Bid Documents
The completed Tender Documents with a copy of the receipt of Tender fee shall be submitted in a sealed envelope and marked ‘Feeder Road at Danja’ at the top right corner of the envelope and addressed to:

The Executive Secretary

National Sugar Development Council

5, Ndola Crescent,

Off Michael Okpara Street,

Zone 5, Wuse,

PM B 299, Garki

Abuja

Deadline for the submission of completed Tender Documents is 10th February 2011, (4:00 p.m. on Thursday 10th February 2011) while the date of bid opening will be Friday, 11th February, 2011 at 11:00 a.m in the Meeting Room of NSDC, 5, Ndola Crescent, Off Michael Qkpara Street, Zone 5, Wuse, Abuja.

SIGNED

Management

Request for Expression of Interest (EOI) to be a Licensed Transport Operator at Federal Capital Territory (FCT)

Office of the Secretary

Transportation Secretariat

Federal Capital Territory Administration

P.M.B 24, Garki Nigeria. Tel: +234-9-672-4360

Request for Expression of Interest (EOI) to be a Licensed Transport Operator in the Federal Capital Territory (FCT)

In pursuant to the Federal Capital Territory Road Transport Regulation 2005. The Honorable Minister of FCT has approved the issuance of operator’s license to all Passenger Services Vehicles  (PSV) and Goods Services Vehicles (GSV) operating in  the FCT. In this regards, the Transportation Secretariat invites Expression of interest (EOI) from interested companies who are presently operating without operator’s license or wish to operate vehicles as Passengers services or Goods Services in the Federal Capital Territory.

Objective

The purpose of this advertisement is to invite interested companies who wish to obtain operator’s license in line with the existing Road Transport Regulation. The operator license is to serve as the only instrument that will allow any company to provide Public Transport services as either Passenger Services or Goods Services in the Federal Capital Territory.

3.       Eligibility

  • To qualify for operators’ license, applicants are required to provide:-
  • Evidence  of registration  with  the  Corporate Affairs Commission (CAC)
  • Evidence of Road worthy Vehicles minimum of 40 (Forty ) No, vehicles for Passenger Services Vehicles (PSV) and 20 (Twenty) No. vehicles for Goods Services Vehicles (GSV) or evidence of capability to acquire applicable number within three (3) months of issuance of provisional license.
  • Evidence of a registered office with names of key professionals
  • Evidence of Registered workshop for servicing of fleet.

4.       Method

Expression of Interest (EOI) application are obtainable after payment of Non refundable fee of N20,000.00 into:

Bank: Intercontinental Bank

Account No:   0186001000118871

Name of the Account: Transportation  Secretariat Revenue Account

5.       Submission of Application

All completed application must be submitted to the office of the Secretary, Transportation  Secretariat, No.1 Kapital Street, FCTA Secretariat, Area II, Garki-Abuja on or before 16th February, 2011.

N.B

i).      Application would be duly evaluated and only those considered to have met the requirements for obtaining operator’s license would be contacted for due diligence before the issuance of the license.

ii)      This second publication is imperative to enable all categories of qualified Public Transport Freight Operators who intend to carry out business in FCT to apply as at close of the exercise all unlicensed Transport Operators in FCT will be banned from operation.

Engr. Jonathan Ivoke

Secretary, Transportation

Transportation Secretariat