Background Image

INTERNATIONAL ORGANIZATION FOR MIGRATION (IOM)-

REQUEST FOR QUOTATION FOR CONSTRUCTION OF SOLAR POWERED BOREHOLE AT LAND CROSSING POINT OF ENTRY IN NORTHWEST REGION

INTERNATIONAL ORGANIZATION FOR MIGRATION (IOM)
REQUEST FOR QUOTATION (RFQ)
AND GENERAL INSTRUCTION TO CONTRACTORS (GIC)
CONSTRUCTION OF SOLAR POWERED BOREHOLE AT LAND CROSSING POINT OF ENTRY IN NORTHWEST REGION

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

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

UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)-

INVITATION TO BID FOR CONSTRUCTION OF OFFICE BLOCK WALL PERIMETER FENCE

CONSTRUCTION OF OFFICE BLOCK WALL PERIMETER FENCEProcurement Process :ITB – INVITATION TO BIDNGA10 – ITB2021-01   Click here to participateOffice :Nigeria – NIGERIADeadline :18-Jan-21 @ 06:00 AM (New York time)Posted on :08-Jan-21 @ 04:54 AM (New York time)Development Area :CONSTRUCTIONReference Number :74340Link to Atlas Project :00108936 –...

Read More

ENUGU STATE COLLEGE OF EDUCATION (TECHNICAL) ENUGU-

RE: INVITATION TO PRE-QUALIFICATION AND TENDER (TECHNICAL AND FINANCIAL) FOR YEARS 2019-2020 (MERGED) TETFUND ANNUAL INTERVENTION 2020R/SX752

ENUGU STATE COLLEGE OF EDUCATION (TECHNICAL) ENUGU
P.M.B. 01793, ABAKALIKI ROAD, ENUGU
RE: INVITATION TO PRE-QUALIFICATION AND TENDER (TECHNICAL AND FINANCIAL) FOR YEARS 2019-2020 (MERGED) TETFUND ANNUAL INTERVENTION 2020R/SX752
CORRIGENDUM 1

Furtherance to observations raised on our earlier public notice dated Wednesday, December 16th, 2020 captioned “Invitation to Pre-Qualification and Tender (Technical and Financial) for Years 2020 (Merged) Tetfund Annual Intervention 2020R/SX752” inviting interested and reputable Contractors/Suppliers with relevant experience and track record to submit Technical and Financial Bids for the projects under the years 2019-2020 (Merged) Annual Intervention of Tertiary Education Trust Fund (TETFund); Bidders are hereby requested to note that:

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

TOTAL E & P NIGERIA LIMITED-

TENDER OPPORTUNITY FOR PROVISION OF SELF ELEVATING WORK OVER PLATFORM (SEWOP) FOR WELL INTERVENTIONS AND INTEGRITY RELATED OPERATIONS

TOTAL E & P NIGERIA LIMITED
OPERATOR OF THE NNPC/TOTAL JOINT VENTURE
TENDER OPPORTUNITY FOR PROVISION OF SELF ELEVATING WORK OVER PLATFORM (SEWOP) FOR WELL INTERVENTIONS AND INTEGRITY RELATED OPERATIONS
NIPEX TENDER NUMBER: 1000004985

1. INTRODUCTION
Total exploration and Production Nigeria Limited (TEPNG) operator of the NNFC/TOTAL Joint venture invites interested reputable and pre-qualified contractors with Self Elevating Work Over Platform (SEWOP) and relevant experience for this tender opportunity for “Provision of Self Elevating Work Over Platform (SEWOP) for Well Interventions and Integrity related operations”.

2. SCOPE OF WORK
The scope of services includes the provision of a Self-Elevating Self Propelled “Lift Boat” [Self Elevating Work Over Platform (SEWOP)] together with operational Crew aimed at the realization of light well interventions, integrity maintenance and Associated Services on COMPANY’S offshore Field Operations. This SEWOP shall have at least the following characteristics:
(a) Operating Water Depth ≥75 meters.
(b) Legs usable length (in m) ≥108 meters.
(c) Minimum DP class level two required.
(d) Net POB for company operations ≥150.
(e) BARGE’S Operator details (name and address), Call Letters, Port of Registry, Flag, Details of the issuing authority of ISM Document of Compliance and validity of the certificate, Details of the issuing authority of ISM Class and Classification Society (from an IACS member): MODU code
(f) Names and Contact of Barge’s Protection & Indemnity Club (P&I) Shipyard name:
(g) Delivery date (from yard): Barges built between YEAR 2005 and completed before YEAR 2019 will be accepted.
(h) OVID registration and date of last inspection.
(i) Type of Certified gangway: “Marine Aluminum” or equivalent
(j) Crane capacity (Metric Tons):60MT@ 20 m and 20T@ 40m.
(k) Min deck space Requirement 1000 Sq meters.
(l) Man riding capable crane and operator.
(m) Electro-Hydraulic Jacking System.
(n) SOLAS Compliance.
(o) Supported by ONSHORE OFFICE & BASE SUPPORT:
(p) Be supported by experienced onshore technical management and support organization with proven track record with TUCN and/or other IOCs for provision of similar or same services. State if Technical Partnership is in place with other shipping company for the technical management of the vessels on contract particularly required if TENDERED does not have the necessary level of competent Technical Management or if it is not available with the Contractor’s organization.
(q) Catering: TENDERER’S to propose Full and comprehensive catering services on the SEWOP type all inclusive. TENDERED shall provide associated Catering SUB- CONTRACT MANAGEMENT.
(r) 24/7 operations (day and night operations).

3. MANDATORY REQUIREMENTS
(a.) To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the 3.04.01 (Drilling Rigs and Production/ drilling Services) and 3.08.04 (accommodation platforms / vessels) categories in NipeX joint Qualification system (NJQS) database.
All successfully pre-qualified suppliers in this category will receive an Invitation to Tender (ITT)
(b) To determine if you are pre-qualified and can view the product/service category you are listed for; Open http://vendors.nipex-ng.com and access NJQS with your log in details. Click on Products/Services Status tab to view your status and product codes.
(c.) If you are not listed In a product/service category and you are registered with DPR to do business, contact NipeX office at No 8-10, Bayo Kuku Street, Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update.
(d.) To initiate the JQS pre-qualification process, access http://vendors.nipex-ng.com, to download the application form, make necessary payments and contact NipeX office for further action.
(e) To be eligible, all tenders must comply with the Nigerian content requirements in the NipeX system.

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

PETROLEUM TRAINING INSTITUTE, DELTA STATE-

INVITATION TO TENDER FOR FLOOD AND EROSION CONTROL IN PTI CAMPUS AND ENVIRONS (PHASE 1) UNDER ECOLOGICAL FUNDS

PETROLEUM TRAINING INSTITUTE
P.M.B. 20, EFFURUN, DELTA STATE
INVITATION TO TENDER FOR FLOOD AND EROSION CONTROL IN PTI CAMPUS AND ENVIRONS (PHASE 1) UNDER ECOLOGICAL FUNDS

1. INTRODUCTION
The Petroleum Training Institute (PTI) is the foremost Oil and Gas Institution set up by the Federal Government of Nigeria, with the Enactment of Act No.37 of 1972, subsequently amended by Act No 52 of 1975, and PTI Act P16, 2004 to train competent Technical Manpower for the Oil/Gas and Allied Companies.

In line with the Public Procurement Act 2007, the institute hereby invites interested contractors/suppliers to tender for the execution of the under-listed projects.

2. CATEGORY (WORKS)

LOT PROJECT DESCRIPTION
LOT 1 Clearance of Internal drains in the Main Campus
LOT 2 Clearance of Underground Drains from PTI to UTI Street
LOT 3 Clearance of Underground Drains from UTI to Alegbo Area
LOT 4 Clearance of Alegbo to Effurun River Canal (Part 1)
LOT 5 Clearance of Alegbo to Effurun River Canal (Part2)
LOT 6 Deflooding of Sports Arena in the Institute
LOT 7 Sports Arena Exit through Conference Centre
LOT 8 Conference to Swamp

3. TENDER ELIGIBILITY REQUIREMENTS
The Petroleum Training Institute in compliance with Public Procurement Act 2007, and Bureau of Public Procurement Guidelines, request the interested companies to submit the following documents with verifiable evidence for assessment consideration:
(1) Evidence of Certificate of incorporation with Corporate Affairs Commission (CAC) including Form CAC2 and CAC7
(2) Comprehensive company profile and organization structure with curriculum vitae of key staff to be deployed for the project including academic/professional qualification such as COREN, ARCON, as applicable (photocopies of Academics and Professional Certificate attached).
(3) Evidence of Company Income’s Tax Clearance Certificate for the last three years (2017, 2018 and 2019) valid till 31st March 2021
(4) Evidence of current Pension Compliance Clearance Certificate valid till 31st March, 2021.
(5) Evidence of current Industrial Training Fund (ITF) compliance certificate valid till 31st March, 2021.
(6) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st March, 2021.
(7) Evidence of current registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) valid till 31st March, 2021 or valid certificate issued by Bureau of Public Procurement (BPP).
(8) Company’s Audited Accounts for the last three years (2017, 2018 and 2019).
(9) Evidence of companies annual returns to the Federal Government.
(10) Evidence of financial capability to execute the project including Reference Letter from a reputable commercial bank in Nigeria indicating willingness to provide credit facility for the execution of the project when needed.
(11) Verifiable documentary evidence of experience in at least three (3) jobs of similar nature and complexity, executed in the last five (5) years including letter of award, certificate of completion and photographs of the projects (Please provide company full contact not P. O. box/PMB, their functional telephone number and email address).
(12) 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 and sworn affidavit are compulsory for each JV partner)
(13) Evidence of registration with relevant regulatory bodies such as COREN, NSE, CORBON ETC
(14) Bidders should list equipment and technology capacity with evidence of ownership or lease agreement
(15) A sworn affidavit that none of the Directors has been convicted in any court of law for any criminal/financial offence.
(16) A sworn affidavit confirming that all information presented and attached are true and correct of the company and that no officer of PTI and Bureau of Public Procurement (BPP) is a former director or present director or shareholder or has pecuniary interest in the bidder.
(17) A sworn affidavit that the company is not bankrupt, in the receivership or other liquidation.
(18) A sworn affidavit letter of consent to allow for verification of all the documents submitted including CAC, Tax, VAT Remittances, Pension, Industrial Training Fund and company’s financial standing with the bank and others.
(19) All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing among 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, 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

GURI LOCAL GOVERNMENT, JIGAWA STATE-

INVITATION TO TENDER FOR PRE-QUALIFICATION/FINANCIAL BIDS

GURI LOCAL GOVERNMENT
JIGAWA STATE
ADVERTISEMENT
INVITATION TO TENDER FOR PRE-QUALIFICATION/FINANCIAL BIDS

1. PREAMBLE
In compliance with the Jigawa State procurement process, Guri Local Government wishes to notify interested bidders of its intention to construct District Head Palace at Guri.

2. Project Scope
(1) Administrative block
(2) Master Private Living area
(3) Wall Fencing and external works
(4) Provision of Car Park

To be completed within 3 months

3. ELIGIBILITY REQUIREMENTS
To be considered for pre-qualification, interested competent and reliable contractors are required to provide verifiable evidence including but not limited to the following.
(i) Certificate of Corporate Affairs Commission
(ii) Certified true copy of memorandum and article of association.
(iii) Evidence of registration with Jigawa State works registration unit.
(iv) Tax clearance certificate for at least three years
(v) Audited account for the last (1) year
(vi) VAT registration and evidence of past remittance
(vii) Evidence of financial capability and banking support.
(viii) Company average annual turnover of not less than N30,000,000.00
(ix) Evidence of similar projects executed (Letter of award and completion certificate) at least three (3) in the past five (5) years
(x) Verifiable evidence of company profile and technical qualification of key personnel registered with relevant professional bodies (COREN, CORBON, QSRBN, and ARCON)
(xi) That the Company have fulfilled all obligations to pay taxes, pensions and social security contributions.
(xii) A sworn affidavit certifying as follows;
(a) That the document submitted for the pre-qualification exercises are not only genuine but correct
(b) That none of the directors of the company has been convicted by any court of law
( c) That the company is not bankrupt.
( d) That none of the officers of Jigawa State/Local government is a present or former director of the company.
(xiii) Any other relevant information that will help in determining the company’s suitability for the work
Any prospective bidder that doesn’t possess any of the above documents needs not to apply.

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

EBONYI STATE MINISTRY OF WORKS AND TRANSPORT-

INVITATION TO TENDER FOR THE PROCUREMENT OF CONTRACTORS FOR THE RECONSTRUCTION OF THE EBONYI STATE RING ROAD PROJECT

FEDERAL REPUBLIC OF NIGERIA
EBONYI STATE MINISTRY OF WORKS AND TRANSPORT
EBONYI STATE RING ROAD PROJECT
SPECIFIC PROCUREMENT NOTICE
INVITATION TO TENDER FOR THE PROCUREMENT OF CONTRACTORS FOR THE RECONSTRUCTION OF THE EBONYI STATE RING ROAD PROJECT
COUNTRY: NIGERIA
EMPLOYER: EBONYI STATE GOVERNMENT OF NIGERIA
PROJECT: EBONYI STATE RING ROAD PROJECT (EBRRP)
CONTRACT TITLE: RECONSTRUCTION OF THE EBONYI STATE RING ROAD PROJECT
ICB/RFB NO: EBRRP/ISDB/CW/ICB/20/01
CLOSING DATE: 12:00 NOON WAT, WEDNESDAY 17 FEBRUARY, 2021
BID OPENING DATE: 12:00 NOON WAT, WEDNESDAY 17 FEBRUARY, 2021
VENUE: CONFERENCE HALL, EBONYI STATE RING ROAD PROJECT (EBRRP) NO 1 ONWE ROAD, ABAKALIKI, EBONYI STATE, NIGERIA.

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

FEDERAL MEDICAL CENTRE, YOLA-

INVITATION TO TENDER FOR 2021 MAIN CAPITAL PROJECTS

FEDERAL MEDICAL CENTRE, YOLA
LAMIDO ZUBAIRU ROAD, P.M. B 2017 BYE-PASS
YOLA – TOWN, ADAMAWA STATE
INVITATION TO TENDER FOR 2021 MAIN CAPITAL PROJECTS

INTRODUCTION
The Management of the Federal Medical Centre, Yola wishes to invite interested and reputable Companies with relevant experience to tender for execution of the under listed contracts in the 2021 financial year.

SCOPE OF WORK:

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

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