Background Image

SHEDA SCIENCE AND TECHNOLOGY COMPLEX (SHESTCO)-REQUEST FOR EXPRESSION OF INTEREST AND INNOVATION TO TENDER

SHEDA SCIENCE AND TECHNOLOGY COMPLEX (SHESTCO)
FEDERAL MINISTRY OF INNOVATION, SCIENCE & TECHNOLOGY (FMIST)
P.M.B 186, GARKI, ABUJA
REQUEST FOR EXPRESSION OF INTEREST AND INNOVATION TO TENDER

1. INTRODUCTION
Sheda Science and Technology Complex is a government parastatal with a mandate to conduct research and development in advanced basic and applied science and maintain high-quality advanced research laboratories and facilities in biotechnology & genetic engineering, chemistry, physics and applied mathematics and stimulation for use by all institutions of higher learning to strengthen the technological base of the Nigerian economy.
The federal government of Nigeria has made provision in the 2024 appropriation act for the procurement of goods, works and services in respect of Sheda Science and Technology Complex, sheda Abuja. Consequently, the complex is desirous of engaging competent companies to submit expression of interest (EOI) and bids for the following opportunities:

2. SCOPE/CATEGORY OF PROJECT CATEGORY
A: GOODS
Lot G1: provision of grains and food palliative in selected locations of the six (6) geopolitical zones
Lot G2: procurement of motorcycles in selected locations of the six (6) geo-political zones
Lot G3: provision of fertilizers to farmers in selected locations of the six (6) geo-political zones
Lot G4: provision of empowerment materials to youths and women in selected locations of the six (6) geo-political zones

CATEGORY B: WORKS:
Lot W1: construction and renovation of classrooms, schools and staff quarters in selected locations of the six (6) geo-political zones
Lot W2: construction of solar streetlights and mini-grid in selected locations of the six (6) geo-political zones
Lot bW3: construction of renewable energy power backup in selected locations of the six (6) geo-political zones
Lot W4: construction of rural roads/ drainages/ culverts bridges and infrastructures in selected locations of the six (6) geo-political zones
Lot W5: construction of solar-powered borehole water facilities in selected locations of the six (6) geo-political zones

CATEGORY C: CONSULTANCY SERVICES
Lot S1: conditional grants to SMEs in selected locations of the six (6) geo-political zones
Lot S2: training and empowerment for youth and women in selected locations of the six (6) geo-political zones

3. ELIGIBILITY REQUIREMENTS
a. Evidence of certificate of Incorporation with the Corporate Affairs Commission (CAC) including forms CAC2 and CAC7 (or CAC 1.1). Business name with form BN1 is also acceptable for consultancy services;
b. Evidence of Company’s Income Tax Clearance Certificate or personal income tax clearance certificates of all the partners in case of business name for the last three (3) years (2021, 2022, 2023) valid till 31st December, 2024.
c. Evidence of pension Clearance Certificate valid till 31st December, 2024 (this requirements 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 ₦50Million and above);
e. Evidence of Nigerian social Insurance Trust Fund (NSITF) Clearance 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 sheda science and technology and complex state 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 no Director has been convicted in any country for any criminal offence relating to fraud of financial impropriety or criminal misinterpretation or falsification of facts relating to any matter;
 That the company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petitions or proceedings;
 That the company does not have an existing loan or financial liability with a bank, other financial institution or third party that s 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 (3) years (2021,2022 and 2023);
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, CORBON, etc.
k. Verifiable documentary evidence of Awards, valuation certificates, job completion certificates and photographs of the project 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. Services: evidence of firm’s current registration with the relevant regulatory professional body(ies) such as CMD, etc.;
n. For supply of equipment: letter of authorization as representative of the original equipment manufacturers (OEMs);
o. Electricity jobs: evidence of current license issued by Nigerian electricity management services agency (NEMSA);
p. 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 & sworn affidavit are compulsory for each JV partner)

Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Headed 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 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 the standard bidding documents (SBD) from the procurement office sheda science and technology complex on evidence of payment of a non-refundable tender fee of the sum of ten thousand naira N10, 000.00 per lot, paid into the central bank of Nigeria account name: revenue e-collection sheda science and technology complex project account number: 0020205961012 code: 1000111833 in any reputable commercial bank in Nigeria.

5. SUBMISSION OF TENDER DOCUMENTS (GOODS AND 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 soft copy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope, addressed to the director-general/CEO sheda science and technology complex, sheda, Abuja 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 at admin conference room, sheda science and technology complex KM 10 from gwagwalada on Abuja-lokoja road sheda FCT not later than 12:00 noon Wednesday, 16th October, 2024.

6. SUBMISSION OF EXPRESSION OF INTEREST (CONSULTANCY SERVICES)
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 a sealed envelope and addressed to the director-general/CEO Sheda Science and Technology Complex, Sheda, Abuja 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 at Admin conference room, Sheda Science and Technology Complex KM 10 from Gwagwalada on Abuja-lokoja Road Sheda FCT , not later than 12:00 noon, on Monday, 30th September, 2024.

7. OPENING OF EXPRESSION OF INTEREST AND TENDER DOCUMENTS
The EOI documents will be opened immediately after the deadline for submission at 12:00 noon, Monday, 30th September, 2024 and 12:00noon on Wednesday, 16th October 2024 respectively, at the Sheda, Abuja in the presence of bidders or their representatives, Please, ensure that you sign the bid submission register at the admin conference room, sheda science and technology complex Km 10 from Gwagwalada as the Sheda Science and technology complex will not be held liable for misplaced or wrongly submitted Bids. For further enquiries, please contact the “procurement office” on e-mail: info@shestco.gov.ng and GSM no: 09160125245 or 08075250065

8. GENERAL INFORMATION
a. EOIs and bids must be in English language and signed by an officer authorized by the bidder;
b. EOIs and bids submitted after the deadline for submission would be un-opened and returned to bidder;
c. Applicants should not bid for more than two (2) Lots; violation shall lead to automatic disqualification;
d. all costs will be borne by the bidders;
e. The EOIs and 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 EOI’s/bid opening online;
f. Goods & Works: only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
g. Consultancy services: only shortlisted applicants at EOI’s evaluation will be invited at a later date for collection of request for proposal;
h. Bid documents can be collected in soft copies and bidders can submit through post (courier services).
i. The sheda science and technology complex is not bound to pre-qualify any bidder and 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/CEO
Sheda science and technology complex Abuja

admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights