Background Image

GOMBE STATE MINISTRY OF TRADE, INDUSTRY & TOURISM-

INVITATION TO TENDER FOR MUHAMMADU BUHARI INDUSTRIAL PARK, DADIN-KOWA, GOMBE STATE

GOMBE STATE GOVERNMENT
MINISTRY OF TRADE, INDUSTRY & TOURISM
INVITATION TO TENDER FOR MUHAMMADU BUHARI INDUSTRIAL PARK, DADIN-KOWA, GOMBE STATE

1. INTRODUCTION
The Gombe State Government wishes to bring to the notice of experienced and competent Companies/Contractors that the state would carry out the procurement of Works, Goods, and Services for the Muhammadu Buhari Industrial Park at Dadin-Kowa, Gombe State. The project descriptions are as follows.

2. SCOPE OF WORKS/GOODS/SERVICES

You need to login to view the rest of the content. Please . Not a Member? Join Us

MARCEL PAGNOL FRENCH SCHOOL ABUJA-

REQUEST FOR PROPOSALS FOR CIVIL AND MEP WORKS, SITE SUPERVISOR & FINANCIAL AUDITOR

MARCEL PAGNOL FRENCH SCHOOL ABUJA
REQUEST FOR PROPOSALS

DESCRIPTION OF THE WORKS
• Remodeling of the Canteen Block
• Renovation of the residential Block
• Recreate the Soccer field
• Casting of concrete foundations on the playground
• Installation of outdoor playground games
• General maintenance works (Optional)

1. CIVIL AND MEP WORKS
2. SITE SUPERVISOR
3. FINANCIAL AUDITOR

Deadline:
Friday, 25th June 2021 at 4am

You need to login to view the rest of the content. Please . Not a Member? Join Us

OYO STATE MINISTRY OF EDUCATION, SCIENCE AND TECHNOLOGY-

INVITATION TO BID FOR THE AWARD OF CONTRACT FOR THE CONSTRUCTION OF TWO (2) BLOCKS OF SIX (6) CLASSROOMS WITH TWO (2) OFFICES AT AJIA COMMUNITY SECONDARY GRAMMAR SCHOOL, AJIA, IBADAN.

OYO STATE GOVERNMENT
MINISTRY OF EDUCATION, SCIENCE AND TECHNOLOGY
INVITATION FOR BIDS
IFB/TBU3095/21
INVITATION TO BID FOR THE AWARD OF CONTRACT FOR THE CONSTRUCTION OF TWO (2) BLOCKS OF SIX (6) CLASSROOMS WITH TWO (2) OFFICES AT AJIA COMMUNITY SECONDARY GRAMMAR SCHOOL, AJIA, IBADAN.
DATE OF BIDS ISSUANCE: THURSDAY, 17TH JUNE 2021

INTRODUCTION.
The Ministry of Education, Science and Technology, Oyo State under the contract for the construction of two (2) blocks of six (6) classrooms with two (2) offices at Ajia Community Secondary Grammar School, Ajia, Ibadan as presented in the table below:

You need to login to view the rest of the content. Please . Not a Member? Join Us

CREATIVE ASSOCIATES INTERNATIONAL, INC.-

REQUEST FOR QUOTATION FOR WEBSITE REVAMPING

TO: : TO POTENTIAL VENDORS
FROM: : CREATIVE ASSOCIATES INTERNATIONAL, INC.
SUBJECT: : WEBSITE REVAMPING
RFQ NUMBER: : OPS-ABJ/2021-06-002
RFQ ISSUE DATE: : 15TH JUNE 2021
RFQ CLOSING DATE: : 9TH JULY 2021
RFQ CLOSING TIME: : 04:00PM WAT WEST AFRICA LOCAL TIME
TYPE OF AWARDS: : FIRM, FIXED PRICE PURCHASE ORDER
CONTRACT NUMBER: : UNITED STATES AGENCY FOR INTERNATIONAL DEVELOPMENT (USAID), AGREEMENT
# 72062019C00003

You need to login to view the rest of the content. Please . Not a Member? Join Us

U. S. EMBASSY ABUJA-

REQUEST FOR QUOTES FOR INSTALLATION OF RADIO TOWER AT SANTA FE COMPOUND

REQUEST FOR QUOTES – #PR9975044 FOR INSTALLATION OF RADIO TOWER AT SANTA FE COMPOUND :: DUE: JUNE 30, 2021

June 17, 2021

The U. S. EMBASSY ABUJA has a requirement for a contractor to install radio tower in a residential compound, located at Plot 5, Osara Close, Off Rima Street, Maitama, FCT, Abuja as per statement of work to (be provided at the venue). You are invited to submit a quotation.

The Embassy plans to award a purchase order. You are encouraged to make your quotation competitive. You are also cautioned against any collusion with other potential offerors with regard to price quotations to be submitted. The RFQ does not commit the American Embassy to make any award. The Embassy may cancel this RFQ or any part of it.

The evaluation criteria for this requirement will include price, technical acceptability and past performance and as listed in the appropriate sections of the solicitation package. Please read the RFQ carefully, and if you are interested, submit your quotation.

Please note the Following:

  1. Please include delivery/performance schedule, specifications, samples/pictures/complete drawings, (where applicable), along with your quotes/proposals.
  2. Offerors/Vendor must state BOLDLY if offering an alternative approach.
  3. All responses and quotes on this RFQ MUST have the following subject line ‘RFQ # PR9975044 FOR INSTALLATION OF RADIO TOWER AT SANTA FE COMPOUND
  4. Proposals must be in only two attachments (financial proposal & technical proposal) and sent to the Contracting Officer at Abujaprocurement@state.gov
  5. Deadline for offer submission is June 30, 2021
  6. Due to new Government requirement for offerors to comply with the new National Defense Authorization Act (NDAA) in accordance with FAR 52.204-24, FAR 52.204-25 and FAR 52.204-26, please you are required to complete the attached form and send along with your quote. Any offer not accompanied by this form will NOT eligible for award.

Please return the completed SF-18 along with your quote.

You need to login to view the rest of the content. Please . Not a Member? Join Us

KADUNA STATE WATER SERVICES REGULATORY COMMISSION-

INVITATION FOR BID FOR PROCUREMENT OF LABORATORY EQUIPMENT

KADUNA STATE WATER SERVICES REGULATORY COMMISSION
NO. 1 CORONATION CRESENT, BEHIND LUGGARD HALL, KADUNA NIGERIA | www.swrc.kdsg.gov.ng
PROCUREMENT OF LABORATORY EQUIPMENT

INTRODUCTION
The Kaduna State Water Services Regulatory Commission was established under the Kaduna State Water Supply and Sanitation Law 2016 by the present Administration to promote, regulate and enforce legislations and policies on water services and hygiene in the State. In carrying out its mandates, the Commission needs befitting Laboratory equipment for efficient and effective regulation of service delivery to the general public, particularly its stakeholders and water related organizations within and outside Nigeria. In view of this and in compliance with the provision of the Kaduna state Public Procurement Law 2016, the Kaduna State Water Services Regulatory Commission on behalf of the Kaduna state Government hereby invites interested eligible and competent Supplier to bid for the Procurement of Laboratory Equipment.

LOT DESCRIPTION

GOODS/SUPPLY
Lot Description Location
LOT 1 Procurement of Quality Laboratory equipment as contained In the Tender Documents. Kaduna State Water Services Regulatory Commission, Kaduna.

You need to login to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN PETROLEUM DEVELOPMENT COMPANY LIMITED (NPDC)-

TENDER OPPORTUNITY: HIRING, OPERATIONS AND MAINTENANCE OF VARIOUS MARINE VESSELS TO SUPPORT OFFSHORE TERMINAL OPERATION IN OML 42

NIGERIAN PETROLEUM DEVELOPMENT COMPANY LIMITED (NPDC)
(A SUBSIDIARY OF NIGERIAN NATIONAL PETROLEUM CORPORATION)
62/64 SAPELE ROAD, P.M.B. 1262 BENIN CITY, NIGERIA
TENDER OPPORTUNITY: HIRING, OPERATIONS, AND MAINTENANCE OF VARIOUS MARINE VESSELS TO SUPPORT OFFSHORE TERMINAL OPERATION IN OML 42 (NIPEX SHOPPING CART NUMBER 100005263)

1.0 INTRODUCTION:
Nigerian Petroleum Development Company Limited has a requirement for the Hiring. Operations and Maintenance of Various Marine Vessels in OML 42. NPDC, therefore, invites reputable and competent companies for the provision of the services for her production operations.

Please visit the Nigerian Petroleum Exchange Portal www.nipex-ng.com for further details.

2.0 SERVICES REQUIRED/SCOPE OF WORK:
The proposed scope(s) covers as listed but not limited to the work items listed below:

S/N Services Scope of Work (include but not limited to the understated)
1 Hiring, Operations and Maintenance of Various Marine Vessels in OML 42Product Code Number:3.06.08 and 3,08.01 The scope of work includes provision of the equipment, personnel and necessary logistics to operate the under listed vessels, which should have been built not earlier than year 2010.(1)   Provision of line Handling Tugs, the Services of these vessels are required for crude oil export tanker handling and loading activities at export terminals and FSO’s,·         Lire Handling Tugs (LHT) with a minimum bollard pull of 70 ton for marine logistics services·         Line Handling Tugs (LHT) with a minimum bollard pull of 120-180 ton(2)        240-350,OOObbls Capacity Tankers for Crude Oil Evacuation(3)        175-200, 000bbls Capacity Tankers for Crude Oil Evacuation(4)        240 – 300, 000bbls Crude Oil Storage dump barge(5)        100, 000bbls Crude Oil Storage dump barge(6)        70,000bbl Crude Oil Storage dump barge(7)        22,000-25,0000bbls Capacity Shuttle Vessels(8)        Sea going Security Vessels(9)        Patrol Vessels(10)      Offshore crew supply vessel

CONTRACT STRATEGY:
The strategy is to engage the services of competent contractor (s) for the Hiring, Operations and Maintenance of Various Marine Vessels in OML 42. Following this advertisement, companies will be evaluated and ranked based on their performance. Contract shall be awarded to the lowest evaluated responsive/most technically competent bidder(s). NPDC shall retain the selected company (s) to provide the required service during the contract duration,

1.0 MANDATORY REQUIREMENTS:
(1) To be eligible for this tender exercise, interested Companies are required to be pre-qualified in the Vessels Platforms/Vessels Product/Services category (3.06.08 Mooring System Services and 3.08.01 Tugs/ROV Support/Diving Support Vessel) in NipeX Joint Qualification System (NJQS) database
All successfully pre-qualified suppliers in the category will receive the Invitation to Tender (ITT) document for the Technical phase of the tender.
(2) To determine if you are pre-qualified and view the products/services category you are listed for: Open http://vendors.nipex-ng.com and access NJQS with your log-in details. Click on products/services status tab to view your status and product codes.
(3) If you are not listed in a Product/Service category and you are registered with DPR to do business, contact NipeX office at No. 8 Bayo Kuku Road, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update.
(4) To initiate the JQS pre-qualification process, access www.nipex-ng.com click on services tab followed by NJQS.
(5) To be eligible, all tenderers must comply with the Nigerian Content requirements in the NipeX system.

2.0 NIGERIAN CONTENT DEVELOPMENT:
As requested by the Nigerian Oil & Gas Industry Content Development Act 2010, each Contractor will be required to:
(1) Demonstrate that the entity proposed for execution of the service 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.
(2) International or multinational companies working through a Nigerian subsidiary must demonstrate that a minimum of 50% of equipment to be deployed for execution of the work shall be owned by the Nigerian subsidiary by providing a list of equipment for this tender and including those that will be owned by the Nigerian subsidiary.
(3) Furnish details of company ownership and shareholding structure with photocopies of Forms CAC2 and CAC7.
(4) Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of ail the Nigerian companies and personnel that will be involved in executing the work also provide details of Nigeria Content focal point or manager.
(5) 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.
(6) Provide detailed plan for staff training and development.
(7) Provide detailed description of the location of in-country offices.

Interested Companies are to note that pursuant to NPDC (NNPC) and Federal Government Policy to provide opportunities for Nigerian contractors and the development of local expertise, all the applicants must comply fully with the NOGICD Act to give preference to Nigerian companies or foreign companies with Nigerian affiliate and local ownership, which demonstrate willingness to execute the project to the satisfaction of the Nigerian Content requirements and guidelines. Each applicant is enjoined to avail themselves of the requirements of the Nigerian Oil and Gas Industry Content Development (NOGICD) Act for full compliance.

You need to login to view the rest of the content. Please . Not a Member? Join Us

OXFAM-

REQUEST FOR QUOTATION FOR RADIO PROGRAM CONSULTANCY

OXFAM
BAUCHI STATE
REQUEST FOR QUOTATION FOR RADIO PROGRAM CONSULTANCY

Oxfam in its fight against poverty and suffering works with suppliers and service providers considering them as Oxfam partners given the interdependent relationship between Oxfam and its suppliers/service providers.

Suppliers and service providers are individuals (suppliers, consultants, freelancers, etc.), firms or companies that provide Oxfam with goods, services or works partnering with Oxfam to save lives, help overcome poverty and sufferings, fight social injustice, and; to work towards having a just world without poverty. It is important for us that all people connected to our work is keeping with the organization’s beliefs, values, and aims.

Oxfam focuses its activities on providing a comprehensive humanitarian response to poverty, working cohesively in the four areas that constitute its identity: development cooperation, humanitarian action, fair trade, social mobilization, campaigns, and education for global citizenship.

Oxfam, in order to achieve its objectives, is conducting tender processes within Nigeria and invites your submission of a proposal to provide Oxfam, with their requirements.

Request for quotation for the following:
RADIO PROGRAM CONSULTANCY
Location: Bauchi

HOW TO ACCESS RFQ:
Interested and qualified consultants/firms are expected to submit their expression of interest (technical and financial proposal) to nga.bid@oxfam.org by 20 June, 2021.

Questions:
All questions would be received in writing and sent to ngaoxfamvendors@oxfam.org on or before 18 June, 2021 by 12 noon. Responses would be sent by COB of the same day.

You need to login to view the rest of the content. Please . Not a Member? Join Us

AHNI/ FHI360-

INVITATION TO TENDER FOR PRINTING OF MONITORING AND EVALUATION TOOLS

AHNI/ FHI360
INVITATION TO TENDER FOR PRINTING OF MONITORING AND EVALUATION TOOLS
TENDER REFERENCE: GF-ITT-AHNI-01-2021

A. Background:
With funding from the Global Fund, Family Health International (FHI360) is collaborating with Achieving Health Nigeria Initiative (AHNi) to support the government of Nigeria to enhance sustained cross-sectional integration of HIV/AIDS services by building Nigeria’s capacity to deliver sustainable high quality, comprehensive, prevention, treatment, care and related services in Nigeria.

Achieving Health Nigeria Initiative (AHNI) is therefore inviting qualified and interested companies to submit sealed quotations for the Printing of Monitoring and Evaluation Tools(M&E).

B. REQUEST:
Interested bidders should visit this website on any web browser: https://bit.ly/3gunY4R to access and download the list and specification of the Monitoring and Evaluation Tools(M&E)

C. MINIMUM ELIGIBILITY REQUIREMENT:

No Tender Requirement
1 Company Profile; registered addresses(s), official/functional emails, telephone numbers and point of contact for the company
2 Evidence of legal registration document of the company (CAC, FORM C07 and FORM C02)
3 Latest Tax Clearance Certificate
4 Evidence of Financial Capability (most recent audited account)
5 Bank Reference Letter duly signed and addressed to AHNi Procurement Committee
6 Evidence of Registration with Printing Professional & Regulatory Bodies such as CIPPON, etc.
7 Evidence of experience in award(s) of printing of similar scope and complexity within the last 3 years: Bidders must provide copy(ies) of Job Orders (Purchase Orders or Contract) and proof of delivery(ies)-Delivery Notes/Waybills
8 Financial Quotation and required Commercial Terms

D. EVALUATION AND SELECTION CRITERIA:
Bidders must ensure that all requested information above are included in the submission. Proposals will be evaluated as follows:

STAGES OF BIDEVALUATION EVALUATION DESCRIPTION EVALUATIONAPPLICATION
1st stage Complete Conformity to Tender Submission Requirement PASS OR FAIL
2nd stage Conformity to Minimum Eligibility Requirement listed 1-7 PASS OR FAIL
3rd STAGE Conformity to Financial Quotation listed 8 (i.e.. Clear Specification, Delivery Leadtime, Price and Warranty) PASS OR FAIL
4th STAGE Physical Inspection of Printing Press, Storage Facility and Finished copies of similar Printing Job executed within the last 2 years APPROVE OR DISSAPROVE
5th STAGE Consideration for Award PriceReasonableness, Acceptable Quality, Acceptable Delivery Timeline and Quality Warranty on mass Production

E. SUBMISSION PROCEDURE AND INSTRUCTIONS:
Technical Documentation (Criteria 1-7) and Financial Quotation Including commercial terms (Criteria 8) MUST be separated, signed by the authorized representative, and submit in a sealed envelope. Your submission must be appropriately titled, addressed and submitted to:
The Procurement Committee,
Achieving Health Nigeria Initiative (AHNI),
#8, Yedseram Street, Off Ibrahim Babangida Boulevard, Maitama, Abuja.

F. ADDITIONAL INFORMATION TO BIDDERS:
(i) For clarification on any aspect of this tender, please send an email reflecting tender reference to Abuja. Procurement@Ahnigeria.org
(ii) AHNi is Value Added Tax (VAT) exempted but deducts withholding tax (WHT) in compliance; with relevant Nigeria Tax Laws;
(iii) Interested bidders must possess the ability and capacity to warehouse fully printed tools for a period of one (1) month after printing; during this period, AHNi technical team shall conduct quality checks before Batching of same by the Printing Firm ready for distribution. All Tools shall be batched using Transparent and waterproofed wraps;
(iv) AHNI shall engage the services of a Haulage Company to carry out Last Mile distribution of fully printed and certified tools from the printer’s warehouse;
(v) All proposal document submitted including prices must be valid for a period of six (6) month from the tender due date. This include but not limited to cost, terms, conditions and service level agreement.

You need to login to view the rest of the content. Please . Not a Member? Join Us