NATIONAL COMMISSION FOR NOMADIC EDUCATION-
INVITATION TO TENDER FOR YEAR 2024 CAPITAL AND CONSTITUENCY PROJECTS
NATIONAL COMMISSION FOR NOMADIC EDUCATION
KM 4, KADUNA-ZARIA EXPRESS WAY RIGACHIKUM, PMB 2343, KADUNA
INVITATION TO TENDER FOR YEAR 2024 CAPITAL AND CONSTITUENCY PROJECTS
1. INTRODUCTION
In pursuance of the extant guidelines of the Public Procurement Act 2007, the National Commission for Nomadic Education, Kaduna wishes to invite competent, experienced and reputable contractors to tender for the following projects under its 2024 capital and constituency projects.
2. SCOPE OF WORKS
CATEGORY A: WORKS
LOT NO | WORKS | LOCATION |
1 | Construction of 2km interlock inner roads with drainage in Ball/Gassol Federal Constituency | Taraba State |
2 | Construction of road from Gidan Murabus Zinyau to Kasuwar Dila in Rano LGA | Kano State |
3 | Construction and furnishing of block of classrooms in Adegbayi Primary School in Ibadan | Oyo State |
4 | Renovation of three floors of classrooms at urban Day School-Old Ife Road Ibadan | Oyo State |
5 | Construction of ICT Centres in community primary school Awo Egbedore LGA | Osun State |
6 | Rehabilitation of selected schools in Akwa North/South Federal Constituency | Anambra State |
7 | Land clearing and fencing of proposed girls boarding secondary school Rano LGA | |
CATEGORY B: GOODS | ||
8 | Procurement and installation of Solar Street Light at Kankia/Kusada/Ingawa Federal Constituency | Katsina State |
9 | Procurement of empowerment materials for Kankia/Kusada/Ingawa Federal Constituency | Katsina State |
3. ELIGIBILITY REQUIREMENTS
Prospective bidders must possess the under listed requirements to be eligible to participate in this procurement;
should submit the under listed requirements to be eligible to participate in this procurement:
i. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 2 and CAC7;
ii. Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till 31st December 2024;
iii. 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).
iv. 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);
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2024;
vi. 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;
vii. Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the National Commission for Nomadic Education 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
• That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
viii. Company’s Audited Accounts for the last three years (2021, 2022 & 2023)
ix. Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
x. 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;
xi. 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;
xii. List of plants/equipment with proof of ownership/lease agreement, manufacturing workshops and showrooms including addresses/location.
xiii. Electricity jobs: evidence of current license issued by Nigerian Electricity Management Services Agency (NEMSA);
xiv. 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 AND WORKS)
Interested companies are to collect Standard Bidding Documents (SBD) from the procurement unit NCNE Kaduna upon presentation of non-refundable fee of Ten Thousand Naira (N10, 000.00) only for each of lot to National Commission for Nomadic Education (NCNE) Remita Account in any reputable commercial Bank in Nigeria. Evidence of such payment is to be presented at the cash office for official receipt which is to be presented at the Point of collection of the bid document.
5. SUBMISSION OF TENDER DOCUMENTS (GOODS AND WORKS)
Prospective bidders should submit for each of the desired lot, two (2) hard copies of the technical and financial bids documents each packaged separately in sealed tamper proof envelope marked as Technical Bid document or financial bid document clearly written at the back of each envelope. Thereafter, put the two sealed envelope together in a bigger sealed envelope addressed to executive Secretary, National Commission for Nomadic Education KM 14 Kaduna-Zaria Express way Rigachikun, Kaduna and clearly marked with the name of the project and the 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 (Office of the Head of Procurement, National Commission for Nomadic Education KM 14 Kaduna-Zaria Express way Rigachikun, Kaduna not later than 12:00 noon on Monday 13th May, 2024.
6. OPENING OF TECHNICAL BIDS
Only technical bids will be opened immediately after the deadline for submission at 12:00 noon Monday, 13th May, 2024, at the Commission’s Board Room, while the financial bids will be kept un-opened. All enquiries are to be directed to the Head of Procurement NCNE Kaduna.
7. GENERAL INFORMATION
a. Bids must be in English Language and signed by an official authorized by the bidder;
b. Bids submitted after the deadline for submission would be returned unopened;
c. Bidders should not bid for more than one (1) Lot;
d. All cost will be borne by the bidders;
e. All bidding documents submitted will be subjected to the Due Diligence checks in accordance with the Public Procurement Act (PPA 2007)
f. The 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;
g. Bidders can submit through post (Courier Services)
h. 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;
i. The National Commission for Nomadic Education Kaduna 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
MANAGEMENT
No Comments