Expression of Interest (EOI): Invitation to Tender for Construction of Traffic/Road Signs at Ekiti State Signage and Advertisement Agency

Ekiti State Signage and Advertisement Agency

Invitation to Tender for Construction of Traffic/Road Signs

Expression of Interest (EOI)

Government of Ekiti State, Nigeria, hereby invites registered and technically competent contractors for pre-qualification for the construction of Traffic/Road signs.

Project Title: Construction of Traffic/Road Signs.

Description:  Construction and installation of Traffic/Road signs at strategic locations to ensure the smooth flow of traffic.

Pre-qualification Requirements

i.        Company’s profile and proposal for the construction of modern Traffic/Road signs.

ii.       Company registration with Ministry of Works, Ekiti State, Nigeria.

iii.      Evidence of Registration with Ministry of Trade, Industries and Innovations, Ekiti State, Nigeria.

iv.      Evidence of Registration with Ekiti State Signage and Advertisement Agency.

v.       Development levy for 2011, 2012 and 2013.

vi.      Company’s current tax clearance for 2011, 2012 and 2013.

vii.     Veritable evidence of previous experience of carrying out similar jobs.

viii.    Company’s profile.

Submission of Bids

All bids must be submitted to the Department of Finance and Accounts Ekiti State Signage and Advertisement Agency, Ado-Ekiti within fourteen days of this advertisement.

Further Enquiries

For further information and job specification, contact Director Finance and Accounts, Ekiti State Signage and Advertisement, Ado Ekiti. 08037623373.

Signed:

Director General, Ekiti State Signage & Advertisement Agency, Ado-Ekiti, Ekiti State, Nigeria.

www.ekitistate.gov.ng

 

Invitation to Tender for Construction and Installation of Directional Signs at Ekiti State Signage and Advertisement Agency

Ekiti State Signage and Advertisement Agency

Invitation to Tender for Construction and Installation of Directional Signs

Government of Ekiti State, Nigeria, hereby invites registered and technically competent contractors for pre-qualification and bidding for the construction of the under listed works.

Project Title

 

Description Tender Fee
Directional Signs

 

Construction and installation of directional signs at strategic locations in the State

 

N80,000.00

 

Bidding Requirements

Interested contractors are requested to submit their bids upon the payment of non-refundable tender fees as spelt out above to payer’s I.D at Infiniti System Ent. at the Ekiti State Internal Revenue Service Headquarters.

Bid documents must include:

i.        Registration with Bureau of Public Procurement (BPP)

ii.       Certificate of the company’s registration/incorporation.

iii.      Evidence of Registration with Ministry of Works, Ekiti State, Nigeria.

iv.      Evidence of Registration with Ministry of Trade, Industries and Innovations, Ekiti State, Nigeria.

v.       Evidence of Registration with Ekiti State Signage and Advertisement Agency.

vi.      Development levy for 2011, 2012 and 2013.

vii.     Company’s current tax clearance for 2011, 2012 and 2013.

viii.    Veritable evidence of previous experience of carrying out similar job of   this nature and magnitude (completion certificate).

ix.      Company’s profile.

x.       Evidence of payment of Tender fees.

Submission of Bids

All bids must be submitted to the Department of Finance and Accounts, Ekiti State Signage and Advertisement Agency, Ado-Ekiti on or before 19th July 2013.

Further Enquiries

For further information and specification, contact Director Finance and Accounts, Ekiti State Signage and Advertisement, Ado Ekiti. 08037623373.

  • Take teller and fill accordingly.
  • Write Tender fee at the top of the teller, then you get your e-receipt immediately.

Signed:

Director General, Ekiti State Signage & Advertisement Agency, Ado-Ekiti, Ekiti State, Nigeria.

www.ekitistate.gov.ng

 

Invitation to Tender at Management of Ibadan South West Local Government, Aleshinloye, Ibadan, Oyo State

Invitation to Tender

Notice is hereby given that the Management of Ibadan South West Local Government, Aleshinloye, Ibadan, Oyo State of Nigeria is interested to undertake the Public Works as follows:

i.        Construction of 306M Length by 6.5M Average Width Asphaltic Road at State Hospital, Adeoyo Area, off Ring Road, Ibadan.

ii.       Rehabilitation of 422m Long by 10.7m Average width of Suara Akande Road, off Ring Road, Ibadan; and

iii.      Construction of 4 blocks of 12 Units Lock Up Shops at Neighbourhood Market, Aleshinloye, Ibadan.

(2)     Consequently, interested reputable and competent firms are hereby invited to bid for the public works aforesaid with the under listed requirements as a guide while submitting their proposals thereon, to facilitate the selection process:-

i.        Evidence of Incorporation with the Corporate Affairs Commission, Abuja.

ii.       Evidence of Professional Licence from a recognized body alluding to the competence of prospective Contractors to undertake the construction (s) of such magnitude.

iii.      Evidence of payment of Income Tax/Poll Tax (into the coffers of the Local Government) for the past three (3) years.

iv.      Report of the Company’s audited accounts for the past three (3) years.

v.       Report of the Company Profile detailing years of experience and projects executed in the expressed area of interest.

vi.      Evidence of Financial Capability and Bank Support.

vii.     Proof of Joint Ventures/Alliances / Partnership (if applicable).

viii.    Value Added Tax (VAT Certificate and evidence of past VAT remittances).

ix.      Evidence of Registration as Contractor with the Oyo State Government and Ibadan South West Local Government.

(3)     Submission

Interested Contractor (s) should submit all relevant documents, and be forwarded in sealed envelope to the address below:

The Chairman, Ibadan South West Local Government, Aleshinloye, Ibadan.

(4)     Tender Procedure

Tenders are required to pay a non-refundable sum of twenty five thousand naira (N25, 000.00) into the Coffers of the Local Government as Tender Fees.

(5)     Closing Date

All submissions must be received at the above address not later than Friday, 19th July 2013.

Signed:

Pastor O. O. Olaoye,

Head of Local Government Administration,

For Chairman, Ibadan South West Local Government,

Aleshinloye, Ibadan.

 

 

Invitation for Prequalification: Rehabilitation of Feyide House, Lagos at NNPC Pension Fund Limited

Rehabilitation of Feyide House, Lagos

Invitation for Prequalification

Introduction

The NNPC Pension Fund Limited in compliance with the Public Procurement Act 2007 is desirous of carrying out the rehabilitation and upgrade of Feyide House, an office development located in Victoria Island, Lagos, and invites interested construction contractors with relevant experience and capacity to apply for pre-qualification to tender for the works.

Minimum Pre-qualification Requirements

A minimum requirement for qualification is:

  • To have satisfied the eligibility requirements for public procurements in Nigeria as defined in Part IV Section 16(6) of the Public Procurement Act 2007.
  • To have average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last three years of N500,000,000.00; and.
  • To successful carried out at least three projects of a nature and complexity to comparable to the proposed contract within the last five years.

Companies which do not meet the above minimum qualification requirements need not respond to this invitation. The NNPC Pension Fund Ltd however reserves the right to waive minor deviations if, in their opinion, they do not materially affect the capability of an Applicant to perform the contract.

Pre-qualification Application Contents

Interested construction contractors are required to submit the following prequalification information /documents for evaluation:

a.       Company Data:

  • Name
  • Business address (not P.O. Box)
  • Name and phone number (must be capable of receiving text messages) of primary contact person
  • Email address (if available)

b.       Certified true copy of Certificate of Incorporation:

c.       Certified true copy of Corporate Income Tax Certificate for 2012.

d.       Certified true copies of Audited Accounts for 2010, 2011 & 2012.

e.       Banker’s reference and evidence of adequacy of working capital for the Project (access to line(s) of credit and availability of other financial resources).

f.       Details of experience in works of a similar nature executed over the last three (3) years, and work under way (including contract values, award letters/contracts agreements, completion certificates, addresses/locations and names/ phone numbers of clients who may be contacted for further information).

g.       Names, qualifications and experience of key management and technical personnel proposed for the Project, including copies of relevant certificates and contact details.

h.       Verifiable evidence of availability of major plant and equipment required for the works.

i.        An affidavit that the company is not bankrupt, in receivership or under liquidation, and details of any potential litigation awards which may adversely affect the company’s liquidity.

j.        An affidavit disclosing whether or not any officer of the NNPC Person Fund Limited, the NNPC Group, the Department of Petroleum Resources or the Bureau of Public Procurement is a former or present director or has any pecuniary interest in the company.

k.       Evidence of compliance with the provisions of the Pension Reform Act 2004.

Submission of Prequalification Applications

Applicants are required to prepare one (1) hard copy of their prequalification application, with the required information/ documentation arranged in the order in which they appear above, with place dividers to separate each section.

The completed prequalification application must then be sealed in a plain brown envelope, and marked “prequalification for rehabilitation and upgrading of Feyide House, Lagos”, and delivered by hand or registered mail to the Managing Director, National Engineering & Technical Company Limited (NETCO), 146B Ligall Ayorinde Street, Victoria Island, Lagos with attention to (Madaki Muhammad, mmadaki@netco.com.ng ) not later than 19th July 2013.

Please note that:

  • All enquiries are to be directed to the above address.
  • Incomplete and/or improperly packaged prequalification applications will be declared nonresponsive.
  • This advertisement for prequalification shall not be construed as a commitment on the part of NNPC Pension Fund Ltd to issue an invitation to tender and/or award for the Works to any applicant, nor shall it entitle any applicant to make any claim of indemnity from NNPC Pension Fund Ltd.
  • The NNPC Pension Fund Ltd reserves the right to accept or reject late applications.

Invitation to Tender for the Digitalization of the Corporation’s Document Centre at Nigeria Deposit Insurance Corporation (NDIC)

Nigeria Deposit Insurance Corporation

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

Invitation to Tender for the Digitalization of the Corporation’s Document Centre

The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite reputable companies with good track record of performance and experience to bid for the Digitalization (scanning) of Documents in its Document Management Centre to address weaknesses associated with managing physical records.

Scope of Work

The proposed digitalization of records into existing Electronic Document Management System at the Document Centre is to provide the Corporation with clean digitalized copies of document that would be easily accessed and retrieved by authorized user. The proposed digitalization include:

  • Configuring the Electronic Document Management system for file importation.
  • The digitalization   of about   1,000,000   copies   of paper documents.
  • Generation of Optic Character Recognition for all the scanned documents (1,000,000 copies)
  • Importation of all the scanned documents into Electronic Document management System (EDMS)
  • Generation of backup for all scanned copies.
  • Provision of capacity building for the Corporation’s Staff (30 persons) and
  • Provision of support services for six(6) months

The work is classified as follows:

LOT1-         Digitalization of records at Abuja Centre.

LOT2-         Digitalization of records at Lagos Centre

 

Tender Documents

Interested companies should obtain the tender document from the Administration Department, 2nd Floor, NDIC Headquarters, Plot 447/448 Constitution Avenue, Central Business District, Abuja upon payment of the tender fee of N10,000.00 in Bank Draft made payable to the Nigeria Deposit Insurance Corporation, Abuja.

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 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.
  • Company profile indicating qualification and experience of key staff for the project.
  • Proof of Company’s understanding of the job.
  • Evidence of compliance with ITF Acts; including proof of remittance.
  • Valid Certificate of Compliance with Pension Act issued by Peneom.
  • Implementation plan and work methodology.
  • Sworn affidavit to indicate that the company is not in receivership and none of its Directors was ever convicted of fraudulent activity.

Submission of tender Documents

Five (5) bound copies each of the “Financial” and “Technical” tender documents must be submitted in separate scaled envelopes clearly marked “Technical Bid” and “Financial Bid” respectively, both put in a third (3rd) envelope sealed and marked on the right hand top corner “DIGITALIZATION OF NDIC DOCUMENT CENTRE” and addressed to:

Director, Administration Department

Nigeria Deposit Insurance Corporation (NDIC),

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria.

The closing date for submission is Thursday, 1st August, 2013 by 12.00noon. The tender is to be dropped in the tender box on the Ground floor, reception area at the Head Office Building. Companies dropping tenders are expected to sign the tender register on the 2nd Floor, Administration Department, before dropping the tenders. Submission of tender by post or courier will not be acceptable, and any tender 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 Thursday 1st August, 2013 by 2.00pm. Only the technical bids will be opened and all successful companies shall be informed in writing.

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 with the most current (prevailing) exchange rate.

Signed:

Management