THE LEPROSY MISSION NIGERIAREQUEST FOR PROPOSAL
Due to the current COVID-19 pandemic, there is a need to provide people affected by leprosy with non-medical protective devices and palliative support. In view of this, The Leprosy Mission Nigeria is calling on members of the public to submit...
REQUEST FOR QUOTES – PR10137504 – CEILING TILES FOR CHANCERY :: DUE: SEPTEMBER 11, 2021
August 28, 2021
The U. S. EMBASSY ABUJA has a requirement for a vendor to provide Climaplus model USG mars acoustic ceiling panels 2′ X 2′ X 3/4″ per attached specs. Quantity is 36,000 square feet.
You are invited to submit a quotation.
Depending on the final total weights/dimensions, the preferred shipping location will be:
U.S Embassy Abuja 2801 Route 130 Unit 1 ATTN: IKUN, LLC North Brunswick, NJ 08902
PO# (PR10035998)
The evaluation criteria for this requirement will include price, technical acceptability and past performance.
FOR A VALID QUOTE, please note the following:
Include complete specifications, samples/pictures (where applicable), return policy and total shipment weight along with your quotes.
Vendor must state BOLDLY if offering alternatives.
All responses and quotes on this RFQ MUST be a direct reply to this email, and have the same subject line; copying Abujaprocurement@state.gov
Vendors must state delivery terms (How long it will take to deliver).
Deadline for offer submission is September 11, 2021
Due to new Government requirement for offerors to comply with the new National Defense Authorization Act (NDAA) in accordance with FAR 52.204-24, FAR 52.204-25 and FAR 52.204-26, please you are required to complete the attached form and send along with your quote. Any offer not accompanied by this form will NOT eligible for award.
UNIVERSITY COLLEGE HOSPITAL, IBADAN, NIGERIA INVITATION TO PREQUALIFY AND TENDER FOR COVID – 19 INTERVENTION PROJECTS FOR 2021 EMERGENCY PROCUREMENT
1. INTRODUCTION 1.1 The University College Hospital, Ibadan is to provide Achievable, Realistic and Sustainable projects that will be beneficiary to both patients and members of staff in providing excellent service delivery. 1.2 The University College Hospital, Ibadan hereby invite interested, competent and reputable contractors with relevant experience and good track records to make submissions for prequalification and tender for the under listed projects:
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
NIGERIANS IN DIASPORA COMMISSION (NIDCOM) FEDERAL SECRETARIAT, PHASE 1, ANNEX 1, ABUJA INVITATION TO SUBMIT TENDER/ EXPRESSION OF INTEREST FOR THE YEAR 2021 CAPITAL AND ZONAL INTERVENTION PROJECTS OF NIGERIANS IN DIASPORA COMMISSION
1. INTRODUCTION Nigerians in Diaspora Commission (NIDCOM), Abuja, a Parastatal Under FMFA in keeping with its mandate and in compliance with the provisions of the Public Procurement Act, 2007, invites reputable contractors/ firms/companies with proven competence and experience to tender for the under-listed projects appropriated in the Commission’s Budget.
2. SCOPE OF SUPPLIES/SERVICES
CATEGORY
LOT NO.
PROJECT DESCRIPTION
CATEGORYA (UTILITY VEHICLE)
A1
Supply of Utility Vehicle at the Nigerians in Diaspora, Head Office, Abuja
(CONSULTANCY SERVICES) CATEGORY B
B1
Provision and Installation of Online Radio at NIDCOM Office, Asokoro, Abuja
B2
2021 Zonal Intervention Constituency Project (Training and Sensitization of Youths/ Graduates on the use of ICT for Employment Purpose) in Plateau South Senatorial District, Plateau State 2021/ZIP/0495
B3
2021 Zonal Intervention Constituency Project (Training and Sensitization of Youths/ Graduates on the use of ICT for Employment Purpose) in Kwara Central Senatorial District, Kwara State 2021/ZIP/0496
B4
Upgrading, Maintenance and Application of NIDCOM Website
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
NATIONAL BOARD FOR TECHNOLOGY INCUBATION FEDERAL MINISTRY OF SCIENCE AND TECHNOLOGY BLOCK C 3RD FLOOR FEDERAL SECRETARIAT PHASE II P.M.B 365, GARKI ABUJA EMAIL: info@nbti.gov.ng PHONE: +2347036412161, +2348033361174 INVITATION TO TENDER (TECHNICAL AND FINANCIAL)
1. INTRODUCTION The National Board for Technology Incubation (NBTI) invites interested, reputable and competent Companies with relevant experience and good track records to submit bids for the various under-listed Year 2021 projects:
2. SCOPE OF WORKS/GOODS/SERVICES NATIONAL BOARD FOR TECHNOLOGY INCUBATION (NBTI) HEADQUARTER, Block C, 3rd floor, Federal Secretariat, Phase II, Abuja. Contacts for Director-General/CEO: 07036412161.
CATEGORY A: WORKS
LOTA
DESCRIPTION
LOTA1
Development of Facilities (Incubation Units, Display Centre, Power, Landscaping and Workshops at TIC Ebo Extension) Ondo State.
LOTA2
Development of Laboratories, Workshops and Incubation Units for TIC Mabudi Extension, Plateau State.
LOTA3
———————–
LOTA4
Development of Facilities at Dutse, Port Harcourt, Damaturu and Ebonyi TIC’s
LOTA5
Development of Electrical workshop at Jigawa,Gombe, Yobe, Nasarawa State
LOT A6
Provision of Infrastructure and Equipping of Facilities for Virtual Incubation and other TIP Extension Services at Uke- Karu, Nasarawa State.
LOTA7
Provision of Infrastructure and Equipping of Facilities for Virtual Incubation and other TIP Extension Services at Egueke Ekka and Ezza North Local Governments Of Ebonyi State.
LOTA8
Provision of Infrastructure and Equipping of Facilities for Virtual Incubation and other TIP Extension Services at Ohaozara, Ebonyi State.
LOTA9
Provision of Infrastructure and Equipping of Facilities for Virtual Incubation and other TIP Extension Services at Awo/ Ohil Dim Ikeduru, Imo State
LOT A10
Provision of Infrastructure and Equipping of Facilities for Virtual Incubation and other (TIP) Technology Incubation Programme Extension Services at Itsukwi- Etsako East, Edo State.
LOT A11
Provision of Infrastructure and Equipping of Facilities for Virtual Incubation and other TIP Extension Services at Nimo Njikoka, Anambra State.
LOT A12
Provision of Infrastructure and Equipping of Facilities for Virtual Incubation and other TIP Extension Services Kano
LOT A13
Provision of Infrastructure and Equipping of Facilities for Virtual Incubation and other TIP Extension Services at Owutu Edda Afikpo South LGA Ebonyi State.
LOT A14
Provision of Infrastructure and Equipping of Facilities for Virtual Incubation and other (TIP) Technology Incubation Programme Extension Services at Tambuwal, Sokoto State.
LOTA15
Development of Admin Block, Laboratory, Workshops and Incubation Units for TIC Mabudi Extension Plateau State.
LOTA16
Construction of 10 (Ten) Incubation Units at TIC Abeokuta, Ogun State
LOTA17
Development and Renovation of Facilities at the South-East Zonal Office, Nnewi
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
VETERINARY COUNCIL OF NIGERIA NO 8, ZAMBEZI CRESCENT, MAITAMA DISTRICT P.M.B 433, GARKI, ABUJA INVITATION TO TENDER
A. In compliance with the Public Procurement Act 2007 (as amended), the Veterinary Council of Nigeria (VCN) Abuja wishes to implement its 2021 Capital Budget and therefore invites interested, competent, and reputable companies with cognate experience to submit Technical and Financial Bids with respect to the following projects;
B. SCOPE OF WORK The scope of work is as detailed in the Standard Bidding Document to be issued to the bidders:
Lot No
Projects
CATEGORY A:
SERVICE
Lot 1
Software Development, Digitalization of Annual Practicing License, Annual Premises License, Identity Cards for Veterinary Professionals in the Headquaters and the six Zonal Offices and Provision of ICT Communication and Video Conferencing Equipment
Lot 2
Development of e-library
CATEGORY B: WORKS AND GOODS
Lot 3
Maintenance of VCN Secretariat Building (Repairs and Replacement of Building Structure and Bad Fittings (Furniture Respectively)
Lot 4
Purchase of Office Furniture and Fitting for the Six (6) Zonal Offices
Lot 5
Provision of Solar Power as Alternative Source of Light in Nasarawa West Senatorial District
Lot 6
Purchase of Official Vehicles for the Registrar and Chief Executive Officer of the Council
Lot 7
Construction of Veterinary Specialist Hospital (6- Storey Building made up of Consulting Rooms, Surgical Theatres, Clinics, Laboratories etc, for the different Kinds of Livestock/Animal and Offices) – Perimeter Fencing only.
Lot 8
Acquisition of Generating Plants for VCN Headquaters and six (6) Zonal Offices
C.ELIGIBILITY REQUIREMENTS: Interested firms/companies should submit the following supporting documents: (i) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7, or Business Name where applicable; (ii) Evidence of Firm’s 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; (iii) Evidence of Pension Clearance Certificate valid till 31st December 2021 (applicable where number of staff is at least 15); (iv) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2021 (applicable where number of staff is at least 5 or at least N50m turnover); (v) Evidence of 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 submission of Interim Registration Report (IRR) expiring on 31/12/2021 or valid Certificate issued by BPP; (vii) A Sworn Affidavit disclosing whether or not any officer of the Veterinary Council of Nigeria 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: (viii) Audited Accounts of the bidder for the last three (3) years (2018, 2019, 2020) (ix) Company’s Profile of Key Staff including curriculum Vitae with copies of their academic and Professional Qualifications; (x) List and verifiable documentary evidence of at least three (3) similar jobs in the last five (5) years including Letter of Awards, Valuation Certificate and Job Completion Certificate; (xi) Bank reference indicating the Bank’s readiness to support the funding of the project if awarded: (xii) Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorized Dealers/Representatives with the written evidence of such authorization should bid for Lot 6. (xiii) Category A: Evidence of current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA); (xiv) Lots 5 & 8: Electricity Jobs; Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA) (xv) Lot 5 & 8: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs). (xvi) 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.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
THE NATIONAL SPACE RESEARCH AND DEVELOPMENT AGENCY FEDERAL MINISTRY OF SCIENCE AND TECHNOLOGY OBASANJO SPACE CENTRE, PYAKASA JUNCTION, AIRPORT ROAD, ABUJA P.M.B. 437, GARKI, ABUJA IN COMPLIANCE WITH THE INFRASTRUCTURE CONCESSION REGULATORY COMMISSION (ICRC) ESTABLISHMENT ACT 2005 & NATIONAL POLICY ON PUBLIC-PRIVATE PARTNERSHIPS (N4P) PUBLIC-PRIVATE PARTNERSHIP (PPP) TO EQUIP, MAINTAIN, OPERATE AND MARKET PLANETARIUM & MUSEUM NOTICE FOR REQUEST FOR PREQUALIFICATION (RFQ)
1. INTRODUCTION The National Space Research and Development Agency (NASDRA) is desirous of Equipping, Operating, and Marketing the Planetarium and the Museum under a Public-Private Partnership through the PPP arrangement. The project was designed to finance, equip, maintain and operate a cost effective Planetarium and the Museum for the National Space Research and Development Agency, which shall increase the capacity of the NASRDA to provide tourist attraction and space education to the public whilst also generating earnings through a private investor under a CONCESSION agreement and in the process create additional sources of revenue for the Agency. On completion, the Planetarium and Museum project which will be the very first such government-owned in Nigeria is expected to increase the tourism and revenue generation capacity of the Agency while providing much-needed assistance to researchers in the field of Space Science and Technology.
2. In compliance with the Infrastructure Concession Regulatory Commission Establishment Act (2005) and the National Policy on Public-Private Partnerships (N4P), NASRDA submitted an Outline Business Case (OBC) to the ICRC for consideration. ICRC, having assessed and affirmed the bankability of Equipping, Maintaining, and Operating of Planetarium and Museum through the PPP arrangement, has issued an OBC Compliance Certificate to enable the NASRDA commence the procurement of a Private Partner for the project.
3. Please note that there is a private proponent who had submitted a proposal on the project. However, in order to ensure transparency, competition, and value for money, the project will be procured under a Swiss Challenge Procurement methodology which requires that if the original project proponent is not the most responsive bidder, it will be given the right to match the most responsive bid to win the concession. However, if the project proponent is unable to match the most responsive bid, the most responsive bid then wins the Swiss Challenge PPP procurement and becomes the preferred Bidder
4. In furtherance, therefore, NASRDA hereby invites suitable, competent, and reputable firms/consortia to make submissions for prequalification for Equipping, Maintaining, Operating, and Marketing of Planetarium and Museum
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA) (ESTABLISHED UNDER THE NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY ACT, 2007) MARITIME HOUSE: 4 BURMA ROAD, APAPA, P.M.B. 12861, LAGOS. EMAIL: procurement@nimasa.gov.ng WEBSITE: www.nimasa.gov.ng PROC. 08/21/SN01 INVITATION TO TENDER/EXPRESSION OF INTEREST (EOI)
1. INTRODUCTION The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transportation in compliance with the Public Procurement Act (PPA) 2007, invites reputable contractors/firms/companies with proven records of accomplishment to tender/Express for the under-listed projects appropriated in the Agency’s Budget.
2. SCOPE OF WORKS/SUPPLIES/SERVICES CATEGORY A: INVITATION TO TENDER
LOT-1
Supply; Replacement and Configuration of Faulty Rexroth Mini Marex of Vessel System
LOT-2
Procurement of Patrol Vehicles for FRSC
LOT-3
Printing of Procurement Letter Head Papers
LOT-4
Upgrading of Water Supply System at Warri Zonal Office
LOT-5
Supply and installation of FM 200 Fire Suppression System at NMRDC, Kirikiri, Lagos
LOT-6
Optimization of Surveillance Unit Equipment
LOT-7
Asphalting Works in Western Zone
LOT-8
Procurement and Installation of Biometric Data Recognition and Printing Machines
LOT-9
Installation of Bio-Sewage Treatment Plant and Reconstruction of Drainage System at Western Zone
LOT-10
Production and Supply of Seafarers Certificate of Competency Examination Materials
CATEGORY B: EXPRESSION OF INTEREST
LOT-11
Survey of submerged Vessel at Lagos Anchorage
LOT-12
Editing and Designing of 2020 Annual Report
LOT-13
Consultancy for the Organization of NIMASA Employee of the Month/Employee of the year Award Scheme
LOT-14
Engagement of External Auditor
LOT-15
Consultancy for ICT-Based Infrastructure Audit
3. ELIGIBILITY REQUIREMENTS Prospective bidders are required to submit the following documents: i. Evidence of Certificate of Incorporation Issued by the Corporate Affairs Commission (CAC), 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 (3) years (2018, 2019 and 2020) valid till 31st December, 2021 with a minimum average annual turnover of N20 Million for works. iii. Evidence of pension clearance certificate valid till 31st December, 2021 (applicable where number of staff is at least 15); iv. Evidence of industrial Training Fund (ITF) compliance Certificate valid till 31st December, 2021 (applicable where number of staff is at least 5 or at least N50m turnover); v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2021; vi. 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; vii. A Sworn Affidavit: – disclosing whether or not any officer of the relevant committees of the Nigerian Content Development and Monitoring Board (NCDMB) 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, bankruptcy or insolvent. viii. Evidence of company’s Audited Account for the last three (3) years-2018,2019,2020; ix. Reference letter from a reputable commercial bank in Nigeria indicating willingness to provide credit facility for the execution of the project when needed; x. documentary evidence of at least (3) similar jobs executed in the last five (5) years including letter of Awards, Valuation Certificates and job completion Certificate and job completion certificate and photograph of the projects. xi. Category B: evidence of Firm’s current registration with relevant regulatory professional body(ies) xii. company’s profile with the signed curriculum vitae of key staff to be deployed for the project including copies of their Academics/professional qualifications: in case of construction: COREN, QSRBN, ARCON, CORBON etc.;
xiii. Works: List of plants/equipment with proof of ownership/lease; xiv. Works: Company’s Signed Health, Safety and Environment (HSE) policy; xv. Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorized representatives should bid for the vehicles; xvi. For Supply of Equipment: Letter of Authorization as representative of the Original equipment Manufacturers (OEMs);
xvii. All documents for submission must be transmitted with a Covering/Forwarding letter under the company’s letter head paper bearing amongst others, the registration Number (RC) as issued by the 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 authorized officer of the firm
4. COLLECTION OF TENDER DOCUMENTS (CATEGORY A) Prospective Bidders for Lots1 – 10 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.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
NIGERIAN NATIONAL PETROLEUM CORPORATION CORPORATE SERVICES GROUP HEALTH, SAFETY, ENVIRONMENT, AND QUALITY DEPARTMENT NNPC TOWERS, HERBERT MACAULAY WAY, CENTRAL BUSINESS DISTRICT, P.M.B. 190, GARKI, ABUJA-NIGERIA INVITATION FOR PRE-QUALIFICATION FOR CORRECTIVE AND PREVENTIVE MAINTENANCE & PROCUREMENT OF SPARES FOR FIRE APPLIANCES & PORTABLE FIRE PUMPS LOCATED IN NNPC TOWERS, ABUJA
1. INTRODUCTION The Group Health, Safety, Environment and Quality (GHSEQ) Department of the Nigerian National Petroleum Corporation, NNPC, wishes to invite interested competent and reputable Contractors/Companies to submit pre-qualification documents for the Corrective and Preventive Maintenance & Procurement of Spares for Fire Appliances & Portable Fire Pumps located in NNPC Towers, Abuja.
2. BRIEF DESCRIPTION OF WORK SCOPE AND SPECIFICATIONS The Nigerian National Petroleum Corporation (NNPC) intends to carry out comprehensive corrective and preventive maintenance & procurement of spares for fire appliances & portable fire pumps in NNPC Towers, Abuja. The work required to be carried out by the contractor covers comprehensive corrective and preventive maintenance & procurement of spares for fire appliances & portable fire pumps, modification, materials procurement services, installation, commissioning, testing, end-user training, start-up support, and performance testing necessary to achieve an optimal fire appliance and portable lire pump performance. In meeting the objective, the Contractor shall fulfill the obligations and implement the requirements described below, which shall include but not be limited to the following features/Units: The contractor is required to carry out on-call services, comprehensive corrective and preventive maintenance & procurement of spares for fire appliances & portable fire pumps such as the manufacturer’s brand, make, model, type, trim, specifications, etc ranging from: (a) Mitsubishi L200 Rapid Intervention Vehicle (RIV) semi with an onboard Vanguard Generator and Rosenbauer High-Pressure System Pump. (b) Mercedes Benz AXOR 3328 (20,000 Litres capacity Water Tanker) with an onboard Varisco Power Take Off-pump. (c) MAN TGS 33.360 Triple Agent Fire Truck (TAFT) with an onboard Diesel Foam Generator, Rosenbauer electronic Power Take Off-Pump, and Dry Chemical Powder deluge systems. (d) Mercedes Benz ACTROSS 4141 (P56 Hydraulic Platform Turn Table Ladder) with an onboard Rosenbauer electric generator, emergency petrol generator & Electric motor. (e) Phoenix D-600 Generator with an onboard portable fire pump. (f) C.E.T Volkswagen Generator (PFP-46HPVW-2D) with an onboard portable fire pump. (2.1) Physical/diagnostic inspection of the fire trucks and portable pumps/generators to form a baseline assessment of their present state. (2.2) Corrective and preventive maintenance/repairs and replacement of parts and components. (2.3) Resolution of mechanical, electrical/electronic, instrument and software/programming & computer-based systems faults. (2.4) Attend to a high-priority distress call on and off office hours, 24 hours a day and 365 days a year throughout the contract. (2.5) Routine servicing. (2.6) Resolution of all other faults(s) that may hinder the performance of the trucks. (2.7) Procurement & Supply of spares. The successful bidder will also be required to train end users/owners’ operating personnel as well as provide a two-year maintenance service guarantee.
3. WHO MAY APPLY? (3.1) For fire appliances maintenance and procurement firm, a reputable company with financial capability, technical experience, and detailed understanding of corrective & preventive maintenance and procurement of spares management in corporate environment and infrastructure. (3.2) In case of a consortium partnership, both foreign and local companies must have experience in providing services as described in (2. a-f) and (3.1) above, and meet all other criteria stated herein and present notarized legal documentation showing the agreed form of partnership, and, duration of the Joint Venture. (3.3) In the case of a consortium partnership as stated above, (3.2) all partners to the consortium MUST submit individual supporting documents as listed in the expression of interest/pre-qualification criteria below.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
The National Assembly wishes to notify the General Public of its intention to solicit Tender from competent and reputable companies for the under listed contracts being contemplated under 2021 projects/contracts:
1. Scope: a. Senate LOT 1S. Supply of SUV’s; and Motor Bike; LOT 2S. Supply of SUV’s; LOT 3S. Supply of Additional Vehicles; LOT 4S. Supply of pool Vehicles; and LOT 5S. Supply of Office Equipment.
b. House of Representatives LOT 1H. Supply of Office Equipment; LOT 2H. Supply of Utility Vehicles LOT 3H. Supply and Installation of Chillers; and. LOT 4H, Supply of Motor Bike Kits.
c. Management LOT 1M. Supply of Laptops Computer; LOT 2M. Supply and Installation of Additional CCTV Cameras; LOT 3M. Upgrade of Visitors Accreditation Centre; LOT 4M. Supply of Office Equipment; LOT 5M. Renovation and Modernization of NASS Stores; LOT 6M. Supply of Office Equipment
2. Tender Requirements Prospective Bidders are required to submit the following documents along with the completed Tender Documents(s): i. Evidence of Registration with CAC, including Forms CAC2 & 7; ii. Evidence of Tax Clearance Certificate for the past 3years (2018, 2019 & 2020); iii. Evidence of VAT Registration and Remittance; iv. Evidence of Audited Account for the last 3years (2018, 2019 & 2020) signed & stamped by a registered Auditor; v. Evidence of Financial Capability to execute the contract by submission of Reference Letter from a reputable Financial Institution in Nigeria, indicating willingness to provide credit facility for the execution of the contract needed (ORIGINAL COPY); vi. Evidence of Execution of at least 3 Recent Similar Projects in the last 3years; vii. Evidence of PENCOM Registration and Remittance; viii. Evidence of Registration with NSITF; ix. Evidence of Registration with Bureau of Public Procurement (BPP); x. Evidence of Registration with Financial Reporting Council; xi. Sworn Affidavit in line with the provisions of part iv, subsection 16, subsection 6 (e-f) of the Public Procurement Act, 2007 and also to confirm authenticity of documents submitted and listed above (ORIGINAL COPY).
3. Tender Instructions i. All Bidding Document submitted shall be assessed in full compliance with the requirements (especially the highlighted requirements which shall form the basis of Eligibility of Contractors. ii. A non-refundable Bidding Document Fee of N50,000.00 (in Bank draft in favour of National Assembly); iii. Bid Security of 2% of the Bid Sum-Bank Guarantee (For Bids in excess of N100,000,000.00 for Goods and 300,000,000.00 for Works); iv. 2 copies of Financial and Technical Bids shall be submitted (In addition to the Soft Copy on Flash Disc).
4. Tender Instructions Interested companies are to collect Bid documents (Indicating detailed information) from the National Assembly Tenders Board (Room 1.279, Annex 1, NASS Complex) upon evidence of payment of non-refundable bidding documents fee.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us