Background Image

NIGERIA EXPORT PROCESSING ZONES AUTHORITY (NEPZA)-

INVITATION TO TENDER/EXPRESSION OF INTEREST (EOI)

NIGERIA EXPORT PROCESSING ZONES AUTHORITY (NEPZA)
NO, 2 ZAMBEZI CRESCENT, OFF AGUIYI IRONSI STREET, CADASTRAL ZONE A6, BEHIND MERIT HOUSE, MAITAMA, ABUJA
TELEPHONE: +234 802 400 9408,
ENQUIRIES: +234 701 683 4729,
E-MAIL: enquiries@nepza.gov.ng
INVITATION TO TENDER/EXPRESSION OF INTEREST (EOI)

1.0 INTRODUCTION
The Nigeria Export Processing Zones Authority (NEPZA) in compliance with its statutory functions is desirous of executing its FY2020 capital projects. In compliance with the requirements of the Public Procurement Act (PPA), 2007 and extant Regulations of Federal Government on procurement of Goods, Works and Services, NEPZA wishes to invite experienced and competent Contractors/Suppliers/Service Providers to submit bids for the under listed 2020 Capital Projects:

2.0 SCOPE OF SUPPLIES/SERVICES

LOT NO. DESCRIPTION LOCATION
CATEGORY A
1 Provision of Learning Materials including Science Equipment and Text Books to Various Schools in Cross River North   CROSS RIVER
2 Provision of Complete Computer Set with Printers and Backups in Various Schools and Purchase of Laptops and Training of Youth on Repairs in Cross River North   CROSS RIVER
3 Supply of Empowerment Materials for Youth and Women in Zamfara West Senatorial District ZAMFARA

CATEGORY B  
4 Empowerment of Girls and Women on Entrepreneurship and Skills in Ogoja Yala, Bekwara, Obudu and Obanliku in Cross River North  CROSS RIVER
5 Entrepreneurship Training and Grand Provision for Women in Osun East Senatorial District OSUN
6 Training on Construction/Rehabilitation of Roads using Local Sourced Materials in Anambra North Senatorial District ANAMBRA
7 Environmental Audit for Kano Free Trade Zone KANO
8 Environmental Audit for Calabar Free Trade Zone CROSS RIVER

3.0 ELIGIBILITY REQUIREMENTS
Interested Firms are required to submit Two (2) bound documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
(a) Evidence of Certificate of incorporation with the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7;
(b) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31 December, 2020 with a minimum average turnover of N100 million for Category A.
(c) Evidence of current Pension Compliance Certificate valid till 31 December, 2020;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31December, 2020;
(e) Evidence of Current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 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 Nigeria Export Processing Zones Authority 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 bank in Nigeria, indicating willingness to provide facilities 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, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
(l) For Training/Empowerment programs. Evidence of Registration with Centre for Management Development;
(m) Lot 2: Evidence of current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
(n) 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);
(o) All documents for submission must be transmitted with a Covering/ forwarding letter under the Company’s/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.

4.0 COLLECTION OF TENDER DOCUMENTS (CATEGORY A)
Interested companies are to collect Tender documents from the Procurement Unit, Room 3 on payment of a non- refundable tender fee of N10,000.00 (Ten Thousand Naira Only) per Lot. Payment should be made through Remita platform accessible at http://www.remita.net Click on pay a Federal Government Agency type Export on the name of MDA and select NEPZA, select type of service and click on Tender Fees. Come along with evidence of payment. A copy of the payment receipt must be attached to each financial tender document.

5.0 SUBMISSION OF BIDS (CATEGORY A)
Prospective bidders are to submit bid for each of the Lot desired, a hard copy each of the Technical and Financial bids packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope and addressed to:
The Managing Director, Nigeria Export Processing Zones Authority, No. 2 Zambezi Crescent, Off Aguiyi lronsi Way, Cadastral Zone A6, Behind Merit House, Maitama, Abuja’ clearly marked with the name of the project and the Lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box not later than 12:00 noon on Monday, 12 October, 2020. Every bidder should ensure a tender submission form receipt is filled accordingly.

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

FEDERAL COLLEGE OF ANIMAL HEALTH AND PRODUCTION, MOOR PLANTATION, OYO STATE-

INVITATION TO TENDER (TECHNICAL & FINANCIAL)

FEDERAL COLLEGE OF ANIMAL HEALTH AND PRODUCTION
MOOR PLANTATION, APATA, IBADAN, OYO STATE
INVITATION TO TENDER (TECHNICAL & FINANCIAL)

1. INTRODUCTION
The Federal College of Animal Health and Production, Moor Plantation, Apata, Ibadan, Oyo State invites competent experienced Companies to submit both technical and financial bids for the execution of the following projects under the 2020 fiscal year.

2. SCOPE OF WORKS

LOT PROJECT MIN. AVE. ANNUAL TURNOVER (N)
LOT 1 Rehabilitation of College Access Road & Internal Road Network 100 million
LOT 2 Extension of College Administrative building 70 million
LOT 3 Extension of College Medical Centre and Procurement of Medical  Facilities 60 million
LOT 4 Development of Okaka /Bakalar Entrepreneurship/Vocational and Bora Demonstration Farm Centre 40 million 

CATEGORY B-GOODS

LOT PROJECT MIN. AVE. ANNUAL TURNOVER (N)
LOT 5  Provision of adequate supply of electricity to the College Laboratory/Demonstration Farm 20 million 
LOT 6 Rehabilitation of Students Hostel Accommodation 25 million
LOT 7 Procurement of Parent Stocks (GPS) Cattle Chickens Goats Sheep, Horse Feed/Medication for the College Demonstration Farm 10 million

CATEGORY C – SERVICES

LOT PROJECT MIN. AVE. ANNUAL TURNOVER (N)
LOT 8 Procurement of Consultancy Services: The project is to design the project preparation of the bill of quantities raising of valuation certificate for the project together with supervision of all the project from the beginning to the end 25    million 

3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (C.A.C) including Memorandum & Articles of Association Forms CAC2 and CAC7 (or CAC 1.1). Business Name is acceptable for Consultancy Service;
b. Evidence of filing of Annual returns together with evidence of Payment for the last 3 years 2017/2018/2019;
c. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all Partners in case of Business Name) for the last (3) years 2017/2018/2019 valid till December 31st 2020.
d. Evidence of current Pension Compliance Certificate valid till December 31st 2020.
e. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till December 31st 2020.
f. Evidence of current Nigeria Social Insurance (NSITF) Compliance Certificate valid till December 31st 2020.
g. Evidence of Registration on the National Database of Federal Contractors, Consultant and Service Provider by submission of Interim Registration (IRR) expiring on 31st December, 2020 or valid Certificate issued by BPP.
h. Sworn Affidavit disclosing whether or not any officer of the relevant committee of the Federal College of Animal Health and Production Technology, Moor Plantation, Ibadan 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
i. 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 CORREN, QSRBN, ARCON, CORBON etc.
j. Company’s Audited Accounts for the last three (3) years- 2017/2018/2019
k. 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.
l. Evidence of at least (3) similar jobs executed in the last (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificate and Photographs of the projects,
m. Category C: Evidence of Firm’s registration with relevant professional body(ies);
n. 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):
o. All documents for the submission must be transmitted with a covering/financing letter under the Company/Firms Letterhead Paper bearing amount of orders, the Registration Certificate (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (Preferably GSM No.), and Email address. THE letterhead paper must bear the Names and Nationalities of the Directors the Company at the bottom of the page duly signed by the authorised officer of the firm.

4. SUBMISSION OF EOI DOCUMENTS
Firms are to submit (2) bound copies of Expression of Interest (EoI) document separated by dividers and arranged an indicated above. The document should be submitted in sealed envelope and addressed to the Provost, Federal College of Animal Health and Production Apata Ibadan and clearly marked with the name of the Project and the lot number.
Furthermore, the reverse of each sealed envelope should bear the name and Address of the firm and drop in the designated Tender Box at Provost Office, Federal College of Animal Health and Production Apata Ibadan no later than 12:00 noon on Monday, 14th September, 2020

5. OPENING OF EOI DOCUMENTS
The EOI document will be opened immediately after the deadline for submission at 12:00 noon on Monday, 14th September, 2020, in the conference hall Federal College of Animal Health And Production Apata ibadan. For further information please contact the head of unit procurement on email, funso4love@yahoo.com; fcnworgu@fcahbptib.edu.ng
Please ensure that you sign the bid session Register in the office of the Provost Federal College of Animal Health And Production, Moor Plantation, Apata Ibadan, Oyo state as the College will not be held label for misplaced or wrongly submitted bids.

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

NIGERIAN AIRSPACE MANAGEMENT AGENCY (NAMA)-

INVITATION FOR PRE-QUALIFICATION FOR 2020 INTERNALLY GENERATED REVENUE (IGR) CAPITAL APPROPRIATED PROJECTS

NIGERIAN AIRSPACE MANAGEMENT AGENCY (NAMA),
NO 6, OGBIA CLOSE, OFF AROCHUKWU STREET, GARKI 2 ABUJA

WEBSITE: www.nama.gov.ng
EMAIL: info@nama.gov.ng
INVITATION FOR PRE-QUALIFICATION FOR 2020 INTERNALLY GENERATED REVENUE (IGR) CAPITAL APPROPRIATED PROJECTS

A. PREAMBLE
The Nigerian Airspace Management Agency (NAMA) was established by Act No 48 of 1999 with a mandate to develop the Nigerian Airspace to a level consistent with the requirements of the International Civil Aviation Organization (ICAO) Standards and Recommended Practices. The Agency is therefore saddled with the provision of Air Traffic Management to ensure safe, efficient, expeditious, and economic Air Navigation Services. The Nigerian Airspace Management Agency (NAMA) intends to undertake the under-listed projects for Goods, Works and Services under its 2020 Financial year Internally Generated Revenue (IGR) Capital Budget. Consequently, the Agency wishes to invite competent and reputable interested Companies/Contractors/Suppliers/Vendors to submit documents for any of the projects/services listed hereunder:

B. SCOPE OF SUPPLIES/WORKS/SERVICES

LOT DESCRIPTION OF PROJECTS
CATEGORY A – GOODS
LOT 1/G/20 Procurement of various Capacities of CNS/ATM Cooling System.
LOT 2/G/20 Procurement of High Frequency Air band Radio Systems for 125Watts for AFTN Air Band VHF Walkie Talkie (10watts)
LOT 3/G/20 Procurement of Tractor Slashers and other Spare parts.
LOT 4/G/20 Procurement of Controller’s Headsets, Binoculars and Signal Guns
LOT 5/G/20 Procurement of Office Equipment
LOT 6/G/20 Procurement of Furniture and Fittings
LOT 7/G/20 Procurement of Spares and Test Gears for Navigational Aids.
LOT 8/G/20 Procurement of various sizes of Power Armoured Cables, Flex and PVC cables
LOT 9/G/20 Procurement of Aeronautical Map Chart Software and Accessories
CATEGORY B – WORKS
LOT 10/W/20 Procurement and Installation of Aeronautical Search and Rescue Equipment Facilities
LOT 11/W/20 Procurement and Installation of Computing Facilities and Maintenance
LOT 12/W/20 Procurement and Laying of Optic Fibre Cable
LOT 13/W/20 Procurement, Installation and Commissioning of Six (6) Additional IP PABX and Integration of Terrestrial Voice Private Network -T
LOT 14/W/20 Terrestrial Links for ATC Operations and Interfacility Communication for the Second Phase of Existing High Power Standalone Radios
LOT 15/W/20 Fencing and Securing all NAMA Properties and VSAT Sites.
LOT 16/W/20 Rehabilitation and Renovation of Offices and Operational Quarters including Leaking Control Towers
CATEGORY C – CONSULTANCY SERVICES
LOT 17/W/20 Automation of Finance and Audit Process
LOT 18/W/20 Enterprises Process Automation
LOT 19/W/20 Electronic Document Management System (EDMS)
LOT 20/C20 Design of Corporate Headquarters at Abuja

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

NATIONAL INSTITUTE FOR HOSPITALITY AND TOURISM-

INVITATION TO TENDER FOR EXECUTION OF PROJECTS

NATIONAL INSTITUTE FOR HOSPITALITY AND TOURISM
NO 6 MIKE AKHIGBE WAY, JABI ABUJA
INVITATION TO TENDER

1.0 INTRODUCTION
The National Institute for Hospitality and Tourism (NIHOTOUR) hereby issues the Specific Procurement Notice to inform eligible Contactors, Suppliers, Vendor, and the General Public that the institute is to undertake the Procurement Goods and Works under its 2020 Capital Appropriation. The Institute hereby invites interested contractors of good repute and relevant experience by this notice to tender for any of the projects listed below:

2.0 SCOPE OF SUPPLY/WORK

GOODS (LOT A)

LOT NO. DESCRIPTION
LOT A Purchase of Canteen/ Kitchen Equipment

WORKS (LOT B)

LOT B Renovation of Oshogbo Campus; Perimeter Fence Phase 1

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

NIGERIA EXPORT PROCESSING ZONES AUTHORITY (NEPZA)-

INVITATION TO TENDER/EXPRESSION OF INTEREST (EOI)

NIGERIA EXPORT PROCESSING ZONES AUTHORITY (NEPZA)
NO, 2 ZAMBEZI CRESCENT, OFF AGUIYI IRONSI STREET, CADASTRAL ZONE A6, BEHIND MERIT HOUSE, MAITAMA, ABUJA
TELEPHONE: +234 802 400 9408,
ENQUIRIES: +234 701 683 4729,
E-MAIL: enquiries@nepza.gov.ng
INVITATION TO TENDER/EXPRESSION OF INTEREST (EOI)

1.0 INTRODUCTION
The Nigeria Export Processing Zones Authority (NEPZA) in compliance with its statutory functions is desirous of executing its FY2020 capital projects. In compliance with the requirements of the Public Procurement Act (PPA), 2007 and extant Regulations of Federal Government on procurement of Goods, Works and Services, NEPZA wishes to invite experienced and competent Contractors/Suppliers/Service Providers to submit bids for the under listed 2020 Capital Projects:

2.0 SCOPE OF SUPPLIES/SERVICES

LOT NO. DESCRIPTION LOCATION
CATEGORY A
1 Provision of Learning Materials including Science Equipment and Text Books to Various Schools in Cross River North   CROSS RIVER
2 Provision of Complete Computer Set with Printers and Backups in Various Schools and Purchase of Laptops and Training of Youth on Repairs in Cross River North   CROSS RIVER
3 Supply of Empowerment Materials for Youth and Women in Zamfara West Senatorial District ZAMFARA

CATEGORY B  
4 Empowerment of Girls and Women on Entrepreneurship and Skills in Ogoja Yala, Bekwara, Obudu and Obanliku in Cross River North  CROSS RIVER
5 Entrepreneurship Training and Grand Provision for Women in Osun East Senatorial District OSUN
6 Training on Construction/Rehabilitation of Roads using Local Sourced Materials in Anambra North Senatorial District ANAMBRA
7 Environmental Audit for Kano Free Trade Zone KANO
8 Environmental Audit for Calabar Free Trade Zone CROSS RIVER

3.0 ELIGIBILITY REQUIREMENTS
Interested Firms are required to submit Two (2) bound documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
(a) Evidence of Certificate of incorporation with the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7;
(b) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31 December, 2020 with a minimum average turnover of N100 million for Category A.
(c) Evidence of current Pension Compliance Certificate valid till 31 December, 2020;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31December, 2020;
(e) Evidence of Current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 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 Nigeria Export Processing Zones Authority 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 bank in Nigeria, indicating willingness to provide facilities 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, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
(l) For Training/Empowerment programs. Evidence of Registration with Centre for Management Development;
(m) Lot 2: Evidence of current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
(n) 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);
(o) All documents for submission must be transmitted with a Covering/ forwarding letter under the Company’s/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