Background Image

Read our latest posts

Sed ut perspiciatis unde omnis iste natus error sit voluptatem accusantium doloremque laudantium, totam rem aperiam.

FEDERAL SCIENCE AND TECHNICAL COLLEGE, KAFANCHAN, KADUNA STATE-

INVITATION TO TENDER FOR 2021 CAPITAL PROJECT

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL SCIENCE AND TECHNICAL COLLEGE, KAFANCHAN, KADUNA STATE
INVITATION TO TENDER FOR 2021 CAPITAL PROJECTS

1. INTRODUCTION:
The Federal Government of Nigeria has allocated Funds to the Federal Science and Technical College, Kafanchan, Kaduna State in the 2021 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 W1 Completion of Girls Hostel (300 Students Capacity)
Lot W2 Landscaping/Beautification of the College Compound
Lot W3 Rehabilitation/Renovation of a Boys’ Hostel (Jama’a)
Lot W4 Rehabilitation/Renovation of 2 Blocks of 8 Classrooms And 4 Offices

Category B: Goods

Lot G1 Provision of Classroom Furniture

3. ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC2 and CAC7 (or CAC 1.1 as applicable);
(b) Evidence of Company’s Incomes Tax Clearance Certificate for the last three (3) years (2018, 2019 & 2020) valid till 31st December, 2021; with minimum average annual turnover of N20 million;
(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 disclosing whether or not any officer of the relevant committees of the Federal Science and Technical College Kafanchan 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 – (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 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, AROON, CORBON etc.;
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five(s) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and photographs of the projects;
(l) List of 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 JV partner); and
(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 Letter head 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 8:00am and 4:00pm 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 Commercial Bank, and present the teller for the College receipt.

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

PARADIGM INITIATIVE (PIN)-

REQUEST FOR PROPOSALS: INDEPENDENT PROJECT EVALUATION OF PARADIGM INITIATIVE PROGRAMS AND PROJECTS (2007 – 2020

PARADIGM INITIATIVE (PIN)
REQUEST FOR PROPOSALS: INDEPENDENT PROJECT EVALUATION OF PARADIGM INITIATIVE PROGRAMS AND PROJECTS (2007 – 2020)

ABOUT PIN
Paradigm Initiative (PIN) works to strengthen digital inclusion and promote digital rights in order to improve the livelihoods of under-served Africans through a diverse team of 28, working out of sub-regional offices in Cameroon, Kenya, Nigeria, Senegal, Zambia and Zimbabwe.

Through the PIN flagship LIFE (Life skills, ICT skills, Financial literacy and Entrepreneurship) program, we provide access to web-enabled technologies, digital skills training, entrepreneurship and life-skills training, online work training, connection to short-term internships. We support youth to pursue their entrepreneurial dreams from our centres in Nigeria’s Abia, Kano and Lagos states and operate in-school programs in 15 schools across the three states. The LIFE program has also been extended to Senegal.
As part of our capacity building program, we teamed up with Dufuna to establish a training program for ambitious and disciplined Africans for advanced digital skills. Through a 6-month software engineering Bootcamp that teaches HTML, CSS, JavaScript, PHP, SQL, Algorithms & Data Structures, Version Control, Dependency Management, Debugging and Employability, we equip our scholars to become highly employable technology professionals.

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

NATIONAL INSTITUTE FOR NIGERIAN LANGUAGES, ABA, ABIA STATE-

REQUEST FOR EXPRESSION OF INTEREST FOR THE EXECUTION OF THE INSTITUTE 2021 CAPITAL PROJECT

NATIONAL INSTITUTE FOR NIGERIAN LANGUAGES
P.M.B 7078, OGBOR HILL, ABA, ABIA STATE
REQUEST FOR EXPRESSION OF INTEREST (EOI)

1. INTRODUCTION
The National Institute for Nigerian Languages (NINLAN) is a parastatal under the Ministry Of Education and National Universities Commission and has been mandated to develop Nigerian indigenous languages to become vehicles for mass literacy education and technological development, through teacher-training, teaching and learning as well as research into the languages. The Management of the National Institute for Nigerian Languages (NINLAN) hereby invites experienced and competent Consultants to submit Expression of Interest for the execution of the institute 2021 capital project.

2. SCOPE OF SERVICE

Reference No: Project Title
ERGP23149587 Consultancy Services For Construction of Academic Block Complex

Consultants and/or Consulting firms specialized in providing the following scopes of services are specially invited to respond to this solicitation for expression of interest (EOI);
• Preparation of preliminary design and estimate.
• Advising on Cost Alternative.
• Production of detailed Architectural working drawings and detailed Engineering Design Drawings
• Preparation of detailed Bills of Quantities, Bills of Engineering Measurement and Evaluation, Article of Agreements and Checking of Tender Reports, and
• Project Monitoring and Site Supervision

ELIGIBILITY REQUIREMENTS
Consultants wishing to submit expression of interest for the Project should submit the followings
(i) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7. Business Name is also acceptable;
(ii) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years (2018, 2019 and 2020) valid till 31st December 2021;
(iii) Evidence of current Pension Clearance Certificate valid till 31st December 2021;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2021;
(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 inclusion 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 National Institute for Nigerian Languages or the Bureau of Public Procurement is a former or present Director shareholder or has any pecuniary interest in the bidder and to confirm all information presented in the bid are true and correct in all particulars;
(viii) Company’s profile with the Curriculum Vitae of Key Staff to be deployed for the project, Including copies of their Academic/ Professional qualification (COREN, CORBON, ARCON, CORBON etc);
(ix) Evidence of Firms current registration with relevant regulatory professional body(ies);
(x) Verifiable documentary evidence of at least three (3) similar jobs in the last five (5) years (2016 to date) including Letters of Award, Valuation Certificate, Job Completion Certificates and Photographs of projects;
(xi) Company’s Audited Accounts for three (3) years i.e. 2018 2019 and 2020)
(xii) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness and readiness to provide credit facility for the execution of the project when needed;
(xiii) For Joint venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
(xiv) All documents for submission must be transmitted with Covering/Forwarding letter under the Company/Firm Letter Head bearing amongst others, the Registration Number (RC) as issued by Corporate Affairs Commission (CAC), Contact Address, with telephone Number (preferably GSM No.) and e-mail address. The Letterhead 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

LAGOS STATE MINISTRY OF HEALTH-

INVITATION FOR PRE-QUALIFICATION OF CONTRACTIORS FOR THE CONSTRUCTION/RENOVATION OF MEDICAL FACILITIES AND ANCILLIARY SUPPORT STRUCTURES

LAGOS STATE GOVERNMENT
MINISTRY OF HEALTH
INVITATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR THE CONSTRUCTION/RENOVATION OF MEDICAL FACILITIES AND ANCILLIARY SUPPORT STRUCTURES
IFPQ/LSMOH/01/2021
DATE OF ISSUANCE MONDAY 26TH APRIL, 2021

INTRODUCTION
Lagos State Ministry of Health is anticipating Capital Projects in the Primary, Secondary and Tertiary Levels, ranging between rehabilitation and green field new build.

SCOPE OF WORK
The Lagos State Ministry of Health now invites sealed applications from eligible contractors for the contract categories, as detailed in the schedule below:

CATEGORY PROJECT TYPE VALUE RANGE
Category 1 New Build N150m-N1b
Category 2 New Build N1b-N10b
Category 3 New Build Above N10b
Category 4 Rehabilitation Below N500m
Category 5 Rehabilitation N500m-N1b

INTENT OF PRE-QUALIFICATION
The intent of this pre-qualification is to select a short list of Contractors which:
i. Meet the eligibility and qualification requirements as stipulated herein for the various categories
ii. Have financial resources and overall financial capabilities to perform the work as will be described in the Project Description
iii. Have technical expertise, management and workload capacity to perform the work in a timely manner

ELIGIBILITY REQUIREMENTS
i) Evidence of Registration with Corporate Affairs Commission (CAC) with inclusion of Certificate of Incorporation and Articles of Association.
ii) Company profile and Organizational structure with full name of organization and contact person, postal address, telephone/fax numbers, and e-mail addresses.
iii) Evidence of company tax clearance for the last 3 years (2018. 2019 & 2020)
iv) Audited financial statements of the company for the years 2017, 2018 & 2019.
v) Evidence of 3 years development levy for two directors.
vi) Copies of VAT Registration with TIN number and evidences of VAT remittances for the last 3 years.
vii) The Applicant must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the overall cash flow requirements for the contract and its concurrent commitments.
viii) Verifiable experience as a contractor in the construction of at least three (3) Medical Projects in Nigeria or West Africa with government, private or non-governmental organizations. (Within a minimum of 7 years) of a nature and complexity (proving international hospital experience in all disciplines including: MEP, Biomedical Engineering, Hospital Planning, and Architecture). To comply with this requirement, works cited should be at least 70 percent complete (applicant to categories 1, 2 & 3only), certificates of completion for the completed projects or employer/client progress reports for the ongoing ones shall be provided by the Applicant.
ix) The Bidder can bid as part of a Joint Venture or consortium where parties can jointly submit their qualifications for consideration. However, the bid document should state specifically the roles and responsibilities of all members of the consortium.
x) The Bidder shall provide details of the proposed personnel and their experience records that meet the following requirements: At least 1 Senior Hospital Planning Expert with extensive experiences to be proven by a CV and at least Senior Biomedical Engineer with at least 5 years of experiences to be proven by a CV (applicable to Categories 1, 2 & 3 only). 11).
xi) The Bidder must demonstrate that it will have access to the key Contractor’s equipment and shall provide further details of proposed items of equipment
xii) Non-performance of a contract did not occur within the last 3 years prior to the deadline for application submission, based on all information on fully settled disputes or litigation. A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract, and where all appeal instances available to the bidder have been exhausted.
xiii) The bidder should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued
xiv) Evidence of registration with Lagos State Government (PPA) in the appropriate class

NOTES:
a. All claims must be adequately substantiated with documents and must be verifiable.
b. This pre-qualification exercise shall not be construed as a commitment on the part of the Ministry of Health to award the contracts to anyone or even award any contracts at all.

SUBMISSION OF APPLICATION
The Applicant shall:
• Enclose the original in one (1) envelope and all the 2 other copies of the application in another envelope, duly marking the envelopes as “ORIGINAL” and marked as “COPY.”
• The two (2) envelopes shall then be enclosed and sealed in one (1) single outer envelope.
• The inner and outer envelopes shall bear the name and address of the Applicant.
• The outer envelope shall be clearly marked “IFPQ-(Indicate Category as applicable)”, “Construction and Renovation of Medical Facilities and Ancillary Support Structures”.
• All request for clarifications should be directed to the Head of Procurement via email at orolatunji@lagosstate.gov.ng or WhatsApp (08090990090) on or before Friday 7th May, 2021.

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

EMBASSY OF THE REPUBLIC OF ZIMBABWE IN ABUJA, NIGERIA-

REQUEST FOR EXPRESSION OF INTEREST FOR SELECTION OF ARCHITECTURAL CONSULTANCY SERVICES FOR ZIMBABWE CHANCERY AND OFFICIAL RESIDENCE

EMBASSY OF THE REPUBLIC OF ZIMBABWE IN ABUJA, NIGERIA
MINISTRY OF LOCAL GOVERNMENT AND PUBLIC WORKS (ZIMBABWE) IN COLLABORATION WITH THE EMBASSY OF THE REPUBLIC OF ZIMBABWE IN ABUJA, NIGERIA
REQUEST FOR EXPRESSION OF INTEREST FOR SELECTION OF ARCHITECTURAL CONSULTANCY SERVICES FOR ZIMBABWE CHANCERY AND OFFICIAL RESIDENCE
REFERENCE NO: EOI 02/2021

Government of Zimbabwe through its Embassy in the Federal Republic of Nigeria seeks the services of a registered architectural consulting firm/consultancy for the Chancery and Residence in Abuja, Nigeria. The Government of Zimbabwe possesses 2 sites in Abuja, Plot 360 measuring 7140 square meters located in Central Business Area and Plot 950 measuring 2675 square meters located in Maitama for this purpose and is therefore inviting local registered and experienced Nigerian architectural firms (“the Consultants”) with 5 years or proven records of accomplishment, qualification and experience to submit their Expressions of Interest for the construction supervision of the proposed development.

REQUIREMENTS
(1) Valid Nigerian Tax Clearance for Nigerian firms
(2) Membership Compliance with professional bodies within Nigeria
(3) The firm principal should have at least 5 years of experience
(4) Record of Bank statement for at least 5 years
(5) The firm(s) must be registered with the relevant professional bodies within Nigeria with a minimum of 5 years or more experience in design and construction supervision of construction projects.
(6) Architectural Firms shall be expected to bring together a team of competent professionals and registered Technical Consultants.
(7) Nigerian Registration or compliance with National Council on Public Procurement (the council)/ Public Procurement Act (PPA) and Bureau of Public Procurement (BPP) is required
(8) At least three references for public infrastructure development projects of similar or comparable nature done in the past 5 years.
(9) Detailed company profile.

SCOPE OF WORK
(1) Submission of architectural and engineering designs to the regulatory local authorities of Nigeria for verification and approval by the relevant specialists and at relevant stages of the project wherever necessary.
(2) Tendering for construction services.
(3) Organize and conduct joint construction site and meetings inspections with the Government of Zimbabwe, Ministry of Local Government and Public works Technical Team.
(4) Prepare reports to update on the project (inception report, progress report, interim reports, final report, etc.) including cost estimates and cost reports.

Ministry of Local Government and Public Works now invites eligible Consultants to indicate their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications, relevant experience, and the capacity to perform the services. Submitted information should exhaustively demonstrate the Consultants’ listed as criteria for shortlisting and evaluation. Prospective Consultants should submit detailed methodology on how they will design and implement the project.

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

INVESTMENTS & SECURITIES TRIBUNAL, JABI, ABUJA-

INVITATION TO TENDER FOR EXECUTION OF PROJECTS

INVESTMENTS & SECURITIES TRIBUNAL
PLOT 1072 CADASTRAL ZONE B10, ALONG JABI – AIRPORT ROAD, OPPOSITE MAJOR OIL FILLING STATION,
DAKIBIYU, JABI, ABUJA. www.ist.gov.ng
INVITATION TO TENDER

INTRODUCTION
The Investments and Securities Tribunal (IST) the adjudicatory arm of the Capital Market established under Section 274 of the Investments and Securities Act (ISA) 2007 invites competent and experienced Vendors/Suppliers/Service Providers to submit bids for the following Lots:

SCOPE OF WORK/SUPPLY:

S/N DESCRIPTION OF ITEMS LOT NO. CATEGORY LOCATION
1 Remodeling and Renovation of Kano Zonal Office LOT 001/21 Works Kano
2 Renovation of Head Office LOT 002/21 Works Abuja
3 Procurement of ICT Infrastructurei.                 Computer Hardwareii.                Provision of Internet Service (Fibre optic solution)iii.              Provision & Installation of Local Area Network Equipment/Devices (wired & wireless), PBX/IP Solution. LOT 003/21 Goods  Abuja/Lagos
4 Procurement of Office Furniture and fittings LOT 004/21 Goods Abuja & Zonal Offices
5 Supply of Office Stationery LOT 005/21 Goods Abuja & Zonal Offices
6 Supply of Utility Vehicles LOT 006/21 Goods Abuja

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

MINISTRY OF EDUCATION, SCIENCE & TECHNOLOGY KOGI STATE-

INVITATION TO BID FOR THE CONSTRUCTION AND RENOVATION OF SCHOOLS IN KOGI STATE.

MINISTRY OF EDUCATION, SCIENCE & TECHNOLOGY KOGI STATE, NIGERIA
ADVERTISEMENT FOR COMPETENT, CAPABLE AND QUALIFIED CONTRACTOR TO BID FOR THE CONSTRUCTION AND RENOVATION OF SCHOOLS IN KOGI STATE.

INTRODUCTION
The Ministry of Education Science and Technology wishes to advertise for the renovation, remodeling and construction of structures in the under mentioned schools in Kogi State.

SCOPE OF WORK

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

NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)-

INVITATION FOR PRE-QUALIFICATION/INVITATION TO TENDER FOR EXECUTION OF PROJECTS

NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)
(ESTABLISHED UNDER THE NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY ACT, 2007)
MARITIME HOUSE: 4 BURMA ROAD, APAPA, P.M.B. 12861, LAGOS.
E-MAIL: procurement@nimasa.gov.ng
WEBSITE: www.nimasa.gov.ng
PROC. 04/21/SNO1
INVITATION FOR PRE-QUALIFICATION/INVITATION TO TENDER

1. INTRODUCTION
The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transportation in compliance with the Public Procurement Act (PPA) 2007, invites reputable contractors/firms/companies with proven records of accomplishment to tender for the under-listed projects appropriated in the Agency’s Budget:

2. SCOPE OF SUPPLIES/SERVICE

CATEGORY A: INVITATION FOR PRE-QUALIFICATION
LOT-1 Purchase of Boats
CATEGORY B: INVITATION TO TENDER
LOT-2 Development of Hydrographic, Nautical, Cartographic and Bathymetric Data Base of Nigeria Waters, Western Zone
LOT-3 Development of Hydrographic, Nautical, Cartographic and Bathymetric Data Base of Nigeria Waters, Central Zone
LOT-4 Development of Hydrographic, Nautical, Cartographic and Bathymetric Data Base of Nigeria Waters, Eastern Zone

3. ELIGIBILITY REQUIREMENTS
Prospective bidders are required to submit the following documents:
(i) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission including Certified True Copy of Form CAC7 and CAC 2.1 or CAC1.1. Business Name is also acceptable for Category B;
(ii) Copy of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last three years (2018, 2019 and 2020) valid till 31 December 2021, with a minimum average annual turnover of N20 Million for Category B;
(iii) Evidence of current Pension Clearance Certificate valid till 31 December 2021;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December 2021;
(v) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2021
(vi) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of valid Interim Registration Report (IRR) expiring 31/12/2021 or valid Certificate issued by BPP;
(vii) A Sworn Affidavit:
• Disclosing whether or not any officer of the relevant committees of the Nigerian Maritime Administration and Safety Agency 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 none of the company’s directors has been convicted in any law court for any criminal offense including fraud and financial impropriety; and
• That the company is not in receivership, bankrupt or insolvent.
(viii) Audited Accounts of the company for the last three years (2018, 2019 and 2020);
(ix) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating a willingness to provide credit facility for the execution of the project when needed;
(x) Documentary evidence of at least three (3) similar jobs successfully executed/ on-going within the last five (5) years including Letters of Award, Valuation/Job completion certificate etc.);
(xi) Category B: Evidence of registration with relevant regulatory professional regulatory body(ies);
(xii) Company’s Profile with the signed Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
(xiii) Company’s Signed Health, Safety and Environment (HSE) policy;
(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.

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

DEBT MANAGEMENT OFFICE-

REQUEST FOR EXPRESSION OF INTEREST / PREQUALIFICATION DOCUMENTS FOR THE ROLE OF ISSUING HOUSES, FINANCIAL ADVISERS, TRUSTEES AND LEGAL ADVISERS TO THE FEDERAL GOVERNMENT OF NIGERIA FOR THE ISSUANCE OF SUKUK IN THE DOMESTIC CAPITAL MARKET

DEBT MANAGEMENT OFFICE
NIGERIA
REQUEST FOR EXPRESSION OF INTEREST / PREQUALIFICATION DOCUMENTS FOR THE ROLE OF ISSUING HOUSES, FINANCIAL ADVISERS, TRUSTEES AND LEGAL ADVISERS TO THE FEDERAL GOVERNMENT OF NIGERIA FOR THE ISSUANCE OF SUKUK IN THE DOMESTIC CAPITAL MARKET

1. INTRODUCTION
The Debt Management Office (DMO) on behalf of the Federal Government of Nigeria (FGN) seeks to appoint Transaction Parties for the Issuance of Sovereign Sukuk in the domestic capital market through an Open Competitive Bidding process. In this regard, the DMO hereby invites Expression of Interest/Prequalification Documents (EOI) from qualified and reputable Firms who are interested in offering their services in the Lots and Categories presented in Table 1. Tentatively, the plan is to appoint Transaction Parties in each of the Lots for the Issuance of Sovereign Sukuk for the financing of infrastructure projects approved in the national budget.

Table 1: Lots and Categories of Transaction Parties Required and their Terms of Reference

Lots Categories of Transaction Parties Terms of Reference
1 Issuing Houses Functions would include preparation of the Prospectus; advising on marketing and distribution strategies, media campaigns and investor meetings; and managing the Offering of the Sukuk The Issuing Houses would work with other Transaction Parties to prepare all the offering and contractual documents.
2 Financial Adviser Advise on the general structure of the Transaction, review all Offer and Marketing Documents, ensure compliance of transaction with non-interest financial principles and engage the authorised Exchanges for listing of the Sukuk.
3 Trustees Perform the roles of Delegate Trustees to the Sukuk holders and ensure that all the contractual obligations of the parties to the Sukuk Transaction are enforced.
4 Legal Adviser Provide legal advice in all areas of the Transaction, including drafting and reviewing all Transaction and offer documents in conjunction with other Transaction Parties.

All respondents to this EOI must possess proven expertise and track record in the issuance of securities and must meet the under listed General Mandatory Eligibility Requirements. Furthermore, all interested respondents must meet the specified Additional Eligibility Requirements indicated for each of the categories of Transaction Parties to qualify to proceed to the second stage of the Open Competitive Bidding, that is, the Issuance by the DMO of Request for Proposal (RfP).

2. ELIGIBILITY REQUIREMENTS
All respondents to this EOI are required to provide the following documentary evidence as a basis for prequalification:
(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 Firm’s Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31 December, 2021;
(c) Evidence of current Pension Clearance 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) Clearance 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 31/12/2021 or valid Certificate issued by BPP,
(g) Lots 1-2: Evidence of Firm’s current registration with Financial Reporting Council of Nigeria;
(h) Sworn Affidavit:
• Disclosing whether or not any officer of the relevant committees of the Debt Management Office 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 Firm possesses the legal capacity to enter into a procurement contract with the FGN;
• that the Firm is not in receivership or subject to any form of insolvency or bankruptcy proceedings or any form of winding up petition or proceedings;
• that none of the Company’s Directors has been convicted of procurement fraud in any country;
(i) Company’s Audited Accounts for the last three (3) years – 2018, 2019 & 2020;
(j) 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;
(k) 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 ICAN, ANAN etc.;
(l) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
(m) 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.

ADDITIONAL ELIGIBILITY REQUIREMENTS
2.1 Issuing Houses – LOT 1
All Firms interested in performing the role of an Issuing House are further required to meet the following Additional Eligibility Requirements in order to be prequalified:
(i) Provide evidence of the company’s current operating license issued by the Securities and Exchange Commission (SEC) to perform the role of Issuing House in the Nigerian Capital Market, and if a bank, to also provide the banking license issued by the Central Bank of Nigeria (CBN).
(ii) Provide evidence that the company has been operating as an Issuing House in Nigeria for a period of not less than ten (10) years.
(iii) Provide evidence from the SEC that the Firm is not in breach of any of its rules and regulations, and that it has not committed any market infraction or undergone any disciplinary measures and/or that the Firm is in good standing,
(iv) Provide evidence of current membership of the Association of Issuing Houses of Nigeria.
(v) Provide evidence or records of specific Issuing House services rendered in the Nigerian Capital Market in the last five (5) years.
(vi) The company must have a Shareholders’ Fund unimpaired by losses of at least N3 billion as at the last Audited Accounts and Financial Statements (2020).

2.2 Financial Adviser – LOT 2
All Firms interested in performing the role of a Financial Adviser are further required to meet the following Additional Eligibility Requirements in order to be prequalified:
(i) Provide evidence of the company’s current operating license issued by the SEC to provide financial advisory services in the Nigerian Capital Market, and if a bank, to provide the banking license issued by the CBN.
(ii) Provide evidence that the company has been offering financial advisory services in the Nigerian Capital Market for a period of not less than ten (10) years.
(iii) Provide evidence from the SEC that the Firm is not in breach of any of its rules and regulations, that it has not committed any market infraction or undergone any disciplinary measures and/or that the Firm is in good standing.
(iv) Provide evidence or records of specific financial advisory services rendered in the Nigerian Capital Market in the last five (5) years.

2.3 Trustees – LOT 3
All Firms interested in performing the role of a Trustee are further required to meet the following Additional Eligibility Requirements in order to be prequalified:
(i) Provide evidence of the company’s current operating license issued by the SEC to provide Trustee services in the Nigerian Capital Market.
(ii) Provide evidence of current membership of the Association of Corporate Trustees of Nigeria.
(iii) Provide evidence that the company has been operating as a Trustee in the Nigerian Capital Market for a period of not less than ten (10) years.
(iv) Provide evidence from the SEC that the Firm is not in breach of any of its rules and regulations, that It has not committed any market infraction or undergone any disciplinary measures and/or that the Firm is in good standing.
(v) Provide evidence or records of specific Trustees’ services rendered in the Nigerian Capital Market in the last five (5) years.

2.4 Legal Adviser – LOT 4
All Firms Interested in performing the role of a Legal Adviser are further required to meet the following Additional Eligibility Requirements in order to be prequalified:
(i) Provide evidence of the firm’s current membership of the Capital Market Solicitors’ Association of Nigeria.
(ii) Provide evidence that the firm has at least two (2) Partners and that it has been providing legal services in the Nigerian Capital Market for a period of not less than ten (10) years.
(iii) Provide evidence or records of specific legal services rendered in the Nigerian Capital Market in the last five (5) years.

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

FEDERAL MINISTRY OF AGRICULTURE AND RURAL DEVELOPMENT (FMA&RD)-

INVITATION FOR TENDERS AND EXPRESSION OF INTEREST (EOI) FOR EXECUTION OF PROJECTS

THE FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF AGRICULTURE AND RURAL DEVELOPMENT (FMA & RD)
INVITATION FOR TENDERS AND EXPRESSION OF INTEREST (EOI)
TENDER PACKAGE NO. – FMARD/PROC/2021/001

1. INTRODUCTION
The Federal Government of Nigeria has provided funds in the 2021 Appropriation Act for the Federal Ministry of Agriculture and Rural Development (FMA & RD). the Ministry, in pursuance of the Federal Government’s Agricultural policies aimed at improving the lives of ordinary Nigerians, desires To this end, experienced and reputable Suppliers, Contractors and Consultant/Service Providers are hereby invited to tender for the under-listed projects.

2. SCOPE OF SUPPLIES/WORKS/SERVICES

S/N PROJECT TITLE
  CATEGORY A – GOODS
G1 Procurement and Distribution of Various Monogastric, Ruminant and Dairy breeds
G2 Procurement of Machines, Agricultural Processing Equipment and farm implements to Farmers in various locations
G3 Provision of Fertilizers, Chemicals, Herbicides, Insecticides, Growth Enhancers, Knapsack Sprayers and Related Items
G4 Supply of Grains and Food Items
G5 Procurement of Office Furniture, Generators and Others Equipment
G6 Procurement of Veterinary Clinical Items/Equipment

LOT NO CATEGORY B-WORKS(Companies bidding for this category must have a Minimum Average Annual Turnover stated against each Lot) MNMUM AVERAGE ANNUAL TURNOVER (N)
W1 Establishment of Agri-Business Incubation Centres in Some Selected Universities 350,000,000.00
W2 Establishment of 1 pilot Highway layby Fresh Agricultural produce Market along Dutse – Kano express way 250,000,000.00
W3 General Renovation/servicing/upgrading and Equipping of ALCCMS GIS laboratory at Wuse Zone 5 30,000,000.00
W4 Rehabilitation and Assessment of the 10nos Automatic Weather Stations and Procurement of  On-Farm Rain Gauges for Weather date Collection 90,000,000.00
W5 Construction of On-Farm Run-Off Water Harvesting Structure in selected states 90,000,000.00
W6 Establishment of 15Ha Integrated Farm on Agroforestry, Farmers’ managed natural regeneration and rehabilitation of Earth Dams in various locations 180,000,000.00
W7 Rehabilitation of National Cooperative Development Centre FCT and completion of integrated co-operative centre Lafia 90,000,000.00
W8 Construction of OKoloma Afam Road for Cooperatives in Oyigbo 300, 000, 000.00
W9 Establishment/Renovation and upgrading of Agricultural Processing Equipment/Centres to Famers in Various Locations 200,000,000.00
W10 Construction of Wash boreholes and Tube Wells with Water Pumps for Irrigation Farmers in Bauchi, Yobe, Kaduna, Katsina, Niger and Kano States 200,000,000.00
W11 Construction of Tissue culture Laboratory facilities in Obudu Cross River State with two (2) Screen house and 1 Glasshouse 30,000,000.00
W12 Establishment of Drip Irrigation System for small holder farmers including Women & Youth in Dry Land 210,000,000.00
W13 Establishment of pasture plots and grazing reserves with irrigation facilities in some selected states 200,000,000.00
W14 Establishment of Skills Acquisition Centres 250,000,000.00
W15 Rehabilitation Maintenance of Silos/Fences 120,000,000.00
W16 Upgrade of Established Cold Room at FMARD Office FCT, Abuja 50,000,000.00
W17 Establishment of One Ton Fish Mill in Agenebode, Etsako-East-Edo State 50,000,000.00
W18 Repairs/Construction work on the FDF Fish landing jetty at Eleke-Crescent water side-Lagos 150,000,000.00
W19 Upgrade of Plateau Field office Hatchery in Jos, Plateau State 60,000,000.00
W20 Provision, Renovation, Upgrading and Maintenance Works in Some Selected FMARD facilities 70,000,000.00
W21 Printing of the National Gender Policy in Agriculture and other related document 100,000,000.00
W22 Construction/Rehabilitation of Rural surface and Interlocking Roads Nationwide 400,000,000.00
W23 Provision of Mini-water treatment Plants in the six geo-political zones 300, 000, 000.00
W24 Provision of Solar and Motorized Powered Boreholes Nationwide 100,000,000.00
W25 Provision of all-in-one Street Solar Lights Nationwide 150,000,000.00
W26 Construction of 1No Federal Veterinary Medical Centre (FVMC) in Kano State 90,000,000.00

CATEGORY C-CONSULTANCY

C1 Training/Engagement/Empowerment and capacity building on various Agricultural programs
C2 Supervision of Construction and Rehabilitation of Earth Dams and Water harvesting Structures in 4 States
C3 Consultancy of Reclamation and Rehabilitation of soil in some selected States
C4 Consultancy for the supervision of Soil Sampling and Mapping
C5 Need Assessment Surveillance and National Fish Survey and Stocking of Water Bodies in some selected States 
C6 Post Engagement of Transaction Adviser on Management of FGN Concessioned Silo Complex
C7 Development & implementation of a National Residual Monitoring Plan (NRMP) for export of Honey and Beewax
C8 Procurement of 35 Flight Hours for the Control of Transboundary Pests (Quelea Birds) in Kebbi, Adamawa, Bauchi and Kano State

3. ELIGIBILITY REQUIREMENTS
Interested and competent Contractors, Suppliers and Service Providers wishing to carry out the projects listed above 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 Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7. Business Name is acceptable for Services;
b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates for all the Partners in case of Business Name) for the last three (3) years valid till 31st December2021, with a minimum average annual turnover as stated in Category B
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 Nigerian 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 Federal Ministry of Agriculture & Rural Development 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,
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 when needed;
j. Company’s Profile with Curriculum Vitae of relevant Key Staff to be deployed for the project, including copies of their Academic/Professional Qualifications such as COREN, ARCON, CORBON, SURCON QSRBN etc.:
k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation/ Job Completion Certificates and Photographs of the projects;
l. Works: List of Plants/Equipment with Proof of Ownership/Lease Agreement,
m. For Consultancy Services: Evidence of Firm’s registration with relevant regulatory professional body(ies)
n. For Supply of Equipment: Letter of Authorization from Original Equipment Manufacturers (OEMs)
o. For Joint Venture/Partnership: Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance, Pension Compliance Certificate, ITF Compliance Certificate, NSITF, IRR and Sworn Affidavit are compulsory for each Joint Venture partner).
p. All documents for submission must be transmitted with a Covering/Forwarding Letter under the
Company/Firms Letter Headed Paper bearing amongst others, the Registration Number (RC) 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 . Not a Member? Join Us