Background Image

OYO STATE UNIVERSAL BASIC EDUCATION BOARD-

EXTENSION OF BID OPENING DATE 2019 FGN-UBEC/OYO SUBEB INTERVENTION PROJECTS

OYO STATE GOVERNMENT
OYO STATE UNIVERSAL BASIC EDUCATION BOARD
(OYO SUBEB)
P. M. 8. 5150, SECRETARIAT, IBADAN
E-mail: oyosubebprs@gmail.com
EXTENSION OF BID OPENING DATE
2019 FGN-UBEC/OYO SUBEB INTERVENTION PROJECTS

The Oyo State Universal Education Board (OYO SUBEB) hereby wishes to inform all vendors who have tendered or are intending to tender for 2019 FGN-UBEC/OYO SUBEB Intervention Projects for various infrastructure facilities to be provided in Public Primary and Junior Secondary Schools, that the Bid Opening Exercise formerly extended to Thursday, 17th September 2020, is hereby rescheduled to hold on Thursday, 8th October 2020, at the premises of OYO SUBEB, Agodi, Ibadan. This extension becomes necessary due to low patronage and the need to ensure that the process is highly competitive.

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

KWARA STATE UNIVERSITY, (KWASU) MALETE-

INVITATION FOR EXPRESSION OF INTEREST FOR THE PROCUREMENT OF INFORMATION AND COMMUNICATION TECHNOLOGY SUPPORT UNDER 2016 – 2017 – 2018 (MERGED) TETFUND INTERVENTIONS ON ICT SUPPORT

KWARA STATE UNIVERSITY, (KWASU) MALETE
P.M.B 1530, ILORIN
INVITATION FOR EXPRESSION OF INTEREST FOR THE PROCUREMENT OF INFORMATION AND COMMUNICATION TECHNOLOGY SUPPORT UNDER 2016 – 2017 – 2018 (MERGED) TETFUND INTERVENTIONS ON ICT SUPPORT

1. INTRODUCTION
1.1 Kwara State University will use the intervention for updating and expanding its present website efficiency so as to allow for increased access to needed resources by staff and students for teaching, learning, research and community development activities and to meet National Universities Commission (NUC) resource visitation, accreditation and re-accreditation requirements. The Kwara State University, therefore, invites interested, competent, and reputable contractors/suppliers to tender for the under listed projects.

2. SCOPE OF SUPPLY
2.1 The scope of Works /Supply is as follows:
LOT 1: Website Remodeling and Restructuring
LOT 2: International Computer DRIVING Licenses Training

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 also acceptable.
(b) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners) 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 31 st December, 2020;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 st 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 Kwara State University, Malete, Kwara 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;
(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/deposit money 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 and evidence of Memorandum of Understanding with clients /institutions;
(l) Evidence of registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
(m) The Computer Training is to be facilitated by a QUALIFIED AND CERTIFED ICDL EXPERT /TRAINER with copy of credential submitted along with the company profile.
(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.

4. SUBMISSION OF EXPRESSION OF INTEREST

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

ACCIDENT INVESTIGATION BUREAU (AIB) HEADQUARTERS-

INVITATION TO TENDER FOR WORKS AND SERVICES

FEDERAL REPUBLIC OF NIGERIA ACCIDENT INVESTIGATION BUREAU (AIB) HEADQUARTERS,
ACCIDENT INVESTIGATION BUREAU (AIB) HEADQUARTERS,
NNAMDI AZIKIWE INTERNATIONAL AIRPORT, ABUJA
INVITATION TO TENDER

1. INTRODUCTION
The Accident Investigation Bureau (AIB) hereby express its intention to use part of its Federal Budget Allocation and Internally Generated Revenue to fund the under-listed jobs. In line with the above and the Public Procurement Act, 2007, the Bureau wishes to invite qualified and experienced Contractors to Tender for the job;

2.  SCOPE OF THE WORK
Lot 1: Provision of Security Services for all AIB Offices
Lot 2: Purchase of Hi-Tech Unmanned Area Vehicle with Camera, Training, and Support
Lot 3: Procurement and Equipping of Accident Investigation Mobile Sites Office

3. TENDER REQUIREMENTS
Bidders are expected to possess the following minimum qualification criteria:
(i) Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
(ii) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31 December, 2020;
(iii) Evidence of current Pension Compliance Certificate valid till 31 December 2020
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2020;
(v) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 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 December, 2020 or valid Certificate issued by BPP
(vii) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Accident Investigation Bureau 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;
(viii) Company’s Audited Accounts for the last three years- 2017, 2018, 2019;
(ix) 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;
(x) Company’s profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualification;
(xi) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of award, Valuation/Job Completion Certificate and photograph of the projects;
(xii) Evidence of Registration with Nigeria Security and Civil Defense Corp (NSCDC) (LOT 1)
(xiii) Evidence of Original Equipment Manufacturer (OEM)/ Dealership (LOT 2) and (LOT 3)
(xiv) All Document 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, Telephone Number (preferably GSM no.), and e-mail address, The Letter Head Paper must bear the Names and Nationalities of the Director of the Company at the bottom of the pages, duly signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS
All interested bidders are hereby requested to collect Standard Bidding Document (SBD) for the supply from the Office of the General Manager (Procurement), ground floor, Accident Investigation Bureau (AIB), Murtala Muhammed International Airport, Ikeja, Lagos, upon presentation of evidence of payment of non-refundable tender fee of N10,000.00 payable to Accident Investigation Bureau TSAAccount.

5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit a bid for the Lot, two (2) hard copies of each of the technical and financial bids with softcopy of financial bid only in Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger envelope addressed to the Commissioner, Ground Floor, Accident Investigation Bureau (AIB) Murtala Muhammed International Airport, Ikeja, Lagos and clearly marked with (the name of the project and the lot number), Furthermore, the reverse of each sealed envelopes should bear the name and address of the bidder and drop in the designated Tender Box not later than 12:00 noon on Monday, 26 October 2020.

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

FEDERAL GOVERNMENT COLLEGE KEFFI, NASARAWA STATE-

INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT COLLEGE KEFFI, NASARAWA STATE
INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

1. INTRODUCTION:
The Federal Government of Nigeria has allocated funds to the Federal Government College, Keffi, Nasarawa State in the 2020 Appropriation Act for the procurement of Goods and Works towards achieving the mandate of the College. In compliance with the provisions of the Public Procurement Act 2007, the College invites interested and eligible Vendors and Contractors with relevant proven competence and experience to participate in the bidding process of the following Projects:

2. SCOPE OF WORKS/SUPPLIES

CATEGORY A (WORKS)

L/N PROJECT TITLE
Lot W1 Rehabilitation and Maintenance of Access Road
Lot W2 Construction of 1 No Block of Boys Hostel (Storey Building) for 500 Students
Lot W3 Expansion of Dining Hall

CATEGORY B (GOODS)

L/N PROJECT TITLE
Lot G1 Purchase of Photocopying Machines

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

KWARA STATE UNIVERSITY, (KWASU) MALETE-

INVITATION FOR TECHNICAL AND FINANCIAL BIDS FOR THE PROCUREMENT AND COMMISSIONING OF UTILITY VEHICLE FOR KWARA STATE UNIVERSITY RESEARCH AND DEVELOPMENT CENTRE OF EXCELLENCE UNDER YEAR 2019 TETFUND RESEARCH AND DEVELOPMENT /CENTRE OF EXCELLENCE

KWARA STATE UNIVERSITY, (KWASU) MALETE
P.M.B 1530, ILORIN
INVITATION FOR TECHNICAL AND FINANCIAL BIDS FOR THE PROCUREMENT AND COMMISSIONING OF UTILITY VEHICLE FOR KWARA STATE UNIVERSITY RESEARCH AND DEVELOPMENT CENTRE OF EXCELLENCE UNDER YEAR 2019 TETFUND RESEARCH AND DEVELOPMENT /CENTRE OF EXCELLENCE

1. INTRODUCTION
Kwara State University established the Research and Development Centre for Excellence to produce high quality graduates who are job ready in area of high employer demand and self-reliant by exposing them to different entrepreneurship skills and training. Thus, the Kwara State University therefore wishes to invite interested, competent and reputable contractors to tender for the under listed project.

1.2. The Kwara State University wish to invite interested, competent and reputable contractors to tender for the under listed project.
a. Procurement and Installation of Centre Utility Vehicle

2. SCOPE OF WORKS/SUPPLY
The scope of supply is as follows:

LOT 1: Supply and Commissioning of Centre Utility Vehicle

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

FEDERAL SCIENCE AND TECHNICAL COLLEGE, KAFANCHAN, KADUNA STATE-

INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL SCIENCE AND TECHNICAL COLLEGE, KAFANCHAN, KADUNA STATE
INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

1. INTRODUCTION:
The Federal Government of Nigeria has allocated Funds to the Federal Science and Technical College, Kafanchan, Kaduna State in the 2020 appropriation for the execution of policies, programmes and projects toward achieving the mandate of the College. Accordingly, the College wishes to invite reputable Companies with relevant proven competence and experiences to submit tenders for the execution of the following projects:

2. SCOPE OF WORKS

S/N PROJECT TITLE
LOT W 1 Construction Of Metal Workshop
LOT W 2 Rehabilitation/Renovation Of 5nos Staff Quarters
LOT W 3 Provision Of Standard Track Field

3. ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including form CAC2 and CAC7 (or CAC1.1 as applicable);
(b) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2017, 2018 & 2019) valid till 31st December, 2020; with minimum average annual turnover of N20 million;
(c) Evidence of current Pension Compliance Certificate valid till 31stDecember, 2020;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31stDecember, 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) 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 Federal Science and Technical College, Kafanchan, Kaduna 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 the 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 such as 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;
(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 J V partner); and
(n) All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firm’s Letter HeadPaper 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. COLLECTION OF TENDER DOCUMENTS
The tender documents are to be collected from the Office of the Vice Principal Special Duties between the working hours of 08:00am and 04:00pm daily upon the payment of non-refundable tender fee of N10,000.00 per Lot to Federal Science and Technical College, Kafanchan, Kaduna State through REMITA platform in any reputable Commercial Bank in Nigeria, and present the teller to the College for receipt.

5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each of the Lot desired, two Hard copies (Marked Original & Copy) each for both Technical & Financial Bids with soft copy of Financial bid only in MS excel format, packaged in two separated wax sealed envelopes clearly marked at the top right corner of each envelope stating the title of the project i.e. “TECHNICAL BIDS FOR project Title and LOT No.” & “FINANCIAL BIDS FOR Project Title and LOT No.” and at the reverse side the name of the company should be boldly written. Both envelopes shall then be put in a larger envelope clearly marked at the top right corner stating the title of the project and be left in the appropriate Tender Box at the Vice Principal Special Duties office to be addressed to:

The Principal,
Federal Science and Technical College Kafanchan,
Kaduna State.

The submission should be made not later than 12:00 noon on Thursday 29 October, 2020. Please make sure you signed Bid Submission Register at Vice Principal Special Duties office as Federal Science and Technical College, Kafanchan will not be held responsible for misplaced or wrongly submitted Bids.

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

FEDERAL CHARACTER COMMISSION-

INVITATION FOR TENDER AND EXPRESSION OF INTEREST FOR 2020 CAPITAL PROJECTS

PRESIDENCY
FEDERAL CHARACTER COMMISSION
NO.3 MAPUTO STREET WUSE ZONE 3, P.M.B 5008, WUSE ABUJA
INVITATION FOR TENDER AND EXPRESSION OF INTEREST FOR 2020 CAPITAL PROJECTS

INTRODUCTION:
The Federal Character Commission is one of the 14 Federal Executive Bodies established under section 153(1) of the 1999 constitution (as amended) to promote and ensure national cohesion and unity in the country. The Commission in its continuous effort towards achieving its mandate invites experienced and competent contractors/suppliers to submit bids/expression of interest for the under listed year 2020projects.

2. SCOPE OF WORKS

LOT ‘A’ DESCRIPTION OF WORK
 Lot A1 Construction of FCC State Office Calabar. Cross River State

PROJECT B: GENERAL RENOVATION OF FCC STATE OFFICE (WORKS)

LOT ‘B’ DESCRIPTION OF WORK LOCATION
 Lot B1 General Renovation of FCC State Office Kano, Kano State
Lot B2 General Renovation of FCC State Office Ilorin, Kwara State

PROJECT C: PROVISION OF EXTERNAL ELECTRIFICATION AND CIVIL WORKS IN STATE OFFICES (WORKS)

LOT ‘C’ DESCRIPTION OF WORK LOCATION
Lot C1 Electricity connection and remedial civil works in some State Offices. Katsina (Katsina State),Dutse (Jigawa State) and Minna (Niger State).

PROJECT D: PURCHASE OF VEHICLES FOR INSPECTION AND EVALUATION OF PROJECT/PROGRAMMES EXECUTED BY MDAs (GOODS)

LOT D DESCRIPTION QUANTITY
Lot D1 1.8 Litre. 4 cylinder Petrol Engine, automatic transmission gear system, Sedan. 3Nos.

PROJECT E: EXPRESSION OF INTREST (EIO)

LOT E DESCRIPTION OF SERVICE
Lot E lLot E2Lot E3Lot E4Lot E5 Integrating Strategic Partnership with Critical Stakeholders and Advocacy on Balanced Development.Sensitization and Public Enlightenment on Socio-Economic Amenities and Infrastructural Facilities.Comprehensive Stock taking of Socio-Economic Amenities and Infrastructure.Inspection of strategic process in Recruitment and Provision of infrastructure and Socio-Economic Amenities.Zonal Workshop for Stakeholders on Sensitization and Public Enlightenment on Socio-economic Amenities and Infrastructural Facilities.

3. ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1 1 or CAC2 andCAC7;
(b) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2020; with minimum average annual turnover of N50million;
(c) Evidence of currant Pension Compliance Certificate valid till 31stDecember, 2020;
(d) Evidence of current Industrial Training Fund (TTF) Compliance Certificate valid 31st December, 2020;
(e) Evidence of current Nigeria Social Insurance Trust Fund(NSITF) Compliance Certificate valid till 31stDecember, 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 31st December, 2020 or valid Certificate issued by BPP;
(g) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Federal Character 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 capably 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 Kay Staff to be deployed for the project, including copies of their Academic/Professional qualifications (in case of constructor 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) Project E: Evidence of Firm’s current registration with relevant professional body(ies);
(n) Project D: Only companies included in the National Automotive Design and Development Councils approved list of local manufacturers of vehicles or their authorised representatives should bid for the vehicles;
(o) For Joint Venture/Partnership, Memorandum of Understands (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);
(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 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

FEDERAL GOVERNMENT COLLEGE, KADUNA-

RE: INVITATION FOR TECHNICAL AND FINANCIAL BIDS FOR THE EXECUTION 2020 APPROPRIATION

FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT COLLEGE, KADUNA
RE: INVITATION FOR TECHNICAL AND FINANCIAL BIDS FOR THE EXECUTION 2020 APPROPRIATION

CORRIGENDUM:
INVITATION FOR TECHNICAL AND FINANCIAL BIDS FOR THE
EXECUTION OF 2020 APPROPRIATION

This is to draw the attention of the general public to the above referenced advertisement of the Federal Government College, Kaduna, published in the Federal Tenders Journal of Monday 17th August, 2020, Blueprint and Authority Newspapers of Monday 3rd August, 2020 and notify all interested bidders that the submission deadline and time of opening of technical bids is no more 12:00 Noon on Monday 14th September, 2020.

The submission deadline has been shifted to the appropriate time, which is 12:00 noon on Monday 28th September, 2020.

Only the technical bids will be opened immediately after the deadline for submission at 12:00 noon on Monday 28th September, 2020.

The public is requested to note that all other information contained in the original Advertisement remains valid.

Signed: Principal
Federal Government College, Kaduna

FIND THE EARLIER ADVERT BELOW:

FEDERAL MINISTRY OF EDUCATION
FEDERAL SECRETARIAT, COMPLEX, PHASE II
AHMADU BELLO WAY ABUJA
FEDERAL GOVERNMENT COLLEGE, KADUNA
INVITATION FOR TECHNICAL AND FINANCIAL BIDS FOR THE EXECUTION OF 2020 APPROPRIATION

1. The Federal Government of Nigeria has allocated funds to the Federal Ministry of Education (FME), Federal Government College, Kaduna in the 2020 Appropriation Act for the execution of policies, program and projects towards achieving the mandate of the Ministry. Accordingly the Ministry wishes to invite reputable contractors with relevant proven competence and experience to submit tenders for the execution of the following projects:-

2. SCOPE OF WORKS

LOT NO PROJECT TITLE/ DESCRIPTION LOCATION
1 REHABILITATION/EQUIPMENT 3 BLOCKS OF LABORATORIES F.G.C. KADUNA
2 CONSTRUCTION OF SPORTS PAVILION F.G.C. KADUNA

3. ELIGIBILITY REQUIREMENTS
Prospective bidders most possess the under-listed requirements to be illegible in the procurement.
(a) Evidence of Certificate of incorporation with the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 (or CAC 1.1);
(b) Evidence of Company income’s Tax Clearance Certificate for the last three (3) years valid till 31st December, 2020 with minimum average annual turnover of twenty million;
( 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 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 Federal Government College, Malali, 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 the last three (3) years – 2017.2018 and 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 such as 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;
(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

AHMADU BELLO UNIVERSITY, ZARIA-

INVITATION FOR TENDER FOR EXECUTION OF PROJECTS

AHMADU BELLO UNIVERSITY, ZARIA
INVITATION FOR TENDER

1.0 INTRODUCTION
Ahmadu Bello University (ABU), Zaria is an Educational Institution under the Federal Ministry of Education. Experienced and competent Contractors/Suppliers/Vendors are to submit Tender for the under listed project of the University’s 2019 Revitalization Fund and Capital Appropriation 2020.

2.0 SCOPE OF WORK/SUPPLIES
(a) Construction of residential building and sports facility
(b) Rehabilitation of student accommodation
(c) Supply of teaching and research equipment and furniture for various departments

3.0 ELIGIBILITY REQUIREMENTS:
(i) Evidence of certificate of incorporation issued by Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 & CAC7;
(ii) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2017, 2018 & 2019), valid till 31 December, 2020;
(iii) Evidence of current Pension Compliance Certificate valid till 31 December, 2020;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2020;
(v) Evidence of current Nigeria Social Insurance Trust (NSITF) Compliance Certificate valid till 31 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 December, 2020 or valid Certificate issued by the BPP;
(vii) A Sworn Affidavit:
(a) that no Partner/ Director has been convicted in any country for criminal offences related to fraudulent or corrupt practices or criminal misrepresentation or falsification of facts relating to any matter;
(b) disclosing whether or not any officer of the relevant committees of Ahmadu Bello University or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary in the bidder and confirm that all information presented in its bid are true and correct;
(c) that the company-does not at the time of this bid have any existing loan or financial liability with a bank, other financial institutions or third party that is classified as doubtful, –non- performance, bad or whose repayment portion has been outstanding for the last four (4) months;
(viii) Unabridged Company’s Audited Report for the last past three (3) years (2017,2018,2019);
(ix) 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;
(x) Verifiable documentary evidence of at least three (3) projects of similar nature and complexity comparable to the works under consideration within the last five (5) years (Copies of letters of award/ Certificates of completion, Valuation Certificate and photographs of the projects are to be attached);
(xi) Company’s profile with the Curriculum Vitae of key professionals including photocopies of relevant academic and professional qualifications with attestation of availability and contact phone numbers (Evidence of registration with relevant regulatory professional bodies (e.g. ARCON, COREN, QSRBN etc.);
(xii) List of Plants and Equipment with proof of ownership/ Lease, (where applicable);
(xiii) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
(xiv) All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm

4.0 COLLECTION OF TENDER DOCUMENTS
Prospective bidders are requested to collect bidding from the Secretary Tenders Board, Ahmadu Bello University, upon presentation of evidence of payment of non-refundable tender fee of Ten Thousand Naira (N10, 000.00) only for each of the Lot desired; using Central Bank of Nigeria (CBN) Payment account number as follows; Account Name Ahmadu Bello University, Zaria on REMITA Platform through any reputable Commercial Bank in Nigeria.

5.0 SUBMISSION OF TENDER DOCUMENTS
Bidders are to submit two hard copies each of the Technical bid and financial bid packaged in sealed envelopes and clearly marked as “TECHNICAL BID” and “FINANCIAL BID” and addressed to “The Vice-Chancellor, Ahmadu Bello University, P.M.B. 1045, Zaria, Kaduna State” and clearly marked with the description of the project and the Lot. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and dropped in the designated Tender Box located in the office of the Procurement Unit No. 3 VONTRAC Building Site II A.B.U, Zaria; not later than on or before 12:00 noon on Monday, 26 October 2020.

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

NIGERIAN METEOROLOGICAL AGENCY (NIMET)-

INVITATION TO TENDER FOR 2020 PROJECTS

NIGERIAN METEOROLOGICAL AGENCY (NIMET)
HEADQUARTERS, NATIONAL WEATHER FORECASTING AND CLIMATE RESEARCH
CENTRE, BILL CLINTON DRIVE, NNAMDI AZIKIWE INTERNATIONAL AIRPORT, ABUJA.
TENDER ADVERTISEMENT FOR 2020 PROJECTS

1. INTRODUCTION
The Federal Government of Nigeria has provided funds in the 2020 Appropriation Act for the Nigerian Meteorological Agency (NiMet) which has the mandate to observe, analyse, archive and disseminate weather information to the Nigerian socio-economic sectors. To this end and in line with the provisions of the Public Procurement Act 2007, the Agency wishes to invite all interested and reputable contractors/suppliers/consultants with relevant experiences to bid for the execution of the following projects:

2. SCOPE OF WORK AND SERVICE

LOT NO.           TITLE OF WORKS
A1 Design and Construction of Ni Met North Central  Zonal Office at Gwagwalada
A2 Design and  Construction of Ni Met Southwest Zonal Office at Ibadan
A3 Design and Construction of 4Nos. Specific NiMet Synoptic Offices:
I Asaba
II Umuahia
III Yenagoa
IV Makurdi
A4 Establishment of Meteorological Data Rescue and Archiving Centre at Abuja.
A5 Dissemination of climate services information across the 6 geopolitical zones:
I Northeast zone
II North Central zone
III Northwest zone
IV Southeast zone
V Southwest zone
VI South South zone
A6 Construction of macro -agricultural research station at 6 agro climatic zones:
I Rainforest zone at Abeokuta
II Derived savannah at Auchi
III Southern guinea Lafia
IV Northern guinea at Makarfi
V Sudan savannah at Kafur
VI Sahel zone at Gumel
A7 Upgrade of satellite weather data acquisition system (RETIM,MSG and SADIS)
A8 Procurement, installation, calibration and data relaying of weather observation sensors for early warning system
A9 Upgrade of air quality and ozone monitoring facilities
I Abuja
II Oshodi
A10 Procurement, installation of off-grid solar-powered system for air quality and ozone monitoring equipment at:
I Abuja
II Oshodi
A11 Procurement, Installation and Calibration of 5-Band Doppler weather radar at:
I Abuja
II Port Harcourt
A12 Procurement, installation and calibration of marine meteorological sensors along Nigeria’s coastline
A13 Procurement and installation of 110ft heavy duty Doppler Radar tower at:
I Lagos
II Kano
A14 Procurement of monitoring equipment for activities of te WMO regional office for West Africa region
A15 Procurement, installation and calibration of conventional and automatic weather observation systems for Africa meteorological program
A16 Provision of facilities for Schools Meteorological Programme

CATEGORY B: SERVICE

LOT NO. TITLE OF SERVICE
S16 Design and Installations of IT Solutions for Office Automation
I Stores Management  Solution
II Accounting Solution
III Personnel Management Solution
IV Equipment Maintenance Solution
S17 Valuation of NiMet Properties Nationwide

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