NATIONAL COMMISSION FOR MUSEUMS AND MONUMENTS (NCMM)-
INVITATION TO TENDER AND SUBMISSION OF EXPRESSION OF INTEREST (EOI) FOR 2021 CAPITAL APPROPRIATION
NATIONAL COMMISSION FOR MUSEUMS AND MONUMENTS (NCMM)
BLOCK C, FIRST FLOOR, HEAD OF SERVICE BUILDING, FEDERAL SECRETARIAT, PHASE II SHEHU SHAGARI WAY, CENTRAL BUSINESS DISTRICT, ABUJA
P.M.B. 171 GARKI ABUJA, Email: info@incmm.gov.ng
INVITATION TO TENDER AND SUBMISSION OF EXPRESSION OF INTEREST (EOI) FOR 2021 CAPITAL APPROPRIATION
INTRODUCTION
In Compliance with the provision of the Public Procurement Act, 2007 the National Commission for Museums and Monuments wishes to bring to the attention of the public her intention to carry out the following procurement activities in the Commission as provided for in the 2021 Capital Budget Appropriation. In view of the above, bids are hereby invited from interested, competent and reputable companies with relevant experience and good track records in respect of the following projects:
SCOPE OF WORKS & SERVICES
CATEGORY A: WORKS
LOT NO | PROJECT TITLE/DESCRIPTION | LOCATION |
LOT A1 | REHABILITATION OF CHILDREN’S PARK NATIONAL MUSEUM | IBADAN |
LOT A2 | UPGRADE AND REPAIR OF FACILITIES AT NATIONAL MUSEUM | IBADAN |
LOT A3 | REHABILITATION OF GALLERIES AT NATIONAL MUSEUM | AKURE |
LOT A4 | REHABILITATION OF GALLERIES AT NATIONAL MUSEUM | UYO |
LOT A5 | REHABILITATION OF GALLERIES AT NATIONAL MUSEUM | ORON |
LOT A6 | REHABILITATION OF GALLERIES AT NATIONAL MUSEUM | ABA |
LOT A7 | REHABILITATION OF GALLERIES AT NATIONAL MUSEUM | LOKOJA |
LOT A8 | REHABILITATION OF GALLERIES AT NATIONAL MUSEUM | OWO |
LOT A9 | REHABILITATION OF GALLERIES AT NATIONAL MUSEUM | MAKURDI |
LOT A10 | REHABILITATION OF NATIONAL MUSEUM | ENUGU |
LOT A11 | CONSTRUCTION OF PERIMETER FENCE AND GATE HOUSE AT NATIONAL MUSEUM | ILE-IFE |
LOT A12 | ALL SAINTS PRIMARY SCHOOL ANTIQUE DEMONSTRATION CLASS RECONSTRUCTION OF HRM THOMPSON WORGU MEMORIAL PALACE | PORT HARCOURT |
LOT A13 | POTTERY MUSEUM IN THE AKOKO-EDO FEDERAL CONSTITUENCY | OJAH COMMUNITY |
CATEGORY B: SERVICES
LOT NO | PROJECT TITLE/DESCRIPTION | LOCATION |
LOT B14 | CAPACITY BUILDING AND TRAINING ON PRESERVATION OF ARCHIVAL COLLECTION | ENUGU AND EDO |
ELIGIBILITY REQUIREMENTS
In order to be considered, interested Contractors are required to submit the following documents along with the financial bids.
a. Evidence of Certificate of incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7. Business name is acceptable for category B;
b. Evidence of Company’s Income Tax Clearance Certificate (or personal income tax clearance Certificate of all the partners in case of business name) for the last three (3) years valid till 31st December, 2021;
c. Evidence of current Pension Clearance Certificate valid till 31st December, 2021;
d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2021;
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2021;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2021 or valid Certificate issued by BPP;
g. Sworn Affidavit
• disclosing whether or not any officer of the relevant committees of the National Commission for Museum and Monuments 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;
• That the Company is not bankrupt, in receivership or under liquidation or involved in any litigation which can potentially affect the company’s ability to effectively discharge their responsibility if engaged;
• That no company’s Directors has been convicted of procurement fraud in any Country;
h. Company’s Audited Accounts for the last three (3) years-2018, 2019 & 2020 duly stamped and signed by a registered Auditor;
i. 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’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, QSRBN, ARCON, CORSON 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;
m. Lot B14: Evidence of accreditation issued by Centre For Management Development (CMD);
n. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR and Sworn Affidavit are compulsory for each JV Partner);
o. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head 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-mail 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 authorized officer of the firm.
COLLECTION OF BID DOCUMENTS (WORKS)
Interested companies are to collect the Standard Bidding Document (SBD) from the Head of Procurement, Procurement Unit Office, Room 1A1,18, 1st Floor on evidence of payment non-refundable fee of ten thousand naira (10,000.00) only per lot payable to the Federal Government Single Treasury Account (TSA) (National Commission for Museums and Monuments).
SUBMISSION OF TENDER DOCUMENTS (WORKS)
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, package 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:
Director General, National Commission For Museums And Monuments, Block C, First floor, Federal Secretarial Head of Service, Phase II Shehu Shagari Way, Central Business District, 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 drop in the designated tender Box at the Commission’s Conference Room not later than 12:00 noon Monday, 26th July, 2021.
No Comments