Background Image

SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED-

TENDER OPPORTUNITY: MANAGEMENT OF SUPPLY BASE (EAST & WEST)

THE SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED
TENDER OPPORTUNITY: MANAGEMENT OF SUPPLY BASE (EAST & WEST)
TENDER REF: CW437629; NIPEX TENDER NO. 1000004809

1. INTRODUCTION
SHELL hereby announces to interested and pre-qualified companies an upcoming tendering opportunity for the Management of Supply Bases for SPDC in Kidney Island Port Harcourt & IA-Ogunu Warri. The proposed contracts are estimated to tentatively commence in Q1 of 2021 and remain active for Three (3) Years duration, followed by one (1) year extension option.

Please visit the Nigerian Petroleum Exchange Portal www.nipex-ng.com for further details.

2. OVERVIEW/SCOPE OF WORK
The specific Management of Supply Bases activities to be executed by the contractor include provision of, but not limited to

Base Management
• Good receipts and good inward inspection;
• Inventory Management, material put away, storage, preservation, picking, Issue, picking, bulk breaking, dispatch and delivery
• Administration services including manual updates, SAP updates, record management, marine operations management etc. These services required will cover the following warehouse locations: PH Kidney Island base, PH Industrial Area, Bonny, Soku and Gbaran Ubie for the East, while the West operations includes-Ogunu Industrial Area & Forcados Oil Terminal
• Vessel operations, scheduling and mooring – briefing and debriefing vessel owners on operations and safety.
• Journey Management and vessel fracking.
• Jetty Management- Provide sole means of embarkation and disembarkation of vessels, safe berth to vessels by ensuring jetty is free from permanent obstruction.
• Security of materials stored in the warehouse including stock accuracy
• Overall Base Management including HSE, security, IT etc.,
• Manage existing GMOU between SPDC and Host Communities and be responsible for managing the community relations with the host communities to ensure freedom to operate

Cargo Handling
• Materials handling
• Transfer within base
• Discharge and loading of vessels
• Racking and stacking of pipes
• Loading and unloading trucks
• Stuffing and un stuffing of containers
• cargo haulage services outside the base

Facility Management
• Provision and management of office accommodation, warehousing facilities and stacking areas.
• Upgrade and Maintenance of existing infrastructures of the supply base
• Administration and Maintenance of stocking areas, warehouses, offices and other infrastructures
• Cleaning of warehouse, materials in storage and jetty area
• Mooring of barges & tugs alongside jetty
• Roll-on-roll-off (RORO) services
• Assistance to vessels, crafts, barges & tugs
• Supply of fresh water

Miscellaneous Services
• Marine Agency and statutory payments including conservancy, pilotage, clearance with authorities, provision of transpire and other NPA charges, and other lawful charges as may be required
• Management of Nigeria Ports Authority (NPA) appointed Stevedoring companies operations within Supply base.
• Reimbursable for supply of materials – dunnages, tarpaulins, wood etc.

Equipment and Personnel
• Provision of dedicated equipment and personnel – Forklifts, Petty bone, Trucks, Lowbeds, Self-loader, Stake side, Tractors, pickup, Cranes and various categories of personnel.

3. MANDATORY REQUIREMENTS
1. To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Product/Service Category 3.08.12. Supply Base/Warehouse/Storage Services Cat A-D in the Nipex Joint Qualification System (JQS) database. Only successfully pre-qualified suppliers in this category will receive a Technical & Commercial Invitation to Tender (ITT).
2. To determine if you are pre-qualified and view product/service category you are listed for, open www.nipex-ng.com and access NJQS with your login details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.
3. you are not listed in a product/service category you are registered with DPR to do business, contact Nipex office at 8, Bayo Kuku Street, Ikoyi, Lagos with your DPR certificate of evidence for necessary update.
4. To initiate the JQS prequalification process, access www.nipex-ng.com to download the application form, make payments and contact Nipex office for further action. 5. To be eligible, all tensors must comply with the Nigerian Content Requirements in the NipeX system.

Other Mandatory requirements:
1. Current relevant Department of Petroleum Resources (DPR| Permit in the following category 1.3.20 – Marine Support Services
2. Registration as employer of Dock Labour by Nigerian Maritime Administration and Safety Agency (NIMASA)
3. Registration as a Service Boot Operator by the Nigeria Ports Authority (NPA)
4. Minimum material handling equipment requirement include but not limited to 30 tons Crane, 50 tons Crane x 1no., 120 tons Crane x 1 no., 4 tons forklift x 1 no., Pipehandler x 1no., Trucks with 40ft Trailers x 5 nos, Pickup Trucks x 2nos.
5. Evidence that all personnel provided to carry out work assignments have the relevant certifications e.g. Lifting & Hoisting

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

OYO STATE UNIVERSAL BASIC EDUCATION BOARD-

EXTENSION OF BID OPENING DATE 2019 FGN-UBEC/OYO SUBEB INTERVENTION PROJECTS

OYO STATE GOVERNMENT
OYO STATE UNIVERSAL BASIC EDUCATION BOARD
(OYO SUBEB)
P. M. 8. 5150, SECRETARIAT, IBADAN
E-mail: oyosubebprs@gmail.com
EXTENSION OF BID OPENING DATE
2019 FGN-UBEC/OYO SUBEB INTERVENTION PROJECTS

The Oyo State Universal Education Board (OYO SUBEB) hereby wishes to inform all vendors who have tendered or are intending to tender for 2019 FGN-UBEC/OYO SUBEB Intervention Projects for various infrastructure facilities to be provided in Public Primary and Junior Secondary Schools, that the Bid Opening Exercise formerly extended to Thursday, 17th September 2020, is hereby rescheduled to hold on Thursday, 8th October 2020, at the premises of OYO SUBEB, Agodi, Ibadan. This extension becomes necessary due to low patronage and the need to ensure that the process is highly competitive.

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

ACCIDENT INVESTIGATION BUREAU (AIB) HEADQUARTERS-

INVITATION TO TENDER FOR WORKS AND SERVICES

FEDERAL REPUBLIC OF NIGERIA ACCIDENT INVESTIGATION BUREAU (AIB) HEADQUARTERS,
ACCIDENT INVESTIGATION BUREAU (AIB) HEADQUARTERS,
NNAMDI AZIKIWE INTERNATIONAL AIRPORT, ABUJA
INVITATION TO TENDER

1. INTRODUCTION
The Accident Investigation Bureau (AIB) hereby express its intention to use part of its Federal Budget Allocation and Internally Generated Revenue to fund the under-listed jobs. In line with the above and the Public Procurement Act, 2007, the Bureau wishes to invite qualified and experienced Contractors to Tender for the job;

2.  SCOPE OF THE WORK
Lot 1: Provision of Security Services for all AIB Offices
Lot 2: Purchase of Hi-Tech Unmanned Area Vehicle with Camera, Training, and Support
Lot 3: Procurement and Equipping of Accident Investigation Mobile Sites Office

3. TENDER REQUIREMENTS
Bidders are expected to possess the following minimum qualification criteria:
(i) Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
(ii) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31 December, 2020;
(iii) Evidence of current Pension Compliance Certificate valid till 31 December 2020
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2020;
(v) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2020;
(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 December, 2020 or valid Certificate issued by BPP
(vii) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Accident Investigation Bureau 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) Company’s Audited Accounts for the last three years- 2017, 2018, 2019;
(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) Company’s profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualification;
(xi) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of award, Valuation/Job Completion Certificate and photograph of the projects;
(xii) Evidence of Registration with Nigeria Security and Civil Defense Corp (NSCDC) (LOT 1)
(xiii) Evidence of Original Equipment Manufacturer (OEM)/ Dealership (LOT 2) and (LOT 3)
(xiv) All Document 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, Telephone Number (preferably GSM no.), and e-mail address, The Letter Head Paper must bear the Names and Nationalities of the Director of the Company at the bottom of the pages, duly signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS
All interested bidders are hereby requested to collect Standard Bidding Document (SBD) for the supply from the Office of the General Manager (Procurement), ground floor, Accident Investigation Bureau (AIB), Murtala Muhammed International Airport, Ikeja, Lagos, upon presentation of evidence of payment of non-refundable tender fee of N10,000.00 payable to Accident Investigation Bureau TSAAccount.

5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit a bid for the Lot, two (2) hard copies of each of the technical and financial bids with softcopy of financial bid only in Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger envelope addressed to the Commissioner, Ground Floor, Accident Investigation Bureau (AIB) Murtala Muhammed International Airport, Ikeja, Lagos and clearly marked with (the name of the project and the lot number), Furthermore, the reverse of each sealed envelopes should bear the name and address of the bidder and drop in the designated Tender Box not later than 12:00 noon on Monday, 26 October 2020.

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

FEDERAL GOVERNMENT COLLEGE KEFFI, NASARAWA STATE-

INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT COLLEGE KEFFI, NASARAWA STATE
INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

1. INTRODUCTION:
The Federal Government of Nigeria has allocated funds to the Federal Government College, Keffi, Nasarawa State in the 2020 Appropriation Act for the procurement of Goods and Works towards achieving the mandate of the College. In compliance with the provisions of the Public Procurement Act 2007, the College invites interested and eligible Vendors and Contractors with relevant proven competence and experience to participate in the bidding process of the following Projects:

2. SCOPE OF WORKS/SUPPLIES

CATEGORY A (WORKS)

L/N PROJECT TITLE
Lot W1 Rehabilitation and Maintenance of Access Road
Lot W2 Construction of 1 No Block of Boys Hostel (Storey Building) for 500 Students
Lot W3 Expansion of Dining Hall

CATEGORY B (GOODS)

L/N PROJECT TITLE
Lot G1 Purchase of Photocopying Machines

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

NIGERIAN METEOROLOGICAL AGENCY (NIMET)-

INVITATION TO TENDER FOR 2020 PROJECTS

NIGERIAN METEOROLOGICAL AGENCY (NIMET)
HEADQUARTERS, NATIONAL WEATHER FORECASTING AND CLIMATE RESEARCH
CENTRE, BILL CLINTON DRIVE, NNAMDI AZIKIWE INTERNATIONAL AIRPORT, ABUJA.
TENDER ADVERTISEMENT FOR 2020 PROJECTS

1. INTRODUCTION
The Federal Government of Nigeria has provided funds in the 2020 Appropriation Act for the Nigerian Meteorological Agency (NiMet) which has the mandate to observe, analyse, archive and disseminate weather information to the Nigerian socio-economic sectors. To this end and in line with the provisions of the Public Procurement Act 2007, the Agency wishes to invite all interested and reputable contractors/suppliers/consultants with relevant experiences to bid for the execution of the following projects:

2. SCOPE OF WORK AND SERVICE

LOT NO.           TITLE OF WORKS
A1 Design and Construction of Ni Met North Central  Zonal Office at Gwagwalada
A2 Design and  Construction of Ni Met Southwest Zonal Office at Ibadan
A3 Design and Construction of 4Nos. Specific NiMet Synoptic Offices:
I Asaba
II Umuahia
III Yenagoa
IV Makurdi
A4 Establishment of Meteorological Data Rescue and Archiving Centre at Abuja.
A5 Dissemination of climate services information across the 6 geopolitical zones:
I Northeast zone
II North Central zone
III Northwest zone
IV Southeast zone
V Southwest zone
VI South South zone
A6 Construction of macro -agricultural research station at 6 agro climatic zones:
I Rainforest zone at Abeokuta
II Derived savannah at Auchi
III Southern guinea Lafia
IV Northern guinea at Makarfi
V Sudan savannah at Kafur
VI Sahel zone at Gumel
A7 Upgrade of satellite weather data acquisition system (RETIM,MSG and SADIS)
A8 Procurement, installation, calibration and data relaying of weather observation sensors for early warning system
A9 Upgrade of air quality and ozone monitoring facilities
I Abuja
II Oshodi
A10 Procurement, installation of off-grid solar-powered system for air quality and ozone monitoring equipment at:
I Abuja
II Oshodi
A11 Procurement, Installation and Calibration of 5-Band Doppler weather radar at:
I Abuja
II Port Harcourt
A12 Procurement, installation and calibration of marine meteorological sensors along Nigeria’s coastline
A13 Procurement and installation of 110ft heavy duty Doppler Radar tower at:
I Lagos
II Kano
A14 Procurement of monitoring equipment for activities of te WMO regional office for West Africa region
A15 Procurement, installation and calibration of conventional and automatic weather observation systems for Africa meteorological program
A16 Provision of facilities for Schools Meteorological Programme

CATEGORY B: SERVICE

LOT NO. TITLE OF SERVICE
S16 Design and Installations of IT Solutions for Office Automation
I Stores Management  Solution
II Accounting Solution
III Personnel Management Solution
IV Equipment Maintenance Solution
S17 Valuation of NiMet Properties Nationwide

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

FCT UNIVERSAL BASIC EDUCATION BOARD (UBEB)-

INVITATION TO TENDER FOR SUPPLY OF GOODS AND WORKS FOR FCT UNIVERSAL BASIC EDUCATION BOARD UNDER 2019 UBE

FEDERAL CAPITAL TERRITORY ADMINISTRATION
FCT UNIVERSAL BASIC EDUCATION BOARD (UBEB)
INVITATION TO TENDER FOR SUPPLY OF GOODS AND WORKS FOR FCT UNIVERSAL BASIC EDUCATION BOARD UNDER 2019 UBE

1. INTRODUCTION
The Federal Capital Territory Administration (FCTA) has provisions under UBE Intervention Funds for the procurement of under-listed projects, is hereby inviting competent and interested companies to submit Technical & Financial Bids for the following projects:

2. SCOPE OF WORKS/SUPPLIES

LOT PROJECT
BH-1 Drilling of Borehole and Provision of 4,000 litres capacity GEEPEE tank on a 9m height Stachhion tower and reticulation at Gassakpa II Primary School, in Abaji LEA
BH-2 Drilling of Borehole and Provision of 4,000 litres capacity GEEPEE tank on a 9m height Stachhion tower and reticulation at Fillin Dabo Primary School, in AMAC LEA
BH-3 Drilling of Borehole and Provision of 4,000 litres capacity GEEPEE tank on a 9m heightStachhion tower and reticulation at Normadic Primary School, Mpape, in Bwari LEA
BH-4 Drilling of Borehole and Provision of 4,000 litres capacity GEEPEE tank on a 9m height Stachhion tower and reticulation at Chibiri Primary School, in Kuje LEA
BH-5 Drilling of Borehole and Provision of 4,000 Iitres capacity GEEPEE tank on a 9m height Stachhion tower and reticulation at JSS Ubosharu, in Kwali LEA
BH-6 Drilling of Borehole and Provision of 4,000 litres capacity GEEPEE tank on a 9m height Stachhion tower and reticulation at Model Girls Junior Secondary School, Kuka, in Kwali LEA
CC-1 Construction of 96 Bed Space, Girls’ Hostel, Double Bunk (Up & Down) at Model Girls Junior Secondary School, Aco Estate, in AMAC LEA
CC-2 Construction of a block of 8 classrooms upstairs 4No Offices & 16No Toilets at JSS Lokogoma, in AMAC LEA
CC-3 Construction of 570m Perimeter Fence & Gatehouse at Tudun Wada Primary School, in Bwari LEA
CC-4 Reconstruction and remedial work of dinning hall at Model Girls Junior Secondary School, Kuka, in Kwali LEA
CC-5 Reconstruction and remedial work of 2No hostels at Model Girls Junior Secondary School, Kuka, in Kwali LEA
CC-6 Reconstruction and remedial work of Admin/Classrooms Blocks at Model Girls Junior Secondary School, Kuka, in Kwali LEA
CC-7 Reconstruction and remedial work of 2 and 3 bedroom houses, at Model Girls Junior Secondary School, Kuka, in Kwali LEA
CC-8 Construction of a block of 3 Classrooms at Madani Primary School, in Abaji LEA
CC-9 Construction of a block of 3 Classrooms at Angwan Wana Primary School, in Abaji LEA
CC-10 Construction of a block of 3 Classrooms at Nomadic Primary School, Rimba, in Abaji LEA
CC-11 Construction of a block of 3 Classrooms at Nomadic Primary School, Aso Estate, in AMAC LEA
CC-12 Construction of a block of 3 Classrooms at Pigba Adnayitabi Primary School, in AMAC LEA
CC-13 Construction of a block of 3 Classrooms at Dakwa Dantata Primary School, in AMAC LEA
CC-14 Construction of a block of 3 Classrooms at Nomadic Jabi Primary School, in AMAC LEA
CC-15 Construction of a block of 3 Classrooms at Zamani Primary School, in AMAC LEA
CC-16 Construction of a block of 3 Classrooms at Upeye Primary School, in AMAC LEA
CC-17 Construction of a block of 3 Classrooms at Dayisna Primary School, in AMAC LEA
CC-18 Construction of a block of 3 Classrooms at Nomadic Primary School, Galadimawa, in AMAC LEA
CC-19 Construction of a block of 3 Classrooms at Nomadic Primary School, Jiko, in Bwari LEA
CC-20 Construction of a block of 3 Classrooms at Nomadic Primary School, Gidan Baushe, in Bwari LEA
CC-21 Construction of a block of 3 Classrooms at Nomadic Primary School, Burti, in Bwari LEA
CC-22 Construction of a block of 3 Classrooms at Nomadic Primary School, Gidan Baniye, in Bwari LEA
CC-23 Construction of a block of 3 Classrooms at Nomadic Primary School, Fodio, in Bwari LEA
CC-24 Construction of a block of 3 Classrooms at Nomadic Primary School, Anini Gote, in Kwali LEA
CC-25 Construction of a block of 3 Classrooms at Tungan Tufa Primary School, in Kwali LEA
CC-26 Construction of a block of 3 Classrooms at ShedaTsoho Primary School, in Kwali LEA
CC-27 Construction of a block of 3 Classrooms at ShedaSarki Primary School, in Kwali LEA
CC-28 Construction of a block of 3 Classrooms at Godoji Primary School, in Kuje LEA
CC-29 Completion of 2no. blocks of 3 Classrooms each at Islamiyyah&Kwaita Sabo Primary Schools, in Kwali LEA
CC-30 Construction of a block of 3 Classrooms with office & store at Mabo Primary School, in Gwagwalada LEA
CC-31 Construction of a block of 3 Classrooms with office & store at Rugan Danke Primary School, in Gwagwalada LEA
CC-32 Construction of a block of 3 Classrooms with office & store at Dota Primary School, in Gwagwalada LEA
CC-33 Construction of a block of 3 Classrooms with office & store at Rugan WakiliJuli Primary School, in Gwagwalada LEA
CC-34 Construction of a block of 3 Classrooms with office & store at Gyebere Primary School, in Gwagwalada LEA
CC-35 Construction of a block of 3 Classrooms with office & store at Passali II Primary School, in Kuje LEA
CC-36 Construction of a block of 3 Classrooms with office & store at Nomadic Primary School, Adegba, in Kuje LEA
CC-37 Construction of a block of 3 Classrooms with office & store at Gussu Primary School, in Kuje LEA
CC-38 Construction of a block of 3 Classrooms with office & store at Kusaki Gapa Primary School, in Kuje LEA
CC-39 Construction of a block of 3 Classrooms with office & store at Rafin Daji primary school in Abaji LEA
CC-40 Construction of a block of 4 Classrooms with office, store & toilet each at JSS Waru, in AMAC LEA
CC-41 Construction of a block of 4 Classrooms with office, store & toilet each at JSS Karon Majigi, in AMAC LEA
CC-42 Construction of a block of 4 Classrooms with office, store & toilet each at JSS LugbeII, in AMAC LEA
CC-43 Construction of a block of 4 Classrooms with office, store & toilet each at JSS Kpebi, in AMAC LEA
CC-44 Construction of a block of 4 Classrooms with office, store & toilet each at JSS Ibwa II, in Gwagwalada LEA
CC-45 Construction of a block of 4 Classrooms with office, store & toilet each at JSS Angwan Dodo, in Gwagwalada LEA
CC-46 Construction of a block of 4 Classrooms with office, store & toilet each at JSS Chibiri, in Kuje LEA
CC-47 Construction of 2 Bedroom Semi-Detached at Leda Primary School, in Kwali LEA
CC-48 Construction of 2No. blocks of 4 rooms VIP toilets each at Gassakpa II Primary School, in Abaji LEA
CC-49 Construction of 2No. blocks of 4 rooms VIP toilets each at Fillin Dabo Primary School, in AMAC LEA
CC-50 Construction of 2No. blocks of 4 rooms VIP toilets each at Normadic Primary School, Mpape, in Bwari LEA
CC-51 Construction of 2No. blocks of 4 rooms VIP toilets each at Chibiri Primary School, in Kuje LEA
CC-52 Construction of 2No. blocks of 4 rooms VIP toilets each at JSS Ubosharu, in Kwali LEA
RC-1 Rehabilitation of a block of 2 classrooms at Aleita Primary School, in AMAC LEA
RC-2 Rehabilitation of 2no. blocks of 2 classrooms with office & store each at Paipe Primary School (Railway Route), in AMAC LEA
RC-3 Rehabilitation of a block of 2 Classrooms with office & store at Aleita Primary School, in AMAC LEA
RC-4 Rehabilitation of a block of 2 Classrooms with office & store at TunganMaje Primary School, in Gwagwalada LEA
RC-5 Rehabilitation of a block of 3 classrooms with office & store at Nomadic Primary School, Jayi, Gwagwalada LEA
RC-6 Rehabilitation of a block of 3 classrooms with office & store at Dawaki Primary School, in Gwagwalada LEA
RC-7 Rehabilitation of block of 3 classrooms with office & store at Tsauni Primary School, in Gwagwalada LEA
RC-8 Rehabilitation of a block of 3 classrooms at Kwakwa Primary School, in Abaji LEA
RC-9 Rehabilitation of a block of 3 classrooms at Gulidan Primary School, in Abaji LEA
RC-10 Rehabilitation of a block of 3 Classrooms at Karmo Sabo Primary School, in AMAC LEA
RC-11 Rehabilitation of a block of 3 classrooms at Lower Usman Dam Primary School, in Bwari LEA
RC-12 Rehabilitation of a block of 3 classrooms at Dako Primary School, in Gwagwalada LEA
RC-13 Rehabilitation of a block of 3 classrooms at UBE Kutunku Primary School, in Gwagwalada LEA
RC-14 Rehabilitation of a block of 3 classrooms at Shanagu Primary School, in Gwagwalada LEA
RC-15 Rehabilitation of block of 3 classrooms at Gadonasko Primary School, in Gwagwalada LEA
RC-16 Rehabilitation of block of 3 classrooms at JSS Paikon Kore, in Gwagwalada LEA
RC-17 Rehabilitation of block of 3 classrooms at Kace Primary School, in Gwagwalada LEA
RC-18 Rehabilitation of block of 3 classrooms at Bargada Primary School, in Gwagwalada LEA
RC-19 Rehabilitation of block of 3 classrooms at Dobi Primary School, in Gwagwalada LEA
RC-20 Rehabilitation of 2no blocks of 4 classrooms at JSS Yaba, in Abaji LEA
RC-21 Rehabilitation of a block of 4 classrooms at Abaji Model Primary School, in Abaji LEA
RC-22 Rehabilitation of 2no. blocks of 4 classrooms each at JSS Life Camp, in AMAC LEA
RC-23 Rehabilitation of 2no blocks of 4 classrooms each at JSS Kubwa I (Black & White) inBwari LEA
RC-24 Rehabilitation of a blocks of 4 classrooms at JSS Peyi, in Bwari LEA
RC-25 Rehabilitation of block of 4 classrooms at JSS Giri, in Gwagwalada LEA
RC-26 Rehabilitation of a block of 4 classrooms at JSS Kuje, in Kuje LEA
RC-27 Rehabilitation of 2no blocks of 4 classrooms each at SPS Rubochi, in Kuje LEA
RC-28 Rehabilitation of a block of Library at JSS Yaba, in Abaji LEA
RC-29 Rehabilitation of a block of 2 classrooms ECCDE at Nuku Primary School, in Abaji LEA
RC-30 Rehabilitation /Remediation of a block of 8 classrooms (Upstairs), Offices, Toilets & Stores at JSS Kadokuchi, in AMAC LEA
RC-31 Rehabilitation of a block of 8 classrooms Upstairs (Burnt Bricks) with offices, stores & toilets at JSS Wuse Zone 2, in AMAC LEA
RC-32 Rehabilitation of Science/Intro-Tech Laboratories at JSS Dawaki, in Bwari LEA
RC-33 Rehabilitation & Remediation of 2No blocks of 16 classrooms (Cluster) Block A & B at JSS Dutse Sagwari, in Bwari LEA
RC-34 Rehabilitation of a block of 5 classrooms (L-Shape) at JSS Mpape, in Bwari LEA
RC-35 Rehabilitation of 2no blocks of 4 rooms VIP toilets each at Nomadic Primary School, Jayi, Gwagwalada LEA
RC-36 Rehabilitation of a block of 11 classrooms at Zuba Primary School, in Gwagwalada LEA
RC-37 Rehabilitation of Administrative Block at Dadabiri Primary School, in Gwaqwalada LEA
RC-38 Rehabilitation of Admin Block & Library at UBE Passali, in Kuje LEA
RC-39 Rehabilitation of 2no. blocks of 4 rooms VIP Toilets each at JSS Naharati, in Abaji LEA
EL-1 Provision of E-Learning Facilities to Abaji LEA
EL-2 Provision of E-Learning Facilities to AMAC LEA
EL-3 Provision of E-Learning Facilities to Bwari LEA
EL-4 Provision of E-Learning Facilities to Gwagwalada LEA
EL-5 Provision of E-Learning Facilities to Kuje LEA
EL-6 Provision of E-Learning Facilities to Kwali LEA
SF-1 Supply of 20 sets of Classrooms furniture to Abaji LEA Zone A
SF-2 Supply of 20 sets of Classrooms furniture to Abaji LEA Zone B
SF-3 Supply of 20 sets of Classrooms furniture to Abaji LEA Zone C
SF-4 Supply of 19 sets of Classrooms furniture to Abaji LEA Zone D
SF-5 Supply of 20 sets of Classrooms furniture to AMAC LEA Zone A
SF-6 Supply of 20 sets of Classrooms furniture to AMAC LEA Zone B
SF-7 Supply of 20 sets of Classrooms furniture to AMAC LEA Zone C
SF-8 Supply of 15 sets of Classrooms furniture to AMAC LEA Zone D
SF-9 Supply of 11 sets of Classrooms furniture to AMAC LEA Zone E
SF-10 Supply of 20 sets of Classrooms furniture to Bwari LEA Zone A
SF-11 Supply of 20 sets of Classrooms furniture to Bwari LEA Zone B
SF-12 Supply of 20 sets of Classrooms furniture to Bwari LEA Zone C
SF-13 Supply of 19 sets of Classrooms furniture to Bwari LEA Zone D
SF-14 Supply of 20 sets of Classrooms furniture to Gwagwalada LEA Zone A
SF-15 Supply of 20 sets of Classrooms furniture to Gwagwalada LEA Zone B
SF-16 Supply of 20 sets of Classrooms furniture to Gwagwalada LEA Zone C
SF-17 Supply of 19 sets of Classrooms furniture to Gwagwalada LEA Zone D
SF-18 Supply of 20 sets of Classrooms furniture to Kuje LEA Zone A
SF-19 Supply of 20 sets of Classrooms furniture to Kuje LEA Zone B
SF-20 Supply of 20 sets of Classrooms furniture to Kuje LEA Zone C
SF-21 Supply of 19 sets of Classrooms furniture to Kuje LEA Zone D
SF-22 Supply of 20 sets of Classrooms furniture to Kwali LEA Zone A
SF-23 Supply of 20 sets of Classrooms furniture to Kwali LEA Zone B
SF-24 Supply of 20 sets of Classrooms furniture to Kwa LEA Zone C
SF-25 Supply of 19 sets of Classrooms furniture to Kwali LEA Zone D
SP-1 Provision of Sporting Equipment to UBEB Headquarter
ER-1 Provision of a Set of ECCDE Recreational Facilities & Fencing to Nuku Primary School, in Abaji LEA
ER-2 Provision of a Set of ECCDE Recreational Facilities & Fencing to Mawogi Primary School in Abaji LEA
ER-3 Provision of a Set of ECCDE Recreational Facilities & Fencing to Kunyami Primary School in AMAC LEA
ER-4 Provision of a Set of ECCDE Recreational Facilities & Fencing to Sabon Lugbe Primary School in AMAC
ER-5 Provision of a Set of ECCDE Recreational Facilities & Fencing to Karava Primary School in Bwari LEA
ER-6 Provision of a Set of ECCDE Recreational Facilities & Fencing to T/Wada Primary School in Bwari LEA
ER-7 Provision of a Set of ECCDE Recreational Facilities & Fencing to Angwan Kwaso Primary School, in Gwagwalada LEA
ER-8 Provision of a Set of ECCDE Recreational Facilities & Fencing to Gwako II Primary School in Gwagwalada LEA
ER-9 Provision of a Set of ECCDE Recreational Facilities & Fencing to Gbaupe Primary School in Kuje LEA
ER-10 Provision of a Set of ECCDE Recreational Facilities & Fencing to Gbaukuchi Primary School in Kuje LEA
ER-11 Provision of a Set of ECCDE Recreational Facilities & Fencing to Ijah Dabuta Primary School in Kwali LEA
ER-12 Provision of a Set of ECCDE Recreational Facilities & Fencing to Bonugo Primary School in Kwali LEA
EF-1 Supply of 5 sets of ECCDE furniture to Nuku Primary School, in Abaji LEA
EF-2 Supply of 5 sets of ECCDE furniture to Mawogi Primary School in Abaji LEA
EF-3 Supply of 5 sets of ECCDE furniture to Sabon Lugbe Primary School in AMAC LEA
EF-4 Supply of 5 sets of ECCDE furniture to FHA Lugbe Primary School in AMAC LEA
EF-5 Supply of 4 sets of ECCDE furniture to Lugbe Primary School in AMAC LEA
EF-6 Supply of 3 sets of ECCDE furniture to Kunyami Primary School in AMAC LEA
EF-7 Supply of 5 sets of ECCDE furniture to Karava Primary School in Bwari LEA
EF-8 Supply of 5 sets of ECCDE furniture to T/Wada Primary School in Bwari LEA
EF-9 Supply of 5 sets of ECCDE furniture to Angwan Kwaso Primary School, in Gwagwalada LEA
EF-10 Supply of 5 sets of ECCDE furniture to Gwako II Primary School in Gwagwalada LEA
EF-11 Supply of 5 sets of ECCDE furniture to Gbaupe Primary School in Kuje LEA
EF-12 Supply of 5 sets of ECCDE furniture to Gbaukuchi Primary School in Kuje LEA
EF-13 Supply of 5 sets of ECCDE furniture to Ijah Dabuta Primary School in Kwali LEA
EF-14 Supply of 5 sets of ECCDE furniture to Bonugo Primary School in Kwali LEA

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

NATIONAL TUBERCULOSIS, LEPROSY AND BURULI-

ULCER CONTROL PROGRAMME(NTBLCP)- INVITATION TO TENDER

FEDERAL MINISTRY OF HEALTH
DEPARTMENT OF PUBLIC HEALTH
NATIONAL TUBERCULOSIS, LEPROSY AND BURULI-ULCER CONTROL PROGRAMME
INVITATION TO TENDER

1. INTRODUCTION
The National Tuberculosis and Leprosy Control Programme (NTBLCP) is a division in the Department of Public Health, Federal Ministry of Health (FMOH) and are saddled with the responsibility of controlling Tuberculosis in Nigeria. The NTBLCP received a Global Fund grant for Tuberculosis for the year 2020 to 2020 and has been made a Principal Recipient. The role in the grant is to coordinate all public sector Global Fund implementation and provide national guidance.

2. SCOPE OF SERVICES AND SUPPLIES
NTBLCP is soliciting for interested and reputable Services providers, Contractors, Suppliers and Organizations with relevant experience in the following services during the grant implementation period:

CATEGORY A: SUPPLIES

LOT 1
  Printing and Distribution of Guidelines, SOPS, and R&R Tools
1A  Printing and dissemination of 5,000 copies of finalized paediatric TB desk guide for newly engaged and existing HFs
1B Printing of advocacy kits
1C Printing of Desk guides
LOT 2
2A Procurement of pallets for state stores (20 per states for 37 states)
2B Procurement of Metal shelves for state (6 per state)
2C Procurement of metal shelves for Zonal stores (12 unit per zonal store)
LOT 3
3A Procurement of Air conditioners for Central and Zonal Stores (30 for FCMS, 4 unit for each of the 6 zonal Stores)
3B Procurement of Digital Thermometer/Hygrometer for FCMS and Zonal Stores (10 for FCMS, 4 units for each of the Zonal Stores)
3C Procurement of Air conditioners for State Stores (2 AC in 15 States) Procurement Digital Thermometer/Hygrometer for State Stores (2 per state store)
LOT 4
4A Laptop Computers (PMU)
4B Laptop Computers (State Control Officers)
CATEGORY B SERVICES
LOT 5
5A Hotel Services
LOT 6
6A Hearing Aid Services

3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7.
b. Evidence of Company Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2020;
c. Evidence of current Pension Compliance Certificate valid till 31st December, 2020
d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31″ December, 2020
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP.
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the National Tuberculosis Leprosy and Buruli-Ulcer Control Programme or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
h. Company’s Audited Accounts for the last three (3)years- 2017/2018/2019
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 the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
l. Lot 4: Evidence of current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
m. Category B: Evidence of current Firm’s registration with relevant professional body(les);
n. For Supply of Equipment Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs):
o. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS (CATEGORY A)
Interested companies are to collect the Standard Bidding Document (SBD) from the Procurement Office of National Tuberculosis, Leprosy and Buruli-Ulcer Control Programme, 3 Floor, S.H.M. Complex, Plot 1186, Cadastral Zone B06 Mabushi District, Abuja FCT on payment of N 10,000.00 per Lot into the NTBLCP’s TSA in any reputable Commercial Bank in Nigeria. Firms interested in Category B would not pay at this stage until after shortlisting.

5. SUBMISSION OF TENDER DOCUMENTS (CATEGORY A)
Prospective bidders are to submit bid for each of the Lot desired four (4) hard copies each (one original & three copies) of the technical and financial bids with softcopy of financial bid only in MS Excel format packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid” Thereafter, put the two sealed envelopes together a bigger sealed envelope addressed to:

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

COURT OF APPEAL, ABUJA-

RE: INVITATION FOR 2020 PRE-QUALIFICATION EXERCISE

JUDICIARY
COURT OF APPEAL, ABUJA
THREE (3) ARM ZONE, FCT ABUJA
ADDENDUM
RE: INVITATION FOR 2020 PRE-QUALIFICATION EXERCISE

1. The Court of Appeal of Nigeria wishes to draw the attention of prospective bidders and general public to the Court’s Invitation for Prequalification in the Peoples Daily, Nigerian Tribune Newspapers of Monday, 6th July, 2020 and Federal Tenders Journal of Monday, 6th July, 2020, Vol. 16. No 11, respectively that due to the effect of COVID-19 Pandemic and Lockdown, the Prequalification Bids could not be opened as advertised.

2. In view of the foregoing, the following amendments are hereby made to the said advertisement:
(i) The closing date had been extended to 11:00a.m. on Monday, 21st September, 2020.
(ii) Opening of Prequalification Bids shall take place immediately after the deadline for submission at 11:00 am. on Monday, 21st September, 2020 at the Court Training Room 2nd Floor, office Complex, three Arm Zone Abuja. Civil Societies and Non- Governmental Organization are hereby invited to witness the opening exercise.
(iii) Bidders are excused from the bid opening, which will be attended by officials of private sector professional organisation and CSOs in the areas of anti-corruption/transparency. The event will be fully captured on video and can be provided to bidders on request.

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

NATIONAL INSTITUTE FOR SPORTS, LAGOS-

INVITATION TO TENDER FOR EXECUTION OF PROJECTS

NATIONAL INSTITUTE FOR SPORTS
NATIONAL STADIUM, SURULERE, P. O. BOX 145, LAGOS

INVITATION TO TENDER

INTRODUCTION
The National Institute for Sports (NIS) hereby invites competent and registered Contractors/Companies for tenders in respect of her 2020 prioritized projects in line with the Bureau of Public Procurement Guidelines in the following areas:

A. SCOPE OF WORKS SUPPLY
1. Purchase/Installation
2. Purchase of Computers
3. Purchase of Office Furniture and Fittings
4. Purchase of Library Books and Equipment
5. Purchase of Sporting/Gaming Equipment
6. Purchase of Health/Medical Equipment
7. Rehabilitation
8. Rehabilitation of Public School/Hostel

B. REQUIREMENTS
Prospective Bidders shall be required to submit the following requirements:
1. Evidence of Registration with Corporate Affairs Commission – (forms CO 2 and CO 7 be must attached);
2. Evidence of current Clearance Certificate for 3 years (2017, 2018 and 2019) valid till Tax 31st December, 2020:
3. Evidence of current Pension Compliance Certificate valid till 31st December, 2020:
4. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020;
5. Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project. including copies of their Academic/Professional qualifications (in case of rehabilitation: COREN, QSRBN, ARGON, CORBON etc)
6. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) compliance Certificate valid till 31st December, 2020;
7. Verifiable documentary evidence of at least three (3) similar jobs in the last five (5) years including Letter of Awards, Valuation Certificates and Job Completion Certificates
8. 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, 2020 or valid Certificate issued by BPP:
9. 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:
10. A Sworn Affidavit disclosing whether or not any Officer of the relevant Committees of the National Institute for Sports 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,
11. Prospective Bidders are to present the list of plants/equipment with proof of ownership/lease in respect of projects No.6,
12. Company’s Audited Account for the last three (3) years (2017, 2018 & 2019): For Supply of Equipment (Lots 1, 2, 3 & 4)
13. Letter of Authorisation from the Original Equipment Manufacturers (OEMS):
14. Lot 1- Evidence of current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
15. Letter of Authorization from the Original Equipment Manufacturers listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria, for bidders of Lot 5
16. All documents for submission must be transmitted with a Covering/Forwarding letter under 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 the authorized Officer of the Firm:
All Certificates used for this bidding exercise should be in coloured photocopies.

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

NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)-

INVITATION TO TENDER/EXPRESSION OF INTEREST/CORRIGENDUM

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
INVITATION TO TENDER/EXPRESSION OF INTEREST/CORRIGENDUM

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 express interest/tender for the under-listed projects appropriated in the Agency’s Budget.

2. SCOPE OF WORKS/SUPPLIES/SERVICES
PROJECT TITLE: INVITATION TO TENDER

LOT-1 Production of Voyage Magazine
LOT-2 Provision of Dedicated 40MB/40MB Internet Connectivity at NMRDC, Kirikiri, Apapa, Lagos
LOT-3 Supply of Executive Vehicle for Western Zone
LOT-4 Supply of Executive Vehicle for Eastern Zone
LOT-5 Supply of Executive Vehicle for Abuja office
LOT-6 Remediation of a Degraded Environment in the Niger Delta (Central Zone- Forcados and Escravos)
LOT-7 Furnishing of New Administration Building at SAR Base Clinic, Azare Crescent, Apapa, Laqos
LOT-8 Supply of Generators and Construction of Diesel Tank and Shade for C4i at NMRDC Kirikiri, Lagos

PROJECT TITLE: EXPRESSION OF INTEREST

LOT-9 Consultancy for Design Framework for Assessment and Audit of the NSDP Scheme
LOT-10 Consultancy for the provision of Radio Programme
LOT-11 Consultancy for the provision of Television Programme
LOT-12 Consultancy for the Organization of 2020 World Maritime Day Essay Competition
LOT-13 Consultancy for the Organization of NIMASA/Maritime Merit Award and Employee of the Month/ Employee of the year
LOT-14 Consultancy for Standardization of Dockwork in the Nigerian Maritime Industry – Career Path for Dockworkers

3. ELIGIBILITY REQUIREMENTS
Prospective bidders are required to submit the following documents;
(i) Certificate of Incorporation issued by the Corporate Affairs Commission (CAC), including Certified True Copy of Form CAC7 and CAC 2.1 or CAC1.1.
(ii) Copy of Company’s Income Tax Clearance Certificate for the last three years (2017, 2018 and 2019) valid till 31 December, 2020, with minimum average annual turnover of N50 Million for Works;
(iii) Evidence of current Pension Compliance Certificate valid till 31 December, 2020;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2020;
(v) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of valid Interim Registration Report (IRR) expiring 30/06/2020 or valid Certificate issued by BPP;
(vi) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2020;
(vii) A Sworn Affidavit
(a) 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;
(b) that none of the company’s directors has been convicted in any law court for any criminal offence including fraud and financial impropriety; and
(c) that the company is not in receivership, bankrupt or insolvent.
(viii) Audited Accounts of the company for the last three years (2017, 2018 and 2019);
(ix) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating 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) Evidence of accreditation/registration with relevant professional body(ies): NITDA, CMD etc, as the case may be;
(xii) Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (in case of construction: COREN, QSRBN, ARCON, CORBON etc.);
(xiii) List of Plants/Equipment with proof of Ownership/Lease (where applicable);
(xiv) Company’s Health, Safety and Environment (HSE) policy;
(xv) All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS (LOTS1 – 8)
Prospective Bidders for Lots l -23 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 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 (Log in to NIMASA Account on Remita, select other income as name of service/purpose, select others as item and input a unit price of 10,000.00 for each Lot). After payment, Teller shall be taken to the NIMASA Revenue Unit for issuance of receipt for collection of Bidding Documents. Note that payment of Tender fee is not required at this stage for Lots 9-14.

5. SUBMISSION OF TENDER DOCUMENTS (LOTS 1 – 8)
Technical documents shall be enclosed in a separate envelope (marked Technical) and Financial Bid in another envelope (marked Financial). The two separate envelopes shall be enclosed in one sealed outer envelope clearly marked “INVITATION TO TENDER” stating the Lot No” company name and the “Project Title” The technical bid and the financial bid shall be submitted in duplicate on or before 11:00a.m. on Thursday, 15 October, 2020 to the address below:
The Head Procurement, 5th floor, Nigerian Maritime Administration and Safety Agency, No 4 Burma Road, Apapa, Lagos. Submission on the last day shall be done at the BID OPENING Venue Multi-Purpose Hall of NMRDC, Kirikiri, Apapa, Lagos.
Late submission will be returned un-opened.

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