Background Image

UNDP ABUJA-

CALL FOR PROPOSAL FOR DEVELOPING DIGITAL AND TECH SOLUTIONS NIGERIA JUBILEE FELLOWSHIP PROGRAMME

DEVELOPING DIGITAL AND TECH SOLUTIONS NIGERIA JUBILEE FELLOWSHIP PROGRAMMEProcurement Process :CP-QB-FBS – CALL FOR PROPOSAL – Quality Based Fixed BudgetOffice :UNDP ABUJA – NIGERIADeadline :17-Feb-21Posted on :10-Feb-21Development Area :SERVICESReference Number :75272Link to Atlas Project :00111076 – GOVERNANCE, HUMAN RIGHTS, PEACE & SECURITYDocuments :Call for ProposalRequest...

Read More

NORWEGIAN REFUGEE COUNCIL NIGERIA-

INVITATION TO TENDER FOR DEVELOPMENT OF AN ONLINE PROGRAM MANAGEMENT AND REPORTING SYSTEM

NRC NIGERIA: TENDER FOR DEVELOPMENT OF AN ONLINE PROGRAM MANAGEMENT AND REPORTING SYSTEM
PUBLISHED 03. FEB 2021

Purpose of the tender
NRC in Nigeria is operating in a dynamic environment with either processes that result into a limited immediate access to reliable programmatic and operational data and evidence. This does not only diminish efficiency but also undermine the country office’s ability to drive an evidence based programming and generate knowledge, accountability and transparency.

The critical nature of the program requires immediate solutions, especially a customized system to effectively tackle these shortcomings and rapidly improve quality in delivery.

In this regards, the Nigeria Country Office of NRC is seeking a consultant to develop an online management and reporting platform for its projects in the country.

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

NORWEGIAN REFUGEE COUNCIL-

INVITATION TO BID FOR THE EXECUTION OF PROJECTS

NORWEGIAN REFUGEE COUNCIL
NRC NIGERIA -OPEN NATIONAL TENDER

The Norwegian Refugee Council (NRC) is a non-governmental, humanitarian organization with 60 years of experience in helping to create a safer and more dignified life for refugees and internally displaced people. NRC advocates for the rights and provides assistance, protection and durable solutions to refugees and internally displaced persons worldwide. NRC has been operating in Nigeria since late 2015 providing assistance with Emergency shelter, Livelihoods and Food Security, Water, sanitation and hygiene sectors, Information and Legal Counseling and Education.

The Norwegian Refugee Council hereby wishes to invite suitably qualified companies to bid for the procurement of Goods/Works as indicated below as well as identify vendors for a long term Frame Work Agreement:

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

NATIONAL AGENCY FOR FOOD AND DRUG ADMINISTRATION AND CONTROL (NAFDAC)-

INVITATION FOR EXPRESSION OF INTEREST FOR THE MAINTENANCE OF LABORATORY EQUIPMENT AND INSTRUMENTS AT THE FOLLOWING NAFDAC LABORATORIES

NATIONAL AGENCY FOR FOOD AND DRUG ADMINISTRATION AND CONTROL (NAFDAC)
INVITATION FOR EXPRESSION OF INTEREST

1. INTRODUCTION
The National Agency for Food and Drug Administration and Control (NAFDAC) is the Agency of the Federal Government established by Decree No. 15 of 1993 as amended (now Cap. N1, LFN, 2004) and charge with the responsibility among others of regulating and controlling, the importation, manufacture, exportation, distribution, advertisement, and sale of drug, food, chemicals, medical devices, packaged water, detergents and cosmetics.

The Agency hereby invites interested reputable and competent companies/Firms with relevant experience and good track records to submit expression of interest for the maintenance of Laboratory Equipment and instruments at the following NAFDAC Laboratories.

2. SCOPE OF SERVICES

LOT NO. Project Title Location Scope/Nature of Maintenance
1. Maintenance of Laboratory Equipment and Instruments Oshodi Laboratory •       Preventive maintenance â€¢       Corrective maintenance•       Repairs & Replacement of parts & accessories
2. Maintenance of Laboratory Equipment and Instruments Yaba Laboratory •       Preventive Maintenance•      Corrective Maintenance•       Repairs & Replacement of parts & accessories
3. Maintenance of Laboratory Equipment and Instruments Kaduna Laboratory •       Preventive maintenance â€¢       Corrective Maintenance•       Repairs & Replacement of parts & accessories
4. Maintenance of Laboratory Equipment and Instruments Agulu Laboratory •       Preventive maintenance â€¢       Corrective Maintenance,•       Repairs & Replacement of parts & accessories
5. Maintenance of Laboratory Equipment and Instruments Port Harcourt/CalabarLaboratories •       Preventive maintenance â€¢       Corrective Maintenance•       Repairs & Replacement of parts & accessories
6. Maintenance of Laboratory Equipment and Instruments Maiduguri Laboratory •       Preventive Maintenance â€¢       Corrective Maintenance•       Repairs & Replacement of parts & accessories

3. ELIGIBILITY REQUIREMENTS
Prospective bidders are required to submit expression of interest that highlights the bidding company/firm ability to carry out the procurement. The documents must contain the following:
(a) Evidence of Registration with Corporate Affairs Commission, namely Certificate of Incorporation, Memoranda & Articles of Association, form CAC1.1 or CAC7, CAC2 (Certify True Copy)
(b) Evidence of Company Income’s 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 National Agency for Food and Drug Administration and Control 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 the company/firm is not in receivership/bankruptcy
– that none of the directors or partners of the company/firm is an ex-convict in any country for any criminal offence relating to fraud or financial impropriety
(h) Detailed Company/firms profile, indicating Management structure, size, strength and numbers of Management, Technical & None Technical Staff, including Names, educational and professional qualifications, years of experience, photocopies of qualifications from relevant professional bodies/Schools attended must be attached. In addition, companies and firms must show that:
(i) They have a qualified Instrument Engineer with at least 10 years’ experience
(ii) They have at least 10 years’ industry experience in carrying out Laboratory equipment maintenance.
(iii) The possess requisite competency or expertise on current equipment maintenance techniques like (UHPLC, HPLC, UV, FTIR, POLARIMETER, AASGC/MS, pH Meter, weight balances etc.)
(iv) All Primary reference materials and devices to be employed by the company/firm for maintenance should be traceable
(v) They are knowledgeable in safety requirements in Laboratory environment.
(vi) They have an agreement with the original equipment manufacturer or its local representative in Nigeria.
(i) Verifiable documentary evidences of at least three (3) similar assignment in the last five (5) years of comparable complexity (Tabulated) with details comprising of Client Name, Brief description of Project, Project location, year, Contract Value, Implementation role, the status of services provided as completed or on-going, in addition, evidence of award letters, or commission letters, Payment Certificate (if on-going) and Completion Certificate from clients as Tabulated must be shown.
(j) Evidence of technical resources and equipment to execute the assignment. Proof of acquisition or lease agreement must be shown.
(k) 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. Please note that Banker’s letter merely stating that the applicant is a customer or maintains an account with the bank is not acceptable.
(l) Evidence of Audited Financial Statement for the last three years i.e. 2017, 2018 & 2019 stamped and signed by client Auditor. (Turnover, as reflected in Financial Statements, must correspond with that on the Tax clearance certificate)
(m) Companies/Firms responding must be ISO 9000 certified.
(n) All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firm letterhead bearing amongst others, the Registration Number (RC) as issued by corporate affairs commission (CAC), Contact Address, Telephone Number (GSM), and E-mail Address. The Letter Headed paper must bear the Names and Nationalities of the Directors of the company/firms at the bottom of the page and duly signed by the authorized officer of the company/firm and 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

KATSINA STATE UNIVERSAL BASIC EDUCATION BOARD-

INVITATION TO TENDER FOR UNIVERSAL BASIC EDUCATION (U.B.E) 2019 PROJECTS IN KATSINA STATE

KATSINA STATE UNIVERSAL BASIC EDUCATION BOARD
P.M.B, 2174, MUHAMMADU DIKKO ROAD. K.C.K COMPOUND, KATSINA
INVITATION TO TENDER FOR UNIVERSAL BASIC EDUCATION (U.B.E) 2019 PROJECTS IN KATSINA STATE

Katsina State Universal Basic Education Board wishes to invite contractors to tender for 2019 Universal Basic Education Commission/State Universal Basic Education Board (UBEC/SUBEB) Projects in the state.
Interested companies /firms are requested to bid for projects on Early Child Care Development Education (ECCDE), Primary and Junior Secondary Schools (JSS) components.

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

EDO STATE-

NIGERIA EROSION AND WATERSHED MANAGEMENT PROJECT (EDO-NEWMAP)- INVITATION TO BID FOR PROCUREMENT, INSTALLATION, TRAINING AND COMMISSIONING OF HYDROMET FLOOD EARLY WARNING SYSTEM, AUTOMATIC AND MANUAL WEATHER STATIONS AND DCP-DATA COLLECTION PLATFORM FOR RIVER GAUGING FOR EDO STATE.

GOVERNMENT OF EDO STATE
MINISTRY OF ENVIRONMENT AND SUSTAINABILITY
NAME OF PROJECT: EDO STATE NIGERIA EROSION AND WATERSHED MANAGEMENT PROJECT
(WORLD BANK ASSISTED)
CONTRACT TITLE: PROCUREMENT, INSTALLATION, TRAINING AND COMMISSIONING OF HYDROMET FLOOD EARLY WARNING SYSTEM, AUTOMATIC AND MANUAL WEATHER STATIONS AND DCP-DATA COLLECTION PLATFORM FOR RIVER GAUGING FOR EDO STATE.
CREDIT NO.: IDA 51050 NG
RFB REFERENCE NO.: NG-EDO SPMU-163840-GO-RFB

1. The Federal Republic of Nigeria has received financing from the World Bank toward the cost of the Edo State Nigeria Erosion and Watershed Management Project (EDO-NEWMAP), and intends to apply part of the proceeds toward payments under the contract for Procurement, Installation, Training and Commissioning of Hydromet Flood Early Warning System, Automatic and Manual Weather Stations and DCP-Data Collection Platform for River Gauging for Edo state.

2. The Edo State – Nigeria Erosion and Watershed Management Project (EDO-NEWMAP) now invites sealed Bids from eligible Bidders for the Procurement, Installation, Training and Commissioning of Hydromet Flood Early Warning System Automatic and Manual Weather Stations and DCP-Data Collection Platform for River Gauging for Edo state.

3. Bidding will be conducted through International Competitive Bidding procedures using Request for Bids (RFB) as specified in the World Bank’s Procurement Regulations for IPF Borrowers of July 2016 Revised November 2017 and August 2018, and is open to all eligible Bidders as defined in the Procurement Regulations.

4. Interested eligible Bidders may obtain further information from the office address below and inspect the bidding document during office hours 8.00am to 4:00pm at the address given below.

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

GURI LOCAL GOVERNMENT, JIGAWA STATE-

INVITATION TO TENDER FOR PRE-QUALIFICATION/FINANCIAL BIDS

GURI LOCAL GOVERNMENT
JIGAWA STATE
ADVERTISEMENT
INVITATION TO TENDER FOR PRE-QUALIFICATION/FINANCIAL BIDS

1. PREAMBLE
In compliance with the Jigawa State procurement process, Guri Local Government wishes to notify interested bidders of its intention to construct District Head Palace at Guri.

2. Project Scope
(1) Administrative block
(2) Master Private Living area
(3) Wall Fencing and external works
(4) Provision of Car Park

To be completed within 3 months

3. ELIGIBILITY REQUIREMENTS
To be considered for pre-qualification, interested competent and reliable contractors are required to provide verifiable evidence including but not limited to the following.
(i) Certificate of Corporate Affairs Commission
(ii) Certified true copy of memorandum and article of association.
(iii) Evidence of registration with Jigawa State works registration unit.
(iv) Tax clearance certificate for at least three years
(v) Audited account for the last (1) year
(vi) VAT registration and evidence of past remittance
(vii) Evidence of financial capability and banking support.
(viii) Company average annual turnover of not less than N30,000,000.00
(ix) Evidence of similar projects executed (Letter of award and completion certificate) at least three (3) in the past five (5) years
(x) Verifiable evidence of company profile and technical qualification of key personnel registered with relevant professional bodies (COREN, CORBON, QSRBN, and ARCON)
(xi) That the Company have fulfilled all obligations to pay taxes, pensions and social security contributions.
(xii) A sworn affidavit certifying as follows;
(a) That the document submitted for the pre-qualification exercises are not only genuine but correct
(b) That none of the directors of the company has been convicted by any court of law
( c) That the company is not bankrupt.
( d) That none of the officers of Jigawa State/Local government is a present or former director of the company.
(xiii) Any other relevant information that will help in determining the company’s suitability for the work
Any prospective bidder that doesn’t possess any of the above documents needs not to apply.

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

EBONYI STATE MINISTRY OF WORKS AND TRANSPORT-

INVITATION TO TENDER FOR THE PROCUREMENT OF CONTRACTORS FOR THE RECONSTRUCTION OF THE EBONYI STATE RING ROAD PROJECT

FEDERAL REPUBLIC OF NIGERIA
EBONYI STATE MINISTRY OF WORKS AND TRANSPORT
EBONYI STATE RING ROAD PROJECT
SPECIFIC PROCUREMENT NOTICE
INVITATION TO TENDER FOR THE PROCUREMENT OF CONTRACTORS FOR THE RECONSTRUCTION OF THE EBONYI STATE RING ROAD PROJECT
COUNTRY: NIGERIA
EMPLOYER: EBONYI STATE GOVERNMENT OF NIGERIA
PROJECT: EBONYI STATE RING ROAD PROJECT (EBRRP)
CONTRACT TITLE: RECONSTRUCTION OF THE EBONYI STATE RING ROAD PROJECT
ICB/RFB NO: EBRRP/ISDB/CW/ICB/20/01
CLOSING DATE: 12:00 NOON WAT, WEDNESDAY 17 FEBRUARY, 2021
BID OPENING DATE: 12:00 NOON WAT, WEDNESDAY 17 FEBRUARY, 2021
VENUE: CONFERENCE HALL, EBONYI STATE RING ROAD PROJECT (EBRRP) NO 1 ONWE ROAD, ABAKALIKI, EBONYI STATE, NIGERIA.

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

FEDERAL MEDICAL CENTRE, YOLA-

INVITATION TO TENDER FOR 2021 MAIN CAPITAL PROJECTS

FEDERAL MEDICAL CENTRE, YOLA
LAMIDO ZUBAIRU ROAD, P.M. B 2017 BYE-PASS
YOLA – TOWN, ADAMAWA STATE
INVITATION TO TENDER FOR 2021 MAIN CAPITAL PROJECTS

INTRODUCTION
The Management of the Federal Medical Centre, Yola wishes to invite interested and reputable Companies with relevant experience to tender for execution of the under listed contracts in the 2021 financial year.

SCOPE OF WORK:

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