Background Image

NIGERIAN INSTITUTE OF MINING AND GEOSCIENCES, JOS-

INVITATION FOR EXPRESSION OF INTEREST (EOI) FOR THE IMPLEMENTATION OF 2020 CAPITAL PROJECTS AND ZONAL INTERVENTION

NIGERIAN INSTITUTE OF MINING AND GEOSCIENCES, JOS
NO. 1 METROPOLITAN AVENUE, TUDUN WADA, P.M.B. 2183, JOS
TELEPHONE: 08034515331, 08033250761 WEBSITE: www.nimg.edu.ng
EMAIL: nimg.jos.plateau@gmail.com
INVITATION FOR EXPRESSION OF INTEREST (EOI) FOR THE IMPLEMENTATION OF 2020 CAPITAL PROJECTS AND ZONAL INTERVENTION

1. INTRODUCTION
Nigerian Institute of Mining and Geosciences (NIMG), Jobs, in compliance with its statutory functions is desirous of executing its 2020 Appropriation capital projects. In compliance with the requirements of the Public Procurement Act 2007 (PPA) and extant regulations of the Federal Government on procurement of Goods, Works and Service, the Institute wishes to invite eligible contractors/suppliers and service providers with relevant proven competence and experience to submit bids for the underlisted projects.

2. SCOPE OF SERVICES/WORK SERVICES
2.1. CATEGORY A: GOODS (INVITATION TO TENDER)

Interested consultants are invited to submit their Technical and Financial bids for the following projects.

LOT NO PROJECT TITLE
W1 Mining Engineering Building (Supply of Ventilation Duct Equipment)

2.2 CATEGORY B: CONSULTANCY SERVICES (EXPRESSION OF INTEREST):

Expression of Interest (EOI) for the following projects

LOT NO PROJECT TITLE
B1 Basic Mining Training Practices for Artisanal Miners in Anka Talata Marfa Federal Constituency Zamfara
B2 Basic Mining Training Practices for Artisanal Miners in Bakura Maradun Federal Constituency Zamfara

2.3 CATEGORY B: NON-CONSULTANCY SERVICES:

Interested Contractors/Agents Are invited to submit Expression of interest (EOI) for the following project

LOT NO PROJECT TITLE
C1 Leasing of Liaison Office in Abuja

ELIGIBILITY
Interested and competent Contractors, Suppliers and Consultants/Service Providers wishing to any out the projects listed under the above two (2) Categories 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 the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC and CAC,
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 31st 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 Nigerian Institute of Mining and Geosciences (NIMG), Job 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 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, ASPEN, ARCON, CORBON etc.
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/supply/services,
l. For Consultancy Services, Evidence of Firm registration with relevant professional bodies):
m. For Joint Venture/Partnership, Memorandum of Understanding (Mou) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF T Compliance Certificate, IRR & Sworn Affidavit Is compulsory for each Joint Venture partners); and
n. All documents for submission must be transmitted with a Covering forwarding letter under the Company/Firm’s Letter Headed Paper bearing amongst others, the Registration Number (RC issued by the Corporate Affairs Commission (CAC Contact Address Telephone Number (preferably GSM No.) and email address. The Letter Headed Paper must bear the Names and Nationalities of the Directors the Company At the bottom of the page, duly signed by the authorized officer of the company.

Note that documents/information must be arranged and submitted in the sequence/order as listed above.

3. COLLECTION OF BIDDING DOCUMENT
CATEGORY A (GOODS)
Interested companies are to collect standard Bid documents from Head Procurement, Procurement Unit of the Institute on evidence of non-refundable Tender fee or N10,000.00 (Ten Thousand naira only) per Lot paid into the Remita E-Collection Account/TSA of Nigeria 023300900100 in 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
admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights