Background Image

NATIONAL INSTITUTE FOR HOSPITALITY AND TOURISM-

INVITATION FOR TENDER/EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

NATIONAL INSTITUTE FOR HOSPITALITY AND TOURISM
NO. 6 MIKE AKHIGBE WAY, JABI, JABI DISTRICT, ABUJA
INVITATION FOR TENDER/EXPRESSION OF INTEREST

1. INTRODUCTION
The National Institute for Hospitality and Tourism (NIHOTOUR), a parastatal of the Federal Ministry of Tourism with the mandates of providing a platform for human capital development in the Hospitality and Tourism industry. The Institute intends to carry out procurement of goods, works and services under the 2024 appropriation and zonal intervention projects of the Federal Government of Nigeria.

2. SCOPE OF SUPPLIES/WORKS/SERVICES CLASSIFICATION OF CAPITAL PROJECTS

LOTPROJECT DETAILSLOCATION
G5Supply of Animal feeds for the empowerment of youths and women in Egor/Ikpoba – Okha Federal Constituency, Edo StateEdo State
 CATEGORY W: WORKS 
W8Construction of modern toilets in selected markets in Egor/Ikpoba –Okha Federal Constituency, Edo stateEdo State
W10Reconstruction and provision of toilet facilities to selected schools in Abeokuta South Federal ConstituencyOgun State
W14Construction and renovation of town hall in AMAC/Bwari Federal Constituency, FCT, AbujaFCT, Abuja
W22Road rehabilitation within Atisbo LGA, Oyo StateOyo State
W26Completion of modern abattoir in Argungu LGA Kebbi North Senatorial District, Kebbi StateKebbi State
W27Completion of modern abattoir in Suru LGA Kebbi North Senatorial District, Kebbi StateKebbi state
W28Completion of mini stadium in Argungu LGA, Kebbi North Senatorial District, Kebbi StateKebbi state
W29Completion of town hall and recreational centre in Argungu LGA, Kebbi North Senatorial District, Kebbi StateKebbi state
W30Completion of Town hall and recreational centre in Argungu LGA, Kebbi North Senatorial District, Kebbi StateKebbi state
 CATEGORY C: CONSULTANCY SERVICES 
C9Training of youths and women in Agriculture value chain in Egor/Ikpoba-Okha Federal ConstituencyEdo state
C11Provision for training and empowerment of youths in Maritime in Port Harcourt Constituency 1 Rivers StateRivers state
C12Entrepreneurship and skill acquisition training for youth and womenFCT Abuja
C13Orientation, training and empowerment of women and youth in Ilorin East/Ilorin South Federal Constituency, Kwara StateKwara state
C14Training and empowerment for Women and Youths in Arewa/Dandi Federal Constituency, Kebbi StateKebbi state
C16Capacity building workshop for staffFCT, Abuja
C17Engagement of consultant for road rehabilitation within Atisbo LGA, Oyo StateFCT, Abuja

3. ELIGIBILITY REQUIREMENTS
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7; business name is also acceptable for services
b) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years valid till 31st December 2024 with minimum average annual turnover of N30 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) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the National Institute for Hospitality and Tourism 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.
h) Company’s Audited Accounts for the last three years (2021 ,2022 & 2023);
i) Reference letter from a reputable commercial bank 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, QSDRBN, ARCON, CORBON 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 agreement;
m) Consultancy services: evidence of current registration with relevant regulatory professional body(ies) such as COREN, QSDRBN, ARCON, CORBON, CMD etc
n) 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)
Contractors are to collect the Standard Bidding Document (SBD) from the Office of the Head of Procurement at the Headquarters of the Institute, evidence of payment of a non-refundable tender fee of N10, 000.00 per Lot, paid into the Institute’s REMITA platform account through any reputable Commercial Bank in Nigeria.

5. SUBMISSION OF TENDER DOCUMENTS (GOODS & WORKS)
Prospective bidders are to submit bid for each of the desired lot desired, two (2) hard copies each of the technical and financial bids each with softcopy of financial bid only in MS Excel format, packaged separately in sealed tamper proof envelopes and “Technical Bid” or “Financial Bid”. Thereafter, clearly marked put the two sealed envelopes together in a bigger sealed envelope addressed to the Director General, National Institute for Hospitality and Tourism, No. 6. Mike Akhigbe wayss, Jabi, Abuja and clearly marked with the name of the project and Lot number. Furthermore, the reverse of each sealed envelope (i.e the Technical, financial and the bigger envelopes) should bear the name and the address of the Bidder and drop in the designated Tender box (Office of the Head of Procurement, National Institute for Hospitality and Tourism, No. 10, Amisi Musa Street, Jabi, Abuja not later than 12:00 noon Monday, 24 June, 2024.

6. SUBMISSION OF EXPRESSION OF INTEREST (SERVICE)
Expression of Interest (EOI) all interested consultants shall submit one original and one photocopy of their expression in a sealed envelope clearly stating the name of project and category with lot number appropriately marked and addressed to:
The Director General,
National institute for Hospitality and Tourism, 6. Mike Akhigbe way, Jabi, Abuja.
Name of company should be written on the reverse of the envelope and submitted not later than 12:00 noon Monday, 10 June, 2024.

7. OPENING OF EOI & TECHNICAL BIDS
The EOIs and the technical bid will be opened immediately after the deadlines for submission at 12:00 noon Monday, 10 June, 2024 and 12:00 noon Monday, 24 June, 2024, respectively, at the Conference Room, National Institute for Hospitality and Tourism, No. 6, Mike Akhigbe way, Jabi, Abuja, Please ensure that you sign the bid submission register in the Office of Head of Procurement, 1st floor, Director General’s Block NIHOTOUR, Jabi, as the Institute will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the Head of Procurement on e-mail: procurement@nihotour.gov.ng

8. GENERAL INFORMATION
a. EOls/Bids must be in English Language and signed by an official authorized by the bidder,
b. EOls/Bids submitted after the deadline for submission would be returned un- opened:
c. Applicants should not bid for more than two (2) Lots; d. All cost will be borne by the bidders;
d. Eols/Technical bids will be opened in the presence of Bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and Private Professional bodies; and will be covered I by video recording, invitation link will be sent to bidder who chooses to join the bid opening online,
e. Goods & Works: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bid opening, while the financial bid of un- invited successful bidders will be returned un-opened;
f. Consultancy Services: Only shortlisted Applicants at EOI’s evaluation will be invited at a later date for collection of collection of Request for Proposals:
g. The National Institute for Hospitality and Tourism is not bound to pre-qualify/shortlist any Applicant and reserve the right to process at any time without incurring any liabilities in accordance with section 28 of the Public Procurement Act 2007.
Interested/eligible bidders may obtain further information from the procurement unit between 9:00am – 4:00pm (Mondays – Fridays) except public holidays at the following address: No 10, Amisi Musa Street, Jabi, Abuja

Signed
Head of Procurement
For: Director General
National Institute for Hospitality and Tourism

Tags
admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights