FEDERAL MEDICAL CENTRE ALONG NNEBISI ROAD WEST END, ASABA DELTA STATE INVITATION TO TENDER FOR CONSTRUCTION WORKS/SUPPLY OF MEDICAL EQUIPMENT AND EXPRESSION OF INTEREST (EOI) FOR MEDICAL OUTREACH/TRAINING AND CAPACITY BUILDING
INTRODUCTION Federal Medical Centre, Asaba Delta State is a Federal tertiary health institution providing quality tertiary health care to Nigerians and Deltans in particular, the Hospital wishes to invite interested, competent experienced, qualified and reputable Contractors Consultants to submit bids and Expression of interest for the following projects:
SCOPE OF WORKS/SUPPLY AND SERVICE
CATEGORY A: GOODS & WORKS
S/N
PROJECT DESCRIPTION
LOT NO
1
Equipping of Storey Block of Theater Sites
FMC/ASB/1
2
Equipping of completed two storey GOPD Complex
FMC/ASB/2
3
Equipping of 2 Storey Renal and ICU Complex
FMC/ASB/3
4
Equipping and Furnishing of NHIS Complex
FMC/ASB/4
5
Completion of New Amenity/ward complex
FMC/ASB/5
6
Establishment of Cancer Centre Phase 1
FMC/ASB/6
7
Landscaping, Drainage & Beautification Phase 2
FMC/ASB/7
8
Completion of FMC Annex Onicha Uku Delta State
FMC/ASB/8
CATEGORY B: CONSULTANCY SERVICES (EXPRESSION OF INTEREST (EOI))
S/N
PROJECT DESCRIPTION
LOT NO
9
Consultancy Services for Medical Outreach to Communities
FMC/ASB/9 i-vii
10
Consultancy Services for Training/Capacity building on Epidemic preparedness (Covid-19, Lassa fever, Ebola)
FMC/ASB/10
You need to login to view the rest of the content. Please Login. Not a Member? Join Us
NATIONAL ENVIRONMENTAL STANDARDS AND REGULATIONS ENFORCEMENT AGENCY (NESREA) 2021 ACCREDITATION AND REGISTRATION OF ENVIRONMENTAL CONSULTANTS
1. The National Environmental Standards and Regulations Enforcement Agency (NESREA) is an Agency of the Federal Ministry of Environment charged with responsibility to enforce all environmental laws, guidelines, policies, standards and regulations in Nigeria; and to prohibit processes and the use of equipment and/or technology that undermine environmental quality. NESREA also has the responsibility to enforce compliance with the provisions of international environmental agreements, protocols, conventions and treaties to which Nigeria is a signatory.
2. The Agency wishes to invite Environmental Consultancy companies/organizations that are duly registered with the Corporate Affairs Commission (CAC) and Federal Inland Revenue Service (FIRS), have relevant expertise and proven competence in a broad spectrum of environmental issues who intend to register with NESREA as accredited NESREA consultants.
You need to login to view the rest of the content. Please Login. Not a Member? Join Us
FEDERAL REPUBLIC OF NIGERIA NATIONAL ORTHOPAEDIC HOSPITAL ENUGU INVITATION TO TENDER
INTRODUCTION The National Orthopaedic Hospital, Enugu a Federal Tertiary Health Institution by this notice, intends to execute the under-listed projects as approved in the year 2021 Appropriation Act. In compliance with the Public Procurement Act of 2007, the Hospital invites reputable and experienced Contractors/Suppliers to tender for the following projects:
SCOPE The scope for the projects is detailed in the bidding documents and is categorized under the following lots:
Lot 1
Purchase of Service/Utility vehicles
Lot 2
Supply & Installation of Medical Equipment/Furniture
Lot 3
Installation of Solar Street Light
Lot 4
Rehabilitation of Internal Roads
Lot 5
Rehabilitation of Wards and Offices
Lot 5A
Prosthetic and Orthotic
Lot 5B
Xray building
Lot 5C
Admin walk way to accounts
Lot 5D
Physiotherapy
Lot 5E
Amenity ward
Lot 6
Construction of Isolation Ward
ELIGIBILITY REQUIREMENT PROSPECTIVE BIDDERS MUST SUBMIT THE FOLLOWING: i. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7; ii. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2021 with minimum average annual turnover of N50 million; iii. Evidence of current Pension Clearance Certificate valid till 31st December, 2021 iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid 31st December 2021; v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate Valid on 31st December, 2021, vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/202 or valid Certificate issued by BPP vii. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the National Orthopaedic Hospital, Enugu or the Bureau of Public Procurement is a former or present Director, Shareholder has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars viii. Company’s Audited Accounts for the last three (3) years-2018, 2019 and 2020 ix. Evidence of Financial Capability to execute the project by submission of Reference Letter from reputable commercial bank in Nigeria, Indicating willingness to provide credit facility for the execution of the project when needed x. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of the Academic/Professional qualifications such as COREN, QSREN, ARCON, CORON etc) xi. Verifiable documentary evidences 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 (Works) xiii. Lot 2 & 5: Letter of Authorization from the Original Equipment Manufacturer Listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria xiv. For Supply of Other Equipment: Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs). xv. Lot 1: Only companies included in the National Automotive Design and Development Councils approved list of local manufacturers of vehicles or their authorized representatives should bid for the vehicles; xvi. All documents for submission must be ARRANGED SERIALLY as stated above and transmitted with a covering/forwarding letter under the companies 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 email 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.
COLLECTION OF TENDER DOCUMENTS Interested Contractors are advised to obtain Tender Bidding Documents from the Procurement Department located at the ground floor of Main Administration building on presentation of evidence of payment of Non Refundable fee f N10,000.00 (Ten Thousand Naira Only) per Lot, direct to National Orthopaedic Hospital Enugu’s TSA account.
You need to login to view the rest of the content. Please Login. Not a Member? Join Us
NIGERIAN RAILWAY CORPORATION INVITATION FOR PRE-QUALIFICATION / EXPRESSION OF INTEREST (EOI) FOR THE IMPLEMENTATION OF 2021 PROCUREMENT ACTIVITIES OF THE NIGERIAN RAILWAY CORPORATION
1. INTRODUCTION The Nigerian Railway Corporation and its subsidiaries invite interested and reputable Contractors, Suppliers and Consultants with relevant and verifiable experience to apply for pre-qualification for the following 2021 projects:
2. DESCRIPTION OF THE PROJECTS
CATEGORY A – GOODS
LOT
DESCRIPTION
LOCATION
G01
Procurement of Tools, Equipment and Materials for emergency repairs and maintenance of Tracks
Nationwide
G02
Procurement of Rolling Stock Consumables (Lubricants, etc.) and Spare Parts
Nationwide
CATEGORY B – Works
LOT
DESCRIPTION
LOCATION
W01
Repair and Maintenance of Track, Bridges and Culverts
Nationwide
W02
Renovation/Upgrade of Railway Stations and other buildings together with associated facilities
Nationwide
W03
Manufacture/Supply and Commissioning of Locomotives, Coaches, Wagons, Railway Inspection Vehicles and Cranes (Narrow Gauge and/or Standard Gauge) – OEMs and/or their representatives only
Nationwide
W04
Rehabilitation of Locomotives, Coaches, Wagons, Railway Inspection Vehicles and Cranes (Narrow Gauge and/or Standard Gauge)
Nationwide
W05
Procurement/Rehabilitation and Installation of Equipment for Mechanical/Electrical, S&T, Security, Printing, Operations, Civil and ICT facilities
Nationwide
CATEGORY C- CONSULTANCY SERVICES
LOT
DESCRIPTION
LOCATION
C01
Provision of Facilities Management Services
Nationwide
C02
Provisioning of Project Management Consultancy Services
Nationwide
C03
Training Services and Human Capacity Development
Nationwide
C04
Generation of Alternative Revenue for the Corporation
Nationwide
C05
Provision of Insurance Services
Nationwide
3. ELIGIBILITY REQUIREMENTS Prospective bidders should submit the following documents in their Technical profiles: (a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 &7. Business Name is acceptable for Category C; (b) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate in case of Business Name) for the last three (3) years (2018, 2019 and 2020) valid till 31st December, 2021; (c) Evidence of current Pension Clearance Certificate valid till 31st December, 2021; (d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2021; (e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2021; (f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2021 or valid Certificate issued by BPP; (g) Sworn Affidavit: (i) certifying that the company is not in receivership, insolvency or bankruptcy. (ii) no officer of the relevant committees of the Nigerian Railway Corporation or the Bureau of Public Procurement is a Director or Shareholder or has any pecuniary interest in the bidder and that all information presented in the bid is true and correct in all particulars. (iii) that none of the Directors of the Company has been convicted for criminal offense in relation to fraud or financial impropriety in any court in Nigeria or elsewhere. (h) Company’s Audited Account for the last three (3) years (2018, 2019 and 2020). (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 the Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications; (k) Company’s valid training license/certificate issued by Centre for Management Development (CMD) – for Lot C03; (l) Verifiable document evidence of at least three (3) years similar jobs executed in the last five (5) years including Letter of Award, Valuation Certificates, Job Completion Certificate and Photographs of the Projects;. (m) Lot C05: • Operational License issued by NAICOM • Valid and adequate re-insurance Treaty arrangement • Certified True Copy of Audited Accounts approved by NAICOM (n) Evidence of current registration with Financial Reporting Council of Nigeria – for Lot C04 (o) Consultancy Services: Evidence of registration with relevant regulatory professional body(ies); (p) 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 Letter Head Paper must bear 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 DOCUMENTS – GOODS & WORKS Prospective bidders are to submit pre-qualification documents for each of the Lot desired; two (2) hard copies each of the technical bids packaged in sealed envelopes and clearly marked as “Prequalification”; and addressed to The Director, Procurement, Nigerian Railway Corporation, Ebute-Metta, Lagos and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated Tender Box in the Office of The Director, Procurement not later than 12:00 Noon, Thursday, 27 May, 2021.
You need to login to view the rest of the content. Please Login. Not a Member? Join Us
REQUEST FOR QUOTATIONS (RFQ) AND GENERAL INSTRUCTION TO SUPPLIERS (GIS)1 TO : ALL VACCINE SUPPLIERS PROJECT: MHAC REF. NO.: NG20 DATE : 09/4/2021
The INTERNATIONAL ORGANIZATION FOR MIGRATION (IOM) is an intergovernmental organization established in 1951 and is committed to the principle that humane and orderly migration benefits both migrants and society.
You need to login to view the rest of the content. Please Login. Not a Member? Join Us
UN-WOMEN REQUEST FOR PROPOSAL (RFP) TO CONTRACT THE SERVICES OF A FIRM TO DEVELOP A COMPREHENSIVE COMMUNICATIONS STRATEGY FOR UN WOMEN‘S PARTNERSHIP WITH THE PRIVATE SECTOR UNDER THE SPOTLIGHT INITIATIVE (OPEN TO NIGERIAN COMPANIES ONLY) REFERENCE: RFP/NGA30/2021/02589 BENEFICIARY COUNTRY(IES): NIGERIA PUBLISHED ON: 12-APR-2021 DEADLINE ON: 16-APR-2021 23:59 (GMT 3.00) BAGHDAD, RIYADH, MOSCOW, ST. PETERSBURG
Description General Instructions:
You need to login to view the rest of the content. Please Login. Not a Member? Join Us
REQUEST FOR PROPOSAL (RFP) FOR THE PROVISION OF HEALTH INSURANCE FOR NATIONAL STAFF (DRC NIGERIA) RFP REFERENCE NO.: RFP-006NGA21
The DANISH REFUGEE COUNCIL (DRC) has received a grant from various Donors for the implementation of the humanitarian aid operation entitled in Nigeria. Part of this operation is the service of Health Insurance for national staff. Therefore, the DRC requests you to submit price bid(s) for the supply of the item(s) listed on the attached DRC Bid Form Annex A.
This Request for Proposal (“RFP”) is intended to solicit information and proposals from qualified Health Insurance Services suppliers capable of meeting DRC’s needs, for its various locations in Abuja, Borno, Adamawa and Yobe State.
You need to login to view the rest of the content. Please Login. Not a Member? Join Us
UNIVERSITY OF BENIN, BENIN EDO STATE GENERAL PROCUREMENT NOTICE FOR YEAR 2020 TETFUND INTERVENTION FOR RESEARCH AND DEVELOPMENT/CENTRE OF EXCELLENCE IN AQUACULTURE AND FOOD TECHNOLOGY PROJECTS
INTRODUCTION University Benin, Edo Sate hereby issues the General Procurement Notice to inform eligible Contractors, Suppliers, Vendors and the General Public that the University is to undertake the Procurement of Works, Goods and Services under the YEAR 2020 TETFUND INTERVENTION FOR RESEARCH AND DEVELOPMENT/CENTRE OF EXCELLENCE IN AQUACULTURE AND FOOD TECHNOLOGY PROJECTS.
SCOPE OF WORKS/SUPPLIES LOT 1: Construction of External Works and other associated procurement
Interested and eligible Contractors, Suppliers and Vendors are advised to lookout for the Specific Procurement Notice (SPN) for the various projects in the Federal Tenders Journal, National Dailies and Notice Boards.
This Advertisement is NOT an invitation to tender
You need to login to view the rest of the content. Please Login. Not a Member? Join Us
FEDERAL COLLEGE OF FRESHWATER FISHERIES TECHNOLOGY BAGA, BORNO STATE INVITATION TO TENDER FOR YEAR 2021 CAPITAL PROJECTS
1. INTRODUCTION Federal College for Freshwater Fisheries Technology, Baga, Borno State hereby invites interested, competent and qualified contractors to tender for any of the following 2021 Capital projects as approved.
2. SCOPE OF WORKS/SUPPLIES
S/NO
PROJECTS TITLE
LOCATION
Lot 1
Drilling of Industrial Motorized Borehole in Maiduguri
Maiduguri
Lot 2
Procurement of Fish Gear Technology Material
Maiduguri
Lot 3
New Site Perimeter Fencing of 1.3km with Security Accessories in Maiduguri
Maiduguri
Lot 4
Construction of 750 Lecture Theater In Maiduguri
Maiduguri
Lot 5
Procurement of Various Fish Hatchery Equipment
Maiduguri
Lot 6
Procurement of Library Books II
Maiduguri
Lot 7
Construction of Fish Mill Complex In Maiduguri
Maiduguri
Lot 8
Construction of Nursery and Outdoor Fish Ponds
Maiduguri
Lot 9
Procurement of Fish Processing Material
Maiduguri
Lot 10
Procurement of various fish feeds equipment
Maiduguri
Lot 11
Procurement Of Various Laboratory Equipment III
Maiduguri
Lot 12
Construction of Library and ICT Centre in Maiduguri
Maiduguri
Lot 13
Procurement of Project Vehicle
Maiduguri
Tendering shall be conducted through the National Competitive bidding specified in the procurement Act 2007 and is opened to all tenderers.
3. ELIGIBILITY REQUIREMENTS (a) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) Including Form CAC2 and CAC7; (b) Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years valid till 31 December, 2021; (c) Evidence of current Pension Compliance Certificate valid till 31 December, 2021; (d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2021; (e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2021; (f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 1/1/2022 or valid Certificate Issued by BPP. (g) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Federal College of Freshwater Fisheries Technology, Baga 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 – 2018, 2019, 2020; (i) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed; (j) Company Profile with the Curriculum Vitae 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); ( k) 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; ( l) List of Plants/Equipment with proof of Ownership/Lease (where applicable); ( 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 authorised officer of the firm.
You need to login to view the rest of the content. Please Login. Not a Member? Join Us
SECURITIES AND EXCHANGE COMMISSION PLOT 272 SAMUEL ADEMULEGUN STREET, CENTRAL BUSINESS DISTRICT (CBD), ABUJA. INVITATION FOR EXPRESSION OF INTEREST (EOI) TENDER PACKAGE NO. – SEC/PROC/2021/001
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 Consultants/Service Providers for Expression of Interest for the under-listed Services:
LOT NO
PROJECT TITLE
A1
Engagement of Consultant: Insurance Broker(s) for the Commission’s Buildings
A2
Engagement of Consultant: To Conduct Staff Promotion Examination
A3
Engagement of Consultant: Security Services at Head Office and Zonal Offices
ELIGIBILITY REQUIREMENTS Interested and competent Consultants wishing to carry out any of the projects listed in the above three (3) Categories are required to submit the following documents. Failure to fulfill 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 also is acceptable. b. Evidence of Company’s Income Tax Clearance Certificate valid till 31st December, 2021; c. Evidence of current Pension Clearance Certificate valid till 31st December 2021; d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2021; e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2021; f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2021 or valid Certificate issued by BPP; g. Sworn Affidavit • 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, • does not have any Director who has been convicted in any Country for criminal offences relating to fraud or to or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter; h. Company’s Audited Account for the last three (3) years (2018, 2019, 2020); 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; 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; l. Evidence of Firm’s registration with relevant regulatory professional body(ies) Lot A1 -NAICOM, Lot 2-CMD, Lot 3- NSCDC; m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided ( CAC, Tax Clearance, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR and Sworn Affidavit are compulsory for each Joint Venture partner); n. 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
You need to login to view the rest of the content. Please Login. Not a Member? Join Us