NATIONAL TEACHERS’ INSTITUTE, KADUNA, KADUNA STATE-
INVITATION TO TENDER AND EXPRESSION OF INTEREST FOR YEAR 2024 CAPITAL/CONSTITUENCY PROJECTS
NATIONAL TEACHERS’ INSTITUTE, KADUNA
KM 5 KADUNA-ZARIA ROAD, RIGACHUKUN, PMB 2191, KADUNA STATE OF NIGERIA
INVITATION TO TENDER AND EXPRESSION OF INTEREST FOR YEAR 2024 CAPITAL/CONSTITUENCY PROJECTS
1. INTRODUCTION
The National Teachers Institute, Kaduna is in the process of implementing the 2024 Capital and Constituency projects as well as Teachers Training Programmes for Teachers in Primary and Junior Secondary School in 36 States and FCT with funds provided by the Federal Government of Nigeria through the Sustainable Development Goals (SDGs) Support Intervention project and Zonal Intervention projects. Consequent upon the forgoing, interested competent and reputable companies with expertise in the relevant fields are hereby invited to submit tender/expression of interest (EOI) for the following
2. SCOPE OF WORKS/GOODS/SERVICES
CATEGORY A: WORKS
LOT 1 | CONSTRUCTION OF DIGITAL LITERACY TEACHERS TRAINING CENTRE AT NTI HEADQUARTERS KADUNA |
LOT 2 | CONSTRUCTION OF 2 UNITS OF ONE STOREY JAMB CENTRE AT IKOT EKPENE AND ESSIEN UDIM LGA, AKWA IBOM STATE |
LOT 3 | CONSTRUCTION AND EQUIPPING OF 2 UNITS OF ONE STOREY BUILDING WITH 8 CLASSROOMS AT ABAK AND ESSIEN UDIM LOCAL GOVERNMENT AREAS OF AKWA IBOM STATE |
LOT 4 | CONSTRUCTION AND EQUIPPING OF 2 UNITS OF ONE STOREY BUILDING WITH 8 CLASSROOMS AT ETIM EKPO AND IKA LOCAL GOVERNMENT AREAS OF AWKA IBOM STATE |
LOT 5 | CONSTRUCTION AND EQUIPPING OF 2 UNITS OF ONE STOREY BUILDING WITH 8 CLASSROOMS AT IKONO AND IKOT EKPENE LOCAL GOVERNMENT AREAS OF AKWA IBOM STATE |
LOT 6 | CONSTRUCTION AND EQUIPPING OF 2 UNITS OF ONE STOREY BUILDING WITH 8 CLASSROOMS INI AND OBOT AKARA LOCAL GOVERNMENT AREAS OF AKWA IBOM STATE |
LOT 7 | CONSTRUCTION AND EQUIPPING OF 2 UNITS OF A STOREY BUILDING WITH 8 CLASSROOMS AT ORUK ANAM AND UKANAFUN LOCAL GOVERNMENT AREAS OF AKWA IBOM STATE |
LOT 8 | CONSTRUCTION OF SOLAR STREET LIGHT IN BORNO NORTH SENATORIAL DISTRICT, BORNO STATE |
LOT 9 | CONSTRUCTION OF SOLAR STREET LIGHT ACROSS MAKARFI/KUDAN FEDERAL CONSTITUENCY |
LOT 10 | CONSTRUCTION OF BOREHOLES ACROSS MAKARFI/KUDAN FEDERAL CONSTITUENCY |
CATEGORY B: GOODS
LOT 11 | SUPPLY OF SCHOOL FURNITURE, TEXTBOOKS AND EXERCISE BOOKS IN SOME SELECTED SCHOOLS IN SULEJA/TAFA/GURARA FEDERAL CONSTITUENCY, NIGER STATE |
LOT 12 | SUBMISSION OF EMPOWERMENT ITEMS TO TEACHERS, WOMEN & YOUTH IN DAURA/SANDAMU/MAI’ADUA, KASTINA STATE |
LOT 13 | PROCUREMENT OF LEARNING AIDS (INSTRUCTIONAL MATERIALS) TO PRIMARY SCHOOLS FOR QUALITY DELIVER AND EFFECTIVE LEARNING IN BORNO CENTRAL SENATORIAL DISTRICT, BORNO STATE |
CATEGORY C: CONSULTANCY SERVICES (EXPRESSION OF INTEREST)
LOT 14 | CAPACITY BUILDING TRAINING AND EMPOWERMENT FOR YOUTH AND WOMEN IN KAGA AND GUBIO FEDERAL CONSTITUENCY, BORNO STATE |
LOT 15 | CAPACITY BUILDING TRAINING AND EMPOWERMENT FOR YOUTH & WOMEN AND STAKEHOLDERS IN AWE LGA OF NASARAWA SOUTH SENATORIAL DISTRICT |
LOT 16 | CAPACITY BUILDING TRAINING AND EMPOWERMENT FOR YOUTH AND WOMEN AND STAKEHOLDERS IN KEANA LGA OF NASARAWA SOUTH SENATORIAL DISTRICT |
LOT 17 | CAPACITY BUILDING TRAINING AND EMPOWERMENT FOR YOUTH AND WOMEN AND STAKEHOLDERS IN DOMA LGA OF NASARAWA SOUTH SENATORIAL DISTRICT |
LOT 18 | CAPACITY BUILDING TRAINING AND EMPOWERMENT FOR YOUTH AND WOMEN AND STAKEHOLDERS IN LAFIA LGA NASARAWA SOUTH SENATORIAL DISTRICT |
LOT 19 | CAPACITY BUILDING TRAINING AND EMPOWERMENT FOR YOUTH AND WOMEN AND STAKEHOLDERS IN OBI LGA OF NASARAWA SOUTH SENATORIAL DISTRICT |
LOT 20 | TRAINING ON MAINTENANCE AND SAFETY AND EMPOWERMENT HIJET FOR YOUTH IN (MARTE LGA) BORNO NORTH SENATORIAL DISTRICT |
LOT 21 | TRAINING ON MAINTENANCE AND SAFETY AND EMPOWERMENT HIJET FOR YOUTH IN (MONGONO ) BORNO NORTH SENATORIAL DISTRICT |
LOT 22 | TRAINING ON MAINTENANCE AND SAFETY AND EMPOWERMENT HIJET FOR YOUTH IN (NGANZAI LGA) BORNO NORTH SENATORIAL DISTRICT |
3. ELIGIBILITY REQUIREMENTS
Interested firms should submit their EOIs/bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below. Failure to submit any of the under-listed documents shall lead to the disqualification of the EOI/bid.
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 or 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
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 Teachers Institute, Kaduna 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; Note: lots 14 to 28: Evidence of past experience in implementing development workshops at State or National level.
l) Works: List of Plants/Equipment with proof of Ownership/Lease agreement;
m) Supply of equipment : letter of authorization as representative of the Original Equipment Manufacturers (OEMs);
n) Consultancy services: Evidence of firm’s current registration with relevant regulatory professional body(ies) such as CMD, TRCN etc;
o) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA);
p) 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 BID DOCUMENT (CATEGORY A-B)
Interested companies are to collect the Standard Bidding Document (SBD) documents from the procurement unit between 9:00am to 4:00pm (Mondays to Fridays) upon submission of evidence of payment of a non-refundable tender fee of N10, 000.00 only for each LOT to the National Teachers Institute, NTI Treasury Single Account (TSA) using Remita platform to any bank and present the REMITA Retrieval Reference RRR and bank teller receipts to Office No: DR 10 Directorate Department, National Teacher’s Institute, NTI Headquarters KM 5 Kaduna Zaria road, Consultants interested in category C are not expected to pay at this stage until after EOI shortlisting.
5. SUBMISSION OF TENDER DOCUMENT (CATEGORY A-B)
Completed technical and financial bids shall be submitted in two separate envelopes, clearly tape sealed and clearly marked “Technical bids for lot No and Financial bids for lot no inserted in a bigger 3 envelope. The project titles, lot number and contractor’s name must be clearly written on top of each envelope. Bids shall be addressed to the Director General and Chief Executive, National Teachers Institute, NTI KM 5 Kaduna – Zaria road, Rigachikun, PMB 2191, Kaduna; between the hours of 10:00am and 4:00pm, Mondays to Fridays. The bids should be dropped in the Tender box at the procurement unit office No: DR 10 Directorate Department, National Teacher’s Institute, NTI Headquarters KM 5 Kaduna Zaria road not later than on 12:00 noon Monday, 18th March, 2024. Bidders are to ensure that they also sign the submission register in the procurement unit.
6. SUBMISSION OF EOI DOCUMENT (CATEGORY C)
Interested firms are to submit two (2) bound of Expression of Interest (EOI) documents separated by dividers and arranged as indicated above. The documents should be submitted in sealed envelopes and addressed to the Director General and Chief Executive, National Teachers Institute, NTI KM 5 Kaduna – Zaria road, Rigachikun, PMB 2191, Kaduna; between the hours of 10:00 am and 4:00 pm, Mondays to Fridays. The EOIs should be dropped in the Tender Box at the procurement unit office No: DR 10 Directorate Department, National Teacher’s Institute, NTI Headquarters KM 5 Kaduna Zaria road not later than on 12:00 noon Monday 4th March 2024. Bidders are to ensure that they also sign the submission register in the procurement unit.
7. OPENING OF EOIs AND TECHNICAL BIDS
The EOIs and Technical bids will be opened immediately after the deadline for submission at 12:00 noon on Monday 4th March, 2024 and 12:00 noon Monday 18th March, 2024, respectively in the SMASE complex building or National Teacher’s Institute, (NTI) Headquarters Kaduna; in the presence of bidders and their representatives.
8. IMPORTANT INFORMATION
i. Bidders should not bid for more than two (2) Lot
ii. Email and WhatsApp GSM no will be used as a means of communication.
iii. The EOIs/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 by video recording’ invitation link will be sent to bidder who chooses to join the bid opening online.
iv. Category A-B: 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;
v. Category C: Only shortlisted firms will be invited at a later date for collection of Request for Proposals; vi. Late submission will be returned un-opened;
vii. Failure to comply with the instruction(s) and non-provision of any required documents shall automatically result in disqualification.
viii. This advertisement shall not be construed to be a commitment on the part of NTI nor shall it entitle the bidding companies to any claim whatsoever and/or seek indemnity from NTI by virtue of such company having responded to the advertisement
ix. The NTI, 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