NIGERIA DEPOSIT INSURANCE CORPORATION
Plot 447/448 Constitution Avenue, Central Business District, Abuja
E-mail: info@ndic.gov.ng Website: www.ndic.gov.ng
INVITATION TO TENDER FOR THE SUPPLY OF GOODS AND WORKS AT THE NDIC HEAD OFFICE, ABUJA

1.0 INTRODUCTION
The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite reputable and competent Companies with good track record of performance and experience to tender for the Upgrade of Office Facilities.

2.0 PROJECT FOR TENDER
Supply of Goods and Works at the Head Office, Abuja;
Lot 1: Supply and Installation of 1000KVA, 416Volts, 50Hz 3Phase Generator
Lot 2: Provision of Uninterrupted Power Supply to Lightning Circuitry.
Lot 3: Overhaul of Audio-Visual Presentation Equipment at the Conference Hall.
Lot 4: Supply and Installation of Variable Refrigerant Flow (VRF) Cooling System.

3.0 ELIGIBILITY REQUIREMENTS
Interested bidder(s) for the above project are to submit their bids along with the following requirements:
i) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7.
ii) Evidence of Company Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2019; with minimum average turnover of N300 million, N130million, N60million, and N400 million respectively.
iii) Evidence of current Pension Compliance Certificate valid till 31st December, 2019.
iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2019.
v) Evidence of current National Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2019.
vi) Evidence of Registration on the National Database of Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st January, 2020 or valid certificate issued by BPP.
vii) Sworn affidavit:
– disclosing whether or not any officer of the relevant committees of the Nigeria Deposit Insurance Corporation or the Bureau of Public Procurement is a former or present Director, Shareholder, or has any pecuniary interest in the bidder; and confirm that all the information presented in the bid are true and correct in all particulars;
– that none of the company Directors was ever convicted of fraud, and that the company is not in receivership.
viii) Company’s Audited Accounts for the last three (3) years – 2016, 2017 and 2018;
ix) Evidence of Financial capacity to execute the project by submission of reference letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed.
x) Detailed Company’s Profile with the Curriculum Vitae of key staff to be deployed for the project, including copies of their Academic/Professional qualifications (COREN, QSRBN, ARCON, CORBON, etc.)
xi) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects.
xii) List of Plants/Equipment with proof of Ownership/Lease Lots 3 and 4)
xiii) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
xiv) Verifiable evidence of partnership with Original Equipment Manufacturers (OEM) for Lots 1 & 2)
xv) All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM no.) and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

4.0 COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from the Procurement and Management Services Department, 2nd Floor, NDIC Headquarters, Plot 447/448 Constitution Avenue, Central Business District, Abuja Upon payment of a non-refundable tender fee of N10,000.00 per Lot paid into the Nigeria Deposit Insurance Corporation’s Remita account at www.remita.net in any reputable commercial bank in Nigeria.

5.0 SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for the project in three (3) hard copies for each of the technical and financial bids with soft copy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked “Technical Bid” and “Financial Bid”. Thereafter , put the two sealed envelopes together in a bigger sealed third envelope addressed to:
Director,
Procurement & Management Services Department, (PMSD)
Nigeria Deposit Insurance Corporation (NDIC),
Plot 447/448 Constitution Avenue,
Central Business District,
Abuja, Nigeria

And clearly marked “TECHNICAL AND FINANCIAL TENDER” for any project of your choice (indicate the LOT number).

Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box on the Ground floor, reception area at the Head Office Building not later than 11:00 a.m. on Monday 21st October, 2019.

6.0 OPENING OF BIDS
Only the technical bids will be opened immediately after the deadline for the submission at 11:00a.m. on Monday, 21st October, 2019, at the Ground Floor, Visitors waiting room at the NDIC Head Office Building in the presence of the bidders or their representatives, while the financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register on the Procurement and Management Services Department, 2nd floor, as NDIC will not be held liable for misplaced or wrongly submitted bids. Further requisite information required can be obtained from the following e-mail address please contact the procurement@ndic.gov.ng.

7.0 GENERAL INFORMATION
i) Bids must be in English Language and signed by an official authorised by the bidder.
ii) Bids submitted after the deadline for submission would be returned un-opened.
iii) All costs will be borne by the bidders.
iv) Contractors are not permitted to bid for more than (2) Lots, violation will lead to automatic disqualification;
v) Only pre-qualified bidders at technical evaluation will be contacted at a later date for financial bid opening, while financial bids of un-successful bidders will be returned un-opened.
vi) NDIC is not bound to shortlist any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act 2007.

SIGNED:
MANAGEMENT