Purchase of Demonetized Coins at Central Bank of Nigeria (CBN)

Central Bank of Nigeria

Invitation to Bid for the Purchase of Demonetized Coins

  1. 1. Introduction

The Central Bank of Nigeria (CBN) hereby invites bids from the public, within and outside Nigeria, for the purchase of its 1991 design coins, withdrawn from circulation in 2007. The stock of the old coins is as follows:

Denomination No of Boxes No of Pieces Average weight per piece (g) No of Pieces per Metric Ton Total Weight (Metric Ton)
N1

50k

21,376

30,488

85,504,000

121,944,000

12.0

5.5

83,333.3

181,818.2

1,026.0

670.7

25k 15,061 150,610,000 4.5 222,222.2 677.7
10k 10,068 100,680,000 3.5 285,714.3 352.4
1k 3,831 30,648,000 2.6 384,615.4 79.7
Total 80,822 489,648,000 2,806.5
  1. 2. Conditions of Sale
  • The offer puce shall be in Naira for Nigerians (both individuals and organizations) and in US Dollars for non-Nigerians (both individuals and organization.
  • Payment by successful bidders, who are not resident in Nigeria, will be by   confirmed irrevocable letter of credit issued in favour of the Central Bank of Nigeria or direct credit to the pre-advised foreign account of the Bank.
  • Successful bidders resident in Nigeria will pay in Naira into a pre-advised account in any of the
  • Branches of the Central Bank of Nigeria and provide evidence of such payment before the release of the Coins.
  • The successful bidders will arrange for the re­packing of the coins from the standard CBN coin boxes (where the coins are still packed in the standard coin boxes) and evacuate the coins from CBN premises within two weeks after payment.
  • CBN shall not be responsible for the safe keep of coins not evacuated two weeks after payment. The successful bidders will be responsible for the packing, loading and transportation from the CBN Branches where the coins are being kept.
  • The bid price shall not be lower than the monetary value of the coins.
  • Acceptance of offer to purchase will be communicated to the address of the successful bidders and will lapse after four weeks from the date of the letter of offer, if full payment is not made.
  • All bids shall be in metric tons.
  • Interested individuals/organizations can bid for any or all the denominations.
  • There will be no refund after payment.
  1. 3. Submission Of Bids

Bids must be in hard copies, sealed and marked: “Bids” for the “Purchase of demonetized coins”, addressed and returned to the following address on or before 17th September, 2010.

The Secretary,

Major Contracts Tender Committee,

Central Bank of Nigeria,

Central Business District,

2nd Floor, Wing C,

Abuja.

Notwithstanding the submission of the bids, the CBN is neither obliged to sell the demonetized coins to the individuals/ companies that have bidded nor bound by the rates, terms and conditions submitted by them.

Signed:

Management

Central Bank of Nigeria

Abuja.

Procurement of Goods at Revenue Mobilisation, Allocation and Fiscal Commission

The Presidency

Revenue Mobilisation, Allocation and Fiscal Commission

Invitation for Expression of Interest for Pre-Qualification as Insurance Broker/Underwriter

The Revenue Mobilization, Allocation and Fiscal Commission (RMAFC) desires to call for bids from registered Brokers and Insurance Companies in Nigeria for Insurance Cover on its Assets.

Any Broker/Insurance Company seeking to be selected must satisfy the following conditions:

  1. Be a Limited Liability Company registered in Nigeria and licenced by the National Insurance Commission to transact General Insurance Business.
  2. Have a net asset as stipulated in the Insurance Act and any amendment thereof as per its latest Published Accounts for General Insurance Business.
  3. Have acquired good experience in the General Insurance Business.
  4. Have adequate and qualified staff with cognate experience in General Insurance Business.
  5. Have a verifiable address.
  6. Be a good corporate citizen of Nigeria that pays its taxes as and when due.
  7. Must have a good reputation for prompt settlement of claims.

Any qualified Broker/Insurer willing to apply must do so in writing accompanied by the following documents to be bound together.

  1. A true copy certified by the Corporate Affairs Commission of the Company’s Certificate of Registration.
  2. A true copy certified by NAICOM of the Company’s Licence or Recertification as an Insurer to transact General Insurance Business.
  3. Company’s published Annual Report and Accounts for the last three years.
  4. A copy of NAICOM’s approval of Annual Returns and Accounts for the underwriting year 2009.
  5. Certified true copy of the Company’s current Tax, Clearance Certificate.
  6. A profile of top management staff of the Company with their qualifications and insurance working experience.

The application “Bid For General Insurance” to reach the Office of the Director of Finance and Accounts, Revenue Mobilization, Allocation and Fiscal Commission, Plot 210 Tafawa Balewa Street, Central Area, PMB 054, Garki, Abuja, FCT. On or before 12.00 noon on 20th August, 2010.

No communication will be entered into with any unsuccessful applicant.

Signed:

Director of Finance & Accounts

For: Secretary to the Commission

Construction of Projects at Kaduna Polytechnic

Kaduna Polytechnic

P.M.B 2021 Kaduna. Nigeria

Invitation To Tender For The Year 2010 Capital Appropriation Projects

The Kaduna Polytechnic hereby invites pre-qualified contractors/suppliers, who received letters of pre-qualified to tender for the year 2010 Capital Appropriation projects.

Contractors/suppliers must only bid for what they have been pre-qualified. Prospective bidders are also requested to note that the lowest bidder may not necessarily be the best for the award.

The projects are:

S/NO Construction Work Projects

Tender Fee
1 Construction, Equipping of 200 capacity twin lecture theatres at collage of Administrative and Social Sciences, Kaduna Polytechnic. N40, 000
2 Construction and Equipping Block of Classrooms at College of Administrative and Social Sciences, Kuduna Polytechnic N40, 000

3 Construction and Equipping Administrative Block at College of Administrative and Social Sciences, Kuduna Polytechnic N40.000
REHABILATION/RENOVATION WORK PROJECTS
1 Landscaping of Campuses.

N20,000
2 Roads Rehabilitation. N20. 000
3 Rehabilitation of Academic Buildings. N10,000
PROCUREMENT PROJECTS
1 Procurement of Laboratory/Workshop Equipment. N20,000
2 Procurement of Library Books N10,000
TRAINING PROJECT
1 Training on Entrepreneurship Education N20, 000

Bid documents can be obtained from the Department of Physical Planning of the Institution from Monday, 9th August 2010. All completed bid documents should be sealed, appropriately marked on top right hand corner and returned to the Registrar, Kaduna Polytechnic, Polytechnic Road, Tudun Wada Kaduna, on or before 12:00 P.M. (NOON) on Wednesday, 25th August, 2010. The documents will be opened at the Council Chambers at 2:00 PM on that day, in the presence of interested bidders.

All submissions must include photocopies of letter of pre-qualification issued by the Registrar, receipt of payment of appropriate tender fees and evidence of strict compliance with section 16(6) (d) of the Public Procurement Act 2007, which states that all contractors/suppliers must ‘have fulfilled all its obligations to pay taxes, pensions and social security contributions;’ as a pre-condition for award of any contract/supply.

Signed

Alh. Mamoon A. Abubakar,

Registrar

Kaduna Polytechnic

P.M.B 2021 Kaduna. Nigeria

Invitation To Tender For The Year 2010 Capital Appropriation Projects

The Kaduna Polytechnic hereby invites pre-qualified contractors/suppliers, who received letters of pre-qualified to tender for the year 2010 Capital Appropriation projects.

Contractors/suppliers must only bid for what they have been pre-qualified. Prospective bidders are also requested to note that the lowest bidder may not necessarily be the best for the award.

The projects are:

S/NO Construction Work Projects

Tender Fee
1 Construction, Equipping of 200 capacity twin lecture theatres at collage of Administrative and Social Sciences, Kaduna Polytechnic. N40, 000
2 Construction and Equipping Block of Classrooms at College of Administrative and Social Sciences, Kuduna Polytechnic N40, 000

3 Construction and Equipping Administrative Block at College of Administrative and Social Sciences, Kuduna Polytechnic N40.000
REHABILATION/RENOVATION WORK PROJECTS
1 Landscaping of Campuses.

N20,000
2 Roads Rehabilitation. N20. 000
3 Rehabilitation of Academic Buildings. N10,000
PROCUREMENT PROJECTS
1 Procurement of Laboratory/Workshop Equipment. N20,000
2 Procurement of Library Books N10,000
TRAINING PROJECT
1 Training on Entrepreneurship Education N20, 000

Bid documents can be obtained from the Department of Physical Planning of the Institution from Monday, 9th August 2010. All completed bid documents should be sealed, appropriately marked on top right hand corner and returned to the Registrar, Kaduna Polytechnic, Polytechnic Road, Tudun Wada Kaduna, on or before 12:00 P.M. (NOON) on Wednesday, 25th August, 2010. The documents will be opened at the Council Chambers at 2:00 PM on that day, in the presence of interested bidders.

All submissions must include photocopies of letter of pre-qualification issued by the Registrar, receipt of payment of appropriate tender fees and evidence of strict compliance with section 16(6) (d) of the Public Procurement Act 2007, which states that all contractors/suppliers must ‘have fulfilled all its obligations to pay taxes, pensions and social security contributions;’ as a pre-condition for award of any contract/supply.

Signed

Alh. Mamoon A. Abubakar,

Registrar

Procurement of Goods at United Nations Development Programme (UNDP)

Pre-Qualification Application Form

The United Nations Development Programme (UNDP) in Nigeria would like to invite registered organizations to submit their Expression of Interest (EOI) for Pre-qualification and possible inclusion in a database. UNDP is looking for registered organizations (CSOs/NGOs, consultancy firms and private organizations) specialized in the following areas:

  • Elections
  • Media
  • Conflict Management
  • Political Parties
  • Gender
  • Human Rights, Rule of Law and Access to Justice
  • Youth
  • Other Democratic Governance areas not specifically mentioned above.

All organizations that wish to participate in the process are required to complete the below application form. The information provided will be used to access your company suitability to qualify for the next stage for services mentioned in the organizations profile attached with the EOI. Interested organizations are required to fulfill the eligibility questionnaire requirements Interested organizations also are encouraged to submit their interest only if they meet the eligibility criteria checklist.

Application form must be completed for each category of specialization. On or before August 30th 2010 at 3:00 pm Local time Abuja, Nigeria.

The UNDP shall proceed to the qualification stage ONLY for organizations that meet its requirement of the specializations as advertised in the EOI.

Due to the high numbers of application normally received, in case you submit an application form for pre-qualification but don’t hear from us on or before 2nd September 2010, then it means your application has been unsuccessful and your application will not be advanced to the next stage.

Organizations specializing in conflict management in the North East as well as organizations specializing in media, political parties and human rights/rule of law/access to justice are particularly encouraged to apply.

Those who have previously submitted EOIs need not re-apply.

For any clarification on any aspect of this EOI, please send an email to: kabura.zakama@undp.org

We thank you for your interest.

Please return the completed form to the contact address below:

Operations Manager, DGD

4th Floor

Elizade Plaza, Opposite Bolingo Hotel

Central Business Area, Abuja, Nigeria

The EOI submissions that are not in compliance with the requested information as outlined above will not be considered eligible to be included in the next stage in this process.

This EOI does not amount to a commitment on the part of UNDP, either financial or otherwise. UNDP reserves the right to accept or reject any or all EOI without any obligation to inform the affected applicants of the grounds for acceptance or/ejection.

Provision of Coastal Freight Vessel at Chevron Nigeria Limited (CNL)

Chevron Nigeria Limited

R. C. 6135

Operator of the NNPC\Chevron Joint Venture

Advert For Tender Opportunity

Provision of Coastal Freight Vessel

Introduction:

Chevron Nigeria Limited operator of the NNPC/CNL Joint Venture invites interested and prequalified companies for this tender opportunity for the provision of COASTAL

FREIGHT VESSEL. The contract is proposed to commence in January 2011 for Two years duration with one (1) year extension option.

SCOPE OF WORK:

  • Coastal general cargo/ Container coastal freight vessel.
  • Sufficient fuel capacity to provide for at least 30 days without re-fuelling.
  • To transport various material and goods between Onne and Escravos as well as other operational locations within Nigeria.
    • MAX DRAFT (Loaded) –        4.0 metres
    • MAX LOA                        –        65 metres +/- 2 metres
    • MAX Beam                       –        14 metres +/- 2 metres
    • Max Speed                        –        12kts
    • GRT:                                  –        1092
    • NRT:                                  –        327
    • Propulsion                        –        Twin screw diesel
    • Rudders                                       –        2, streamlined, high lift
    • Bow Thruster                    –        Required 200Kw+/-
    • Deck Space                       –        600 sq metres +/- (Wood Sheathed)
    • Min (MT) Cargo carrying capacity   –         1500 tonnes deadweight
    • Max FOB                          –        Crew +10 (see below)
    • Reefer sockets on deck   –        Yes- Minimum 8, 380-400V,  50Hz
    • Deck Strength                   –        Minimum 7.0mt/sq.m
    • Fuel capacity                     –        Minimum 500 m3
    • Container Capacity          –        Minimum 90 TEU
    • Container Securing          –        Twistlocks supplied
    • Bow Ramp Length           –        6.0 to 8.0 metre
    • Bow Ramp width             –        8.0 metres
    • Bow Ramp Strength         –        SWL 100 ton minimum
    • Air Draft for Ro-Ro carg –        Minimum 8.0 metres
    • Fendering       –        Must fit low level dock wall in Escravos dock.  (both sides plus ramp area)
    • Pumping station – Shall be fitted to allow discharge of AGO to dock facilities.
    • Tankcoating:           –        Epoxy coated
    • Pumps:                     –       2x each of abt, 75/100 m3/hour

Navigational Equipment Requirement:

An integrated bridge system having two ARPA radar stations.

  • Electronic Chart system.
  • GMDSS.
  • VHF (at fwd/aft controls) and UHF hand held and base stations. (Aft controls should not be required).
  • Search lights mounted high on the accommodation structure able to be controlled remotely.
  • SSB Radio (programmable frequencies).
  • DGps x 2.
  • EPIRB.
  • P.A. system audible throughout the vessel.
  • Internet and Email capability.

Classification Requirement:

  • Vessel must be fully classed with an IACS member Class Society only.
  • Vessel to meet all IMO and Flag state requirements.
  • Vessel to meet all NIMASA & NC Law requirements.
  • To have external locks and be capable of meeting ISPS requirements.
  • Shall meet MSRE (Marine Safety, Reliability & Efficiency) requirements including all in force NMA Marine Notices.

Tender Requirements:

  1. To be eligible for this tender exercise, interested bidders are required to be pre-qualified in be 3.08.01 (Transportation /Supply/Disposal Services -TRANSPORTS ION/ SUPPLY/ DISPOSAL SERVICES-Tugs Supply/ Standby / ROV Support/ Diving Support Vessels) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).
  1. Please note that interested bidders including their sub-contractor(s) shall be required to:
  1. a. Meet all JQS mandatory requirements to be listed as “PREQUALIFIED” for a category in the JQS database.
  2. b. Meet all Nigerian Content requirements stated in this advert in their responses to the Invitation to Technical Tender.

(Failure to meet the Nigerian Content requirements is a “FATAL FLAW”).

  1. To determine if you are pre-qualified and view the product /service category you are listed for: Open www.nipexng.com and access NJQS with yen log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.
  2. If you are not listed in this product/service category, and you are registered with DPR to do business for this category, please contact NipeX office at 30, Oyinkan Abayomi drive. Ikoyi Lagos with your DPR certificate as evidence for review and necessary update.
  3. To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

Nigerian Content Requirements

Demonstrate that the entity is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.

Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and Co7.

Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians, Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.

Provide a Nigerian Content Plan providing a detailed of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point or manager.

State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop: attach past experience of such patronage.

Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).

Location of in-country facilities (Equipment, storage, workshops, repair & maintenance facilities and, testing facilities.

Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.

Provide details on any other Nigerian Content initiative your company is involved in

On or before 20th August 2010 and shall close to  interested bidders by 4:00 pm, Thursday, August 26th 2010

Please note the following:

  • Suppliers eligible for this tender opportunity are expected to be Prequalified in NJQS under this product/service category.
  • The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX. To enable the prequalified suppliers in NJQS receive and respond to the bid, you must be trained and set-up in NipeX. If you are not, please contact NipeX with your company’s details, official email address, a name of a principal contact person and his/her phone number,
  • To enable interested pre-qualified suppliers use the NipeX system to progress the tender, they should contact NipeX and include in their company profile a name of a principal personnel, his/her phone number and the company’s general official email address for set-up and training.
  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of CNL to award any contract to any company and or associated companies, sub­contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from CNL and or any of its partners by virtue of such companies having been prequalified in N JQS.
  • The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.
  • Chevron Nigeria Limited / NNPC reserve the right to reject any and or all pre-qualified supplier at its sole discretion and at no cost whatsoever.
  • Chevron Nigeria Limited will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

Please visit NipeX portal at www.nipexng.com for this advert and other information.

Management

Chevron Nigeria Limited, 2 Chevron Drive, Lekki Peninsula, P.M.B 12825, Lagos.