Background Image

NIGER STATE UNIVERSAL BASIC EDUCATION BOARD, MINNA-

INVITATION TO TENDER FOR VARIOUS WORKS AND SUPPLIES

NIGER STATE UNIVERSAL BASIC EDUCATION BOARD, MINNA
INVITATION TO TENDER

A. INTRODUCTION
The Niger State Universal Basic Education Board has received approval to execute 2019 UBE/NSUBEB Intervention fund, and, intends to apply it for the procurement of works and goods in public primary and JSS schools in the State.

For this purpose, the Niger State Universal Basic Education Board now invites reputable contractors/ suppliers with relevant proven competence and experience to tender for the various works and goods listed below.

PACKAGES DESCRIPTION LOTS
PACKAGE 1 WORKS-CONSTRUCTION
Construction of Blocks of 3 Classrooms only 1-7
Construction of Blocks of 2 Classrooms only 8-17
Construction of Blocks of 4 VIP Toilets 18-36
Fencing of Schools 37-38
Drilling of hand pump boreholes and water tanks 39-43
PACKAGE 2 WORKS-RENOVATION
Renovations of Classrooms 44-86
GOODS
Procurement of Plastic Furniture (ECCED)
Cluster “A” 87-88
Cluster “B” 89-90
Cluster “C” 91-92
Procurement of Double Seater Desk (pry.)
Cluster “A” 93-94
Cluster “B” 95-96
Cluster “C” 97-98
Cluster “D” 99-100
Cluster “E” 101-102
Cluster “F” 103-104
Cluster “G” 105-106
Cluster “H” 107-108
PACKAGE 3 Procurement of Double Seater JSS Desk (JSS)
Cluster “A” 109-110
Cluster “B” 111-112
Cluster “C” 113-114
Procurement of Teachers’ Furniture
Cluster “A” 115-116
Cluster “B” 117-118
Cluster “C” 119-120
Procurement of assorted ECCED classrooms materials 121
Procurement of Agricultural Education Equipment 122
Procurement of Sport Items 123

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 TO TENDER/EXPRESSION OF INTEREST FOR VARIOUS SUPPLIES AND SERVICES

NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)
MARITIME HOUSE: 4 BURMA ROAD, APAPA, P.M.B. 12861, LAGOS.
EMAIL: procurement@nimasa.gov.ng; WEBSITE: www.nimasa.gov.ng
PROC. 01/21/SN02
INVITATION TO TENDER/EXPRESSION OF INTEREST

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 TO TENDER
LOT-T1 Purchase of SME Machinery in Abia State
LOT-T2 Purchase of SME Machinery in Adamawa State
LOT-T3 Purchase of SME Machinery in Akwa Ibom State
LOT-T4 Purchase of SME Machinery in Bauchi State
LOT-T5 Purchase of SME Machinery in Benue State
LOT-T6 Purchase of Relief Materials for IDP in Ebonyi State
L0T-T7 Purchase of Relief Materials for IDP in Edo State
LOT-T8 Purchase of Relief Materials for IDP in Imo State
LOT-T9 Purchase of SME Machinery in Kano State
LOT-T10 Purchase of SME Machinery in Kebbi State
LOT-T11 Purchase of SME Machinery in Kogi State
LOT-T12 Purchase of SME Machinery in Nasarawa State
LOT-T13 Purchase of SME Machinery in Ogun State
LOT-T14 Purchase of Relief Materials for IDP in Ondo State
LOT-T15 Purchase of Relief Materials for IDP in Osun State
LOT-T16 Purchase of Relief Materials for IDP in Oyo State
LOT-T17 Purchase of Relief Materials for IDP in Plateau State
LOT-T18 Purchase of Relief Materials for IDP in Taraba State
LOT-T19 Purchase of Relief Materials for IDP in Zamfara State
LOT-T20 Purchase of Educational Materials to Primary/Secondary School in North Central Geo-political Zone

CATEGORY B: EXPRESSION OF INTEREST
LOT-T21 Engagement of Consultant for the conduct of 2020 Management Performance Review (MPR)

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 (2017,2018 and 2019) valid till-31st December 2020, with a minimum average annual turnover of N20 Million;
(iii) Evidence of current Pension Compliance Certificate valid till 31st December 2020;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2020;
(v) Evidence of 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;
(vi) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2020;
(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 offence 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 (2017,2018 and 2019);
(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 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) For Supply of Equipment: Letter of Authorisation as representatives of the Original Equipment Manufacturers (OEMs);
(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. COLLECTION OF TENDER DOCUMENTS (CATEGORY A)
Prospective Bidders are requested to collect Bid Documents from the office of the Head Procurement, 5th Floor, Maritime House No.4 Burma Road, Apapa, Lagos, upon presentation of evidence of payment of a non-refundable tender fee of Ten Thousand Naira (N10,000.00) only per lot. Payment shall be made to NIMASA’s remita account in any reputable Commercial Bank in Nigeria. After payment, Teller shall be taken to the NIMASA Revenue Unit for issuance of a receipt for collection of Bidding Documents. Note that payment of Tender fee is not required at this stage for Category B.

5. SUBMISSION OF TENDER DOCUMENTS (CATEGORY A)
Technical documents shall be enclosed in a separate envelope (marked Technical) and Financial Bid in another envelope (marked Financial). The two separate envelopes shall be enclosed in one sealed outer envelope clearly marked “INVITATION TO TENDER” stating the “Lot No”, company name and the “Project Title”. The technical bid and the financial bid shall be submitted in duplicate on or before 11:00 a.m. on Thursday, 4 March, 2021 to the address below:

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 TO TENDER/EXPRESSION OF INTEREST FOR VARIOUS SUPPLIES, SERVICES AND WORKS

NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)
MARITIME HOUSE: 4 BURMA ROAD, APAPA, P.M.B. 12861, LAGOS.
EMAIL: procurement@nimasa.gov.ng; WEBSITE: www.nimasa.gov.ng
PROC. 01/21/SN01
INVITATION TO TENDER/EXPRESSION OF INTEREST (EOI)

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/Express for the underlisted projects appropriated in the Agency’s Budget.

2. SCOPE OF WORKS/SUPPLIES/SERVICES

CATEGORY A: INVITATION TO TENDER
LOT-1 Rehabilitation of NMRDC Guest House and Landscaping, Lagos
LOT-2 Remodeling of Administrative Building at NMRDC, Lagos
LOT-3 Renovation of the Multipurpose Hall at NMRDC, Lagos
LOT-4 Landscape Upgrade of NMRDC Complex, Lagos
LOT-5 Supply and Installation of Furniture at NMRDC Guest House, Lagos
LOT-6 Supply of Office Equipment at NMRDC Guest House, Lagos
LOT-7 Cladding of the Administrative Building at NMRDC, Lagos
LOT-8 Re-construction of collapsed fence at Diamond Hill Transit Quarters, Calabar, Cross River State
LOT-9 Furnishing of 1st Floor Western Wing NIMASA Head Office Building, Apapa, Lagos
LOT-10 Sundry Works at the NIMASA Global Maritime Distress and Safety System (GMDSS) Satellite Base, Takwabay, Lagos
LOT-11 Procurement of Mobile Phones
LOT-12 Supply and Sundry Work at Head Office Canteen
LOT-13 Remodeling of Nigerian Ship Registration office
LOT-14 Renovation of 3rd Floor and Relocation of Units
LOT-15 Remodeling of 1st – 9th Floor Lift Lobbies and Internal Staircase of NIMASA Head Office
LOT-16 Construction of Block of 3 Classrooms at Apapa Junior High School
LOT-17 Establishment of Mini Fire Station and Fire Truck Deployment
LOT-18 Designations of Marine Protected Area, Western Zone
LOT-19 Designations of Marine Protected Area, Eastern Zone
LOT-20 Designations of Marine Protected Area, Central Zone
LOT-21 Supply and Installation of 200KVA Generator Set at Takwa-bay
LOT-22 Construction of Generator House at Takwa-bay
LOT-23 Sundry Works at Federal Ministry of Transportation, Abuja
LOT-24 Purchase of Operational Vehicles
LOT-25 Dredging of Continental Shipyard
LOT-26 Movement of Modular Floating Dock from Naval Dockyard to Continental Shipyard
LOT-27 Renovation of Continental Shipyard
LOT-28 Construction of Gangways
LOT-29 Re-construction of Continental Shipyard Jetty
LOT-30 Re construction of Dolphin Structure

CATEGORY B: EXPRESSION OF INTEREST
LOT-31 Engagement of Transaction Adviser for Offshore Waste Reception Facility
LOT-32 Consultancy for the Development of Designs for Building of Zonal Offices
LOT-33 Consultancy for the Development of Strategy Document on the Agency’s Performance Tripod
LOT-34 Consultancy for the Development of Maritime Strategy for 2030
LOT-35 Consultancy for Deep Blue Economy
LOT-36 Dockworkers Training on Modern Cargo Handling and Attitudinal Change for Dockworkers at Western Zone
LOT-37 Dockworkers Training on Modern Cargo Handling and Attitudinal Change for Dockworkers at Eastern Zone
LOT-38 Dockworkers Training on Modern Cargo Handling and Attitudinal Change for Dockworkers at Central Zone
LOT-39 Cyber Security Implementation
LOT-40 Automation of the Nigerian Ship Registration
LOT-41 Provision of Electronic Archiving and Record Management (EDARMS) Towards ISO 9001:2015 Certification and Lloyd’s Register

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

NIGERIAN NATIONAL PETROLEUM CORPORATION-

INVITATION TO TENDER FOR THE OPERATION AND MAINTENANCE OF ELECTRO-MECHANICAL FACILITIES IN NNPC TOWERS

NIGERIAN NATIONAL PETROLEUM CORPORATION
NNPC TOWERS, HERBERT MACAULAY WAY, P.M.B. 190, GARKI- ABUJA, NIGERIA
INVITATION TO TENDER FOR THE OPERATION AND MAINTENANCE OF ELECTRO-MECHANICAL FACILITIES IN NNPC TOWERS

1. INTRODUCTION
The Nigerian National Petroleum Corporation is established under the laws of the Federal Republic of Nigeria and having its Head Office located at the NNPC Towers, Herbert Macaulay Way, Central Business District, Abuja. NNPC, therefore, invites interested and credible companies to participate in this tender process for the subsequent engagement of a qualified and reputable company for the operation and maintenance of Electro-mechanical facilities in the NNPC Towers, Abuja.

2. SCOPE OF WORK
The scope of the contract shall include but not limited to the following:
(a) Deploy competent Engineers, Supervisors & Technicians with tools/consumables for 24 hours /7days a week for proficient operation and running of all facilities, these facilities include, among others;
(i) Lighting systems including external floodlights.
(ii) Power distribution systems.
(iii) Periodic maintenance of Power system, including distribution boards, distribution panels, and switch gears (33kV/11kV/415V).
(iv) Periodic maintenance of electric motors.
(v) Periodic maintenance of earthing system, lightening arrestors and aircraft warning lighting.
(vi) Repairs/Replacement of damaged power points.
(vii) Fire protection systems including Installed Integrated Fire Alarm, Fire Detection, Voice Evacuation, NOVEC 1230 Fire Suppression System, Public Address System for addressing evacuees at muster point, Sprinkler Pumps, Sprinklers, Sounder, Smoke Detectors and FM 200 etc.
(viii) Check and rectify the panels & controllers in panel rooms to ascertain status and ensures it functions well on weekly basis of all the installed system
(ix) Check and rectify the loop maps to ensure that there is no split along the fire loops
(x) Take daily records of events at the fire control room and plan for immediate resolution if there is fault
(xi) Check the integrity of UPS and power source to ensure that it is appropriate for the systems
(xii) Carry out daily routine checks on the devices from Block to Block and take record to ensure that there is no emergency that can ground the system
(xiii) Check and rectify the fibre cable that stands as backbone for the system network.
(xiv) Modify or create, as the case may be, new locations or devices in the winmag showcasing the maps for easy identification of events
(xv) Check and rectify the NOVEC 1230 Panels, backup battery and any related accessories and to ensure that system will always respond to fire incidents
(xvi) Prepare and send reports to client on weekly and monthly basis
(xvii) Weekly test of fire and voice alarm and entire system on weekends to ensure that the system is functioning
(xviii) Dusting, cleaning, configuration checks and blowing of devices every 4 months for optimum performance as per BS 5839.
(b) Operation and Maintenance of Heating, Ventilation and Air Conditioning Systems.
(c) Operation and Maintenance of 6no water boreholes, Pumps and associated plumbing accessories.
(d) Maintenance of Fire Alarm Systems, including Sprinkler Pumps (electric, jockey & diesel).
(e) Daily, weekly and monthly servicing of electrical appliances as specified by the manufacturer or determined by operational/environmental factors.
(f) Rapid response to emergency calls.
(g) Provide specification for materials/spares required.
(h) Plumbing Systems Maintenance to include the following:
(i) Check on water supply pump/tanks and pipework.
(ii) Check on water supply/sanitary ware/WC/Sink/WHB Bowls etc.
(iii) Washing of water beautification fountains in all the blocks
(iv) Washing of water storage tanks for all the blocks
(v) Servicing of Plumbing Terminals Units-Sprinkler Heads etc.
(vi) Rainwater outlets on the roof & floor drains. Etc.
(vii) Carpentry system maintenance to include:
(viii) Repair of faulty doors, hinges, door locks, cylinders, etc.
(ix) Rectification of roof leakages
(x) Any other carpentry jobs that may arise.

3. WHO MAY APPLY?
NNPC hereby invites interested and credible companies who fall under the listed criteria to participate in this tender process. The prospective bidder(s) must:
(i) Be an experienced and established Company engaged in Facility Maintenance Management.
(ii) Have an experience on maintenance of Electro- mechanical facilities.

In accordance with the Public Procurement Act of 2007, extant laws and NNPC policies and guidelines all interested bidders seeking to be considered must satisfy the following requirements specified below:

(3.1) GENERAL REQUIREMENT
Submit company’s profile indicating details of company’s resume demonstrating its capabilities and a signed letter of application indicating interest on the company’s letter head paper bearing amongst others, telephone number, email address and company’s full address to be addressed to NNPC.

(3.2) STATUTORY REQUIREMENT
(i) Evidence of certificate of Incorporation issued by Corporate Affairs Commission (CAC), certified true copies of Memorandum and Articles of Association of the Company, CAC Form C02 and C07 (particulars of Directors) for Nigerian companies and/or similar document of incorporation for foreign companies, certified true copies of statutory documents indicating ownership structure of company, name(s) of major shareholders and percentage shareholding (fatal flaw)
(ii) Company’s Tax Clearance Certificate for the last three (3) years (2017, 2018 & 2019) expiring on 31st December 2020, for Nigerian companies and similar tax certification documents for foreign companies in the case of Tax Exemption, Evidence of Exemption from the respective Country, (fatal flaw)
(iii) Evidence of compliance with the provision of Industrial Training Fund (ITF) Amendment Act 2011 by inclusion of current copy of Compliance Certification from the Industrial Training Fund (ITF) expiring in December 2020 or similar documents for foreign companies.
(iv) Evidence of Compliance with the Nigerian Social Insurance Trust Fund (NSITF) Act by Inclusion of current copy of Compliance Certificate expiring in December 2020 (for Nigerian companies).
(v) Evidence of compliance with PENCOM Reform Act 2004 by inclusion of valid pension clearance certificate expiring in December 2020. Or similar documents for foreign companies.
(vi) Evidence of registration on the national data base 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) Evidence of current relevant certification with Department of Petroleum Resources.
(viii) Submit company’s CASHES (Community Affairs, Safety, Health, Environment and Security policy). The policy must be signed.
(ix) Evidence of quality assurance/quality control policies, details of safety records for accidents, incidents, injuries and damages for the past three (3) years (2017,2018 and 2019).
(3.3) FINANCIAL REQUIREMENT
Audited Account for the past three (3) years (2017, 2018 and 2019), which must be signed and bear the stamp of a reputable and verifiable audit firm.
(a) Demonstration of average minimum annual turnover of N300 Million and a net worth of not less than N900 Million cumulative for the financial years ending in 2017, 2018 and 2019.
(b) Bank reference letter from a credible banking institution.

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

INTERNATIONAL ORGANIZATION FOR MIGRATION (IOM)-

INVITATION TO BID FOR FINANCIAL AUDIT SERVICE OF THE CHINA INTERNATIONAL DEVELOPMENT COOPERATION AGENCY (HEREINAFTER REFERRED TO AS CIDCA) FUNDED PROJECT

INTERNATIONAL ORGANIZATION FOR MIGRATION (IOM)
INVITATION TO BID
31 DECEMBER 2021

The International Organization for Migration (IOM) is an intergovernmental humanitarian organization established in 1951 and is committed to the principle that humane and orderly migration benefits both migrants and society.

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