Background Image

PHIGEAL AUCTIONS-

AUCTION SALES OF EQUIPMENT/VEHICLES

AUCTION
PHIGEAL AUCTIONS

The Receiver/Manager of Rockson Engineering Company Limited (in receivership) who was appointed by the Asset Management Corporation of Nigeria (AMCON), has engaged the services of Phigeal Integrated Services to carry out the public auction sales of some unserviceable and scrap equipment/vehicles “as and where is”. The items include but not limited to Toyota Hilux, Iveco flat Bed Trailer, Mack Flat Bed Trailer. Mercedes Boxer Truck Mixer Truck, Mack Truck. DAF Truck; Marco Polo Bus (52 Sealers Bus). Generators, Iveco Truck (outside Broadcasting VAN), furniture etc.

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

JIGAWA STATE MINISTRY OF WORKS AND TRANSPORT- INVITATION FOR PRE-

QUALIFICATION/TENDER FOR THE CONSTRUCTION/REHABILITATION OF ROADS ACROSS THE STATE

JIGAWA STATE GOVERNMENT
MINISTRY OF WORKS AND TRANSPORT
BLOCK B, Q4 NEW SECRETARIAT, P.M.B. 7023 DUTSE
REF: MOW&T/POL/S/GEN/147/1
INVITATION FOR PRE-QUALIFICATION/TENDER

The Jigawa State Government intends to undertake the CONSTRUCTION/REHABILITATION OF ROADS ACROSS THE STATE and is hereby inviting interested reputable Civil Engineering Companies to submit their pre-qualification documents which include copies of the under listed and obtained the required tender documents at a non-refundable fee of five hundred thousand Naira (#500,000.00) only from the office of the Director Planning, Research & Statistics, Ministry of Works and Transport, Dutse – Jigawa State not later than two (2) weeks from the date of this publication.

THE PROJECTS ARE AS FOLLOWS:

LOT 1 Rehabilitation of Gwaram-Basirka Road 63km with a completion period of twelve (12) months
LOT 2 Reconstruction of Sections of Abunabo – Chapchapno – Lafiyari – Kadira – Guri Road (Phase III of the Eastern Bye-Pass) 2.4km with a completion period three (3) Months
LOT 3 Construction of Ringim Township Roads 4.4km with a completion period of ten (10) Months

SCOPE OF WORKS:

Lot 1  Scarification of the failed sections with stone base at critical sections, spot improvement, construction of new box culverts, provision of 150mm lateritic sub-base and base course on carriageway and shoulder and asphaltic concrete overlay of the entire 63km road section,
Lot 2 Scarification of the failed sections with filling for failed sections and embankments, construction of new box culverts, provision of 150mm lateritic sub-base and base course on carriageway and shoulder with asphaltic concrete overlay on carriage way of the repairs sections.
Lot 3  Construction of asphalt road network and drainage as per bill of engineering measurement and evaluation as contained in the bidding documents.

MANDATORY REQUIREMENTS
1. Certificate of Incorporation with Corporate Affairs Commission,
2. Certified true copy of memorandum and Article of Association;
3. Evidence of Registration with Jigawa State Works Registration Board;
4. Registration with Jigawa State Ministry of Commerce (Business
5. Tax Clearance for the last three (3) years.
6. Audited account for the last one (1) year;
7. VAT Registration certificate and evidence of remittance;
8. Evidence of financial capability and Banking support;
9. Company average annual Turnover of not less than #500.0m;
10. Evidence of similar project executed (letter of award and completion certificate) at least three (3) in the last five (5) years; Premises)
11. Company’s profile including names of key professional staff registered with relevant professional bodies (COREN, CORBON, QSRBN, ARCON etc);
12. That the company have fulfilled all obligations to pay taxes, pensions and social security contributions;
13. A sworn affidavit certifying as follows:
i. That the document submitted for the pre-qualification exercises are not only genuine but correct
ii. That none of the directors of the company has been convicted by any court of law
iii. That the company is not bankrupt
iv. That none of the officers of Jigawa State/Local Government is a present or former director of the company.
v. Any other relevant information that will help in determining the company’s suitability for the work;

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

BOC GASES NIGERIA PLC, LAGOS-

SALES OF USED VEHICLES, MACHINES AND FURNITURE BY SEALED BID AUCTION

SALES OF USED VEHICLES, MACHINES AND FURNITURE

BOC GASES NIGERIA PLC, LAGOS is offering used items as detailed below for sale to members of the General Public.

The Items would be available for inspection at BOC Gases Nigeria Plc, Plots 1-3, Block H, Apapa- Oshodi Expressway, Lagos between the hours of 1400 – 1600 hours.

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

FEDERAL COLLEGE OF EDUCATION (TECHNICAL),OMOKU, RIVERS STATE-

INVITATION TO TENDER FOR CONSTRUCTION WORKS

FEDERAL COLLEGE OF EDUCATION (TECHNICAL)
PMB 11, OMOKU RIVERS STATE, NIGERIA
WEBSITE: www.fcetomoku.edu.ng E-MAIL: info@fcetomoku.edu.ng
INVITATION TO TENDER

1. INTRODUCTION
The Federal College of Education (Technical) Omoku, Rivers State hereby invites interested and competent companies with history of timely delivery of Projects to tender for 2017, 2018 and 2019 Merged TETFund Annual intervention Projects

2. SCOPE OF WORK

LOT NO PROJECT TITLE
Lot 1 Construction of Academic Building for School of Education
Lot 2 Construction of Academic Binding for School of Languages

3. ELIGIBILITY REQUIREMENT
Interested contractors are required to submit the following documents
a. Evidence of Certificate of incorporation with the Corporate Affairs Commission (CAC) including Form CACA CAC 7
b. Evidence of Company Income Tax Clearance Certificate for the last three (3)years (2017, 2018 & 2019) valid ill 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 31st December, 2020
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid sill 31st December, 2020
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (İRR) 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 College of Education (Technical) Omoku, Rivers 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 all particulars.
– That the company is not bankrupt in receivership of under liquidation are involved in any litigation which can potentially affect the company’s ability to effectively discharge their responsibility if engaged.
– That no Director of the Company has been convicted of any financial fraud in any country
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. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Job Completion Certificates
k. List of Plants Equipment with Proof of ownership/lease;
l. Company Profile with the curriculum Vitae of Key S to be deployed for the project, including copies of the Academic Professional qualifications such as COREN, CORBON, ARCON etc
m. All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firms Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address and Telephone Number. 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

FEDERAL GOVERNMENT COLLEGE, IKIRUN, OSUN STATE-

INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

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

1. INTRODUCTION:
The Federal Government of Nigeria has allocated funds to the Federal Government College, Ikirun, Osun 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. CATEGORY A (WORKS)

LOT NO PROJECT TITLE
LOT W1 Continuation of Road Network
LOT W2 Renovation of 3Nos of Class Rooms
LOT W3 Renovation of 2 Nos of Boys Hostel

CATEGORY A (WORKS)

LOT NO PROJECT TITLE
Lot G1 Purchase of tractor

3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC2 and CAC7;
b. Evidence of Company’s Incomes Tax Clearance Certificate for the last three (3) years (2017,2018 & 2019) valid till 31st December, 2020; with minimum average turnover of N20 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:
• That the company is not in receivership, insolvent or bankrupt.
• That the company does not have any Director who has ever been convicted in any court in Nigeria or any other country for criminal offence in relation to fraud or financial impropriety.
• Whether or not any officer of the relevant committee of the FGC, Ikirun or the Bureau of Public Procurement (BPP) is a former or present Director. Shareholder or has any pecuniary interest in the bidder.
• That all documents submitted for the bidding are true and correct in all particulars
h. Audited Financial Statement of the company for the past three years (2017,2018 and 2019) duly signed and sealed by relevant firm and the turnover as reflected in financial statements must correspond with that on the Tax clearance certificate;
i. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating declaration Bank willingness to provide credit facility for the execution of the project or the contractor can fund the project if awarded;
j. Company 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, etc. (for Lot 1 and 2);
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 Equipment with proof of Ownership/Lease (where applicable);
m. Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorised representatives should bid for the vehicles;
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); and
o. All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firms Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address and Telephone Number. 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