NIGERIAN INSTITUTE OF TRANSPORT TECHNOLOGY (NITT), ZARIA –
INVITATION FOR TENDER/EXPRESSION OF INTEREST (EOI) FOR 2024 CAPITAL/ZIP PROJECTS
NIGERIAN INSTITUTE OF TRANSPORT TECHNOLOGY (NITT), ZARIA
PMB 1148, BASAWA ROAD, ZARIA
INVITATION FOR TENDER/EXPRESSION OF INTEREST (EOI) FOR 2024 CAPITAL/ZIP PROJECTS
1. INTRODUCTION
The Nigerian Institute of Transport Technology (NITT) is a parastatal under the Federal Ministry of Transportation (FMOT), it is headquartered in Zaria, Kaduna State and is saddled with the responsibility of providing training, research and consultancy services in all modes of transportation. In line with the Public Procurements Act, 2007, the Institute hereby invites all interested, qualified and reputable contractors/consultants with relevant experience and track record of excellence to tender for the following projects:
2. SCOPE OF WORK/GOODS/SERVICES
CATEGORY A: WORKS
LOT 1 | Construction of Five (5) Km rural road in Makarfi LGA of Kaduna State |
LOT 2 | Installation of Inverters and Solar panels to science laboratories in Kebbi State University of Science and Technology, Aliero |
LOT 3 | Supply and Installation of Solar Street Light in Maiyama Local Government Arca |
LOT 4 | Provision of solar powered bore holes in selected communities in Kebbi Central Senatorial District |
LOT 5 | Supply and installation of solar street lights in post primary and secondary schools in Jega |
LOT 6 | Construction of solar powered bore holes in 8 communities in Kebbi State |
LOT 7 | Construction of all in-one Solar Street Lights across Otukpo/Ohimini Federal Constituency |
LOT 8 | Purchase and supply of Solar Street Lights and Installation in some selected senatorial districts |
LOT 9 | Remodeling of existing Administrative Buildings |
LOT 10 | Construction of Bursars Residence |
B: GOODS | |
LOT 11 | Purchase and supply of (Kekenapep) to Aliero and Jega Local Government Areas |
LOT 12 | Purchase and Supply of (Kekenapep) to Gwandu and Kalgo Local Government Areas |
LOT 13 | Purchase and Supply of (Kekenapep) to Bunza and Maiyama Local Government Areas |
LOT 14 | Purchase and Supply of (Kekenapep) to Birnin Kebbi and Kok/Besse Local Government Area |
LOT 15 | Provision of 500KVA transformer across selected rural area of Otukpo/Ohimini Federal Constituency |
LOT 16 | Supply and distribution of motorcycles in some selected senatorial districts |
LOT 17 | Supply and distribution of grinding machines in some selected senatorial districts |
LOT 18 | Supply and distribution of tricycles in some selected senatorial districts |
LOT 19 | Supply and distribution of deep freezers in some selected senatorial districts |
LOT 20 | Purchase and supply of solar powered water pumps in some selected senatorial district |
LOT 21 | Provision of Motorcycles for women and youths empowerment in Otukpo in Otukpo/Ohimini Federal Constituency |
LOT 22 (ZIP) | Supply of fertilizer to farmers in Bungudu/Maru Federal Constituency, Zamfara state |
CONSULTANCY SERVICES | |
LOT 23 | Training and youth capacity development on Auto gas (CNG) conversion in Bindawa/Mani Federal Constituency, Katsina State |
LOT24 | Training and empowerment in liquid soap making, shoe making and perfume (cosmetology) for youths and women in Kaduna north Federal constituency, Kaduna state |
LOT25 | Training of youths in good agricultural practices and supply of fertilizer in Bindawa/Mari Federal Constituency, Katsina State |
LOT26 | Ailing business support and capacity enhancement for women owned enterprises in Ibese, Ilaro, Itele and Ilashe communities |
LOT27 | Ailing business support and capacity enhancement for women owned enterprises in Ijana and Ohube |
LOT28 | Skill acquisition training on bricklaying, tools handling in selected location of Ogbere, Lafenwa & Igbesa community |
LOT29 (ZIP) | Training and empowerment of small-scale fast food vendors on sustainability in Bindawa/Mari Federal Constituency, Katsina State |
3. ELIGIBILITY REQUIREMENTS
For the purpose of evaluation, interested contractors/consultants should submit the following documents:
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 consultancy services;
b) Evidence of filling CAC Annual returns for year 2023.
c) Evidence of Company’s Income Tax Clearance Certificates (or personal income tax clearance certificate of all partners in case of business name) for the last three (3) years valid till 31st December 2024 ;
d) 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).
e) 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);
f) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2024;
g) 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;
h) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Nigerian institute of Transport Technology, Zaria 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.
i) Company’s Audited Accounts for the last three years (2021, 2022 & 2023);
j) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
k) 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;
l) 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;
m) Works: List of Plants/Equipment with proof of Ownership/Lease agreement;
n) For supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs)
o) Consultancy Services: evidence of firm’s registration with relevant regulatory professional body(ies) qualification such as MDCN, CMD etc
p) Evidence of registration as a consultant with Federal Ministry of Environment is compulsory for those bidding for EIA;
q) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA)
r) 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;
Arrangement of EOI/technical documents in hard copies should follow the order in the list above and appropriately paged. The EOI/technical document should have a table of content indicating the pages, where these items are to be found. Failure to comply with this directive will result in disqualification of the bidder.
4. COLLECTION OF TENDER DOCUMENTS (GOODS & WORKS)
The tender documents are to be collected from the office of the Head, Procurement Unit, NITT, Basawa Road, Zaria between the working hours of 9:00am and 4:00pm daily upon the payment of non-refundable Tender fee of N10, 000.00 per Lot into the NITT REMITA Account. The photocopy of the receipt should be attached to the Tender document.
5. COLLECTION OF BID DOCUMENTS (GOODS & WORKS)
Interested and eligible bidders may obtain further information and collect bidding documents from the Procurement Unit between 9:00am to 4:00pm (Mondays to Friday) upon submission of evidence of payment of a non-refundable tender fee of N10,000,00 only for each LOT to the NIGERIAN INSTITUTE OF TRANSPORT TECHNOLOGY [NITT], BASAWA ROAD, ZARIA Treasury Single Account (TSA) using REMITA platform to any bank and present the REMITA Retrieval Reference RRR and Bank Teller to the Bursary Department, NITI, Zaria.
6. SUBMISSION OF TENDER DOCUMENTS (GOODS & WORKS)
Completed Technical and Financial bids shall be submitted in two separate envelopes, clearly tape sealed and clearly marked at the top right corner of each envelope stating the title of the project Le “TECHNICAL BID FOR LOT I” and “FINANCIAL BID FOR LOT I” and at the reverse side the name of the company should boldly be written. Both envelopes shall then be put in a large envelope clearly marked at the top right corner stating the title of the project and the name and address of the company at the reverse side and be dropped at the appropriate tender box in the Institute’s MAIN AUDITORIUM, ZARIA not later than 12:00noon prompt on Monday 13th May, 2024.
7. SUBMISSION OF EXPRESSION OF INTEREST (EOI)
Interested Firms in Services are to submit the Expression of Interest (EOI) for each of the Lot desired, in three (3) hard copies each (one original & two copies). The EOI should be addressed as indicated above and submitted not later than 12:00noon prompt on Monday 29th April, 2024.
8. OPENING OF EOI & TECHNICAL BIDS
The EOI and Technical Bids will be opened immediately after the deadline for submission at 12:00noon prompt on Monday 29th April, 2024 and 12:00noon prompt on Monday 13th May, 2024, respectively, in the Main Auditorium, Nigerian institute of Transport Technology, Zaria. Please, ensure that you sign the Bid submission Registrar at the Main Auditorium, NITT, Zaria, as NITT will not be held liable for misplaced or wrongly submitted Expression of Interest/Bid.
9. NOTATION
i. EOIs/Bids must be in English Language and signed by an official authorized by the bidder.
ii. All documents (sensitive and non-sensitive) submitted will be verified. Bidders are to ensure integrity of all documents submitted.
iii. The evaluation of the received documents shall be strictly based on the requirements specified in this advertisement.
iv. Bidders should not bid for more than two (2) Lot
v. The Nigerian institute of Transport Technology (NITT), Zaria will not be held liable for misplaced or wrongly submitted bids and late submissions will be returned unopened.
vi. All bids/EOI must be written with indelible ink, those written with pencil will be disqualified.
vii. Failure to fulfill any of the conditions stated in this advertisement shall render an application invalid.
viii. All cost will be borne by the bidders
ix. The EOIs/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;
x. Goods & works: Only prequalified bidders at technical evaluation will be invited at a later date for virtual financial bids opening, while the financial bids of unsuccessful bidders will be returned un-opened.
xi. Consultancy Services: Only shortlisted firms will be invited at a later date for collection of Request for Proposals.
xii. The Nigerian institute of Transport Technology (NITT), Zaria 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: DIRECTOR GENERAL/CHIEF EXECUTIVE,
NIGERIAN INSTITUTE OF TRANSPRT TECHNOLOGY (NITT)
PMB 1148, BASAWA ROAD, ZARIA, KADUNA STATE
No Comments