Background Image

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 be logged in 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 be logged in 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 be logged in 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 be logged in to view the rest of the content. Please . Not a Member? Join Us

NATIONAL RESEARCH INSTITUTE FOR CHEMICAL TECHNOLOGY, ZARIA-

INVITATION FOR PREQUALIFICATION FOR 2021 CAPITAL, ZONAL INTERVENTION AND CONSTITUENCY PROJECTS

NATIONAL RESEARCH INSTITUTE FOR CHEMICAL TECHNOLOGY
P.M.B 1052, ZARIA
(FEDERAL MINISTRY OF SCIENCE AND TECHNOLOGY)
INVITATION FOR PREQUALIFICATION FOR 2021 CAPITAL, ZONAL INTERVENTION AND CONSTITUENCY PROJECTS

1. INTRODUCTION
The National Research Institute for Chemical Technology (NARICT), Zaria is a parastatal under the aegis of the Federal Ministry of Science and Technology. NARICT is desirous of executing Capital and Zonal/Constituency Projects under the 2021 Capital Budget Appropriation. Experienced and competent Contractors/Suppliers are to submit Technical Bids for the under listed projects.

2. SCOPE OF WORK

LOTS PROJECT NAME
CAPITAL
LOT 1 Procurement and Installation of 60KVA Inverter and Solar Panels with Capacity of Solar and Electric Charging System for NARICT
LOT 2 Processing of Kenaf Fibre for Production of Jute Bags and Eco-Friendly Packaging Materials in Niger State
LOT 3 Modeling and Equipping of Research and Development Workshop (RDW) in NARICT, Zaria
LOT 4 Installation of Fiber Optics for Internet Connectivity in NARICT, Zaria
LOT 5 Supply of Motorcycles, Sewing Machines and Laptops for Empowerment of Youths and Women in Makurdi/Guma Federal Constituency
LOT 6 Design and Development of Pilot Plants for the Production of Sodium Hypochlorite (Bleach) and other valuable Chemicals from Salt Deposit in Ebonyi, Sokoto and Nasarawa States
LOT 7 Technologies for the Production of High-Quality Organic Fertilizer in Jalingo, Taraba State
LOT 8 Development of Organic Fertilizer Plant in South West
LOT 9 Development of Pilot Plant to Produce Sodium Silicate from Sand Deposit in Adamawa State, Nigeria for Laboratory and Commercial Applications
LOT 10 Development of NARICT Outstations in North Central
LOT 11 Establishment of 2Tons per Day Processing Plant for Tomato Paste and Fruit Juice to Catalyze Private Sector Participation in Nasarawa State
LOT 12 Development of Organic Fertilizer Plant in South West
LOT 13 Provision and Installation of Solar Powered Street Light in Bakori and Danja LGA Katsina State
LOT 14 Provision of Hand Pump Boreholes in Bakori/Danja Federal Constituency, Katsina State
LOT 15 Provision of ICT Centre in Bakori/Danja Federal Constituency, Katsina
LOT 16 Empowerment: Purchase and Supply of Motorcycles for Youths Empowerment across Makurdi/Guma Federal Constituency, Benue State
LOT 17 Construction of 5 Classroom Blocks in Batagarawa/Rimi/Charanchi Federal Constituency, Katsina State
LOT 18 Procurement of improved Seedlings and Water Pump to Farmers in selected areas in Edo North Senatorial District, Edo State
LOT 19 Jute Bag Development in Daura, Katsina State
LOT 20 Supply of Fertilizer to Farmers in Soba, Zaria and Sabon Gari Local Government Areas, Kaduna North Senatorial District, Kaduna State

ZONAL INTERVENTION PROJECTS (ZIP)

LOT 21 Provision of Solar Powered Borehole in Farm Settlement Areas of North East.
LOT 22 Supply of 2 Nos Hilux in Yobe North Senatorial District.
LOT 23 Supply of Agrochemical and Pesticides for Rural Farmers in some selected Border Communities of the North East Geopolitical Zone.
LOT 24 Fabrication and Installation/Training of Two (2) Tons Per Day Yam Processing Plant in Katsina-Ala/Ukum/Loko Federal Constituency, Benue State.
LOT 25 Construction of an Agro Vet Center in Perochonge, Kaltungo/Shangom Federal Constituency, Gombe.
LOT 26 Construction of an Agro Vet Centre in Shangom, Kaltungo/Shangom, Federal Constituency, Gombe.
LOT 27 Supply of Bajaj Motorcyles in Bakori/Danja Federal Constituency, Katsina State.
LOT 28 Provision of Hand Pump Boreholes in Bakori/Danja Federal Constituency, Katsina State.
LOT 29 Provision and Installation of 2Nos of 300KVA/415/33 Transformers in Agwut-Obolo and Ukaya in Andoni- Opobo/Nkoro Federal Constituency, Rivers State.
LOT 30 Procurement of Fertilizer and Herbicides in Makarfi LGA, Kudan LGA and Ikara LGA, Kaduna North Senatorial District, Kaduna State.

3. ELIGIBILITY REQUIREMENTS
(i) Evidence of certificate of Incorporation with Corporate Affairs Commission (CAC) including form CAC1.1 or CAC2 &7.
(ii) Evidence of Company’s Income Tax Clearance Certificate for the past three (3) years (2018, 2019, 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 (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 31/12/2021 or valid Certificate issued by the BPP
(vii) A Sworn Affidavit:
• That none of the Directors of the company has been convicted in any country for criminal offenses related to fraudulent or corrupt practices or criminal misrepresentation or falsification of facts relating to any matter;
• Disclosing whether or not any officer of the relevant committees of the National Research Institute for Chemical Technology 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.
• Stating that the company does not at the time of this bid have any existing loan or financial liability with the bank, other financial institutions or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
(viii) Unabridged Company’s Audited Report for the past three (3) years (2018, 2019, 2020)
(ix) Evidence of financial capability to execute the project by submission of reference letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed.
(x) Verifiable documentary evidence of at least three (3) projects of similar nature and complexity comparable to the projects under consideration within the last five (5) years (copies of Letters of Award/Certificates of completion. Valuation Certificate and photographs of the projects are to be attached).
(xi) Company’s profile with the Curriculum Vitae of key professionals including photocopies of relevant academic and professional qualifications with attestation of availability and contact phone numbers.
(xii) For Supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs);
(xiii) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
(xiv) All documents for submission must be transmitted with the covering/forwarding letter under the Company’s/Firms Letter Head Paper bearing amongst other, 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, dully signed by the authorized officer of the firm.

4. SUBMISSION OF PREQUALIFICATION DOCUMENTS
Interested Firms are to submit prequalification documents for each of the Lot desired; two (2) hard copies each of the Technical bids, packaged in sealed envelopes and clearly marked as “TECHNICAL BID”; addressed to “The Director-General/CEO, National Research Institute for Chemical Technology, P.M.B. 1052, Zaria, Kaduna State” 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 bidder and drop in the designated Tender Box located at the Directorate, Administrative Block, NARICT, Zaria; not later than 12:00 noon on Tuesday, 18 May, 2021.

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

NATIONAL JUDICIAL INSTITUTE, ABUJA-

INVITATION TO PREQUALIFICATION/EXPRESSION OF INTEREST FOR EXECUTION OF PROJECTS

NATIONAL JUDICIAL INSTITUTE, ABUJA
INVITATION TO PREQUALIFICATION/EXPRESSION OF INTEREST
INVITATION TO TENDER

INTRODUCTION
The National Judicial Institute is Training Organ of the Federal Judiciary and in compliance with the Public Procurement ACT (PPA) 2007, invites reputable contractors/firms/companies with proven records to tender for the under listed projects appropriated in its 2021 budget.

SCOPE OF SUPPLY

CATEGORY LOT NO PROJECT TITLE
A: (OFFICE EQUIPMENTS) A1 A2 Procurement of Furniture & Fittings Procurement of Laboratory & Medical Equipment
B: (LAND & BUILDING) B1 Construction of Residential Quarters
C: (CONSULTANCY SERVICES) C1 C2 C3 Consultancy on Furniture & Fittings Consultancy on Laboratory & Medical Equipment Consultancy on Construction of Residential Quarters

ELIGIBILITY REQUIREMENTS
Prospective Contractors shall possess the following documents and without any of the under listed Requirements, the company will automatically be disqualified.
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 (or CAC1.1). Business Name is also acceptable for Services;
b. 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 valid till 31st December, 2021;
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 National Judicial Institute 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-2018, 2019, 2020;
i. Evidence of financial capability to execute the project by submission of Reference Letter addressed to the Hon. Administrator, National Judicial Institute, Abuja 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 in case of Construction, COREN/QSRBN/ARCON/CORBON/SURCON etc.
k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
l. List of Plants/Equipment with proof of Ownership/Lease (Where applicable)
m. Lot A2: Letter of Authorization from original Equipment Manufacturers (OEM) listed in the Approved Policy for procurement of Health and Medical Equipment for tertiary Hospitals in Nigeria;
n. Category C: Evidence of Firm’s current registration with relevant regulatory professional body/bodies
o. 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)
p. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No), and email 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.
SUBMISSION OF PRE-QUALIFICATION DOCUMENTS (CATEGORYA-B)
Interested bidders are to submit two (2) bound copies of Pre-qualification documents for Category A-B respectively, separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to: The Administrator, National Judicial Institute, Mohammed Bello Centre, Adjacent Jabi Junction fly-over, Umaru Musa Yar’ adua Express Way, P.M.B 5020, Abuja and clearly marked with the project Name & Lot Number.

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

ADEYEMI COLLEGE OF EDUCATION, ONDO-

EXPRESSION OF INTEREST (EOI) FOR APPOINTMENT OF INSURANCE UNDERWRITER AND INVITATION TO TENDER

ADEYEMI COLLEGE OF EDUCATION, ONDO
www.aceondo.net
EXPRESSION OF INTEREST (EOI) FOR APPOINTMENT OF INSURANCE UNDERWRITER AND INVITATION TO TENDER

INTRODUCTION
Adeyemi College of Education, Ondo, Ondo state in compliance with the Public Procurement Act 2007 hereby invites reputable and competent companies/firms with relevant experience and good track records to submit Technical and financial Bids for Lots (1-7) and reputable and competent Insurance Companies with relevant experience and good track records to submit Expression of Interest (EoI) for Lot (8) to provide Insurance services.

SCOPE OF WORKS/CONSULTANCY SERVICES

Lot 1 Erosion Control and repairs of Campus roads.
Lot 2 Construction/upgrade College roads and walkways of 120 meters with drainage on both sides
Lot 3 Completion of Abandoned Students’ Hostel
Lot 4 Construction of 300 meters 225mm block wall on strip foundation perimeter fence along Laje Road (phase II).

CATEGORY B-Works (Internally Generated Revenue Projects)

Lot 5 Construction of Health Centre Extension.
Lot 6 Extension of high tension (HT) lines, relocation & installation of 500KVA transformer in mile 12 to the new power house under construction and relocation, repair & installation of 500KVA Cummins generator in wande power house in mile 12
Lot 7 Procurement of Generator for health centre.

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

DELTA STATE MINISTRY OF WORKS-

INVITATION TO TENDER FOR CONSTRUCTION OF UFUOMA STREET, OFF OKWUMAHGOA, OSUBI IN OKPE LOCAL GOVERNMENT AREA

DELTA STATE MINISTRY OF WORKS
(MINISTERIAL TENDERS BOARD)
P.M.B. 1011, ASABA.
INVITATION TO TENDER

1. Tenders are hereby invited from suitably qualified companies to execute the project below:
Construction of Ufuoma Street, Off Okwumahgoa, Osubi in Okpe Local Government Area.

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

NIGERIAN NATIONAL PETROLEUM CORPORATION-

INVITATION FOR PRE-QUALIFICATION/EXPRESSION OF INTEREST FOR THE CONSTRUCTION OF PERIMETER FENCE OF THE PROPOSED 720MW AGURA INDEPENDENT POWER PLANT PROJECT SITE

NIGERIAN NATIONAL PETROLEUM CORPORATION
GAS AND POWER INVESTMENT COMPANY LIMITED (NGPIC)
NNPC TOWERS, HERBERT MACAULAY WAY, CENTRAL BUSINESS DISTRICT,
P.M.B. 190, GARKI, ABUJA – NIGERIA.
INVITATION FOR PRE-QUALIFICATION/EXPRESSION OF INTEREST FOR THE CONSTRUCTION OF PERIMETER FENCE OF THE PROPOSED 720MW AGURA INDEPENDENT POWER PLANT PROJECT SITE

1.0 INTRODUCTION
The Agura IPP was conceived in response to the Federal Government of Nigeria’s strategy to increase power generation in the country. The plan is to build a 720MW power plant in Agura (near Egbin), in Ikorodu LGA, Lagos, Nigeria. In furtherance of the developmental plans of the Agura IPP, NNPC Gas and Power Investment Company is desirous to construct a perimeter fence around the 155 Hectares proposed IPP site.

In compliance with the Public Procurement Act 2007 and the Bureau of Public Procurement guidelines, NGPIC invites interested competent and reputable Contractors/Companies to submit pre-qualification documentation for the construction of perimeter fence of the proposed 720MW Agura independent power plant project site “Works” as described in Section 2 below.

2.0 BRIEF DESCRIPTION OF THE PROJECT (SCOPE OF WORK)
The scope of “Work” for the perimeter fencing works includes but not limited to the following:
1. Excavate foundation trench i.e. 1.2 meters deep from strip level
2. Construction of 50mm thick 1:8-mix concrete blinding for wall Strip and columns Pad Foundations
3. Mix and lay of 150mm plain vibrated in-situ concrete mix 1:3:6 in strip foundation
4. Construction of 3 meter high RC 230mm by 230mm columns at 3 meter interval and double columns with 25mm expansion at 9 meter interval along the perimeter wall
5. Construction of 3 meter high Block wall
6. Allow for provision of expansion joint filled with weak cement-sand mortar (1:12) @every 9-meter length interval between double columns and at change in direction
7. Construction of 230mm hollow sandcrete block laid in cement and sand mortar (1:4) commencing from strip foundation
8. Apply INSITU FINISHINGS Tyroline (2 layers to be applied. The final layer lightly smoothen with Hand trowel) ON:- both sides of Blockwalls and Columns
9. Construction of 75mm thick concrete coping on top of the wall and column reinforced with BRC mesh.
10. Fabrication and erection of 51x51x4mm mild steel angle iron fabricated into Y-shaped, bedded at-least 150mm into coping/block wall and grouted in cement and sand mortar (1:4) placed@ 1000mm interval.
11. Supply and fixing of six (6) ply 3mm gauge mild steel twisted american concertina or “equal and approved” barbed wire threaded and drawn tight through vertical shaped angle iron.
12. High Yield steel reinforcement to BS 4449:1997 GRADE 460 IN COL. BASE. 12mm diameter bar in column bases
13. High Yield steel reinforcement to BS 4449:1997 Grade 460 in Column. 16mm diameter bar in columns
14. High Yield steel reinforcement to BS 4449:1997 Grade 460 in Column. 10mm diameter bar as stirrups
15. Excavate foundation trench i.e 1.2 meters deep from strip level
16. Construction of 50mm thick 1:8-mix concrete blinding for wall Strip and columns Pad Foundations
17. Mix and lay of 150mm plain vibrated in-situ concrete mix 1:3:6 in strip foundation
18. Construction of 3 meter high RC 230mm by 230mm columns at 3 meter interval and double columns with 25mm expansion at 9 meter interval along the perimeter wall
19. Construction of 3 meter high block wall
20. Allow for provision of expansion joint filled with weak cement-sand mortar (1:12) @every 9-meter length interval between double columns and at change in direction
21. Construction of 230mm hollow sandcrete block laid in cement and sand mortar (1:4) commencing from strip foundation
22. Apply insitu finishings Tyroline (2 layers to be applied. The final layer lightly smoothen with hand trowel) on:-both sides of Blockwalls and Columns
23. Construction of 75mm thick concrete coping on top of the wall and column reinforced with BRC mesh.
24. Fabrication and erection of 51x51x4mm mild steel angle iron fabricated into Y-shaped, bedded at-least 150mm into coping/block wall and grouted in cement and sand mortar (1:4) placed @ 1000mm interval.
25. Supply and fixing of six (6) ply 3mm gauge mild steel twisted American concertina or “equal and approved” barbed wire threaded and drawn tight through vertical shaped angle Iron.
26. High Yield steel reinforcement to BS 4449:1997 Grade 460 in col Base. 12mm diameter bar
27. High Yield steel reinforcement to BS 4449:1997 Grade 460 in column. 16mm diameter bar
28. High Yield steel reinforcement to BS 4449:1997 Grade 460 in column. 10mm diameter bar as stirrups.
29. Keep a clean work environment and cart away shrubs, topsoil, rubbles, and excess excavated material from the site.
30. Carry out other related works.
31. GATE HOUSE/GATE:
1. Construction of 2 No. Gate House and Proposed Security Screening Area inclusive of Electrical wiring, fittings and plumbing works (20 Square Meters buildable area)
2. Fabrication, construction, delivery, and site erect of two (2 Nos.) 2-leaf, equal length, double swing, purpose Steel Industrial Gate of 2.80m height to suit an opening of 9.0m and a single leaf purpose steel industrial pedestrian gate to suit an opening of 1.2m (what is the thickness of the metal plate for the fabrication of the gate)
3. Keep a clean work environment and cart away shrubs, topsoil, rubbles and excess excavated material from the site
4. Carry out other related works

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

CROSS RIVER STATE NIGERIA EROSION AND WATERSHED MANAGEMENT PROJECT (CRS-NEWMAP)-

INVITATION TO BID FOR THE CONSTRUCTION OF SIX (6) GULLY EROSION SITES AT IKOT ENEOBONG, EKEYA, ENIMA-OMIN, AKAI EFFA, JONATHAN BY-PASS AND AGIGA IN CALABAR AND OGOJA RESPECTIVELY

REQUEST FOR BIDS
FEDERAL REPUBLIC OF NIGERIA
CROSS RIVER STATE GOVERNMENT
CROSS RIVER STATE NIGERIA EROSION AND WATERSHED MANAGEMENT PROJECT (CRS-NEWMAP)
CREDIT NO: IDA 51050 NG
ISSUED ON: APRIL 23, 2021
PROCUREMENT OF A CONTRACTOR FOR THE CONSTRUCTION OF REMEDIATION WORKS AT SIX GULLY EROSION SITES IN CROSS RIVER STATE
IFB No: CRS/NEWMAP/CS/NCB/21/01
EMPLOYER: CROSS RIVER STATE PROJECT MANAGEMENT UNIT NEWMAP/MINISTRY OF INTERNATIONAL DONOR COOPERATION CROSS RIVER STATE
PROJECT: CROSS RIVER STATE NIGERIA EROSION AND WATERSHED MANAGEMENT
CONTRACT TITLE: PROCUREMENT OF CONTRACTORS FOR THE CONSTRUCTION OF SIX (6) GULLY EROSION SITES AT IKOT ENEOBONG, EKEYA, ENIMA-OMIN, AKAI EFFA, JONATHAN BY-PASS AND AGIGA IN CALABAR AND OGOJA RESPECTIVELY, LOT 1-6
Country: NIGERIA
Loan No. /Credit No./ Grant No.: IDA 51050 NG
RFB No: CRS/NEWMAP/CW/NCB/21/01
Issued on: FRIDAY, 23rd APRIL, 2021.

The Federal Republic of Nigeria has received financing from the World Bank towards the cost of the Nigeria Erosion and Watershed Management Project (NEWMAP) and intends to apply part of the proceeds toward payments under the contract for Procurement of Contractors for the Construction of Six (6) Gully Erosion Sites at Ikot Eneobong, Ekeya, Enima -Omin, Akai Effa, Jonathan By-Pass and Agiga in Calabar and Ogoja LGAs Respectively.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us
Verified by MonsterInsights