Background Image

INDEPENDENT CORRUPT PRACTICES AND OTHER RELATED OFFENCES COMMISSION-

REQUEST FOR EXPRESSION OF INTEREST (EOI) FOR APPOINTMENT OF CONSULTANT FOR THE MANAGEMENT OF THE ANTI-CORRUPTION ACADEMY (ACAN), KEFFI, NASARAWA STATE

INDEPENDENT CORRUPT PRACTICES AND OTHER RELATED OFFENCES COMMISSION
PLOT 802 CONSTITUTION AVENUE, CENTRAL BUSINESS DISTRICT, ABUJA
REQUEST FOR EXPRESSION OF INTEREST (EOI) FOR APPOINTMENT OF CONSULTANT FOR THE MANAGEMENT OF THE ANTI-CORRUPTION ACADEMY (ACAN), KEFFI, NASARAWA STATE

1.0 BACKGROUND INFORMATION
The Independent Corrupt Practices and Other Related Offences Commission (ICPC) is seeking Expression of Interest from interested Facility Managers for the Management of its 40-Bedroom Guest House and a 64-Beds Hostel at the Anti-Corruption Academy (ACAN) Keffi Nasarrawa State.

2.0  SCOPE OF SERVICES
The Management of the following Facilities
(a)      40-Bedroom Guest House
(b)     64-Bed Hostel

The scope of the services shall be as follows:
(i)      Daily Management of the two facilities (a & b) above
(ii)     Maintenance of the Facilities

3.0  ELIGIBILITY REQUIREMENTS
(a)      Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7;
(b)     Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31 December, 2020;
(c)      Evidence of current Pension Compliance Certificate valid till 31 December, 2020;
(d)     Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December 2020;
(e)      Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2020;
(f)      Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP.
(g)     Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Independent Corrupt Practices and Other Related Offences Commission or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and
correct in all particulars;
(h)     Company’s Audited Accounts for the last three (3) years – 2017, 2018 & 2019;
(i)      Evidence of financial capability 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;
(j)      Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
(k)     Evidence of Firm’s current registration with relevant professional body(ies)
(l)      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;
(m)    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)
(n)     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.

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

NATIONAL INDUSTRIAL COURT OF NIGERIA-

INVITATION FOR PRE-QUALIFICATION FOR CONSTRUCTION WORKS

NATIONAL INDUSTRIAL COURT OF NIGERIA
INVITATION FOR PRE-QUALIFICATION

1.INTRODUCTION
The National Industrial Court of Nigeria, Abuja in compliance with the Public Procurement Act 2007. Wishes to inform eligible contractor consultant and public that the NICN is to undertake the procurement of works and hereby invite contractors/consultants of good repute and relevant experience by this notice to tender for this project listed below.

2.SCOPE OF WORK

LOT 1A Consultancy service for the proposed Construction of High-Rise Building Office Complex, Bauchi, Bauchi State
LOT 1B Propose construction of High-Rise Building Office Complex, Bauchi, Bauchi State

3.ELIGIBILITY REQUIREMENTS
Prospective bidder shall possess the following documents and without any of the under listed requirements. The company will be automatically disqualified.
a.Evidence of certificate of incorporation issued by the corporate affairs commission (CAC) including form CAC 1.1 or CAC2 and CAC7:
b.Evidence of company’s income tax clearance certificate for the last three years valid till 31st December, 2020
c.Evidence of current pension compliance certificate valid till 31st December 2020
d.Evidence of current industrial training fund (ITF) compliance certificate valid till 31st December, 2020
e.Evidence of current Nigeria social insurance trust fund(NSITF) compliance certificate valid till 31st December, 2020
f.Evidence of firm registration on the national database of the federal contractors, consultants and service providers by submission of interim registration report (IRR) expiring on 31/12/2020 or valid certificate issued by BPP
g.Sworn affidavit disclosing whether or not any officer of the relevant committees of the National Industrial Court of Nigeria or the Bureau of public procurement is a former or present director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
h.Company’s Audited accounts for the last three (3) years-2017, 2018, 2019
i.Evidence of financial capability to execute the project by submission of reference letter addressed to the Chief registrar NIC, Abuja from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed
j.Lot 1a: Evidence of firm’s current practice license with relevant professional bodies (namely COREN, QSRBN, ARCON, etc.)
k.Evidences of at least three (3) similar contracts executed in the last five (5) years including letter of award/engagement, Job completion certificates and photograph of the project:
l.Lot 1b: List of Plants/Equipment with proof of Ownership/Lease
m.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 authorized officer of the firm.

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

FEDERAL POLYTECHNIC, OKO, AGUATA, ANAMBRA STATE-

INVITATION FOR PREQUALIFICATION FOR YEAR 2019 TETFUND ZONAL INTERVENTION

FEDERAL POLYTECHNIC, OKO
PMB 021, AGUATA, ANAMBRA STATE
INVITATION FOR PREQUALIFICATION FOR YEAR 2019 TETFUND ZONAL INTERVENTION

1.INTRODUCTION
The Federal Polytechnic Oko, in compliance with the requirement of the Public Procurement Act 2007, invites interested, competent Consultants with proven experience and good track record of performance to submit pre-qualification documents for Year 2019 TETFund ZONAL Intervention listed below:

2.SCOPE OF SERVICES
LOT 1:  Supply and Installation of Equipment for the Department of Agricultural Technology
LOT 2:  Supply and Installation of Equipment for Structural Workshop Department

3.ELIGIBILITY REQUIREMENTS
To be eligible, potential companies are required to submit all the under listed verifiable documents and must be arranged in the following order and numbered:
i.Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including form CAC 1.1 or CAC2 and CAC7:
ii.Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years-2017, 2018 and 2019, expiring on 31st December, 2020:
iii.Evidence of Current Pension Compliance Certificate valid till 31st December, 2020
iv.Evidence of Current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020
v.Evidence of Current Nigeria Social Insurance Trust Fund (NSITF) compliance valid till 31st December, 2020
vi.Evidence of Registration on the National Database of Federal Contractors, Consultants and service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid certificate issued by BPP;
vii.A Sworn Affidavit:
-disclosing whether or not any officer of the relevant committees of the Federal Polytechnic, Oko or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars:
-that no Director of the Company has been convicted of financial fraud in any Country:
-that the company is not bankrupt, in receivership or under liquidation, or involved in any Litigation which can potentially affect the company’s ability to effectively discharge their responsibility if engaged:
viii.Company’s Audited Accounts for the last three (3) years (2017, 2018 and 2019);
ix.Evidence of financial capability to execute the project by submission of reference letters from a reputable commercial bank in Nigeria indicating willingness to provide credit facility for the execution of the project when needed.
x.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 certificate showering timely completion of the projects and photograph of the projects.
xi.Evidence of Letter of Authorization as representatives of the Original Equipment Manufacturer:
xii.Company’s Profile with the Curriculum Vitae (CV) of Key staff to be deployed for the project including copies of their Academic/ Professional Qualifications (in case of construction: COREN, QSRBN, ARCON, CORBON, etc)
xiii.All Documents for Submission must be transmitted with a Covering / Forwarding Letter under the Company/ Firms 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 authorized officer of the firm.

4.SUBMISSION OF PREQUALIFICATION DOCUMENTS
Interested Firms are to submit one bound copy of pre-qualification documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to:

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

NATIONAL TEACHERS’ INSTITUTE (NTI), KADUNA-

INVITATION TO TENDER FOR YEAR 2020 CAPITAL AND SUSTAINABLE DEVELOPMENT GOALS (SDGS) PROJECTS

NATIONAL TEACHERS’ INSTITUTE (NTI), KADUNA
KM 5 KADUNA-ZARIA ROAD, RIGACHUKUN, P.M.B. 2191, KADUNA STATE OF NIGERIA
INVITATION TO TENDER FOR YEAR 2020 CAPITAL AND SUSTAINABLE DEVELOPMENT GOALS (SDGS) PROJECTS

1.0  INTRODUCTION
The National Teachers’ Institute, Kaduna is in the process of implementing the 2020 capital projects as well as Teacher Training Program for Teachers in Primary and Junior Secondary School in 36 states and FCT with funds provided by the Federal Government of Nigeria through the Sustainable Development Goals (SDGs) Support Intervention Project. The essence of the training is to up skill the participants in the innovative techniques of new Basic Teaching Methodologies. The institute requires the services of Event Managers to coordinate the training workshop, Consequent upon the foregoing, interested competent and reputable companies with expertise in the relevant fields are hereby invited to submit tender for its Invitation to Tender Notice (ITN) in the following:

2.0  SCOPE: 2020 CAPITAL PROJECTS:
2.1 2020 SUSTAINABLE DEVELOPMENT GOALS (SDGS) SUPPORT INTERVENTION PROJECTS
Submission of Expression of Interest (EOI) for Event managers:

LOT 1 North Central Zone
LOT 2 North West Zone
LOT 3 North East Zone
LOT 4 South West Zone
LOT 5 South South Zone
LOT 6 South East Zone

3.0  ELIGIBILITY REQUIREMENTS:
Interested firms should submit their bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below Failure to submit any of the under listed documents may lead to the disqualification of the bid.
(a)      Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including form CAC 1.1 or CAC2 and CAC7.
(b)     Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2020.
(c)      Evidence of current Pension Compliance Certificate valid till 31st December, 2020.
(d)     Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020.
(f)      Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP.
(g)     Sworn Affidavit disclosing whether or not any officer of the relevant committees of the National Teachers’ Institute, Kaduna or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
(h)     Company’s Audited Accounts for foe last three (3) years – 2017, 2018, 2019;
(i)      Evidence of financial capability 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;
(j)      Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications.
(k)     Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including, Letters of Awards, Job Completion Certificates and Photographs of the projects. Specifically, evidence of past experience in implementing workshops at a national capacity (across the 36 states and FCT);
(l)      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 authorized officer of the firm.

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

NATIONAL THEATRE IGANMU LAGOS-

RE-INVITATION TO TENDER

THE NATIONAL THEATRE
IGANMU LAGOS

ADDENDUM
RE-INVITATION TO TENDER

Reference to our advertisement in the Guardian and Daily Trust Newspapers and Federal Tenders Journal of Monday 13th August 2020 soliciting for bidders to bid for the execution of the National Theatre Year 2020 capital projects, we wish to make the following corrections:

LOT 2: Rehabilitation of Roof Garden of the National Theatre is hereby expunged from the lots. This comes up as a result of the LOT2 is now part of the general rehabilitation to be carried out by the Central Bank of Nigeria ( CBN ) and Bankers committee. Therefore, the prospective bidders can now only bid for LOT 1 and LOT 3 as earlier advertised

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

SECURITIES AND EXCHANGE COMMISSION-

INVITATION FOR TENDERS AND EXPRESSION OF INTEREST

SECURITIES AND EXCHANGE COMMISSION
PLOT 272 SAMUEL ADEMULEGUN STREET, CENTRAL BUSINESS DISTRICT (CBD), ABUJA.
INVITATION FOR TENDERS AND EXPRESSION OF INTEREST (EOI)

TENDER PACKAGE NO. – SEC/PROC/2020/001

1.0  INTRODUCTION
The Securities and Exchange Commission (“The Commission”) is a Statutory Organization established by the Investments and Securities Act (ISA) No 29 of 2007. The Commission is empowered by the ISA to Regulate and Develop the Nigerian Capital Market. To this end, in compliance with the Public Procurement Act 2007, the Commission is hereby inviting experienced and reputable Suppliers, Contractors and Consultants/Service Providers to tender for the under-listed Goods; Works; and Services:

2.0  SCOPE OF SUPPLIES/WORKS/SERVICES
2.1  CATEGORY A: GOODS (INVITATION TO TENDER)

S/N LOT NO PROJECT TITLE
i. G1 Supply of Office Equipment
ii. G2 Procurement of Office Furniture
iii. G3 Supply and Installation of Air Conditioners
iv G4 Supply of Computers/lpads/Note pads (Including Software Installation/ Licensing)

2.2  CATEGORY B: WORKS/NON-CONSULTANCY SERVICES

S/N LOT NO PROJECT TITLE
i W3 Renovation of offices
ii NC1 Engagement of Non Consultant Service Provider for: (a) Cleaning, (b) Fumigation at Head Office and Zonal Offices

2.3 CATEGORY C: (EXPRESSION OF INTEREST) – NON-CONSULTANT/CONSULTANT SERVICES

S/N LOT NO PROJECT TITLE
i. C1 Engagement of Consultant: External Auditor
ii. C2 Engagement of Media Consultants
iii C3 Engagement of Consultant for development of computerized Asset Register for the Commission

3.0  ELIGIBILITY REQUIREMENTS:
Interested and competent Contractors, Suppliers and Consultants/Service Providers wishing to carry out any of the projects listed under the above three (3) Categories are required to submit the following documents. Failure to fulfil any of the under-listed requirements will render a bid disqualified
(a)      Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7 Business Name is acceptable for Consultancy Services;
(b)     Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all Partners in case of Business Name) for the last three (3) years valid till 31 December, 2020, with a Minimum Average Turnover as stated in the bid documents;
(c)      Evidence of current Pension Compliance Certificate valid till 31December, 2020;
(d)     Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31December, 2020,
(e)      Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020,
(f)      Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) issued by BPP, expiring on 31st December, 2020 or valid Certificate issued by BPP;
(g)     Sworn Affidavit
(i)      disclosing whether or not any officer of the relevant committees of the Securities and Exchange Commission 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 information presented in its bid are true and correct in all particulars;
(ii)     does not have any Director who has been convicted in any Country for criminal offences relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
(ii)     Company’s Audited Account for the last three (3) years (2017, 2018, 2019);
(i)      Evidence of financial capability 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 where needed;
(j)      Company’s Profile with Curriculum Vitae of relevant Key Staff to be deployed for the works/services, including copies of their Academic/Professional Qualifications (e g COREN, ARCON, CORBON. SURCON, QSRBN etc ;
(k)     Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation/Job Completion Certificates and Photographs of the projects/supply/services;
(l)      List of Plants/Equipment with Proof of Ownership/Lease Agreement for Works;
(m)    For Consultancy Services Evidence of Firm’s registration with relevant professional body(ies)- ICAN, ANAN, etc;
(n)     For Lot C1: Being registered and currently on the list of Accredited Audit Firms published/ issued by the Office of the Auditor-General for the Federation (OAuGF),
(o)     For C1 and C3 evidence of Firm’s Practice License issued by ICAN, ANAN or any other related professional body(ies).
(p)     For G4: Evidence of registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
(q)     For Supply of Equipment: evidence of Authorization from Original Equipment Manufacturers (OEMs) or Letter as Representative/dealers;
(r)      For NC1: Evidence of current registration with Environmental Health Officers Registration Council of Nigeria (EHORECON);
(s)      For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance, Pension Compliance Certificate, ITF Compliance Certificate, NSITF, IRR and Sworn Affidavit are compulsory for each Joint Venture partner),
(t)      All documents for submission must be transmitted with a Covering/Forwarding Letter under the Company’s/ Firm’s Letter Headed Paper bearing amongst others, the Registration Number as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM Number), and E-mail Address. The Letter Headed Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the Company; and
‘Note that documents/information must be arranged and submitted in the sequence/order as listed above

4.0  COLLECTION OF BIDS DOCUMENTS
Categories A & B (Goods and Works):
Interested Companies are to collect the Standard Bidding Document (SBD) from the Office of the Director of Procurement, 1st Floor, Securities and Exchange Commission, Nigeria SEC Tower, Plot 272 Samuel Ademulegun Street, Central Business District, Abuja on presentation of evidence of payment of a non-refundable Tender fee of  N10,000 00 (Ten Thousand Naira) only, per Lot, paid into the Remita E-Collection Account/TSA of the Securities and Exchange Commission.

5.0  SUBMISSION OF TENDER DOCUMENTS
5.1  Categories A & B – Goods and Works:
Prospective Bidders are to submit bid for each of the Lots desired in two (2) hard copies of the Technical Bid and two (2) hard copies of Financial Bid (including soft copy of Financial Bid in MS Excel format), packaged separately in sealed envelopes and clearly marked Technical Bid” or ‘Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger envelope addressed to the Director General, Securities and Exchange Commission, Nigeria SEC Tower, Plot 272 Samuel Ademulegun Street, Central Business District, Abuja, and clearly marked with the Name of the Project and Lot Number Furthermore, the reverse of each sealed envelope should have the name and address of the Bidder and should be deposited in the Tender Box at the address at paragraph 4 above, not later than 12.00 noon on Monday, December 7, 2020. Late bids shall be returned unopened

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

NATIONAL RESEARCH INSTITUTE FOR CHEMICAL TECHNOLOGY, ZARIA- RE: INVITATION FOR PREQUALIFICATION AND EXPRESSION OF INTEREST FOR 2020 CAPITAL, ZONAL AND CONSTITUENCY PROJECTS

NATIONAL RESEARCH INSTITUTE FOR CHEMICAL TECHNOLOGY
P.M.B 1052, ZARIA
(FEDERAL MINISTRY OF SCIENCE AND TECHNOLOGY)
RE: INVITATION FOR PREQUALIFICATION AND EXPRESSION OF INTEREST FOR 2020 CAPITAL, ZONAL AND CONSTITUENCY PROJECTS
CORRIGENDUM

1. INTRODUCTION
In line with provision of Section 28(b) of the Public Procurement Act 2007, this is a Corrigendum to our earlier publications for 2020 Capital, Zonal and Constituency Projects in the Federal Tenders Journal of Monday, 11th – Sunday, 24th May, 2020, Daily Trust; Newspaper and Leadership Newspaper of Monday, 11th May, 2020 on the above matter and to inform the public that the following projects have been stepped down in respect of the advertisements.

2.  SCOPE OF WORK

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

OBAFEMI AWOLOWO UNIVERSITY ILE-IFE, NIGERIA- INVITATION FOR EXPRESSION OF INTEREST FOR PROVISION OF CONSULTANCY SERVICES

OBAFEMI AWOLOWO UNIVERSITY ILE-IFE, NIGERIA
INVITATION FOR EXPRESSION OF INTEREST FOR PROVISION OF CONSULTANCY SERVICES

A.PREAMBLE
In compliance with the Public Procurement Act 2007 (as amended) the Obafemi Awolowo University, Ile-Ife hereby invites reputable and competent Consultancy Firms to submit Expression of Interest (EOI) documents to the provision of Consultant services (Project).

B.SCOPE OF SERVICES
The Consultancy Services to be carried out are in the following categories:
i. Architectural Services
ii. Structural Engineering
iii. Mechanical Engineering, Based on the Project.
iv. Electrical Engineering
v. Quantity Surveying

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

PLAN INTERNATIONAL NIGERIA-

REQUEST FOR PROPOSAL (RFP) FOR THE SUPPLY OF PPE

PLAN INTERNATIONAL NIGERIA
REQUEST FOR PROPOSAL (RFP) FOR THE SUPPLY OF PPE
TENDER NOTICE NUMBER PIN/CO/20/019
SPECIFICATIONS AND INSTRUCTION TO BIDDERS

Plan International is an independent development and humanitarian non-profit organisation that advances children’s rights and equality for girls. We support children’s rights from birth until they reach adulthood, and enable children to prepare for – and respond to – crises and adversity. We believe in the power and potential of every child, but know this is often suppressed by poverty, violence, exclusion, and discrimination.

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

NIGERIA ELECTRICITY LIABILITY MANAGEMENT LTD/GTE-

ADDENDUM/EXTENSION OF SUBMISSION OF SALE OF FIRST BATCH OF DEFUNCT PHCN PROPERTIES

NIGERIA ELECTRICITY LIABILITY MANAGEMENT LTD/GTE
AHMAD PLAZA, PLOT 1300, FUNMILAYO RANSOME KUTI STREET, GARKI II, P. M. B. 500, GARKI – ABUJA.
TEL: 087100458888/09086777666
www.nelmco.gov.ng; E-MAIL: info nelmco.gov.ng
ADDENDUM/EXTENSION OF SUBMISSION
SALE OF FIRST BATCH OF DEFUNCT PHCN PROPERTIES

We refer to our advert placement titled “SALE OF FIRST BATCH OF DEFUNCT PHCN PROPERTIES” published in Daily Trust Newspaper, Guardian Newspaper, Punch Newspaper and the Federal Tenders Journal on the 14 of September, 2020 and wish to inform all interested parties and members of the public that:

i.The closing date for submission of bids has been moved from Thursday 29th October, 2020 to 11.00am Monday 2 November, 2020.
ii.All submitted bids shall be opened immediately after the close of submission

NOTE:
All other details/requirements as contained in the main advert remain unchanged.

This amendment has been necessitated by the fact that Thursday 29th October, 2020 is Id El Maulud. For further clarifications/enquiries, kindly call 08100458888/09086777666 or email: procurement@nelmco.gov.ng

We regret any inconvenience this may cause any interested party.

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