NIGERIAN INSTITUTE OF MINING AND GEOSCIENCES has floated a tender for Basic Mining Training Practices. The project location is Nigeria and the tender is closing on 14 Oct 2020. The tender notice number is LOT B1, while the TOT Ref Number is 46154272. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Basic Mining Training Practices

Deadline : 14 Oct 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 46154272

Document Ref. No. : LOT B1

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIAN INSTITUTE OF MINING AND GEOSCIENCES
No. 1 Metropolitan Avenue, Tudun Wada, P.M.B. 2183, Jos Telephone: 08034515331, 08033250761
Nigeria
Email :nimg.jos.plateau@gmail.com
URL :www.nimg.edu.ng

Tender Details

Expression of Interest are invited for Basic Mining Training Practices for Artisanal Miners in Anka Talata Marfa Federal Constituency Zamfara

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.

Interest firms are to submit two (2) bound copies of EOI documents, separated by dividers. The documents should be packaged in a sealed envelope and addressed as stated above which should be submitted not later 12.00 noon Wednesday 14th October.

Expression of Interest (EOI) documents will be opened immediately after the deadlines for submission at 12:00 noon on Wednesday 14th October, 2020 in the institute Auditorium. Ensure to sign the bid submission register at the Procurement unit of the institute will not be liable for misplaced or wrongly submitted bid.

i. Bids and Expressions of Interest must be in English language and signed by an official authorised by the bidder
ii. Bidders are to note that Turnover for each separate project is specified in the relevant bid document.
iii. Bid and Expression of Interest submitted after the deadline for submission will be returned unopened;
iv. Bidders should not bid for more than two (2) Lots
v. Presence of Bidders/Representatives and members of the public shall not be required during the bid opening ceremony in compliance with COVID-19 Guidelines. The bids opening will be covered by video recording with the presence of two (2) representatives of private sector, professional bodies and civil society organization in the areas of Anti-Corruption/Transparency,
vi. Bids documents can also be collected in soft copies and Bidders can submit through Post (Courier Services)
vii. Only prequalified bidders for categories A will be contacted at a later date for financial bids opening while the financial bids od unsuccessful bidders will be returned unopened;
viii. Only shortlisted firms for Category A&8 will be contacted at a later date for collection of Request for Proposal (RFP);
ix. All costs will be borne by the bidders as the Institute will not be held responsible for any cost or expenses incurred by an interested party (les) in connection with any response to this invitation;
x. Non-compliance with the Conditions stated therein will lead to authorized disqualification of the bidder from the bidding process.
xi. The Institute is not bound to pre-quality any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities in accordance with section 28 of the procurement Act 2007.
xii. Further enquiries, please contact Procurement Unit between 9:00 am and 3:30 pm (Mondays - Fridays) at the address Nigerian Institute of Mining and Geosciences, No 1 Metropolitan Avenue Tudun-Wada, Jos, Plateau State

Documents

 Tender Notice