Background Image

FEDERAL MINISTRY OF HUMANITARIAN AFFAIRS, DISASTER MANAGEMENT AND SOCIAL DEVELOPMENT (FMHADMSD)-

INVITATION FOR PREQUALIFICATION/TECHNICAL BIDS/EXPRESSION OF INTEREST (EOI) FOR WORKS, GOODS, AND SERVICES FOR THE IMPLEMENTATION OF THE 2021 APPROPRIATION ACT FOR THE MINISTRY

FEDERAL MINISTRY OF HUMANITARIAN AFFAIRS, DISASTER MANAGEMENT AND SOCIAL DEVELOPMENT (FMHADMSD)
FEDERAL SECRETARIAT, PHASE 1, ABUJA
INVITATION FOR PREQUALIFICATION/TECHNICAL BIDS/EXPRESSION OF INTEREST (EOI) FOR WORKS, GOODS, AND SERVICES FOR THE IMPLEMENTATION OF THE 2021 APPROPRIATION ACT FOR THE MINISTRY

1.0 INTRODUCTION
The Federal Ministry of Humanitarian Affairs, Disaster Management and Social Development (FMHADMSD) intend to execute projects as contained in the 2021 Appropriation Act. In compliance with the provisions of the Public Procurement Act, 2007, and other extant guidelines for the award of contracts in the Federal Public Service, the Ministry wishes to invite experienced and competent Contractors, Suppliers and Service Providers to submit Pre-qualification, Technical and Expression of Interest (EoI) documents for the execution of the projects.

2.0 SCOPE OF WORKS/ASSIGNMENTS
Details of the Scope of Works/Specifications and Assignments are contained in the Bid Documents. The projects are grouped into categories A to C. Bidders are, therefore, requested to submit Pre-qualification, Technical and, Expression of Interest documents in respect of the categories chosen on the basis of the requirements listed in Sections 3.0, 4.0 and, 8.0 of this publication. The projects are listed in the table below:

CATEGORY ‘A’ WORKS

LOTS PROJECT TITLE
A1 Furnishing of New Offices
A2 Establishment of Pilot Reception Centre for Emergencies for Borno and Katsina States
A3 Provision and Installation of Local Area Network Infrastructure
A4 Construction of Community ICT Centre in Sokoto and Bauchi States
A5 Provision and Installation of Solar System at Community ICT Centre in Sokoto and Bauchi States
A6 Provision and Installation of CCTV and Access Control in the Office Complex.
A7 Construction of Computer-Aided Learning Centres in Selected Schools for the Virtually/Hearing Impaired.

CATEGORY ‘B’ GOODS

PACKAGES/ LOTS PROJECT TITLE
B1 Supply of ICT Hardware and Equipment, Accessories Consumables/Software/ Licenses
B1.1 Supply of IT Hardware and Equipment
B1.2 Supply of IT licenses/ Software, Accessories and Consumables
B2 Supply of Office Equipment and Furniture/fittings
B2.1 Supply of Office Furniture/Fittings
B2.2 Supply of Office Machines and Equipment
B3 Supply of Stationeries and Computer Consumables
B4 Provision of Aids and Appliances for People living With Disabilities (PWDs) and Older Persons
B5 Supply of Economic Empowerment and Relief Materials
B5.1 Supply of N-Build Artisan Tools and Consumables to die 36 States of the Federation and FCT.
B5.2 Empowerment of Agricultural Skills to IDPs in Sardauna, Taraba
B5.3 Supply of Food Items to Gubio, Kaga and Magumeri LGA in Borno State
B5.4 Supply of Motorcycles to Daura / Sandamu /Mai-Adua Federal Constituency, Katsina State
B5.5 Supply of Tricycles to Daura/ Sandamu /Mai -Adua Federal Constituency, Katsina State
B5.6 Supply of Industrial Sewing Machines to Daura/Sandamu/Mai-Adua Federal Constituency, Katsina State
B5.7 Supply of Grinding Machines to Daura/Sandamu/Mai-Adua Federal Constituency, Katsina
B5.8 Supply of Relief Material to Bakori and Danja LGA, Katsina
B5.9 Supply of Relief Materials to IDPs in the nine LGAs of Borno South Senatorial District, Borno State
B5.10 Supply of Relief Materials to IDPs in Kebbi South Senatorial District, Kebbi State

CATEGORY ‘C’ SERVICES

LOTS PROJECT TITLE
C1 Provision of Internet Access in the New Office Complex (Jabi Office)
C2 Provision of Security Services for the New Office Complex
C3 Facility Management, Maintenance, Cleaning and Horticultural Services
C4 Provision of Vehicles Maintenance Services

3.0 ELIGIBILITY REQUIREMENTS
(3.1) The Ministry, in compliance with the provisions of the Public Procurement Act, 2007 and the Public Procurement Regulations for Works, Goods and, Services, will carry out pre-qualification/shortlisting of companies/service providers that respond to this advertisement based on the following requirements:
(a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1. 1 or CAC2 and CAC7;
(b) Evidence of Company’s current Annual returns to CAC;
(c) Evidence of Tax Clearance Certificate (TCC) for the last three (3) years (2018, 2019 & 2020) valid till 31st December 2021.;
(d) Evidence of current Pension Clearance Certificate valid till 31st December 2021;
(e) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2021;
(f) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2021;
(g) Evidence of Registration on the BPP’s National Database of Federal Contractors, Consultants and Service Providers by submission of a valid Certificate of Registration or Interim Registration Report (IRR) expiring on 31/12/2021 or valid Certificate issued by BPP;
(h) Unabridged Company Audited Annual Report for the immediate past three (3) years (2018, 2019 & 2020);
(i) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, TCC, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
(j) A Sworn Affidavit:
(i) disclosing whether or not any officer of the relevant committees of the Federal Ministry of Humanitarian Affairs, Disaster Management and Social Development 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.
(ii) that no Partner/Director has been convicted in any country for criminal offenses related to fraudulent or corrupt practices, or criminal misrepresentation or falsification of facts relating to any matter;
(iii) that the company does not at the time of this bid have any existing loan or financial liability with a bank, other financial institutions or, third party that is classified as doubtful, non¬performing, bad or, whose repayment portion has been outstanding for the last three months.
(3.2) LOCAL CONTENT, SAFETY AND SOCIAL
Responsibility
(a) Indicate the quantum of verifiable employment to be generated stating projected numbers and specialties for skilled (Professional) and unskilled (Non¬professional) Manpower.
(b) Submit verifiable key Management positions that are Nigerian Nationals and the percentage of the company’s total workforce that will be beneficial to youth employment and community development in Nigeria;
(c) All bidders should include description of current Health, Safety and Environment (HSE) procedures, plan, manuals, and HSE performance statistics over the last 3 years including HSE manuals and accident statistics for the past five (5) years; and
(d) Submit a plan on how to give first consideration to services provided from within Nigeria, raw materials, and manufactured goods of Nigerian origin in line with the requirements of Nigerian Content.
(e) State the proposed social benefits to be accrued to the host communities where projects/services are domiciled.

4.0 PREQUALIFICATION/TECHNICAL/EXPRESSION OF INTEREST REQUIREMENTS
(a) Bidders’ Experience
Experience as a prime contractor on at least two (2) projects of similar nature and complexity within the last five (5) years (Copies of letters of award/certificates of completion to be attached)
(b) Plant and Equipment
Verifiable evidence of proof of ownership and/or lease of the construction equipment for Category A
(c) Authorisation for Supply of Equipment: Letter of Authorization from Original Equipment Manufacturers (OEMs) /representative will be required for B1.2.
(d) Financial Capacity
Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed
(e) Registration with Professional Bodies
Evidence of firms registration with relevant regulatory professional body(ies) e.g. NAICOM/Insurance, EHORECON/Cleaning Service, COREN/QSRBN/ARCON/CORBON/SURCON/Construction, NSCDC/Security.
(f) Projects related to ICT
Evidence of current registration/accreditation/membership with Computer Professionals Council of Nigeria, Nigerian Computer Society and National Information Technology Development Agency (NITDA);
(g) Manpower
Key personnel with evidence of registration with Professional bodies like COREN, QSRBN, ARGON, SURCON, CORBON, TOPREC, NIESV, CIPSMN etc; For projects related to ICT: Evidence of relevant degree and certification in ICT related courses.
(h) Note that indigenous companies have an advantage in these categories.
Note that the documents should be arranged and submitted in the order as listed above and clearly separated by dividers and paginated

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

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights