Background Image

KADUNA STATE HEALTH SUPPLIES MANAGEMENT AGENCY-

INVITATION TO TENDER FOR PROCUREMENT OF MEDICINE UNDER MALARIA CONTROL PROGRAMME

KADUNA STATE HEALTH SUPPLIES MANAGEMENT AGENCY
www.kdsg.gov.ng
PROCUREMENT OF MEDICINE UNDER MALARIA CONTROL PROGRAMME

INTRODUCTION
The Kaduna State Government (KDSG) through the Kaduna State Health Supplies Management Agency (KADHSMA) has in 2021 Appropriation Funds, and desirous to undertake the procurement of medicines under Malaria Control Programme through the Kaduna State Health Supplies Management Agency (KADHSMA) in pursuit of its noble objective of providing quality and affordable healthcare to its citizens across the state. In compliance with the provisions of the law 2016, the Kaduna State Health Supplies Management Agency (KADHSMA) hereinafter called ‘Agency’ on behalf of the Kaduna State Government hereby invites interested, eligible and competent Pharmaceutical Manufacturers to submit pre-qualification documents and purchase bidding documents for any of these lots below:

LOT DESCRIPTION

GOODS/SUPPLY

Lot Description Location
LOT 1 Procurement of Medicine Under Malaria Control Programme (Artemisinin-based combination therapy) Kaduna State Health Supplies Management Agency (KADHSMA)
LOT 2 Procurement of Medicine Under Malaria Control Programme (Tablets ) Kaduna State Health Supplies Management Agency (KADHSMA)
LOT 3 Procurement of Medicine Under Malaria Control Programme (Consumables) Kaduna State Health Supplies Management Agency (KADHSMA)
LOT 4 Procurement of Medicine Under Malaria Control Programme (Injection) Kaduna State Health Supplies Management Agency (KADHSMA)

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

SEPLAT PETROLEUM DEVELOPMENT COMPANY PLC-

TENDER OPPORTUNITY: PROVISION OF PERSONAL PROTECTIVE EQUIPMENT

SEPLAT PETROLEUM DEVELOPMENT COMPANY PLC
(ON BEHALF OF THE NPDC/SEPLAT JOINT VENTURE)
TENDER OPPORTUNITY: PROVISION OF PERSONAL PROTECTIVE EQUIPMENT

1. INTRODUCTION:
Seplat wishes to engage local vendors who have demonstrated capability in manufacturing and supply of personal protective equipment for its workforce. The proposed strategy will utilize the NipeX contracting platform to run the tendering process.

2. SERVICES REQUIRED/SCOPE OF WORK:
As a minimum requirement, the selected Contractors shall have the necessary experience, capability and shall be fully responsible for the provision of service as detailed in the table below for use in the onshore operations.

S/N SERVICE CODE TENDER REF. NUMBER SERVICES BRIEF DESCRIPTION OF SCOPE OF WORK INCLUDES BUT IS NOT LIMITED TO THE UNDERSTATED
1 1.16.02 SEPLAT/LAG/CAAF/2019/HSE/12372 Supply of Personal Protective Equipment Personal Protective Equipment shall include:(i) Light weight Fire retardant overalls(ii) Composite or steel toe cap safety shoes (Oxford black)(iii) Composite or steel toe cap safety boots (9 inch pull-on)(iv) Composite or steel toe cop safety boots(v)  PVC rain coats(vi) Safety Hard hats (ventilated & white)(vii) Antiglare and anti-abrasion safety eye protection (goggles)(viii) Ear plugs/muff(ix) 3M Full Face Masks + cartridges(x)  3M Reusable Half Face Masks(xi)  3M Disposable Fine Dust Filter 8812 Masks

3. SPECIAL CONSIDERATIONS:
For the coveralls workscope, Seplat is committed to utilizing an in-country Garment manufacturing factory and for the rest of the workscope. Seplat shall ensure that recommended bidders for contract award shall provide binding memorandum of agreement (MOA) with verifiable Nigerian safety boots manufacturing companies for the procurement of all safety boots on this tender. Furthermore only eligible vendors that have demonstrated ownership of in-country Administrative/ Procurement office and storage facility for the execution of the work scope may be recommended for contract award for Provision of PPEs (Hard hats, Safety shoes, Goggles, Hand gloves, Reflective Vests, Rain Coats, Rain Boots Ear Muffs etc.).

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

FORESTRY RESEARCH INSTITUTE OF NIGERIA-

INVITATION FOR TECHNICAL AND FINANCIAL BIDS FOR THE IMPLEMENTATION OF 2021 CAPITAL AND ZONAL INTERVENTION PROJECTS/PROGRAMMES AT FORESTRY RESEARCH INSTITUTE OF NIGERIA, IBADAN, AND HER COLLEGES

FORESTRY RESEARCH INSTITUTE OF NIGERIA
FEDERAL MINISTRY OF ENVIRONMENT
P.M.B 5054, JERICHO-IBADAN, OYO STATE
INVITATION FOR TECHNICAL AND FINANCIAL BIDS FOR THE IMPLEMENTATION OF 2021 CAPITAL AND ZONAL INTERVENTION PROJECTS/PROGRAMMES AT FORESTRY RESEARCH INSTITUTE OF NIGERIA, IBADAN, AND HER COLLEGES

1. PREAMBLE
The Forestry Research Institute of Nigeria and her Colleges wishes to undertake the procurement of works and goods under the 2021 capital and zonal intervention projects/programmes. In Clearance with the Public Procurement Act 2007, FRIN and her Colleges hereby invite interested and competent contractors and suppliers for procurement and execution of the projects/programmes as follows:

2. SCOPE OF WORKS/SUPPLIES/SERVICES

Lot No Project Description Procuring Entity
Lot FCFRM 01 Construction/Rehabilitation of buildings including furnishing (FCFRM 21/01) Federal College of Forest Resources Management, Sakpoba/FRIN (Works)
Lot FCFRM 02 Construction/Rehabilitation of buildings including furniture/equipment (FCFRM 21/02) Federal College of Forest Resources Management, Maiduguri / FRIN (Works)
Lot FCFRM 03 Construction/Rehabilitation of buildings including furnishing (FCFRM 21/03) Federal College of Forest Resources Management, Ishiagu / FRIN (Works)
Lot FCFRM 04 Provision of motorized borehole in Anambra State (FCFRM 21/04) Federal College of Forest Resources Management. Ishiagu / FRIN (Works)
Lot FCFRM 05 Empowerment /Skills acquisition of youths on Soiless Farming, fish production and hazard loss prevention in Anambra and Imo States (FCFRM 21/05) Federal College of Forest Resources Management. Ishiagu / FRIN (Goods)
Lot FRIN 01 Rehabilitation/Procurement of research facilities in FRIN and FRIN outstations (FRIN 21/01) Forestry Research institute of Nigeria, Ibadan (Works)
Lot FRIN 02 Construction of Research facilities (FRIN 21/02) Forestry Research institute of Nigeria, Ibadan (Works)
Lot FRIN 03 Completion of Rehabilitation of Aboratum road/ drainage in FRIN /rehabilitation of road and drainage in Ekiti North (FRIN 21/03) Forestry Research institute of Nigeria, Ibadan (Works)
Lot FRIN 04 Provision of office fittings including Furniture in FRIN/Outstations (FRIN 21/04) Forestry Research institute of Nigeria, Ibadan (Goods)
Lot FRIN 05 Provision of vehicles for agroforestry ventures in various LGAs of Lagos State (FRIN 21/05) Forestry Research institute of Nigeria, Ibadan (Goods)
Lot FRIN 06 Completion of Installation of solar street lights / Rehabilitation of FRIN solar system in FRIN and various States (FRIN 21/06) Forestry Research institute of Nigeria, Ibadan (Works)
Lot FRIN 07 Provision of Tricycle to agroforestry farmers in Northwest (FRIN21/07) Forestry Research institute of Nigeria, Ibadan (Goods)
Lot FRIN 08 Empowerment/training of women and youths on agro-forestry enterprises /solar powered borehole installation in FRIN/various states (FRIN 21/08) Forestry Research institute of Nigeria, Ibadan (Goods)
Lot FRIN 09 Provision of agroforestry tools / equipment for youths and Inputs for seed multiplication (FRIN 21/09) Forestry Research institute of Nigeria, Ibadan (Goods)
Lot FRIN 10 Development of agro forestry enterprises/training centres in selected areas of Borno and other States (FRIN 21/10) Forestry Research institute of Nigeria, Ibadan (Works)
Lot FRIN 11 Erosion control in Ibadan North/South Oyo States (FRIN 21/11) Forestry Research institute of Nigeria, Ibadan (Works)
Lot FRIN 12 Provision of facility/equipment to health care centre, Eti-Osa, Lagos States (FRIN 21/12) Forestry Research institute of Nigeria, Ibadan (Works)
Lot FRIN 13 Provision of Nurseries including Development of forests and planting of coconut trees in various locations (FRIN 21/13) Forestry Research institute of Nigeria, Ibadan (Works)
Lot FRIN 14 Completion of Provision of computers to secondary schools in Lagos State (FRIN 21/14) Forestry Research institute of Nigeria, Ibadan (Goods)
Lot FRIN 15 Completion of Provision of motorized borehole in Kaduna State (FRIN 21/15) Forestry Research institute of Nigeria, Ibadan Works)
Lot FCFM 01 Procurement of Mechanized Tillers for empowerment of agro forestry farmers (FCFM 21/01) Federal College of Forestry Mechanization, Afaka Kaduna (Goods)
Lot FCFI01 Supply and installation of solar energy lights in Edo state (FCFI 21/01) Federal College of Forestry, Ibadan (Works)
Lot FCFI02 Empowerment/training of youths on Sandification in Anambra States ((FCFI 21/02) Federal College of Forestry, Ibadan (Goods)
Lot FCFJ 01 Furnishing/Equipping of facilities (FCFJ 21/01) Federal College of Forestry, Jos (Goods)
Lot FCFJ 02 Empowerment /training of youths on Forest Management in various LGAs of Anambra States ((FCFJ 21/02) Federal College of Forestry, Jos (Goods)

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

TERTIARY EDUCATION TRUST FUND (TETFUND)-

GENERAL PROCUREMENT NOTICE (GPN) FOR 2021 CAPITAL AND RECURRENT PROJECTS

TERTIARY EDUCATION TRUST FUND (TETFUND)
NO 6, ZAMBEZI CRESCENT, OFF AGUIYI IRONSI STREET
MAITAMA, P.M.B 361, ABUJA, NIGERIA
+234 – 07098818818, 07098818817, 07098211222-3
info@tetfund.gov.ng,
www.tetfund.gov.ng
GENERAL PROCUREMENT NOTICE (GPN) FOR 2021 CAPITAL AND RECURRENT PROJECTS

1. INTRODUCTION
The Tertiary Education Trust Fund (TETFund) intends to use part of its 2021 budgetary allocation on the procurement of goods and services to the Fund. The Fund in compliance with the provisions of the Public Procurement Act 2007, issues this General Procurement Notice to inform eligible and interested Contractors, Vendors, Service Providers and the General Public that it would undertake procurement in the following areas:

(A) GOODS
(i) Computer Equipment
(ii) Office Equipment
(iii) Office Stationeries/Computer Consumables
(iv) Furniture and Fittings
(v) Printing Works
(vi) Multimedia Equipment
(vii) Library Books, Equipment and E-Library

(B) SERVICES
(i) Financial Monitoring
(ii) Projects/Programmes Monitoring
(iii) ICT Matters, Software Development/Upgrade
(iv) Valuers and Auctioneers
(v) Legal Services
(vi) Facility Management Services
(vii) Insurance.
(viii) Capacity Building and Training
(ix) Media and PR Services.
( C) WORKS
(i) Head office Improvement

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

FEDERAL AIRPORTS AUTHORITY OF NIGERIA (FAAN)-

INVITATION FOR PRE-QUALIFICATION FOR PROCUREMENT UNDER FAAN 2021 IGR BUDGET (SUPPLIES)

FEDERAL AIRPORTS AUTHORITY OF NIGERIA
INVITATION FOR PRE-QUALIFICATION FOR PROCUREMENT UNDER FAAN 2021 IGR BUDGET (SUPPLIES)

A. INTRODUCTION
The Federal Airports Authority of Nigeria (FAAN) has the statutory functions of developing and managing all necessary airport facilities and services for safe, secured and efficient carnage of passengers and goods Consequently, the Authority intends to undertake the procurement of the under-listed projects under its 2021 financial year/internally Generated Revenue (IGR) Budget In compliance with the National Open Competitive Bidding (NOCB) procedures stipulated in the Public Procurement Act 2007 and its extant guidelines, the Authority hereby invite competent and reliable companies to submit their technical documents for execution of the projects.

B. LIST OF PROJECTS

LOT NO DESCRIPTION OF PROJECT
S1 Supply of Fuel/ Lubricants to FAAN Headquarters and Other Airports In Nigeria.
S2 Supply of Fire Equipment, Accessories and Consumables (e.g. Breathing Apparatus, Fire Delivery Hose, foam compounds. Fire extinguishers, etc.).
S3 Supply of Electrical spare parts/Instruments and other Accessories (e.g., Distribution Transformers; Low Voltage (LV), Medium Voltage (MV) and High Tension (HT) armoured Cables; SF6 Ring Main Unit (RMU); etc.).
S4 Supply of Uniforms, Operational Outfits and accessories.
S5 Supply of Operational Vehicles and Ambulances.
S6 Supply of Stationeries.
S7 Supply of Furniture/Office Equipment (e.g. Chairs, tables, Copiers, etc.).
S8 Supply of Computer Systems, peripherals and Accessories, (e.g. Desktops and Laptops, printers, Rack Mountable HP Servers, weighing scales, etc.).
S9 Supply of Water Survey Equipment, Spares, Consumables and Accessories
S10 Supply of Heavy Duty Generator Spare Parts
S11 Supply of Aviation Security Equipment, Spares and Accessories
S12 Supply of Communication Equipment, Spares and Accessories.
S13 Supply of Civil and Building Engineering Consumables.
S14 Supply of Mechanical Engineering Equipment, Spares and Consumables/Accessories
S15 Supply of Operational Equipment Spares and Accessories (e.g. marshaling tools, windsocks, etc.)
S16 Supply of Safety Equipment, Accessories and Consumables (e.g. tachometer, breathalyser, ear muffs, gloves, speed gun, barrier tape, etc.).
S17 Supply of Tractors and Slashers.
S18 Supply of Birds / Wildlife hazard controls consumables.
S19 Supply of Corporate Items
S20 Haulage services for the movement of goods and heavy duty equipment.

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 FOR PRE-QUALIFICATION/INVITATION TO TENDER FOR EXECUTION OF PROJECTS

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.
E-MAIL: procurement@nimasa.gov.ng
WEBSITE: www.nimasa.gov.ng
PROC. 04/21/SNO1
INVITATION FOR PRE-QUALIFICATION/INVITATION TO TENDER

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 FOR PRE-QUALIFICATION
LOT-1 Purchase of Boats
CATEGORY B: INVITATION TO TENDER
LOT-2 Development of Hydrographic, Nautical, Cartographic and Bathymetric Data Base of Nigeria Waters, Western Zone
LOT-3 Development of Hydrographic, Nautical, Cartographic and Bathymetric Data Base of Nigeria Waters, Central Zone
LOT-4 Development of Hydrographic, Nautical, Cartographic and Bathymetric Data Base of Nigeria Waters, Eastern Zone

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 (2018, 2019 and 2020) valid till 31 December 2021, with a minimum average annual turnover of N20 Million for Category B;
(iii) Evidence of current Pension Clearance Certificate valid till 31 December 2021;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December 2021;
(v) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2021
(vi) 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;
(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 offense 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 (2018, 2019 and 2020);
(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 regulatory 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) Company’s Signed Health, Safety and Environment (HSE) policy;
(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.

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

FEDERAL AIRPORTS AUTHORITY OF NIGERIA (FAAN)-

INVITATION FOR PRE-QUALIFICATION FOR PROCUREMENT UNDER FAAN 2021 IGR BUDGET (WORKS)

FEDERAL AIRPORTS AUTHORITY OF NIGERIA (FAAN)
INVITATION FOR PRE-QUALIFICATION FOR PROCUREMENT UNDER FAAN 2021 IGR BUDGET (WORKS)

1. INTRODUCTION
The Federal Airports Authority of Nigeria (FAAN) has the statutory functions of developing and managing all necessary airport facilities and services for safe, secured and efficient carriage of passengers and goods. Consequently, the Authority intends to undertake the procurement of the under-listed projects at FAAN Headquarters and other Airports in Nigeria, under its 2021 financial year/Internally Generated Revenue (IGR) Budget. In compliance with the National Open Competitive Bidding (NOCB) procedures stipulated in the Public Procurement Act 2007 and its extant guidelines, the Authority hereby invite competent and reliable companies to submit their technical documents for execution of the projects.

2. SCOPE OF WORKS AND SUPPLIES

LOT NO. DESCRIPTION OF PROJECT
W1 Renovation/Civil and Construction works at FAAN Staff Quarters, offices and dilapidated buildings at FAAN Headquarters, Lagos; Murtala Muhammed Airport, Lagos; Ibadan Airport; Ilorin Airport, Akure Airport and Benin Airport
W2 Renovation/Civil and Construction works at FAAN Staff Quarters, offices and dilapidated buildings at Nnamdi Azikiwe International Airport, Abuja; Kaduna Airport; Minna Airport and Makurdi Airport
W3 Renovation/Civil and Construction works at FAAN Staff Quarters, offices and dilapidated buildings at Mallam Aminu Kano International Airport, Kano; Sultan Abubakar International Airport, Sokoto; Umar Musa Yar’adua International Airport, Katsina; Maiduguri Airport and Yola Airport
W4 Renovation/Civil and Construction works at FAAN Staff Quarters, offices and dilapidated buildings at Port Harcourt International Airport; Akanu Ibiam International Airport, Enugu; Margret Ekpo International Airport, Calabar and Sam Mbakwe International Cargo Airport, Owerri
W5 Bush Clearing and Landscaping at various Airports
W6 Supply and Installation of Fire/Safety Equipment (e.g. Fire/Smoke alarm system, Delivery Hose Dryer System, Signages, etc.)
W 7 Printing and Supply of Non-Security Documents
W8 Supply and Installation of Communication Equipment (e.g. Walkie Talkie, Radios, Local Area Network, Wide Area Network, Public Address Systems, Flight Display Systems, Airport Management Systems, Hotlines, Crash Alarm Systems, etc.)
W9 Automation of FAAN’s Facilities (e.g. Car Parks, Access gates, Toll gates, etc.)
W10 Supply and Installation of Security Equipment (e.g. Cargo screening machines, Explosive detectors, CCTV, etc.)
W11 Provision of System Support Services (e.g. IP Services, Maintenance services, Power Backup services, Core Rooms, Data Centre, Data Services, Equipment Room services, FM200, Inverters, Telephony, etc.)
W12 Supply and Installation of Water and Sewage Equipment
W13 Supply and Installation of Generators
W14 Supply and Installation of Mechanical Equipment (e.g. Baggage Conveyor Systems, Lifts, Escalators, Aviobridges, Chillers, Air Conditioners, etc.)
W15 Supply and Installation of Electrical Equipment
W16 Maintenance of Baggage Conveyor Systems, Lifts, Escalators, Passenger Boarding Bridges, Chillers, Generators, Air Conditioners, etc.
W17 Maintenance of Runways, Taxiways, Apron, Terminal Buildings, Operational perimeter road and fence, Link roads, etc.
W18 Maintenance of Water and Sewage Engineering Infrastructures
W19 Maintenance of Aviation Security Cargo screening machines. Explosive and narcotics detection machines, Bomb detection machines, Distance explosive detectors, etc.
W20 Maintenance of Laboratory Equipment
W21 Derubberization, Degreasing and Friction Testing of Runways, Taxiways and Aprons at various Airports

ELIGIBILITY REQUIREMENTS
(a) Evidence of Company’s Certificate of Incorporation issued by Corporate Affairs Commission (CAC), including certified true copy of Memorandum and Articles of Association, forms CAC2 & CAC7.
(b) Evidence of Company’s Income Tax Clearance Certificate (TCC) for the last three years (i.e. 2018, 2019 and 2020), 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) 31st December 2021 or valid certificate issued by the Bureau of Public Procurement (BPP).
(g) Sworn Affidavit from Court of competent jurisdiction in Nigeria (Federal or State), including stamped passport photograph and signature of Deponent/Declarant, disclosing as follows:-
• Whether or not any officer of the relevant committees of the Federal Airports Authority of Nigeria or Bureau of Public Procurement (BPP) 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 the Director(s) has/have never been convicted by any court of law.
• That the firm’s Director or the company is not bankrupt.
(h) Company’s Audited Accounts for the last three (3) years (i.e. 2018, 2019 and 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 project when needed.
(j) Company’s Profile, with Curriculum Vitae of Key Staff to be deployed for the project, including copies of their academic and professional certificates (e.g. in case of Civil Works: COREN, QSRBN, ARCON, CORBON, etc.).
(k) Verifiable documentary evidence of at least three (3) similar works successfully completed/ongoing project in the last five (5) years, including Letters of Award, Contract Agreements, Job Completion Certificates and Photographs of the projects.
(l) For supply of Equipment: letter of authorization from the Original Equipment Manufacturer(s) or evidence of proficiency in the installation and training on operation of such equipment is required.
(m) 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.), E-mail address, names and nationalities of the Directors of the Company at the bottom of the page and duly signed by the authorized officer of the firm.

SUBMISSION OF PREQUALIFICATION DOCUMENTS
• The documents are to be submitted in soft copy (flash drive) and two (2) hard copies (One original and one copy) in A4 paper size and neatly bound. The document should be arranged in the order listed above and clearly separated by dividers.
• The documents must be sealed in an envelope and the Project Name and Lot number clearly written at the top left corner of the envelope.
• All documents must be submitted to the office of The General Manager (Procurement), FAAN Headquarters Annex, Ikeja – Lagos, from 8.30am to 00pm, Monday to Friday.
• Contacts: Phone No. 08033011334 or 08034706549, Email Address: procurement@faannigeria.org .
• Submission of pre-qualification documents shall close at exactly 11:30a.m. on Monday, 17 May, 2021

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

FAO-

CALL FOR EXPRESSIONS OF INTEREST (EOI) FOR ESTABLISHMNT OF BRIQUETTES CENTERS IN FAO NIGERIA 2021/2022 PROGRAMME IN BORNO, ADAMAWA AND YOBE STATES, NIGERIA

FAO
CALL FOR EXPRESSIONS OF INTEREST (EOI) FOR ESTABLISHMNT OF BRIQUETTES CENTERS IN FAO NIGERIA 2021/2022 PROGRAMME IN BORNO, ADAMAWA AND YOBE STATES, NIGERIA
REFERENCE: EOI-FAO-NG-2020-003 – BRIQUETTES CENTER
BENEFICIARY COUNTRY(IES): NIGERIA
REGISTRATION LEVEL: BASIC
PUBLISHED ON: 26-APR-2021
DEADLINE ON: 03-MAY-2021 00:00 (GMT 1.00) WESTERN EUROPE TIME, LONDON, LISBON, CASABLANCA

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