Background Image

NIGERIAN GEOLOGICAL SURVEY AGENCY (NGSA), ABUJA-

INVITATION TO TENDER FOR EXECUTION OF PROJECTS

NIGERIAN GEOLOGICAL SURVEY AGENCY (NGSA), ABUJA
(MINISTRY OF MINES AND STEEL DEVELOPMENT)
INVITATION TO TENDER

The Nigerian Geological Survey Agency intends to undertake the execution of the under listed capital projects under the 2021 Budget of the Agency. To this end, competent Suppliers and Contractors are hereby invited to tender for the projects as follows:

GOODS & WORKS

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

NIGERIAN ELECTRICITY REGULATORY COMMISSION-

INVITATION TO TENDER FOR SUPPLIES AND SERVICES

NIGERIAN ELECTRICITY REGULATORY COMMISSION
PLOT NO. 1387, CADASTRAL ZONE, A00, CENTRAL BUSINESS DISTRICT, ABUJA
P.M.B 136, GORKI – ABUJA TEL: +234-094621400, 094621410
WEBSITE: WWW.NERC.GOV.NG
E-MAIL: INFO@NERC.GOV.NG
INVITATION TO TENDER

1.0 INTRODUCTION
The Nigerian Electricity Regulatory Commission (NERC) was established by the ESPR Act, 2005 to create, promote, and preserve efficient industry and market structures and to ensure the optimal utilization of resources for the provision of electricity services in Nigeria.
The Commission hereby invites suitably qualified companies to submit tenders for the underlisted projects under the 2021 financial year:

2.0 SCOPE OF SUPPLY & SERVICES

LOT NO. PROJECT DESCRIPTION SCOPE OF SUPPLY TO BE RENDERED SPECIFIC REQUIREMENT
Lot 1 Procurement, Installation, Commissioning & Maintenance of Ceiling cassette Air Conditioner Units The object of the project is the supply, installation, commissioning & four (4) years maintenance of 22 units of 4HP & 5HP variable refrigerant volume (VRV) variable refrigerator flow (VRF) ceiling cassette air conditioning units Firms must be authorised representatives of Original Equipment Manufacturers
2 Procurement of Laptops Supply of 45 Lenovo or equivalent business grade laptop Firms must be authorized partners/representatives of Original Equipment Manufacturers

3.0 ELIGIBILITY REQUIREMENTS
Interested and reputable firms should submit two (2) bound copies of Tender documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
(a) Copy of certificate of incorporation with Corporate Affairs Commission (CAC) including CAC 2 and CAC 7. Business name, where applicable, is acceptable for consultancy and non-consultancy services;
(b) Copy of firm’s Tax Clearance Certificates (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) Copy of current Pension Clearance Certificate valid till 31st December, 2021 (where applicable);
(d) Copy of current Industrial Training Fund (ITF) compliance certificate valid till 31st December 2021;
(e ) Copy of current Nigeria Social Insurance Trust Fund (NSITF) Clearance certificate valid till 31st December 2021;
(f) Copy of valid Interim Registration Report (IRR) expiring on 31st December, 2021 or valid certificate issued by Bureau of Public Procurement (BPP);
(g) Copy of firm’s current registration with relevant regulatory professional body (ies);
(h) For Lot 1 (supply of ceiling cassette air conditioners), bidders are to submit evidence of Manufacturers Authorisation from an Original Equipment Manufacturer (OEM);
(i) For Lot 2 (supply of laptops), bidders are to submit evidence of Manufacturers Authorisation or equivalent from an Original Equipment Manufacturer (OEM) and;
(j) Evidence of current registration/accreditation with Computer Professionals Registration Council of Nigeria (CPN) and National Information Technology Development Agency (NITDA).
(k) Sworn affidavit disclosing:
(a) whether or not any officer of the relevant committees of the Nigerian Electricity Regulatory Commission 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;
(b) and that the company is not in receivership or about to be in receivership or not a replacement for a hitherto tax defaulting company;
(c) that the company is not subject to any form of insolvency or bankruptcy proceedings or the subject of any winding down petitions or proceedings;
(d) Not have any Director who has been convicted in any country for criminal offences relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter.
(l) Company’s audited accounts for the last three years (2018,2019 and 2020);
(m) Reference Letter from a reputable commercial bank, where necessary indicating willingness to provide credit facility for the execution of the project;
(n) Company’s profile with duly signed curriculum vitae of key staff to be deployed for the project, including copies of their academic/professional qualifications such as COREN, QSRBN, ARCON, CORBON, ICAN, ANAN etc);
(o) List of adequate personnel to perform the obligations of the procurement contract;
(p) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years (both completed and ongoing) including letters of award, valuation certificates, job completion certificates and photographs of the projects;
(q) Names of the Board of Directors of the company;
(r) List of plants/equipment with proof of ownership/lease where applicable;
(s) For joint venture/partnership, a 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),
(t) All documents for submission must be transmitted with a covering/forwarding letter on the company/firm’s letterhead 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 authorized officer of the firm.

4.0 COLLECTION OF TENDER DOCUMENTS
From the date of this publication, interested companies are to collect the bidding documents from the Procurement unit of 4th floor, Wing A of the Nigerian Electricity Regulatory Commission on evidence of payment of non-refundable fee of N10, 000.00 per Lot, paid into the Nigerian Electricity Regulatory Commission’s Remita account at any reputable commercial bank in Nigeria.

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

FEDERAL MINISTRY OF HUMANITARIAN AFFAIRS, DISASTER MANAGEMENT AND SOCIAL DEVELOPMENT (FMHADMSD)-

INVITATION FOR PREQUALIFICATION/TECHNICAL BIDS/EXPRESSION OF INTEREST (EOI) FOR WORKS, GOODS, AND SERVICES FOR THE IMPLEMENTATION OF THE 2021 APPROPRIATION ACT FOR THE MINISTRY

FEDERAL MINISTRY OF HUMANITARIAN AFFAIRS, DISASTER MANAGEMENT AND SOCIAL DEVELOPMENT (FMHADMSD)
FEDERAL SECRETARIAT, PHASE 1, ABUJA
INVITATION FOR PREQUALIFICATION/TECHNICAL BIDS/EXPRESSION OF INTEREST (EOI) FOR WORKS, GOODS, AND SERVICES FOR THE IMPLEMENTATION OF THE 2021 APPROPRIATION ACT FOR THE MINISTRY

1.0 INTRODUCTION
The Federal Ministry of Humanitarian Affairs, Disaster Management and Social Development (FMHADMSD) intend to execute projects as contained in the 2021 Appropriation Act. In compliance with the provisions of the Public Procurement Act, 2007, and other extant guidelines for the award of contracts in the Federal Public Service, the Ministry wishes to invite experienced and competent Contractors, Suppliers and Service Providers to submit Pre-qualification, Technical and Expression of Interest (EoI) documents for the execution of the projects.

2.0 SCOPE OF WORKS/ASSIGNMENTS
Details of the Scope of Works/Specifications and Assignments are contained in the Bid Documents. The projects are grouped into categories A to C. Bidders are, therefore, requested to submit Pre-qualification, Technical and, Expression of Interest documents in respect of the categories chosen on the basis of the requirements listed in Sections 3.0, 4.0 and, 8.0 of this publication. The projects are listed in the table below:

CATEGORY ‘A’ WORKS

LOTS PROJECT TITLE
A1 Furnishing of New Offices
A2 Establishment of Pilot Reception Centre for Emergencies for Borno and Katsina States
A3 Provision and Installation of Local Area Network Infrastructure
A4 Construction of Community ICT Centre in Sokoto and Bauchi States
A5 Provision and Installation of Solar System at Community ICT Centre in Sokoto and Bauchi States
A6 Provision and Installation of CCTV and Access Control in the Office Complex.
A7 Construction of Computer-Aided Learning Centres in Selected Schools for the Virtually/Hearing Impaired.

CATEGORY ‘B’ GOODS

PACKAGES/ LOTS PROJECT TITLE
B1 Supply of ICT Hardware and Equipment, Accessories Consumables/Software/ Licenses
B1.1 Supply of IT Hardware and Equipment
B1.2 Supply of IT licenses/ Software, Accessories and Consumables
B2 Supply of Office Equipment and Furniture/fittings
B2.1 Supply of Office Furniture/Fittings
B2.2 Supply of Office Machines and Equipment
B3 Supply of Stationeries and Computer Consumables
B4 Provision of Aids and Appliances for People living With Disabilities (PWDs) and Older Persons
B5 Supply of Economic Empowerment and Relief Materials
B5.1 Supply of N-Build Artisan Tools and Consumables to die 36 States of the Federation and FCT.
B5.2 Empowerment of Agricultural Skills to IDPs in Sardauna, Taraba
B5.3 Supply of Food Items to Gubio, Kaga and Magumeri LGA in Borno State
B5.4 Supply of Motorcycles to Daura / Sandamu /Mai-Adua Federal Constituency, Katsina State
B5.5 Supply of Tricycles to Daura/ Sandamu /Mai -Adua Federal Constituency, Katsina State
B5.6 Supply of Industrial Sewing Machines to Daura/Sandamu/Mai-Adua Federal Constituency, Katsina State
B5.7 Supply of Grinding Machines to Daura/Sandamu/Mai-Adua Federal Constituency, Katsina
B5.8 Supply of Relief Material to Bakori and Danja LGA, Katsina
B5.9 Supply of Relief Materials to IDPs in the nine LGAs of Borno South Senatorial District, Borno State
B5.10 Supply of Relief Materials to IDPs in Kebbi South Senatorial District, Kebbi State

CATEGORY ‘C’ SERVICES

LOTS PROJECT TITLE
C1 Provision of Internet Access in the New Office Complex (Jabi Office)
C2 Provision of Security Services for the New Office Complex
C3 Facility Management, Maintenance, Cleaning and Horticultural Services
C4 Provision of Vehicles Maintenance Services

3.0 ELIGIBILITY REQUIREMENTS
(3.1) The Ministry, in compliance with the provisions of the Public Procurement Act, 2007 and the Public Procurement Regulations for Works, Goods and, Services, will carry out pre-qualification/shortlisting of companies/service providers that respond to this advertisement based on the following requirements:
(a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1. 1 or CAC2 and CAC7;
(b) Evidence of Company’s current Annual returns to CAC;
(c) Evidence of Tax Clearance Certificate (TCC) for the last three (3) years (2018, 2019 & 2020) valid till 31st December 2021.;
(d) Evidence of current Pension Clearance Certificate valid till 31st December 2021;
(e) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2021;
(f) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2021;
(g) Evidence of Registration on the BPP’s National Database of Federal Contractors, Consultants and Service Providers by submission of a valid Certificate of Registration or Interim Registration Report (IRR) expiring on 31/12/2021 or valid Certificate issued by BPP;
(h) Unabridged Company Audited Annual Report for the immediate past three (3) years (2018, 2019 & 2020);
(i) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, TCC, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
(j) A Sworn Affidavit:
(i) disclosing whether or not any officer of the relevant committees of the Federal Ministry of Humanitarian Affairs, Disaster Management and Social Development 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.
(ii) that no Partner/Director 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;
(iii) that the company does not at the time of this bid have any existing loan or financial liability with a bank, other financial institutions or, third party that is classified as doubtful, non¬performing, bad or, whose repayment portion has been outstanding for the last three months.
(3.2) LOCAL CONTENT, SAFETY AND SOCIAL
Responsibility
(a) Indicate the quantum of verifiable employment to be generated stating projected numbers and specialties for skilled (Professional) and unskilled (Non¬professional) Manpower.
(b) Submit verifiable key Management positions that are Nigerian Nationals and the percentage of the company’s total workforce that will be beneficial to youth employment and community development in Nigeria;
(c) All bidders should include description of current Health, Safety and Environment (HSE) procedures, plan, manuals, and HSE performance statistics over the last 3 years including HSE manuals and accident statistics for the past five (5) years; and
(d) Submit a plan on how to give first consideration to services provided from within Nigeria, raw materials, and manufactured goods of Nigerian origin in line with the requirements of Nigerian Content.
(e) State the proposed social benefits to be accrued to the host communities where projects/services are domiciled.

4.0 PREQUALIFICATION/TECHNICAL/EXPRESSION OF INTEREST REQUIREMENTS
(a) Bidders’ Experience
Experience as a prime contractor on at least two (2) projects of similar nature and complexity within the last five (5) years (Copies of letters of award/certificates of completion to be attached)
(b) Plant and Equipment
Verifiable evidence of proof of ownership and/or lease of the construction equipment for Category A
(c) Authorisation for Supply of Equipment: Letter of Authorization from Original Equipment Manufacturers (OEMs) /representative will be required for B1.2.
(d) Financial Capacity
Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed
(e) Registration with Professional Bodies
Evidence of firms registration with relevant regulatory professional body(ies) e.g. NAICOM/Insurance, EHORECON/Cleaning Service, COREN/QSRBN/ARCON/CORBON/SURCON/Construction, NSCDC/Security.
(f) Projects related to ICT
Evidence of current registration/accreditation/membership with Computer Professionals Council of Nigeria, Nigerian Computer Society and National Information Technology Development Agency (NITDA);
(g) Manpower
Key personnel with evidence of registration with Professional bodies like COREN, QSRBN, ARGON, SURCON, CORBON, TOPREC, NIESV, CIPSMN etc; For projects related to ICT: Evidence of relevant degree and certification in ICT related courses.
(h) Note that indigenous companies have an advantage in these categories.
Note that the documents should be arranged and submitted in the order as listed above and clearly separated by dividers and paginated

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

UNIVERSITY OF BENIN, BENIN CITY-

INVITATION FOR PREQUALIFICATION AND TENDER FOR THE EXECUTION OF CAPITAL PROJECTS FOR THE 2021 APPROPRIATION

UNIVERSITY OF BENIN
BENIN, BENIN CITY
EDO STATE
INVITATION FOR PREQUALIFICATION AND TENDER FOR THE EXECUTION OF CAPITAL PROJECTS FOR THE 2021 APPROPRIATION

1. INTRODUCTION
The Federal Government of Nigeria has allocated funds to the University of Benin, Benin City in the 2021 Appropriation Act for the Execution of Capital Projects towards achieving its mandate.
The University therefore in compliance with the requirements of the Public Procurement Act 2007, hereby invites interested, competent, and reliable Contractors/Firms with proven experience and a good track record of performance for the execution of these projects.

2. SCOPE OF PROJECTS: WORKS/GOODS
The Projects for which the bids are invited are as follows:

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

INTERNATIONAL ORGANIZATION FOR MIGRATION (IOM)-

INVITATION TO SUBMIT EXPRESSION OF INTEREST FOR SHORTLISTING OF COMPANIES/ SERVICE PROVIDERS

INVITATION TO SUBMIT EXPRESSION OF INTEREST
FOR SHORTLISTING OF COMPANIES/ SERVICE PROVIDERS
3RD JUNE 2021

The INTERNATIONAL ORGANIZATION FOR MIGRATION (IOM) is an intergovernmental humanitarian 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

NEWS AGENCY OF NIGERIA (NAN)-

INVITATION TO TENDER FOR 2021 CAPITAL PROJECTS

NEWS AGENCY OF NIGERIA
NAN HOUSE
INDEPENDENCE AVENUE, CENTRAL BUSINESS DISTRICT, ABUJA
INVITATION TO TENDER FOR 2021 CAPITAL PROJECTS

1. INTRODUCTION
The News Agency of Nigeria, (NAN), intends to undertake the procurement of projects approved under the 2021 Appropriation Act and hereby invites interested, competent, and eligible contractors for the execution of the following projects:

2. SCOPE OF SUPPLIES/WORKS

2.1     CATEGORY “A” GOODS

LOT DESCRIPTION OF ITEMS
G1 Supply of Drone Cameras and Accessories in NAN, Abuja
G2 Supply of Equipment for Effective and Timely Gathering and Dissemination of News in NAN, Abuja
G3 Supply of COVID-19 Smart Movable Temperature and Disinfection Chamber in NAN, Abuja
G4 Supply of Computers and Computer Equipment in NAN, Abuja
G5 Supply of Tablets and IPADs
G6 Supply of Network Equipment

2.2       CATEGORY “B” GOODS

LOT DESCRIPTION OF ITEMS
W1 Rehabilitation of Block D of Lagos Office Building
W2 Facelift of Exterior of Block A, B and C Lagos Office
W3 Procurement of Borehole and Reticulation of Water Supply for Lagos office
W4 Procurement of Solar Energy Solution for the Newsroom Abuja Office

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

FEDERAL INLAND REVENUE SERVICE (FIRS)-

2021 GENERAL PROCUREMENT NOTICE (GPN)

FEDERAL INLAND REVENUE SERVICE (FIRS)
2021 GENERAL PROCUREMENT NOTICE (GPN)

1. INTRODUCTION
The Federal Inland Revenue Service (FIRS) of Nigeria is an agency of the Federal Government of Nigeria established vide FIRS Establishment Act 2007, to collect tax on behalf of the Federation. Its vision is to deliver quality service to taxpayers in partnership with other stakeholders and make taxation the pivot of national development. Its mission is to operate an efficient and transparent tax system that optimizes tax revenue collection and voluntary compliance. The Federal Inland Revenue Service (FIRS) is charged with the responsibility to assess, collect and remit all taxes due to the Federal Government to the Federation account. To meet up with this herculean task, the Service has earmarked funds for execution of various projects in year 2021 proposed budget. In a bid to achieve sound Public Procurement the Service wishes to notify all existing/prospective Contractors, Suppliers, Service providers, Vendors with requisite experience and competences and the General public that the Service would undertake the procurement of Goods, Works and Services in the 2021 financial year in the following areas:

2. AREAS OF NEEDS:
Package 1: Supply of Operational Vehicles
• Supply of operational vehicles – Cars
• Supply of operational vehicles – Buses
• Supply of Ambulances
• Supply of Utility vehicles
Prospective contractors for the above (Package 1) are required/expected to be authorized distributors certified by the OEM of the brand they are offering and meet the general requirements in paragraph 3.

Package 2: Renovation/Construction of FIRS Office Buildings
Category A: Under N20m
Category B: N21m – N50m
Category C: N51m – N200m
Category D: N201m – N299m
Category E: N300m & Above
Turnover must be evident on Tax Clearance Certificate – Category desired must be supported by Turnover on the Tax Clearance Certificate. Staff/Personnel of the prospective Companies/firms should all be registered with their relevant professional organisations.

Package 3: Modernization of FIRS Offices
Category A: Information Communication Technology
1. Supply and installation of Computers and accessories;
2. Provision of Internet access and bandwidth;
3. Provision of Structured Local Area Network (LAN) Cabling;
4. Enterprise SAN storage;
5. Enterprise license agreement;
6. Other related services.

Contractors/Vendors/Service providers in this category must have evidence of membership of the relevant society or organization such as computer association etc.

Category B: Supply and installation of office equipment:
1. Photocopiers;
2. Safes (Fireproof);
3. File Registry cabinets;
4. Refrigerators;
5. Air-conditioners;
6. Shredding machines;
7. Scanners;
8. Water dispensers

Category C: Supply and Installation of Office Furniture:
Only companies that have furniture production factories in Nigeria and can demonstrate capacity to meet large orders of very high quality furniture may be considered.

Package 4 Supply and installation of Electricity equipment
1. Supply and installation of Generators
2. Supply and installation of Electricity Transformers
3. Supply and installation of Electricity power inverters
4. Supply and installation of Solar Power System
5. Supply and installation of street lights

Package 5 Supply of Communication Equipment
1. Supply of Public Address and Conferencing Systems
2. Supply of Multimedia Platforms
3. Supply of Photography/Recording Equipment
4. Supply of Audio and Video Studio Equipment

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