NIGERIAN INSTITUTE OF MINING AND GEOSCIENCES (NIMG) has floated a tender for Construction of Mining Engineering Building at Permanent site. The project location is Nigeria and the tender is closing on 02 Dec 2019. The tender notice number is , while the TOT Ref Number is 37325591. 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 : Construction of Mining Engineering Building at Permanent site

Deadline : 02 Dec 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 37325591

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIAN INSTITUTE OF MINING AND GEOSCIENCES (NIMG)
No.1 Metropolitan Avenue Tudun Wada, Jos P.M.B 2183, Jos, Plateau State Telephone: 08034515331, 08092777914
Nigeria
Email :nimg.jos.plateau@gmail.com
URL :www.nimg.edu.ng

Tender Details

Tenders are invited for Construction of Mining Engineering Building at Permanent site

ELIGIBILITY REQUIREMENTS
Interested and eligible contractors/consultants are required to meet the following criteria:
a. Evidence of Certificate of incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7
b. Evidence of Company Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2019 with minimum average turnover of N100 million
c. Evidence of current Pension Compliance Certificate valid 31 December 2010
d. Evidence of current industrial Training Fund (ITF) Compliance Certificate veldts December, 2019
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid 31st December 2019
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by n of interim Registration Report (IRR) During on 31/1/2020 or valid Certificate issued by BPP
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the NIMG, Jos or the Bureau of Public Procurements former present Director shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in a bid are true and correct in particulars
h. Company’s Audited Accounts for the last three (3) years- 2016, 2017&2018
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 f Key Staff to be deployed for the project, including copies of the Academic Professional qualifications in one of construction COREN OSRBN ARCON CORBON ::
k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Vacation Certificates, Job Compilation Certificates and Photographs Of the projects
l. List of Plants Equipment with proof of Ownership/lease(where applicable)
m. For Joint Venture Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR& Sworn Affidavit are compulsory for each partner
n. All documents for submission must be transmitted with a Covering Forwarding letter under the Company’s Letterhead Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC) Contact Address Telephone Number preferably GSM No) and e-mall address The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS
(GOODS AND WORKS)
Interested companies are to collect the Standard Bid Documents from the Senior Procurement
Officer, Procurement Unit of the Institute on evidence of non-refundable Tender fee of N10, 000.00 per Lot paid in NIMG remita account in any reputable commercial bank in Nigeria.

5. SUBMISSION OF BID
Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies each of the technical and financial bids with softcopy of financial bid only in MS Excel format packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid.
Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to
The Director General/CEO
Nigerian Institute of Mining and Geosciences
No 1 Metropolitan Avenue Tudun-Wada, Jos, Plateau State.

The reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated tender box the Procurement unit, NIMG not later than 12:00 noon on Monday, 2nd December, 2019.
The EOI for training should be packaged in a sealed envelope and addressed as stated above, which should be submitted not later than 12:00 noon on Monday, 4th November, 2019.

6. OPENING OF EOI AND TECHNICAL BIDS
The EOl and the technical bids will be opened immediately after the deadlines for submission at
12:00 noon on Monday, 4th November, 2019 and 12:00noon on Monday, 2nd December 2019 respectively, in the Institute Auditorium in the presence of Bidder’s or those representatives while the financial bid will be kept unopened Ensure to sign the bid submission register at the Procurement unit of the Institute

7. GENERAL INFORMATION
i. Bid must be in English language and signed by an official authorised by the bidder and;
ii. Any bid submitted to the deadline for submission will be returned un-opened.
iii. Bidders should not bid for more than two (2) Lot
iv. Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bid opening while the financial bids of unsuccessful bidder will be returned unopened
v. The Nigerian Institute of Mining and Geosciences 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 Public Procurement Act 2007

Documents

 Tender Notice