FEDERAL MINISTRY OF TRANSPORTATION-
INVITATION FOR TENDERS AND EXPRESSION OF INTEREST FOR EXECUTION OF PROJECTS
THE FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF TRANSPORTATION
INVITATION FOR TENDERS AND EXPRESSION OF INTEREST (EOI)
TENDER PACKAGE NO – FMOT/PROC/2020/001
1. INTRODUCTION
The Federal Government of Nigeria has provided funds in the 2020 Appropriation Act to the Federal Ministry of Transportation for the execution of policies, programmes and projects aimed at achieving its mandate. To this end, experienced and reputable Suppliers, Contractors and Consultant/Service Providers are hereby invited to tender for the under listed Goods: Works; and Services:
2. SCOPE OF SUPPLIES/WORKS/SERVICES
2.1. CATEGORY A: GOODS (INVITATION TO TENDER) – Interested Suppliers and Contractors are invited to submit Technical and Financial bids for the following projects:
LOT NO | PROJECT TITLE |
G1 | Procurement of Air Conditioners for Administrative Building At Seme – Krake Joint Border Post |
CATEGORY B: WORKS- Interested Contractors bidding for this Category must have a Minimum Average Turnover stated against each Lot
LOT NO | PROJECT TITLE | MINIMUM AVERAGE ANNUAL TURNOVER (N) |
W1A-G | Clearing of Floating debris, Water Hyacinths, Waste Etc at Oworonshoki Waters, ljegun Water Fronts, Port Novo Creek, Oyingbo to Agbara Waters, Ebute Ipakodo Creek Ikorodu and Epe Waters | 60 million |
W2 | Construction of Toilets Facilities at Seme – Krake Joint Border Post from Nigeria to Benin at Site A and B | 50 million |
CATEGORY C: CONSULTANCY SERVICES (EXPRESSION OF INTEREST) – Interested Consultants are invited to submit Expression of Interest (EOI) for the following projects:
LOT NO | PROJECT TITLE |
C1 | Consultancy Services for the Supervision of Abuja – Itakpe; and Aladja – Warri (Town and Port) Railway and Warri New Sea Port Project |
C2 | Consultancy Services for the Supervision of Port Harcourt – Maiduguri Railway with Branch lines to Bonny Deep Sea Port and Port Harcourt Industrial Park |
C3 | Consultancy Services for the Supervision of Kano – Katsina- Jibiya – Maradi (Niger Republic) and Kano-Dutse branch line. |
C4 | Bathymetric Assessment of Dredged Navigational Channels |
C5 | Cadastral Surveys for Deed Preparation |
3. ELIGIBILITY REQUIREMENTS
Interested and competent Contractors, Suppliers and Consultants/Service Providers wishing to carry out any of the projects listed under the above three (3) SE Categories are required to submit the following documents. Failure to fulfil any of the under-listed requirements will render a bid, disqualified:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 or C1.1
b. Evidence of Company’s 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 31st December, 2020 or valid Certificate issued by BPP.
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Federal Ministry of Transportation or the Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the bidder and does not have any Director who has been convicted in any Country for criminal offences relating to fraud or financial impropriety or criminal Reference Letter from a reputable Commercial Bank in misrepresentation or falsification of facts relating to any matter and confirm that all information presented in its bid are true and correct in all particulars:
h. Company’s Audited Account for the last three (3) years 2017/2018/2019
i. Evidence of financial capability to execute the project by submission of Nigeria, indicating willingness to provide credit facility for the execution of the project where needed,
j. Company’s Profile with Curriculum Vitae of relevant Key Staff to be deployed for the works/services, including copies of their Academic/Professional Qualifications (eg, COREN ARCON, CORBON, SURCON, QSRBN etc.:
k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation/Job Completion Certificates and Photographs of the projects/supply/services:
l. List of Plants/Equipment with Proof of Ownership/Lease Agreement for Works
m. For Consultancy Services: Evidence of Firm’s registration with relevant professional bodies);
n. For Supply of Equipment: Evidence of Authorisation as Representative/Dealers of the Original Equipment Manufacturers (OEMs);
o. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance, Pension Compliance Certificate, ITF Compliance Certificate, NSITF, IRR and Sworn Affidavit are compulsory for each Joint Venture partner):
p. All documents for submission must be transmitted with a Covering/Forwarding Letter under the Company’s/Firm’s Letter Headed Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM Number) and E-mail Address. The letter Headed Paper must be the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the Company, and
“Note that documents information must be arranged and submitted in the sequence order as listed above
4. COLLECTION OF BIDS DOCUMENTS
Categories A & B (Goods and Works)
Interested Companies are to collect the Standard Bidding Document (SBD) from the refundable Tender foo of N10,000.00 Ten Thousand Naira) only per Lot, paid into the Office of the Director of Procurement, on Floor, Federal Ministry of Transportation, Bukar Dipcharima Building, Central Business District, Abuja, on evidence of payment of a non Remita E-Collection Account TSA of the Federal Ministry of Transport-Hqtrs-022900100100 in any reputable Commercial Bank in Nigeria.
No Comments