Re: Invitation for submission of Technical and Financial Bids on Works and Goods Appropriated in Year 2012 Budget at National Inland Water Ways Authority

National Inland Water Ways Authority

Addendum

 

Re: Invitation for submission of Technical and Financial Bids on Works and Goods Appropriated in Year 2012 Budget

 

The Management of National Inland Waterways Authority wishes to draw the attention of the General Public to the Advertisement in respect of the above mentioned projects placed in the Guardian of Wednesday 12th September, 2012 page 13 and Daily Trust, page 37 of Wednesday, September 12th 2012 respectively.

 

Please be informed that in addition to the Tendering requirement as stated in the

earlier advertisements, all interested companies are also required to note:

 

  • That Financial proposals(Tender/Bids) in Works procurement shall be   submitted with Bid Bond with value Not Less Than 1% of the Sum Quoted:

 

  • That bidders are advised to ignore the clause on registration of company with professional Bodies e.g. COREN, etc.

 

  • That closing date for the submission of tender is now scheduled for 12.00pm, 24th October, 2012, while opening of submitted bids will be held at 2.00pm, 24th October, 2012 at the Conference hall of NIWA Headquarters, Lokoja.

 

Any inconvenience caused as a result of the additional information is regretted please.

 

Signed  

Management.

 

Invitation for Submission of Technical and Financial Bids on Works and Goods Appropriated in Year 2012 Budget at National Inland Waterways Authority

National Inland Waterways Authority

Invitation for Submission of Technical and Financial Bids on Works and Goods Appropriated in Year 2012 Budget

 

The National Inland Waterways Authority (NIWA), a Parastatal under the Federal Ministry of Transport with Headquarters at Lokoja, Kogi State invites reputable and qualified Contractors with relevant experience to pre-qualify/tender for the following projects:

 

Works

A.      Construction of Inland River Port. Makurdi, Benue State

 

Scope of Work:

Construction of Quay retaining wall, Port buildings, Land reclamation, access road. external works etc.

 

B.      Construction of Uwana Jetty on the Cross-River, Ebonyi State

 

Scope of Work:

Construction of Jetty Platform, Jetty Buildings, Land reclamation, external works, etc.

 

Goods:

C.      Procurement/supply of 1No. Fast moving 40-45 passenger water Bus

Supply and Commissioning of 40-45 Seater Fast Moving Passenger Ferry with full option and Maintenance spare parts, Safety, Navigational and Communication Equipment, Entertainment on board including convenience.

 

Collection of Bid Document

Experienced, Registered and well qualified contractors are hereby invited to collect the questionnaires/Tender document from Procurement Unit of National Inland Waterways Authority (NIWA), Lokoja upon tendering evidence of payment of Non-refundable processing fee of N50,000.00 for item A and N25,000.00 for items B & C above through Bank draft payable to National Inland Waterways Authority. Lokoja.

 

Technical (Pre-Qualification) Requirements

Each contractor is expected to submit the following mandatory documents

  • Evidence of Registration with Corporate Affairs Commission (CAC) and  Articles of Memorandum of Association
  • Evidence of Corporate Registration with COREN
  • Detailed Company profile indicating office Address/location, names and   Technical qualification(s) and experience(s) of key personnel
  • Evidence of Company’s Current Tax Clearance Certificate for the Last 3year
  • Company Audited Account for the Last 3 years from a Chartered Accounting Firm.
  • Evidence of VAT Registration and Remittance in the last 3 years
  • Evidence of professional competence e.g COREN, NSE etc, Registration of Technical staff.
  • Evidence of compliance with Pension Reform Act, 2004 and Evidence of contributions on behalf of employees.
  • Evidence of compliance with ITF Amended Act, 2011
  • Evidence of financial capability to Handle the job and job support/current Reference letter from a reputable Bank
  • List of verifiable documentary evidence of similar jobs successfully executed within the last three (3) years (copies of letters of Award, completion certificates and interim payment certificate) should be attached.
  • Sworn Affidavit in line with the Provisions of Part IV. Section 16, Sub Section 6 (e-f) of the public Procurement Act. 2007.
  • All proposal in works procurement must be accompanied by a Bid Security of not more than 2% of the bid price.
  • Evidence of Dealership or Manufacturers Authorization where applicable.

 

Submission:

Completed Pre-qualification and Financial Bid documents should be written in English Language, signed, sealed and marked “Confidential” and packaged separately and placed together in one larger envelope. Each envelope should be clearly marked accordingly to indicate Pre-qualification and Financial Bid with “Project Title and addressed to:

 

The Managing Director

National Inland Waterways Authority,

Headquarters, Lokoja.

Kogi State

 

The documents be submitted on or before 29th October 2012 into a specially made box marked “Tender Box” at the NIWA Headquarters. Lokoja by 12.00 noon

 

Opening of Tender Documents

(i)      All Technical Proposals shall be opened on Wednesday 10th Oct.. 2012 in the presence of Contractors or their Representatives by 2.00pm at the conference hall of NIWA Headquarters. Lokoja

(ii)     Only Pre-qualified applicants will be invited for the Financial bids opening.

 

Please Note

(a)     Late submission shall be rejected

(b)     NIWA will not be liable for any cost on the part of the Tenderer

(c)      Due Diligence would be followed as all documented claims by all contractors must be verified.

 

Signed:

Management

 

Invitation for Pre-Qualification for the Production and Supply of NYSC Kit Items at National Youth Service Corps Directorate Headquarters, Abuja

National Youth Service Corps Directorate Headquarters, Abuja

 

Invitation for Pre-Qualification for the Production and Supply of NYSC Kit Items

 

1.0     Introduction

The Management of the National Youth Service Corps (NYSC) intends to mobilize eligible graduates for National Service for 2013 Batch ‘A’ service year. Arrangements are therefore in progress to procure kit items for the prospective corps members who are expected to participate in the orientation course scheduled for March 2013 in all the 36 States of the Federation and the Federal Capital Territory, Abuja. Interested, competent and reliable contractors are therefore invited to express their intention for the production and supply of the under-listed kit items through submission of pre-qualification documents.

 

2.0     Scope of Works:

Production and supply of corps members’ kit items listed below:

A.      Khaki Shirts/Trousers

B.      Jungle Boots

C.      White Canvas Shoes

D.      NYSC Crested Vests

E.      White P.E. Shorts

F.      White Plain Vests

G.      Stockings

H.      NYSC Face Caps

I.       Belts with Metal Buckle

J.       NYSC Official Vests

 

3.0     Prequalification Requirements

Letter of intent should be accompanied by photocopies of:

(i)      Evidence of Company Registration/Certificate  of Incorporation.

(ii)     Coloured photocopies of current Company Tax Clearance Certificate for the last three (3) years (2009 – 2011).

(iii)    Coloured photocopy of VAT registration certificate and evidence of VAT remittances.

(iv)    Evidence of verifiable similar jobs successfully executed.

(v)     Evidence of financial capability from a reputable Bank.

(vi)    Company’s audited accounts for the last three (3) years (2009-2011).

(vii)   Evidence of registration with the Contributory Pension Scheme.

(viii)  Evidence of payment of ITF Employer’s Contribution.

(ix)    Comprehensive Company Profile with convincing proof of competence to          undertake the jobs;

(x)     Evidence of technical, operational and managerial capabilities; and

(xi)    Any other relevant document(s) that will place the company on a competitive advantage over others.

 

4.0     Submission

Pre-qualification documents must be spirally bound and enclosed in an envelope clearly marked at the top left hand corner: “Pre-Qualification for NYSC Kit Items for 2013 Batch ‘A’ and addressed to:

 

The Director-General, National Youth Service Corps, Yakubu Gowon House, 416 Tigris Crescent, Off Aguiyi Ironsi Street, Maitama – Abuja and dropped in the Tenders Box at the NYSC Tenders Board Secretariat, Procurement Department, 3rd Floor Wing ‘B’ Room 317, NYSC Directorate Headquarters, Yakubul Gowon House, Maitama-Abuja.

 

5.0     Closing Date:

The closing date for submission of the pre-qualification documents shall be on Monday, 22nd October, 2012 at 11.00 am. While opening of the pre-qualification documents will be on the same day, Monday, 22nd October, 2012 by   12 noon at the Conference Hall, 6th floor, NYSC NDHQ, Abuja. All Contractors, Observers and members of the General Public are invited to witness the Pre-qualification Exercises.

 

6.0     Tenders Opening

Tendering will be applied to only pre-qualified Contractors who will be issued bidding documents to prepare their bids. The closing date for the submission of all financial bids is Monday, 12th November, 2012 at 11.00 am, while opening of the financial bids will be on the same day, Monday, 12th November, 2012 by 12.00 noon at the Conference Hall, 6th floor, NYSC NDHQ, Maitama-Abuja. All Bidders, Observers and the General Public are equally invited.

 

Please note that:

(i)      Pre-qualified contractors will be required to pay a non-refundable tender fee of Twenty Thousand Naira (N20,000.00) only in certified Bank Draft payable at the NYSC Accounts Department.

(ii)     Failure to fulfill any or all of the conditions in 3.0 (i-xi) above shall render an application invalid for further consideration.

(iii)    National Youth Service Corps shall reserve the absolute right of rejecting any document it considers doubtful.

(iv)    AII CAC, VAT, PENCOM and Tax Clearance Certificates may be referred to the Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission and other relevant; bodies for verification.

(v)    In view of the disperse location of NYSC operations across the Federation, contracts for some of the listed categories may be awarded to more than one contractor for purposes of spontaneous execution and timely delivery prior to the orientation course.

(vi)    The Directorate of the National Youth Service Corps also considers it an act of patriotism to accept executing jobs in any part of the country in line with the NYSC ideal of patriotism to Nations’ Service.

 

This advertisement shall not be construed as a commitment on the part of the National Service Corps, nor shall it entitle responding contractors to seek any indemnity from NYSC by virtue of such contractors having responded to this advertisement/invitation for pre-qualification.

 

Signed:

Management

Invitation for Tender at Federal Roads Maintenance Agency (FERMA),

Federal Roads Maintenance Agency (FERMA),

Headquarters

Plot 163, Aminu Kano Crescent, Wuse II – ABUJA

 

Invitation for Tender

 

Supply of Laboratory Equipment for FERMA Mobile Laboratories

 

Introduction:

The Federal Roads Maintenance Agency (FERMA) is desirous of procuring laboratory equipment and upgrading of the existing mobile laboratories to consolidate on the gains of the already procured ones for the sole purpose of facilitating Road Maintenance activities across the country from the 2012 Appropriation. To this effect, suitably qualified Contractors are invited to tender for the Supply and Installation of Laboratory Equipment for the Four (4) FERMA Mobile Laboratories and Upgrading of the Eight (8) Zonal Laboratories

 

  1. A.   Supply and Installation of Laboratory Equipment for the Four (4) FERMA Mobile Laboratories

 

List of Contacts

Package No. Lot No. Item Description Qty
(A)Asphalt Testing Equipment
5 1 Marshall Hand Hammer with finger guard 4
5 1 Hammer Pedestral with ASTM Top 4
5 1 Marshall Mould Holder 4
5 1 100mm Marshall Moulds 24
5 1 100mm, 6-tons Hydraulic Mould Extractor 4
5 1 Extractor Bowl + Lid 8
5 1 Ploog Extraction Machine 4
5 1 3000 grams centrifuge 4
5 1 1500 grams centrifuge 4
5 1 Sample Splitter 10 chutes 11/2” (37mm) 4
5 1 Sample Splitter 14 chutes ½” (12mm) 4
5 1 5.000kg capacity Stability Machine with indicator lights 4
5 1 Stability Mould/Breaking head to meet ASTM D 6927 4
5 1 Package of Marshal compaction paper 4
5 1 29.4 Litre Water Bath-Digital (500mm x 500mm x 250mm) 4
5 1 Heating Oven-Forced Air (8 cubic ft) 8
5 1 Sieve Shaker with stainless brass frame-style sieves only 4
5 1 200mm Style Nest of Sieves – all sizes 8
5 1 Vacuum Pump-light use 4
5 1 2kg silica Gel 4
5 1 Vacuum Flask-100ml complete 4
5 1 4 position Vacuum manifold 4
5 1 Vacuum Manometer 4
5 1 12 feet (3,600mm) Vacuum Tubing 4
5 1 Perforated stainless steel Density basket 4
5 1 450mm x 450mm x 75mm galvanized pans with handles 16
5 1 200mm Wash Sieve with Mesh 4
5 1 15kg Electric balance scale 4
5 1 Quart (1,000cm3) Flat Scoop 4
5 1 Quart (1,000cm3) Round Scoop 4
5 1 Stainless Steel Bowls (243.75mm Diameter) 4
5 1 Stainless Steel Bowls (400mm Diameter) 4
5 1 Pocket Thermometer 0-250oC           8
5 1 Long Dip Asphalt Laboratory 0-250oC 24
5 1 Long cuff heat- Resistant Gloves 4
5 1 Infrared Thermometer 4
5   (B) Concrete Testing Equipment  
5 2 Concrete Compression Machine-Test mark 4
5 2 Press meter 4
5 2 Roller Meter-Volumetric Air Meter 4
5 2 Pocket Penetrometer 4
5 2 Rubber Mallet 4
5 2 J-Ring Test set for self consolidating concrete 4
5 2 Slump cone complete set with Rod, Plate, Trowel, etc  4
5 2 Scoop #2 (1 Litre)  4
5 2 Stick off plate 300mm square  4
     
5 2 Concrete Dial Thermometer  4
5 2 Schmidt Hammer – NOT Brand  4
5 2 Cube Mold and plastic 3 Gang for Cement  4
5 2 Copping Compound  4
5   (C)Soil Testing Equipment  
5 3 Auger Sol Sampling System (Auger Kit) 4
5 3 Auger Tube Kit 36 INL 4
5 3 Soil Digital Moisture Meter- Delhorst Gypsun Block  4
5 3 Dynamic Cone Penetrometer Set  4
5 3 Speedy Moisture Tester 4
5 3 Compaction Hammer 5kg 4
5 3 Compaction Hammer 2.75kg Standard Proctor Modified 4
5 3 Mold 100mm Standard Proctor/CBR 4
5 3 Mold 150mm Standard Proctor/CBR 4
5 3 Sample Ejector for both 100mm & 150mm Size Mold 4
5 3 Density Drive Tube 100mm Bevelled 4
5 3 Liquid Limit Test Set (ASTM D 4318 and AASHTO T89) 4
5 3 Sand Cone & Jug 4
5 3 Sand Cone Density Base Plate 4
5 3 Speedy Brush 12mm  4
5 3 Soil Mortar and Pestle  4
5 3 Trowel 250mm  4
5 3 Density Drive Hammer 100mm  4
5 3 Soil CBR Test Load Frame.                                                 Manual  4
5 3 150mm Load Cell  4
5 3 150mm Load Cell  4
5 3 Surcharge Weight, 2.5kg Not Slotted  4
5 3 Surcharge Weight, 2.5kg Slotted  4
5 3 Triaxial Test Load Frame Digital Master Loader  4
5   (D) Shared Lab Equipment  
5 4 Coring Machine – 1 50mm Drill bit  4
5 4 Electromagnetic Density Guage  4

 

 

Laboratory Equipment for Upgrading of the Eight (8) Zonal Laboratories

 

Package No. Lot No. Description Qty
5 5 ACCU-TEK Digital Series Concrete Crushing Machine, 110V/60Hz. Capacity: 250,000 Ibf (1,112kN); Pump: 1hp Supplied with standard Platens for testing 6” x 12” cylinder frame stand and download software with RS232 Cables. 

 

8
5 5 Platen Set for 2” (50mm) Concrete Cubes 8
5 5 Concrete Test hammer. Original Schmidt Type N(N/mm2), consisting of: test hammer, carrying case, grinding stone, operating instructions and certification.

 

8
5 5 Speedy Moisture Set, 6G  8
5 5 CBR Set – Laboratory Hand Operated, Metric Includes: (1No)24 -9345- CBR Loading Press:(1No) 78-0860 – Proving Ring, 11, 200Ib. (50KN); (4Nos) 88-4100 – Pentration Dial Indicator;

(4Nos) 24-9229 – CBR Molds;

(4Nos) 24-9240 – Filter Screens:

(2Nos) 24-9260 – Swell Plates;

(1No)88-4100 – Dial Indicator,

(4Nos) 24-9244 – Slotted Surcharge Weights;

(1No) 24 -9063- Compaction Hammer:

(1No) 24 -9010 – Straight Edge

(1No) 24 -923e – Spacer Disc;

(1No) 24 9520 – Box of Filter Paper;

(1No) 24 -9262 – Tripod Attachment: and

(4Nos) 24-9245 – Surcharge Weights

 

8
5 5 Rubber Mallet 18
5 5 Ohaus Balance 450kg 8
5 5 Glass Bottle 16
5 5 Moisture Content Plate 8
5 5 100ml Wash Bottle 24
5 5 1000ml Measuring Cylinder 24
5 5 500ml Measuring Cylinder 24
5 5 250ml Measuring Cylinder 24
5 5 Measuring Wheel/Counter 8
5 5 Funnel 8
5 5 Flat and Elongated Caliper 8
5 5 Stop Watch 8
5 5 Bulk Density Canisters 8
5 5 Spautula 16
5 5 4.26mm Sieve 8” dia. Stainless Street mesh FH 16
5 5 2.80mm Sieve 8” dia. Stainless Street mesh FH 16
5 5 1.18mm Sieve 8” dia. Stainless Street mesh FH 16
5 5 0.425mm Sieve 8” dia. Stainless Street mesh FH 16
5 5 Micro Deval Test complete with Jars, stainless Steel Ball Chargers, Timer – automatic (Aggregate Abrasion Loss Test) 8
5 5 Sand Equivalency Kit complete in Carrying Case (Flakiness, and Clay content Test) 8

 

Conditions to Tender

  1. Evidence of registration with CAC as a Contractor.
  2. Tax Clearance certificate for the last 3 years
  3. Registration with PENCOM
  4. VAT registration and evidence of past VAT remittance
  5. Terms of Warranty.
  6. Spare parts availability
  7. Training facility for our Technical Staff/Orators
  8. Evidence that the Supplier is either an Original Equipment Manufacturer or is an accredited Representative/Dealer of the Original Equipment Manufacturer in Nigeria,
  9. Audited annual financial report of the company for the last three years
  10. Comprehensive Company profile to include verifiable list of previous similar Contracts successfully executed within the last three years with names of client, evidence of award and practical completion
  11. A sworn affidavit indicating to all document submitted are genuine and Verification.
  12. A sworn affidavit that none of the Directors have been convicted of any criminal offence in any country including financial impropriety
  13. Evidence of similar previous supply and installation of highway engineering laboratory equipment to any Ministry, Department or Agency.
  14. Must possess relevant qualifications and experience as would enable the Agency seek, from time to time, advice on highway based research and on other modern equipment for tests in line with global best practices.
  15. Evidence of affiliation with foreign highway research institutes would be an added advantage.
  16. The installation would be made at the following locations, Sokoto, Maiduguri, Benin and Ilorin.

 

Collection of Tender Documents

Interested Bidders are to make payment of non-refundable sum of Twenty five

Thousand Naira (N25, 000.00) only in bank draft per bid m favour of Federal Roads Minted Agency payable in Abuja and which must have been converted to a receipt at Revenue Office, Accounts Department, Ground Floor of the FERMA Headquarters.

 

Bidders are to collect Bidding documents after showing original and Photostat copies of payment receipt between the hours of 10.00am and 4.00pm, Mondays to Fridays on or before 12noon of 11th October, 2012 from:

 

The Assistant General Manager (Procurement)

Federal Roads Maintenance Agency (FERMA)

Headquarters Annex Abuja;

 

No. 7 Eldoret Close, Off Aminu Kano Crescent.

Wuse II-Abuja.

Ground Floor, Room GF003

 

Submission/Opening of Tender Documents:

Interested firms are to submit their bids per Lot in one envelope, sealed and clearly marked on the top left hand corner “Confidential” and top right hand corner “Tender For (indicate Lot/Title of Procurement)…………..” clearly marked “Original” at the bottom right  hand comer and addressed to:

 

The Managing Director,

Federal Roads Maintenance Agency,

Plot 163, Aminu Kano Crescent,

Wuse II, Abuja.

 

 

Attention: GM (Procurement)

 

The Tender submissions must be delivered by hand not later than 12noon of 11th October, 2012 to the Office of the Assistant General Manager (Procurement), FERMA Headquarters Annex Abuja, No. 7 Eldoret Close, Off Aminu Kano Crescent, Wuse II, Abuja, Ground Floor, Room GF 003, (Include one (1) copy clearly marked “Copy” at the bottom right hand corner).

All Bids will be publicly opened immediately at the close of bid submission at the Rock view Royale Hotel, Adetokunbo Ademola Crescent Wuse II, Abuja.

 

The Representatives of Companies that submitted bids, Representatives of Professional Bodies and the Civil Societies are invited to witness the opening.

 

Please note that:

  1. The Works attract a 2% Bid Security clearly attached to front of submitted Bid Document.
  2. The works may not attract advance payment
  3. Contractors who have worked for the Agency and have history of abandonment, termination and/or lack capacity need not apply.
  4. No Bidder is to write the Company name on any of the envelopes
  5. Only correctly addressed bids will be received.
  6. The Agency will not enter into unnecessary correspondence with any Contractor except when deemed fit and in the interest of the bid.
  7. All costs incurred by any Company in respect of this advertisement are at her own expense and the Agency shall not entertain any claim whatsoever in this regard.
  8. The Agency reserves the right to verify any claim made by any of the Bidders.
  9.      The Agency reserves the right to terminate the bidding process at any stage prior to signing of the contract agreement.
  10.       Late submission of bids will be rejected.
  11.       The Agency is not bound to patronize any bidder and reserves the right to annul the selection process when unforeseen and justifiable developments warrant such action, without inclining any liability and assigning any reasons thereof.

 

Non Adherence to any of the instructions above attracts Automatic Disqualification.

 

Signed

Management

Invitation to Tender at National Commission for Museums and Monuments

National Commission for Museums and Monuments

Block C, First Floor, Federal Secretariat-Head of Service, Phase II Shehu Shagari Way, Central Business District, Abuja.

P.M.B. 171 Garki Abuja

 

Invitation to Tender

 

In compliance with the provisions of the Public Procurement Act, 2007 the National Commission for Museums and Monuments wishes to bring to the attention of the public her intention to carry out the following procurement activities in the Commission as provided for in the 2012 Capital Appropriation. In view of the above, bids are hereby invited from interested and reputable contractors with relevant experience and good track records in respect of the following projects.

 

Lot 1:          Proposed Gate House and Fence Work at National Museum, Ita-Yemoo, Ile-Ife.

Lot 2:          Proposed Gate House, Fence Work and Landscaping, at Art and   Craft Museum, Ikot-Ekpene, Akwa-Ibom State

 

Qualification Criteria and Tender Requirements:

In order to be considered, interested Contractors are required to submit the

following documents along with the financial bids

i.        Evidence of company registration with Corporate Affairs Commission

(CAC) and forms CO7

ii.       Company profile and organizational structure, including names and resume      of key personnel with addresses and phone numbers

iii.      Detail evidence of compliance with Pension Act 2004 including evidence of

remittances

iv.      Last three (3) years Tax Clearance certificates (2009, 2010 and 2011)

v.       Verifiable list of previous/similar major works carried out in recent past with their locations and clients, (copies of award letters, completion certificates/final payment certificate should be attached)

vi.      Evidence of VAT registration certificate and past remittances

vii.     Audited Accounts for the last three years

viii.    Evidence of financial strength and banking support

ix.      Evidence of registration with Financial Reporting Council (FRC) of Nigeria

x.       List of Equipment to be used for the project and their location. (State whether the equipment are leased, hired or owned, if owned, attach proof).

xi.      Evidence of compliance with the provisions of the Industrial Training Fund Amendment Act 2011

 

Collection of Tender Documents:

Bid documents are to be collected upon payment of non-refundable fee of twenty thousand naira (N20,000.00) only per project in certified draft in favour of National Commission for Museums and Monuments, Abuja.

 

Submission of Tender Documents:

Completed bid should be submitted in three copies (one original and two other copies) and all pages dully endorsed by the bidders. The documents should be sealed and labelled (Technical / Financial Bids as appropriate) separately with the appropriate project title and lot number, clearly written at the top left hand corner of the envelope and addressed to: The Secretary, Procurement Planning Committee, National Commission for Museums and Monuments, Block C, First Floor, Federal Secretariat-Head of Service, Phase II Shehu Shagari Way, Central Business District, Abuja. Closing date and time of submission of bid documents is on Monday, 12th  November, 2012 by 12 noon and tenders shall be opened at 1.00pm same day at the Meeting Room of the National Commission for Museums and Monuments, Block C, First Floor, Federal Secretariat-Head of Service, Phase II Shehu Shagari Way, Central Business District, Abuja,. Bidders or their representatives are strongly advised to be present.

 

Please note:

(i)      Bidders are to enclose a photocopy of the receipt as evidence for the

payment of the fee for tender documents

(ii)     NCMM reserves the right to reject any document it considers to be of

doubtful authenticity

(iii)    Late submission will not be entertained.

(iv)    This notice shall not be construed to be a commitment on the part of the

NCMM to award any form of contract to any respondent nor shall it entitle any organization to claim any indemnity from the commission.

 

Signed:

Management