NIGERIAN INSTITUTE OF MINING AND GEOSCIENCES, JOS-
INVITATION FOR TENDERS AND EXPRESSION OF INTEREST (EOI) FOR THE IMPLEMENTATION OF 2024
NIGERIAN INSTITUTE OF MINING AND GEOSCIENCES, JOS
INVITATION FOR TENDERS AND EXPRESSION OF INTEREST (EOI) FOR THE IMPLEMENTATION OF 2024
1. INTRODUCTION
Nigerian Institute of Mining and Geosciences (NIMG), Jos, incompliance with the statutory functions is desirous of utilizing its 2024 appropriation and pursuant to section 25(2) ii of PPA 2007, wishes to invites capital project. In compliance with the requirements of the Public Procurement Act, 2007 and extant regulations of the Federal Government on procurement of Goods and Services, the Institute wishes to invite eligible contractor/suppliers and service providers with relevant proven competence and experience to submit bids for the under listed projects.
2. SCOPE OF GOODS/WORKS/CONSULTANCY SERVICES
CATEGORY A: SCOPE OF GOODS/SUPPLY (INVITATION TO TENDER)
LOT NO | PROJECT TITLE |
GOO1 | Procurement of project vehicle (1No of Ambulance) |
GOO2 | Supply of Mining equipment for Artisanal Mines in Kwara State |
GOO3 | Procurement and distribution of computers in selected secondary schools in Plateau Central Senatorial District |
GOO4 | Procurement of equipment for Artisanal Miners in Faskar Kankara and Saruwa Federal A constituency Katsina State. |
CATEGORY B: WORKS (INVITATION TO TENDER) interested contractors are invited to submit their technical and financial bids for the following projects:
LOT NO | PROJECT TITLE |
WOO 1 | Renovation/Rehabilitation of dilapidate building structures, NIMG, Jos |
WOO 2 | Provision and installation of all-in-one solar light in Gaja and Zango Kataf LGa of Kaduna State |
WOO 3 | Construction of skill acquisition training center in tarmuwa/damaturu/Guja/Bagulani Federal constituency, Yobe state |
WOO 4 | Construction of boreholes in selected locations in Karu/keffi/kokona Federal Constituency Nasarawa State |
WOO 5 | Provision and installation of solar street lights in various communities in Toto, Nasarawa state |
WOO 6 | Provision and installation of solar street lights in various communities in Mashi, Federal Constituency, Katsina state |
WOO 7 | Construction of Maraba market roads and farm in Karu LGA in Karu/Keffi/Kokona Federal constituency, Nasarawa State |
WOO 8 | Provision and installation of solar light in Tashar Wall Shar Kayawa Tamaske in Dutse Local Government Area of mash/Duste Federal Constituency, Katsina State |
WOO 9 | Construction of 1km Pius Emah Road road off Ofot Abak road Uyo, Akwa Ibom State |
CATEGORY B: CONSULTANCY SERVICE
Consultants are invited to submit Expression of Interest (EOI) for the following services:
LOT NO | PROJECT TITLE |
COO 1 | Training and empowerment for youths on Mining of limestone and gypsum in Na-ada LGA Dukku/Nafada federal constituency, Gombe State |
COO2 | Basic training for youth and women on drilling blasting and quarrying techniques in Bali/Cassol Federal constituency, Taraba State |
COO3 | Basic training and empowerment for youths and women on Gemology and lapidary for value to entrepreneurs and self-employed Kaltungo/Shongo federal constituency Taraba state |
COO4 | Training and empowerment of artisanal miners cluster for cooperatives development and legal mining in Nigeria for Bali/Cassol Federal constituency, Taraba State |
COO5 | Training and empowerment of selected women and youths in lapidary for value to entrepreneurs and self-employed Kaltungo/Shongo federal constituency Taraba state |
COO6 | Basic and advance strategic empowerment and skill acquisition training on modern process and solid minerals development for youth and women in Karu, Keffi and Kokona federal constituency of Nasarawa state |
COO7 | Training of youth and women on minerals and small business development Nasarawa state Kokona LGA of Nasarawa state |
COO8 | Assessment of Gold resources in Gunu area of Niger State |
COO9 | Assessment of lithium and Tin resources in Kokona Mangu Sites of Nasarawa State & Plateau state respectively |
COO10 | Training & empowerment of youth and women in Make-up, soap making, cream making and beads making in Surulere 2 Fed. Const of Lagos State |
COO11 | Exploration of mining sites in Nasarawa state |
COO12 | Basic and advance strategic employment and skill acquisition training of modern mining process and solid minerals development for youth and women in Gasi-Aka/Kurmi/Sarduna Fed. Const. Taraba State |
COO13 | Training of youth and women on entrepreneurship and SME in Ajakuta Federal constituency |
COO14 | Training in mining techniques in Karu, Keff, Kokona Fed. Const. Nasarawa state |
COO15 | Skill acquisition and empowerment of selected youths in modern mining processes Kaltungo/Shongo Fed. Const, Gombe state |
COO16 | Provision of educational grants to students in tertiary institutions across Karu Kefi, Kokona Fed. Const. Nasarawa state |
3. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following documents:
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 2 and CAC7 or CAC 1.1 Business name with form BN1 is acceptable for services;
b) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years valid till 31st December 2024
c) Evidence of Pension Clearance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 15 and above).
d) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2024;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 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 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 no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
• That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
h) Company’s Audited Accounts for the last three years (2021, 2022 7 2023);
i) Reference letter from a reputable commercial bank 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 such as COREN, QSDRBN, ARCON, CORBON, COMEG 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;
l) For consultancy services: firm’s current accreditation by Centre for Management Development (CMD);
m) For Supply of Equipment: Evidence of Authorization as Representatives/Dealers of the original Equipment Manufacturer (OEMs)
n) Payments of grants: evidence of CBN’s current solution service providers licence.
o) Works: List of Plants/Equipment with proof of Ownership/Lease agreement;
p) Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles should bid for vehicles;
q) For ICT: evidence of firm’s registration with the National Information Technology Development Agency (NITDA) and computer professionals Registration Council of Nigeria
r) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA)
s) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
Note: All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head paper must bear the Names and Nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.
4. COLLECTION OF TENDER DOCUMENTS : GOODS AND WORKS
Interested companies/firms are to collect the Standard Bid Documents from Head of Procurement, Procurement Unit of the Institute on evidence of non-refundable tender fee of N10,000.00 (Ten Thousand Naira only) per lot, paid into the Remita E-Collection Account/TSA of Nigeria Institute of Mining and Geosciences – 023300900100 in any reputable commercial Bank in Nigeria. For further enquiries, contact the Head of Procurement Unit.
5. SUBMISSION OF TENDER DOCUMENTS : GOODS AND WORKS
Prospective bidders are to submit bid each of the lot desired, two (2) hard copies each of the Technical and Financial bids with soft copy in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial bid”. Thereafter, the two sealed envelopes should be put together in a bigger sealed envelopes addressed to: The Director General/CE, Nigerian Institute of Mining and Geosciences, No.1 Metropolitan Avenue Tudun-Wada, Jos, Plateau State. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated tender Box at the procurement unit, NIMG-Jos not later than 12:00 noon on Monday 13th May, 2024.
6. OPENING OF TECHNICAL BIDS
Only the technical bids will be opened immediately after the Deadline for submission at 12:00 noon on Monday 13th May, 2024 in the institute auditorium in the presence of bidders or representatives, while the financial bids will be kept un-opened. Ensure to sign bid submission register at the procurement unit of the Institute as the Institute will not be liable for misplaced or wrongly submitted bids.
7. SUBMISSION OF EXPRESSION OF INTEREST (EOI)
Interested consultants/firms are to submit three (3) bound of Expression of Interest (EOI) documents separated by dividers and arranged as indicated above, which should be submitted in a sealed envelope and addressed as stated above, which should be submitted not later than 12:00 noon on Monday, 29th April, 2024.
Applicants are to sign the EOI submission Register at the procurement unit of the institute as the Institute will not be liable for misplaced or wrongly submitted bids.
8. OPENING OF EXPRESSION OF INTEREST (EOI)
The EOI and the technical bids will be opened immediately after the Deadline for submission at 12:00 noon on Monday, 29th April, 2024 in the Institute Auditorium.
9. GENERAL INFORMATION
a) Bids and Expression of Interest (EOI) must be in English Language and signed by an official authorized by the bidder;
b) Bid and Expression of Interest (EOI) submitted after the deadline for submission would be returned unopened;
c) Bidders should not bid for more than two (2) lots;
d) Bidders can submit through post (Courier Services)
e) Goods & works: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened.
f) Consultancy services: Only shortlisted firms will be invited at a later date for collection of Request for Proposal (RFP)
g) All cost will be borne by the bidders as the Institute will not be held responsible for any cost or expenses incurred by interested party(ies) in connection with any response to this invitation;
h) Non-compliance with the conditions stated therein will lead to authorized disqualification of the bidder from the bidding process
i) The Institute is State is not bound to prequalify and bidder reserves the right to annul the procurement process at any time without incurring any liabilities in accordance with section 28 of the Public Procurement ACT 2007.
Signed
Director – General/ Chief Executive
Nigerian Institute of Mining and Geosciences
No Comments