Background Image

FEDERAL MINISTRY OF WOMEN AFFAIRS, ABUJA-<p>INVITATION TO TENDER AND EXPRESSION OF INTEREST FOR THE EXECUTION OF 2024 CAPITAL PROJECTS

FEDERAL MINISTRY OF WOMEN AFFAIRS
CENTRAL BUSINESS DISTRICT ABUJA
INVITATION TO TENDER AND EXPRESSION OF INTEREST FOR THE EXECUTION OF 2024 CAPITAL PROJECTS

1. INTRODUCTION
The Federal Ministry of Women Affairs (FMWA) in furtherance of its statutory mandate intends to undertake the procurement of various Goods, Works and Services under the 2024 Capital Appropriation and in accordance with the Provisions of the Public Procurement Act, 2007.

The source of fund shall be the Federal Government of Nigeria.

The Ministry therefore invites experienced and competent manufacturers, contractors, suppliers and consultants/service providers with relevant experiences for consideration for the execution of the following projects.

2. SCOPE OF WORKS, GOODS AND EXPRESSION OF INTEREST (EOI)
CATEGORY A: GOODS

LOT APROJECT DESCRIPTION
A1Empowerment of widows and indigent women
A2Support of vulnerable and indigent women
A3Procurement of empowerment equipment/tools for vulnerable women and children
A4Supply of grinding machine, sewing machines, laptops for widows, physical challenge persons and undergraduate in Ikot-Ebor, Ikot Apase in Etinan Federal Constituency, Akwa-Ibom State
A5Empowerment of SGBV victims
A6Empowerment of indigent women/children for enterprise development
A7Supply of sewing machines, Generators & grinding machines for Women Empowerment in Shendam, Qua’pan and Mikang Federal Constituency
A8NUT 4. EE Purchase of Cassava Processing Machine, Fabric Weaving equipment, palm oil milling machines, Hair dressing equipment for widows, disable persons and out-of-school women for poverty Alleviation in Cross river North Senatorial District.
A9Support of Women entrepreneurs in Zaria, Sabon Gari and Kebbe
A10Green Economy promotions – empowerment of women to engage in climate friendly income generation activities
A11Purchase of computer and associated products for the finance and accounts department
A12Empowerment of youths and women in Muji and other selected communities in Adamawa State
A13Purchase of Cassava Processing Machine, Fabric Weaving equipment, palm oil milling machines, Hair dressing equipment for widows, disable persons and out-of-school women for poverty Alleviation in Cross river South Senatorial District.
A14Purchase of security equipment and materials
 CATEGORY B – WORKS
B1Renovation and equipping of 16 skill acquisition centers (SAC) in 6 Geo-Political Zones of the federation.
B2Construction of women and artisan markets in Awomama, Oru-East, Imo State
B3Computerization and networking of the finance and accounts department in the ministry.
B4Construction of women training center in Dala LGA, Kano Central Senatorial District
B5Installation of solar street lights in selected communities in FCT Senatorial districts
B6Construction and equipping of skill acquisition centres across 6 Geo-Political zones of Nigeria
B7Establishment of shelter for sexual and Gender-Based Violence and Promotion of Gender Equality
 CATEGORY C- EXPRESSION OF INTEREST FOR CONSULTANCY /NON-CONSULTANCY SERVICES
C1Growing Girls and Women Initiative in Nigeria (GWIN)
C2Programme for the Elimination of Harmful traditional practices among Women and Girls
C3Training and Empowerment of Women and Youths in Ankpa Federal Constituency, Kogi state
C4Institutionalization of PMS in the Ministry
C5Promoting participation of Women and Girls in Climate change
C6Establishment and management of digital women enterprise platform
C7Establishment of E-library at the Headquarters for staff and the Ministry Focal groups

3. ELIGIBILITY REQUIREMENTS
Interested and competent contractors, suppliers and service providers/consultants wishing to carry out any of the projects under the above three (3) categories are required to submit the following documents;
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7; Business name with form BN1 is also 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 National Centre for Women Development, 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
h) Company’s Audited Accounts for the last three years (2021,2022 & 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 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) Works: List of plants/Equipment with proof of ownership/lease agreement;
m) Verifiable evidence of the firm’s registration with relevant professional bodies such as CMD, NITDA & CPN etc;
n) For training: evidence of registration with Centre for Management Development (CMD);
o) Lots A1-A6: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs);
p) Evidence of compliance with Environmental, Social and Governance (ESG);
q) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA)
r) For ICT: evidence of firm’s registration with the National Information Technology Development Agency (NITDA) and computer professionals Registration Council of Nigeria
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.
Note that all documents/information required must be paginated, submitted in the sequence/order as listed above.

4. COLLECTION OF TENDER DOCUMENTS (GOODS & WORKS)
Interested companies are to collect their standard Bidding Documents from the office of the Director Procurement, Federal Ministry of Women Affairs, Headquarters, Room 008 on evidence of payment of non-refundable tender fee of N10, 000 (Ten Thousand Naira), only per lot paid into FMWA Remita account in any reputable commercial Bank in Nigeria. (The TSA account Number is to be obtained from the Ministry’s Central Pay Office).

5. SUBMISSION OF TENDER DOCUMENTS (GOODS & WORKS)
Prospective bidders are to submit two (2) hard copies each of the technical and financial bids with softcopy of the financial bid in MS Excel format, packaged separately in sealed and clearly marked as “Technical Bid” and “Financial Bid”. Thereafter, the two sealed envelopes should be put together in a bigger sealed envelope addressed to the Permanent Secretary, F Federal Ministry of Women Affairs, Headquarters, Ralph Shodeinde Way, CBD Abuja and clearly marked with the name of the project and lot number. 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 department on the 3rd floor not later than 12:00 noon Tuesday 23rd July, 2024.

6. SUBMISSION OF EOI
Interested firms in services are to submit the expression of interest (EOI) for each for each of the lot desired, in three (3) hard copies each (one original & two copies). The EOI should be addressed as indicated above and submitted not later than 12:00noon on Tuesday 9th July, 2024.

7. OPENING OF EOI AND TECHNICAL BIDS
The EOIs and the Technical bids will be opened immediately after the deadline for submission at 12:00noon on Tuesday 9th July, 2024 and 12:00 noon Tuesday 23rd July, 2024 respectively at the Federal Ministry of Women Affairs, Headquarters, Ralph Shodeinde Way, CBD Abuja, while the financial bids will be kept un-opened, please ensure that you sign the bid submission register, as the Ministry will ne be held liable for misplaced or wrongly submitted bids.

8. GENERAL INFORMATION
a. EOIs/Bids documents must be English Language and signed by an official authorized by the bidder;
b. EOIs/Bids submitted after the deadline for submission would be returned un-opened;
c. Bidders should not bid for more than two (2) lot;
d. All cost will be borne by the bidders;
e. The technical bids will be opened in the presence of bidders or their representatives, CSOs in the areas of Anti-corruption and Transparency and private professional bodies; and will be covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online;
f. Goods & Works: Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
g. Consultancy services: Only shortlisted consultants will be invited at a later date for collection of Request for proposals;
h. The Federal Ministry of Women Affairs is not bound 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:
Permanent Secretary
Federal Ministry of Women Affairs

admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights