Background Image

NASARAWA INVESTMENT AND DEVELOPMENT AGENCY (NASIDA)-

REQUEST FOR EXPRESSION OF INTEREST FOR THE SET UP OF THE NASARAWA STATE INFRASTRUCTURE FUND

NASARAWA STATE GOVERNMENT
NASARAWA INVESTMENT AND DEVELOPMENT AGENCY (NASIDA)
REQUEST FOR EXPRESSION OF INTEREST FOR THE SET UP OF THE NASARAWA STATE INFRASTRUCTURE FUND
NASARAWA STATE GOVERNMENT
NASARAWA INVESTMENT AND DEVELOPMENT AGENCY
(NASIDA), SHENDAM ROAD, LAFIA
EMAIL: info@nasida.na.gov.ng
REQUEST FOR EXPRESSION OF INTEREST
PROJECT TITLE: OPERATIONALIZATION OF NASARAWA STATE INFRASTRUCTURE FUND

1. BACKGROUND
Nasarawa State seeks to enhance its infrastructure stock for improved competitiveness, and the overall achievement of the objectives of the Nasarawa Economic Development Strategy. This is in line with the States vision for being amongst the top three most competitive states in Nigeria by 2023 in terms of sustained accelerated growth, increased economic opportunities, social inclusion and improved quality of lives of the citizenry. It is in furtherance to this, that a Nasarawa State Infrastructure, and de-risk infrastructure investments in the state.

2. The Nasarawa State Infrastructure Fund (NSIF) is established pursuant to the Nasarawa Investment Development Agency Act, which also specifies its powers, legal characteristics and policy objectives. The core objective of the NSIF is to enhance the development of Nasarawa State Infrastructure sector

3. Further to the above, the Nasarawa State Government is desirous of operationalizing a Nasarawa State Infrastructure Fund and therefore invites credible firms to send in their Expressions of Interest. Specifically, the state government seeks private sector innovation, and efficiency in the overall setup of the NSIF.

4. Interested eligible firms, consortium of firms, or associations of eligible firms shall provide information on their experience and capacity, while demonstrating their ability to deliver the objectives.

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

SECURITIES & EXCHANGE COMMISSION-

REQUEST FOR EXPRESSIONS OF INTEREST FOR NIGERIA RISK-BASED SUPERVISION FRAMEWORK IMPLEMENTATION PROJECT

SECURITIES & EXCHANGE COMMISSION
REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES-FIRMS)
NIGERIA RISK-BASED SUPERVISION FRAMEWORK IMPLEMENTATION PROJECT

SECTOR: NIGERIAN CAPITAL MARKET
GRANT NO.: G-NG-H00-SUP-001:
PROJECT ID NO.: P-NG-HZO-007

The SECURITIES & EXCHANGE COMMISSION, NIGERIA (SEC) has received financing from the African Development Bank towards the cost of regulatory capacity improvements under the RISK-BASED SUPERVISION FRAMEWORK AND CAPACITY BUILDING PROJECT and intends to apply part of the agreed amount for this grant to payments under the contract for consultancy services for the improvement of the Risk-Based Supervision Framework for the SEC.

SERVICES INCLUDED UNDER THIS PROJECT

This project will involve the development of best practice risk-based supervision inspection manuals and guidelines for the Nigerian capital market. The envisaged activities also include capacity building on prudential risk-based supervision approach including the development or update of relevant risk matrices and models for data analysis and interpretation as well as expansion of existing AML/CFT matrix. Capacity building in risk-based supervision will focus on enhancing SEC’s approach in carrying out its monitoring and supervisory role over all capital market operators namely fund/investment managers, conventional & commodity exchanges, stockbrokers, issuing houses (investment banks) etc.

The Securities & Exchange Commission, Nigeria now invites eligible consultants to indicate their interest in providing these services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). Consultants may constitute joint-ventures to enhance their chances of qualification.

Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the African Development Bank’s “Procurement Framework of October 2015”.

Interested consultants may obtain further information at the address below during office hours from 9.00am to 4pm (Monday to Friday) or via the email address provided below.

Expressions of interest must be delivered in hard and soft copy (soft copy on a flash drive) to the address below by Monday, September 6th, 2021 at 12:00 noon prompt and mention “Risk-Based Supervision Framework Implementation”.

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

NIGERIAN SHIPPERS’ COUNCIL-

INVITATION TO TENDER FOR GOODS AND WORKS

NIGERIAN SHIPPERS’ COUNCIL
4, OTUNBA AYODELE SOYODE LANE (FORMERLY PARK LANE), APAPA, LAGOS
PHONE:- 08110516130, 070074477377 Email: procurement@shipperscouncil.gov.ng. www.shipperscouncil.gov.ng
INVITATION TO TENDER FOR GOODS AND WORKS
REQUEST FOR EXPRESSION OF INTEREST

1. INTRODUCTION.
The Nigerian Shipper’s Council, a Federal Government Parastatal under the supervision of Federal Ministry of Transportation, hereby invites reputable and experienced Contractors and Suppliers to tender for its 2021 budgeted projects:

2. SCOPE OF SUPPLIES

LOT DESCRIPTION OF GOODS
1.0 Computerization and ICT Infrastructural Development: Supply and Installation of Computer Hardware and Software Systems, Peripherals and Accessories
2.0 Supply and Installation of Office Equipment in Lagos and Outstations-Aba, Bauchi, Ibadan and Kano
3.0 Supply of Medical Equipment and Accessories.
4.0 Supply and Installation of Sound Proof Electricity Generating Sets in Outstations – Jos, Kano, Ibadan, Bauchi, Aba, Port Harcourt, Abuja, Lokoja, Enugu, Warri, Onitsha
5.0 Supply and Installation of Office Furniture and Fittings in Lagos and Outstations – Aba, Bauchi, Ibadan and Kano
6.0 Supply of Operational Vehicles
7.0 Provision of Corporate Social Responsibility Materials
8.0 Supply of Utility Vehicles
1. WORKS
9.0 Improvement/Renovation works on NSC Shippers’ Plaza Wuse Zone 5, Abuja
10.0 Improvement on NSC Buildings in Outstations – Aba, Benin, Jos & Kano
11.0 Development of Collapsed Fence Wall of NSC Landed Property at Zaria Road, Jos, Plateau State.
12.0 Restructuring and Redesign: partitioning of Office Space, Gypsum Board Hanging Ceiling, POP Work, Electrical Works, Fire Alarm System, Voice, Data Connection, Tiling and Cladding at 1st and 6th Floors and additional Cladding and Tilling at Reception Areas on 5th, 7th & 10th Floors A Wing, Shippers Towers, Apapa Lagos.
13.0 Development of NSC Landed Property along Effurun Road, Warri, Delta State
14.0 Shippers’ Council Social Intervention Projects in Benue, Gombe, Kaduna and Kebbi States

 CATEGORY C: EXPRESSION OF INTEREST (EOI)
Lot 15: IMPLEMENTATION OF MICROSOFT EXCHANGE SERVER
The NSC intends to implement Microsoft Exchange Server and Active Directory on a cloud-based host.

SCOPE/PROJECT OBJECTIVE
The objective of the project is to implement Microsoft Exchange Server inclusinve of Hardware and Software requirements along with supportive infrastructure.

The NSC is inviting experienced and qualified ICT Consultants desiring to offer the service to NSC to submit EOI.

The expression of interest must be by a Nigerian company (Compliance to Executive Order 003 or a team-leading prospective consultant in a joint venture with foreign partner. Memorandum of joint venture partnership with the foreign partner should be attached.

Upon receipt of EOI’s from interested consultants, the NSC shall evaluate and prequalify applicants.

3. ELIGIBILITY REQUIREMENTS
a. Evidence of certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC1.1 or CAC2 and CAC7. Business Name is also acceptable in case of Services
b. Evidence of Firm’s Tax Clearance Certificates(or personal Income Tax Clearance Certificate of all the partners in case of Business Name) for the last three (3) years valid till 31st December, 2021;
c. Evidence of pension clearance certificate valid till 31st December, 2021 (applicable where number of staff is at least 15);
d. Evidence of industrial Training Fund (ITF) compliance Certificate valid till 31st December, 2021 (applicable where number of staff is at least 5 or at least N50m turnover);
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 with passport photograph affixed:
– disclosing whether or not any officer of the relevant committees of the Nigerian Shippers Council 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.
– The Bidders do not have any director who has been convicted in any court in Nigeria or any other country for any criminal offence in relation to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
h. Company’s profile with the curriculum vitae of key staff to be deployed for the project including copies of their Academics/professional qualification such as COREN, QSRBN, ARCON, CORBON etc. for Lots 9.0, 10.0, 11.0, 12.0, 13.0 and 14.0.
i. Verifiable documentary evidence of at least (3) similar jobs executed in the last five (5) years including letter of Awards, Valuation Certificates, job completion certificate and photograph of the projects;

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

SEPLAT ENERGY PLC-

INVITATION TO TENDER FOR PROVISION OF OPERATIONS AND MAINTENANCE SUPPORT FOR NATIONAL OIL WELL VARCO (NOV) PUMPS SETS AT WESTERN ASSET LOCATIONS (AMUKPE, OBEN & SAPELE)

SEPLAT ENERGY PLC
(ON BEHALF OF THE NPDC/SEPLAT JOINT VENTURE)
NIPEX NO.1000005382
PROVISION OF OPERATIONS AND MAINTENANCE SUPPORT FOR NATIONAL OIL WELL VARCO (NOV) PUMPS SETS AT WESTERN ASSET LOCATIONS (AMUKPE, OBEN & SAPELE)

1. INTRODUCTION:
This proposed contract will ensure proper focus on all running pump-sets and improve the uptime of the pump sets and consequently, improve our production target. This will ensure there are no catastrophic failure of the equipment. Contractors shall provide maintenance services of the pump inventory listed below: l. Amukpe Facility -14 Nos. NOV (National Oil Varco) of various capacity 2. Amukpe Facility -4 Nos. Sulzer Pumps 3. Oben Flow Station – 7 Nos. National Oil Varco of various capacity 4. Oben Flow Station -1 No. EMSCO pump units 5. Sapele Flow Station – 4 Nos. NOV (National Oil Varco) These Pumps are driven by Caterpillar Gas Engines type G3412, G3408 and G342. The operating integrity of these units are good; however, the availability and reliability could be further enhanced by spares availability and optimum maintenance. The vendor shall engage competent, certified & trained Engineers and Labour capable of carrying out all operations & maintenance of SEPLAT PUMPS SKIDS and packages, such packages shall include the gearbox, booster Pumps, Suction and Discharge Valves etc. The proposed contract is to award this contract to two OEM representatives, based on the number of Pumps with Amukpe standing alone, while Oben and Sapele standing on the other side.

Metrics to measures Target HSE
% Schedule CompliancePercent % Planned WorkProduction Breakdown lossesAsset AvailabilityMTTRFluid end inspection for Pumps% of PM/PdM completed on-timePotential failure identifiedMaintenance Cost >90%>85%<2%>98%< 48hrsQuarterly>98%>95%5-10% Quarterly Cost Reduction (Savings) LTIFatalityContractor’s HSE meeting·         Compliance with the contract terms·         Prompt payment of salary·         Payment benefits compliance (BMO, Insurance &·         Compliance with local/national labour law·         Health coverage staff & qualified dependents·         Prompt Submission of invoice ZeroZeroMonthly100%Between 25-last day of the Monthly100%100%StandardFirst week of each Month

CONTRACT ADMINISTRATION & POST-AWARD PERFORMANCE REVIEW
• Issuance of monthly payslip with details of deduction such as Tax etc.
• Annual issuance of tax clearance to all personnel.
• Issue evidence of pension deduction payments to PFA managers to all personnel.
• Provision of Retainership/HMO for employees and qualified dependent.
• Ensure proper termination of contracts with regards to contract terms/conditions and issue a new contract when extended.
• Quarterly contract review meeting in line with the contract terms and conditions which must be documented and signed off by all parties such as contractor, contract manager/holder and HR appointed personnel.
• All service contract issues and challenges should be channeled through the contract manager or its appointed contract holder.
• Employer/vendor or labour service contractor shall issue their company identity card to all employees working in Seplat facilities while their service last in our premises.
Employee salary framework
The personnel (contract staff) salary structure shall follow the employee salary framework guideline. The proposed strategy will utilize the NipeX contracting platform to run the tendering process.

2. SERVICES REQUIRED/SCOPE OF WORK:
As a minimum requirement, the selected contractors shall have the necessary experience, capability and shall be fully responsible for the provision of the services as detailed in the table below for use in the onshore and shallow waters operations.

S/N Service Code Tender Ref. Number Services Brief Description of Scope of Work (includes But is not Limited to the Understated)
1 3.05.11 2.11.012.11.021.03.01 Provision of Operations and Maintenance Support for National Oil Well Varco (Nov) Pumps Sets at Western Asset Locations The scope of works to be undertaken shall include, but not limited to, the following: (1)                                         Provision of competent technical support personnel Mechanical. Instrumentation and Electrical discipline to carry out the services detailed in the work scope to maintain 98% Pump availability, Additional personnel may be called upon on an as needed basis depending on operational requirements and workload.(2)                                         Provision of OEM support and training/guidance for technical when required on the job at the expense of the vendor.(3)                                         The technical personnel covered in this contract shall run full 24/7 as cover with respect to services within this contract.(4)                                         Vendor shall provide competent work force for daily execution of work orders and FLM, in Seplat facilities as follows.(5)                                         A schedule of critical spares shall be included in the contract and have the contractors to quote for and maintain a minimum monthly stock level to the keep our plant availability up. The lean/ Just-in-time strategy to decongest our warehouse inventory, equipment deterioration in our warehouse and cost optimization.(6)        Vendor shall provide required Tools for the implementation of this contract.(7)        Provision of vehicle and tools should be included in CASHES/Premob payment in the schedule of rate. No separare payment or monthly payment. Contractor shall provide & maintain a fit-for-purpose vehicle that the meet the HSE requirement of SEPLAT where necessary.(8)                                         Vendor shall carry out troubleshooting on faulty equipment shall be carried out and resolved within 48 hours and conduct preliminary RCA on Equipment failures.(9)                                         Vendor shall produce monthly Equipment Performance reports summary in line with the set KPIs, and Monthly Equipment run hours for trending. Also, daily report on equipment status shall be issued to the Maintenance Lead on Site.(10)                                      Vendor shall ensure the dose out of scheduled PMs on Equipment to maintain good working conditions through the Maintenance Lead on site.(11)                                      Vendor shall also carry out overhaul on Equipment in line with Seplat guidelines and best practiced. And shall carry out all recommended preventive maintenance inspections on Equipment as required and issue report.(12)                                      Vendor shall ensure the function test of Equipment Shutdown devices and ensure they are active all times. And carry out corrective maintenance when Equipment goes down. Also ensure the safeguarding system of the Equipment are in active state.(13)                                      Vendor shall collaborate with the field teams to ensure historical records of Equipment are stored accurately for referencing and trending in the provided CMMS.(14)      Vendor shall attend monthly and quarterly contract review meeting and Field HSE Meeting as scheduled.(15)                                      Provision of condition monitoring services & laser alignment equipment to facilitate proper alignment of pumps to drives as the need arises. And carry out checks on Equipment for vibration and resolve challenges as need arises, carry Out Oil analysis and issue reports on Monthly basis.(16)      Vendor shall implement 14/14 work cycle in line with Seplat guidelines.(17)                                      Required support shall be on call-off basis and shall be day rate (of 8 Hours -8:00am-5:00pm)(18)                                      Vendor shall work out plan to cover for staff on annual leave or vacation.(19)                                      Provision of the special reliability tools to enable the above condition monitoring.NOTE(20)                                      The new contract shall include detail scope of the coverage- list of equipment and rates, such it will enable Seplat to back-charge the contractor when an equipment is down for more than 72hrs without restoration back to service.(21)      O&M contracts shall be serviced-based going forward and payment for service shall be based on the availability of the equipment of more than 24 days in a calendar Month, otherwise it shall be prorated.(22)                                      Since the new strategy is service based, there shall not be provision of separate payment for accommodation, food, and vehicle. CONTRACTOR staff should be accommodated and fed within their 14/14 rotation in our facilities.

CONTRACT STRATEGY
The strategy is to engage the services of contractors to execute the activities on provision of operations and maintenance support for national oil well Varco (Nov) pumps sets at western asset locations for a period of two (2) years with the option of one (1) year extension. Following this advertisement, companies will be expected to submit their bids as specified thereafter, the bids shall be evaluated and ranked based on the bidder’s performance. Contract shall be awarded to three most competitive bidders at the lowest evaluated realistic bidder’s rates. NPDC/SEPLAT JV shall retain the selected companies to provide the required services during the contract duration.

3. MANDATORY TENDER REQUIREMENTS:
(1) To be eligible for this tender exercise, interested bidders are required to be pre-qualified and live’ in the relevant product/services categories of NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified and ‘live’ bidders in this category by the bid close date will receive Invitation to Technical Tender (ITT).
(2) To be eligible for this tender exercise, interested bidders are required to be pre-qualified and’live1 in the following NipeX Joint Qualification System (NJQS) categories: •3.05.11 •2.11.01, • 2.11.02, •1.03.01
(3) To determine if you are pre-qualified and view the product/service category you are listed for: Visit http://vendors.nipex-ng.com and access NJQS with your login details, Click on products/services status tab to view your status and product codes.
(4) If you are not listed in a product/service category and you are registered with DPR to do business, contact NipeX office at 8, Bayo Kuku Street, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update.
(5) To initiate the JQS pre-qualification process, access www.nipex-ng.com, click on services tab followed by NJQS registration.
(6) To be eligible, all tenders must comply with the Nigerian content requirements in the NipeX system,

4. NIGERIAN CONTENT DEVELOPMENT:
Seplat as an indigenous exploration and production company in Nigeria is committed to the development of the capabilities of Nigerian companies in compliance with the provisions of the Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010 for Nigerian Content Development. Tenderers are to note that they will be requested in the technical tender to provide details of their relevant strategy to ensure that they fully comply with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at http://www.ncdmb.gov.ng/images/GUIDELINES/NCACT.pdf , in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations. In light of the above, tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:
• Demonstrate that the entity is a Nigerian indigenous company having greater than or equal to 51% Nigerian shareholding in the registered company, by providing details of company ownership and shareholding structure (form C02 and COT). Also, provide evidence of registration on NOGICD JQS.
• Tenderer shall provide a detailed description of the location of in-country committed facilities & infrastructure (assets, equipment, technical office, and administrative space, storage, workshop, assembly area) In Nigeria to support this contract
• Submit Tenderer’s corporate organizational and project/contract specific organogram for all key personnel and CV’s of all personnel as listed in the project organogram should be submitted. For any position to be occupied by an expatriate, tenderer shallprovide evidence to obtain expatriate quota approval granted by NCDMB before any expatriate is deployed to execute this work scope1”.
• Tenderer shall provide evidence (Purchase receipt, Bill of Landing etc.) of at least 50% Nigerian ownership of all equipment to execute this work scope.
• Tenderer shall provide evidence of Valid category C NIGERIAN CONTENT EQUIPMENT CERTIFICATE (NCEC) issued by Nigerian Content Development and Monitoring Board in respect of ownership of equipment to be utilized on the project.
• In line with the NCD Human Capacity Development Initiative, Bidder shall commit to providing Project-Specific training, man-hour, budget, skill development and understudy plan for Nigerian personnel utilizing OGTAN registered trainees) or other approved NCDMB training institution’s).
• Tenderer shall provide evidence of Binding MOA with Nigerian companies for the procurement of all items for execution of the work scope.

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

NIGERIAN POSTAL SERVICE (NIPOST)-

REQUEST FOR EXPRESSION OF INTERESTS (EOIS), SUBMISSION OF PROPOSALS, PREQUALIFICATION, INVITATION, AND SUBMISSION OF FINANCIAL BID FOR THE SUPPLY OF GOODS

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF COMMUNICATIONS AND DIGITAL ECONOMY
NIGERIAN POSTAL SERVICE (NIPOST)
GARKI II, ABUJA
WEBSITE: www@nipost.gov.ng
REQUEST FOR EXPRESSION OF INTERESTS (EOIS), SUBMISSION OF PROPOSALS, PREQUALIFICATION, INVITATION, AND SUBMISSION OF FINANCIAL BID FOR THE SUPPLY OF GOODS

1. INTRODUCTION
1.1 In compliance with the Public Procurement Act 2007, the Nigerian Postal Service (NIPOST) is inviting reputable, experienced, and competent IT Consulting firms who are experienced and has good track record in designing developing, and deploying, applications, software, and solutions to submit expression of interests/proposal/financial bid in respect of the below-stated services, experienced and competent engineering and construction company to submit expression of interest for the development and redevelopment of NIPOST vacant/virgin/ underutilized land throughout the Federation on Public-Private Partnership as we as inviting interested, reputable, qualified and competent IT and other suppliers/contractors/companies to submit technical and financial bids in respect of the under-listed supplies.

1.2 The Postcode System is a strategic component of the National Addressing System (NAS), thus, based on the directive of the Federal Government of Nigeria, NIPOST desires to design, develop and deploy a Postcode System solution that could be used on mobile devices for the location of addresses. The solution is also to be used to create a National Postcode System database warehouse (NASDW) which complies with the Universal Postal Union (UPU) S42 and SAT Addressing Standards. The National Addressing System will leverage the Postcode System for easy location and identification of all addresses in Nigeria.
(a) E-post is the digitalization of the Postal processes and other e-Government services for effective delivery of timeous and improved services to the general public.
(b) NIPOST, in a bid to improve on its quality of service of mail conveyance/delivery nationwide and easy migration of its services from manual/physical to digital desires to procure some tricycles and devices such as smart android phones, android tablets, laptops, desktops, printers, etc.

2. SCOPE
CATEGORY A: SERVICES
Lot 1: Designing, Development, and Deployment of Postcode System Solutions that takes care of the following under listed:
(i) Conduct business requirement analysis for the Postcode System;
(ii) Generate Postcode number based on approved algorithm;
(iii) Delineate Digital imageries into Postcode areas based on specified standards.
(iv) Allocate Postcode numbers to Postcode areas based on Logic and structure of the Nigerian Postcode System.
(v) Document each Postcode area with data of street names/numbers in line with the approved Nigerian National Addressing Standard and Guidelines.
(vi) Design and create Postcode System Data warehousing.
(vii) Create business/Operating Intelligence solution for the Postcode System.
(viii) Develop mobile app for Capturing coordinate of properties and transferring of the data to the central database.
(ix) Develop Central Database for Postcode System.
(x) Develop a workflow for the Postcode Eco-System and Integration software (API’s).
(xi) Develop a sustainable business model and rule for the management, upgrading, and updating of the Postcode System.
(xii) Develop a software for Postcode navigation.
(xiii) Purchase all relevant licenses, certification,s and documentation for the Postcode System.
(xiv) Training of Manpower Development on GIS and utilization of the Postcode app for fieldwork in data collection, capturing, and verification.
LOT 2: Deployment of the following under listed for the purposes of effectively driving the digitalization of the postal processes at the initial absolute cost of the service provider subject to an agreed repayment over a period of time with a flexible payment plan as follows:
(i) Deployment of internet connectivity in District Post Offices and the Corporate Headquarters, Abuja.
(ii) Deployment of Solar Power in District Post Offices and the Corporate Headquarters, Abuja.
(iii) Deployment of ICT devices such computers, printers, handheld scanners, thermal printer, PDA, mobile terminals for electronic service delivery in all District Post Offices and the Corporate Headquarters Abuja.
(iv) Deployment of Wide Area Network (WAN) and Local Area Network (LAN) connectivity of all ICT devices in District Post Offices and the Corporate Headquarters. Abuja.
(v) Deployment of automated sorting machine, bag scanning machine devices, barcode printers, bag sealing machines, close circuit cameras, explosive trace devices and other mail processing systems at the International Mail Processing Centre (IMPC) Ikeja, Lagos.
(vi) Deployment of devices for video conferencing for the Corporate Headquarters and identified offices.

CATEGORY B: GOODS:

Lot 3: Supply of Tricycle
Lot 4: Supply of Laptops
Lot 5: Supply of Desktops,
Lot 6: Supply of Android tablets and Phones.
Lot 7: Supply of Printers
Lot 8: Supply of Scanners

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

GRAND CEREAL LIMITED-

REQUEST FOR BID FOR MANAGEMENT OF STAFF CANTEEN

GRAND CEREAL LIMITED
REQUEST FOR BID

1. INTRODUCTION
Grand Cereals Limited (“GCL’), a subsidiary of UAC of Nigeria Plc is running a competitive tender process to select and appoint a contractor for the operation and management of its Staff Canteen located at its Jos Factory, KM 17 Za’ang Roundabout, Jos Plateau State.

2. SUBMISSION GUIDELINES
The following submission guidelines and Information requirements shall apply to companies responding to this Request for Proposal (‘RFP’ or ‘Document’)

CRITERIA
(1) Executive Summary of your proposal
(2) Company or business registration documents (Certificate of Incorporation/Registration, Memorandum, and Articles of Association, CAC Form7, CAC Form 2A)
(3) Valid License to function as a Food Handler and Caterer.
(4) All canteen personnel must be fully kitted with their hairs covered with hairnets or headcovers. (PPE)
(5) Provide an HSE policy if available.
(6) Minimum of 5 years of professional catering experience (factory experience will be an advantage)
(7) Valid VAT certificate
(8) Minimum capital base of N5milllon to serve a minimum of 250 people daily, approximately 7,500 plates seamlessly across 2 shifts per month.
(9) At least three (3) non-bidder owned customer references for whom the bidder has provided similar services during the past 3 years preceding the bid due date
(10) Maintain the following valid insurances:
• Workmen Compensation policy- Statutory limits
• Group Life cover-Statutory limits
• Fidelity guarantee cover- N10,000,000 per occurrence
• Third-Party Liability cover – N50,000,000 per occurrence
• Professional Indemnity Cover-N25,000,000 per occurrence

The proposal should be concise but include:
(1) Previous experiences in similar contracts
(2) Demonstrated excellence in service
(3) Contractor’s workers’ qualifications/eligibility and number of employees
(4) Proposed cost of meals
(5) Menu and meal options
(6) Declaration that own business is not dismissed from participating in or provision of food handling/catering services within the Federal Republic of Nigeria.
(7) Background Information on the principal(s) or Key person(s) of your company who will be associated with the contract.
Proposals will be evaluated based on the response to the Information requested above. All areas must be addressed for the proposal to be considered responsive.

TIMELINES
All proposals in response to this RFP should be submitted electronically or hand-delivered, and no later than 17:00 (WAT) on Friday, 20 August 2021 to the contact persons named below. Proposals submitted after the aforementioned time and date will not be considered for evaluation.
Proposals should be titled “GC L Bid Submission” and addressed to
Grand Cereals Limited
KM 17 Za’ang Roundabout, OR
Email: HR@grandcereals.com
Jos, Plateau State.
• Respondents will assume full responsibility for their choice of method of submission of proposals, assumes no responsibility for delays caused by any delivery service.
• Award notification: GCL Intends to award this contract in September 2021 subject to review of the RFPs and Internal approvals.

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

NIGERIAN METEOROLOGICAL AGENCY (NIMET)-

RE: INVITATION TO TENDER FOR 2021 CAPITAL PROJECTS

NIGERIAN METEOROLOGICAL AGENCY (NIMET)

HEADQUARTERS, NATIONAL WEATHER FORECASTING AND CLIMATE RESEARCH CENTRE, BILL CLINTON DRIVE, NNAMDI AZIKIWE INTERNATIONAL AIRPORT, ABUJA.

RE: INVITATION TO TENDER FOR 2021 CAPITAL PROJECTS

ADDENDUM

Sequel to the advertisement by Nigerian Meteorological Agency (NiMet) in Federal Tender Journal, Daily Trust Newspaper, and The Nation Newspaper of 2nd August, 2021, you are hereby invited to note that the deadline for submission of bid for all lots has been extended by Two (2) weeks.

Consequently, the deadline for submission of Expression of Interest for Category c (Services) is 12:00 noon on Monday, 30th August, 2021 while the deadline for submission of bid for Categories A and B (Works and Goods) is 12:00noon on Monday, 13th September, 2021.

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

FEDERAL GOVERNMENT COLLEGE, SOKOTO-

INVITATION TO TENDER AND FOR 2021 CAPITAL PROJECT

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT COLLEGE, SOKOTO
INVITATION TO TENDER AND FOR 2021 CAPITAL PROJECT

1. INTRODUCTION
The Federal Government of Nigeria has allocated funds to the Federal Government College, Sokoto in the 2021 Appropriation Act, for the execution of project towards achieving the mandate of College. Accordingly, the College wishes to invite reputable contractors with relevant proven competence, experience to submit bids for the execution of the following projects:

2. SCOPE OF WORKS

LOT NO PROJECT TITLE LOCATION
LOT W1 Rehabilitation of Administrative Block FGC Sokoto
LOT W2 Rehabilitation of ICT Center FGC Sokoto

3. ELIGIBILITY REQUIREMENTS
Prospective bidders must possess the under listed requirement to be eligible in this procurement:
i. Evidence of certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC1.1 or CAC2 and CAC7;
ii. Evidence of company’s Income Tax Clearance Certificates for the last three (3) years valid till 31st December, 2021; with minimum average annual turnover of N50 million;
iii. Evidence of pension clearance certificate valid till 31st December, 2021 (applicable where number of staff is at least 15);
iv. Evidence of industrial Training Fund (ITF) compliance Certificate valid till 31st December, 2021 (applicable where number of staff is at least 5 or at least N50m turnover);
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 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 31/12/2021 or valid Certificate issued by BPP;
vii. Sworn Affidavit
– disclosing whether or not any officer of the relevant committees of the Federal Government College, Sokoto, Sokoto State 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 the company is not receivership, insolvent or bankrupt

– That the company does not have any director who has been convicted in any court in Nigeria or any other country for any criminal offence in relation to fraud or financial impropriety;
viii. Company’s Audited Account for the last three (3) years, 2018, 2019 & 2020 duly signed and stamped by ICAN/ANAN Profession(s)
ix. Company’s profile with the curriculum vitae of key staff to be deployed for the project including copies of their Academics/professional qualification such as COREN, QSRBN, ARCON, CORBON etc.
x. 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 execution of the project when needed;
xi. Verifiable documentary evidence of at least (3) similar jobs executed in the last five (5) years including letter of Awards, Valuation Certificates, job completion certificate and photograph of the projects;
xii. List of plants/equipment with proof of ownership/lease;
xiii. All documents for submission must be transmitted with a Covering/Forwarding letter under the company’s letter head paper bearing amongst others, the registration Number (RC) is issued by the CAC, Contact Address, Telephone Number (preferably GSM No) and email address. The letter head paper must bear the Names and Nationalities of the Directors of the company at the bottom of the page, duly signed.

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

CODE OF CONDUCT TRIBUNAL (CCT)-

INVITATION FOR PRE-QUALIFICATION FOR VARIOUS WORKS/JOBS AT THE CCT

CODE OF CONDUCT TRIBUNAL (CCT)
PLOT 89 SECTOR CENTRE B CADASTRAL ZONE B16 JABI DISTRICT ABUJA
INVITATION FOR PRE-QUALIFICATION FOR VARIOUS WORKS/JOBS AT THE CCT

1. INTRODUCTION
1.1 The Code of Tribunal is saddled with the responsibility of adjudicating on matters of breach of code of conduct for public officers. While ensuring speedy dispensation of justice and proper court records as a competent court of record, the Tribunal needs to digitalize its operations and enhance its case law research system for more effectiveness and efficiency.
1.2 Experienced and competent contractors/suppliers are hereby invited to submit pre-qualification for the various works/supply highlighted below:

2. SCOPE OF WORKS/SERVICES

CATEGORY A: WORKS AND GOODS
LOT NO DESCRIPTION
LOT 1 Establishment of Law Library and internet facility in five (5) zonal offices of the Tribunal
Lot 2 Installation of CCTV Cameras in Chairman’s Office headquarters
Lot 3 Internal and External Painting and External Drainage Channel at the Headquarters
CATEGORY A: SERVICES
Lot 4 Digitalization of Code of Conduct Tribunal Management Records (personnel, Accounts, Store, Litigation, Records and online filing)
Lot 5 Establishment of Virtual System for Court Sessions, Meetings, Workshops, Conferences/Seminar.

3. ELIGIBILITY REQUIREMENTS
a. Evidence of certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7. Business Name is acceptable for Services;
b. Evidence of Firm’s Tax Clearance Certificate(or personal Income Tax Clearance Certificates of all Partners in case of Business Name) for the last three (3) years valid till 31st December, 2021;
c. Evidence of current pension clearance certificate valid till 31st December, 2021 (applicable where number of staff is at least 15);
d. Evidence of current industrial Training Fund (ITF) compliance Certificate valid till 31st December, 2021 (applicable where number of staff is at least 5 or at least N50m turnover);
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 disclosing whether or not any officer of the relevant committees of the Code of Conduct Tribunal 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.

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