FEDERAL MINISTRY OF LABOUR AND EMPLOYMENT-
INVITATION FOR TENDER/EXPRESSION OF INTEREST (EOI) FOR GOODS, WORKS AND SERVICES FOR EXECUTION OF 2024 APPROPRIATION S
FEDERAL MINISTRY OF LABOUR AND EMPLOYMENT
FEDERAL SECRETARIAT PHASE I, SHEHU SHAGARI WAY, ABUJA,
INVITATION FOR TENDER/EXPRESSION OF INTEREST (EOI) FOR GOODS, WORKS AND SERVICES FOR EXECUTION OF 2024 APPROPRIATION S
1. INTRODUCTION
The Federal Government of Nigeria has appropriated funds to the Federal Ministry of Labour and Employment in the 2024 Fiscal Year for procurement of Goods, Works and Services (Consultancy and Non-Consultancy) for the execution of policies, programmes and projects towards achieving the mandate of the Ministry and 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 hereby invites interested Contractors, Suppliers, Consultants and Service Providers with requisite expertise and experience to submit bids /Expression of Interest documents for the following Projects.
2. SCOPE OF GOODS/WORKS/SERVICES
PROJECT DESCRIPTION | |
CATEGORY A: GOODS | |
G 1 | Supply of Motor vehicles to selected communities in Taraba Central HM, Taraba state |
G 2 | Instructional materials for primary schools in Odiokwu, Ahoada West/Ogba/Egbema/Ndoni Federal Constituency, River state |
G3 | Supply of grain grinding machines for women business starts up in Tunga, Chanchaga LGA |
G 4 | Supply of sewing machines for youth small scale business in Jigawa South west |
G 5 | Procurement of works stations |
G 6 | Procurement of office equipment |
G7 | The procurement of equipment and tools for employment and resettlement of skilled graduates in Umonnecohi LGA, Abia State |
CATEGORY B: WORKS | |
W1 | Construction and equipping of specialist skills acquisition and vocational training center in Umunnoechi LGA Abia State |
W2 | Provision and installation of streetlights in Oyo Town, Ogbadibo LGA, Benue and Mushin LGA in Lagos |
CATEGORY C: CONSULTANCY | |
C1 | Training and empowerment of women and youth in Agidi – Akun-Rinze-Farin Ruwa development area, Nasarawa North Senatorial District |
3. ELIGIBILITY REQUIREMENTS
Prospective bidders must possess the under listed requirements to be eligible in this procurement process;
a. Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC), including FormsCAC1.1, CAC2, CAC2.1 and CAC7, Business Name with form BN1 is also acceptable for consultancy Services;
b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Clearance Certificates of all the Partners in case of Business Name) for the last three (3) consecutive years valid till 31 December, 2024 with a minimum average annual turnover of N50 Million;
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. Reference letter from a reputable commercial Bank in Nigeria, Indicating willingness to provide credit facility when needed;
h. Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Federal Ministry of Labour and Employment 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
i. Company’s Audited Accounts for the last three years (2021, 2022 & 2023);
j. Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
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. 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, SURCON, CPN & NITDA etc;
m. Works: List of Plants/Equipment with proof of Ownership/Lease agreement;
n. Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorized representatives should bid for the vehicles;
o. For supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs)
p. For training: evidence of registration with Centre for Management Development (CMD) or equivalent;
q. 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.
4. COLLECTION OF TENDER DOCUMENTS (GOODS & WORKS)
Interested Bidders are to collect the Standard Bidding Document (SBD) from Room 109, 1 Floor, Federal Secretariat, Phase 1 Central Business District, Abuja with evidence of payment of a non-refundable tender fee of N10.000.00 per Lot on Goods and Civil Works payable into the Federal Ministry of Labour and Employment Remita Account in any Commercial bank in Nigeria.
5. SUBMISSION OF DOCUMENTS (GOODS & WORKS)
Prospective bidders are to submit bid for each desired Lot, two (2) hard copies (original and copy 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 (2) sealed envelopes together in a bigger sealed envelope addressed to:
The Head Procurement,
Federal Ministry of Labour and Employment
Headquarters, Federal Secretariat
Phase 1, Abuja
and clearly marked with (the name of the project and the Lot number).
Furthermore, the reverse side of each sealed envelope should bear the name, address of the bidder and drop in the designated tender box at the procurement department 4B 2.32 2nd floor not later than 12:00noon on Tuesday, 11th June, 2024.
6. SUBMISSION OF EOI (CONSULTANCY SERVICES)
Interested Firms in Consultancy services are to submit the Expression of Interest (EOI) 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 12:00 noon on Tuesday, 28th May, 2024.
7. OPENING OF EOIS/TECHNICAL BIDS
The EOIs and the technical bids will be opened immediately after the deadlines for submission at 12:00 noon on Tuesday 28th May, 2024 and 12:00 noon on Tuesday, 11th June, 2024, respectively, at the Permanent Secretary’s Conference Room 1st Floor, in the presence of the bidders of their representatives, while the financial bids will be kept un-opened. Please ensure that you sign the bid submission register in the procurement’s office, 4B 2.32, 2nd floor as the Federal Ministry of Labour and Employment will not be held liable for any misplaced or wrongly submitted bid. For further enquiries please contact the procurement department on 08037879156.
8. GENERAL INFORMATION
a. EOIs/Bids must be in English Language and signed by an official authorized by the bidders
b. EOIs/Bids submitted after the deadline for submission would be returned unopened;
c. Bidders should not bid for more than two (2) Lot
d. All cost will be borne by the bidders
e. The EOIs/technical bids will be opened in the presence of CSOs and Professional bodies and 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 applicants at EOI’s evaluation will be invited at a later date for collection of Request for Proposals.
h. The Ministry of Labour and Employment Headquarters is 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
Ministry of Labour and Employment Headquarters, Abuja.
No Comments