Expression of Interest and Invitation to Tender - Zonal Intervention Projects at the Small and Medium Enterprises Development Agency of Nigeria (SMEDAN)

Posted by Future on Fri 11th Feb, 2022 - nigeriantenders.com


The Small and Medium Enterprises Development Agency of Nigeria (SMEDAN) invites interested and competent Firms / Contractors to express interest by submitting tender and EOI documents for the following works:




The Small and Medium Enterprises Development Agency of Nigeria (SMEDAN) was established by the SMEDAN Act of 2003 to promote the development of the MSME sector of the Nigeria Economy. The Agency positions itself as a One Stop Shop for MSME Development. Micro Enterprises are included in the clientele of the Agency since they form the bedrock for SME's.

Applications are invited for:

Title: Expression of Interest and Invitation to Tender - Zonal Intervention Projects

Scope of Work
The Federal Government of Nigeria has earmarked funds for the execution of Zonal Intervention Projects under the 2022 Appropriation Act. Consequently, the Agency is inviting competent Firms/Contractors to submit Expression of Interest and Technical/Financial bids for the following programmes.

Scope of Work
Category A: Services:
  • Entrepreneurship Development Training
  • Skill Acquisition Training
  • Monitoring & Result Measurement Of Smedan 2022 Zonal Intervention Programmes
Category B: Small Works And Goods:
  • Goods/Equipment/Machinery:
    • Supply Of Grinding Machines
    • Supply Of Water Pumps
    • Supply Of Fertilizer
    • Supply Of Grains
    • Supply Of Bus
    • Supply Of Vehicles
    • Supply Of Sewing Machines
    • Supply Of Motorcycles
Click Here (PDF) for a detailed description of the SOW.

EOI Requirements
  • Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7, or Business Name;
  • Evidence of Firm's Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2022;
  • Evidence of Pension Clearance Certificate valid till 31st December,2022 (this requirement is only applicable to bidders whose number of staff is 15 and above);
  • Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2022 (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);
  • Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2022;
  • Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate issued by BPP.
  • Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Small & Medium Enterprises Development Agency of Nigeria 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;
  • Company's Prole with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
  • For ICT projects: Evidence of accreditation by Computer Registration Council of Nigeria and (NITDA)
  • For Training: Evidence of accreditation by Centre for Management Development (CMD) k. M & E : Evidence of Firm's current registration with relevant regulatory professional body(ies) such as COREN, QSRBD, ARCON, CORBON etc.;
  • All profiles must be banded with a Covering/Forwarding letter under the Company/Firm's Letter Head Paper bearing amongst others, the Registration Number (RC), Contact Address, Mobile Telephone Number, and e-mail address. The Letterhead Paper must bear the Names, Phone Numbers and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.
Requirements for Category B (Technical Bids)




  • Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
  • Evidence of Company's Income Tax Clearance Certificate st for the last three (3) years valid till 31 December, 2022; c. Evidence of Pension Clearance Certificate valid till 31st December, 2022 (this requirement is only applicable to bidders whose number of staff is 15 and above);
  • Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2022 (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);
  • Evidence of current Nigeria Social Insurance Trust Fund st (NSITF) Compliance Certificate valid till 31 December, 2022;
  • Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/01/2022 or valid Certificate issued by BPP.
  • Evidence of Original Equipment Manufacturer (OEM)/Representative for the procurement of equipment;
  • Company's Audited Accounts for the last three (3) years - 2019, 2020, 2021;
  • Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Small & Medium Enterprises Development Agency of Nigeria 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;
  • 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.;
  • 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;
  • For ICT projects: Evidence of accreditation by Computer Registration Council of Nigeria and NITDA
  • Only companies included in the National Automotive Design and Development Council's approved list of local manufacturers of vehicles or their authorised representatives should bid for the vehicles
Application Closing Date (Category A - EOI)
12:00 noon Monday, 21st February, 2022.

Application Closing Date (Category B)
12:00 noon Monday, 28th March, 2022.

Opening of EOI (Category A)
EOI will be virtually opened immediately following the closing on Monday, 21 February, 2022 at 12:00 noon. No Payment is required for EOI.

Opening of Bids (Category B)
Bids would be virtually opened immediately following the closing on Monday, 28 March 2022 at 12:00 noon.





Collection of Tender Documents
Category B: Works & Goods:
  • Interested firms are to collect bid documents from the Secretary, Tenders Board upon presentation of evidence of payment of a non-refundable tender fee of Ten Thousand Naira (N10,000.00) per lot in favour of SMEDAN by using the Central Bank of Nigeria (CBN) payment gateway platform that can be accessed from the REMITA website at www.remita.net
    • Click “Pay Federal Government Agency”
    • Enter “SMEDAN” as the name of MDA and select the service type (Tender Fee)
    • Enter amount N10,000
    • Submit to generate a Remita Retrieval Reference (RRR), a unique payment reference for your transaction.
    • This unique code should be presented at any of this payment Channels:
      • At any branch of any commercial bank nation wide
      • With debit/credit cards (MasterCard, Verve, Visa)
      • Your interment banking site
      • Digital wallet/Mobile money
      • Your Remita Profile for registered Remita Users
    • Select your preferred payment channels to make payment
N/B: If you have any inquiry or complaint, kindly contact our helpdesk via telephone or Email.

Submission of EOI (Category A)
One (1) copy of spiral bound pre-qualification documents should be sealed in an envelope and clearly marked 'Expression of Interest'. The name of the company, programme and Lot number should be boldly written on the reverse side of the envelope and should be dropped in a box at the Agency's Training Room located at the ground floor

Submission of Bids (Category B)
One (1) hard copy Technical requirements/Company Profile should be packaged in sealed envelopes and clearly marked "Technical Bid". Soft Copy of the company profile should be included in a Flash Drive. The Financial bid should be sealed in a separate envelope and clearly marked "Financial Bid".

The two (2) envelopes should be put into a bigger envelope and clearly marked "Invitation To Tender".





All documents should be addressed to:
The Secretary Tenders Board,
Small and Medium Enterprises Development Agency of Nigeria (SMEDAN),
No. 35, Port Harcourt Crescent,
Garki, Area 11,
F.C.T - Abuja.

Note
  • Documents should be dropped in a box at the Agency's Training Room located at the ground floor.
  • All documents should be in ring binding.
Additional Information




  • Copy of evidence of payment (SMEDAN RECIEPT) should be included in the Technical submission;
  • No Company/Firm should bid for more than two (2) Lots;
  • Category A: Only Shortlisted firms will be invited at a later date for collection of Request for Proposal.
  • Category B: Only pre-qualified bidders from Technical Evaluation will be invited at a later date for Financial Bid Opening, while Financial bids of unsuccessful bidders will be returned un-opened.
  • Late submission will be returned un-opened.
  • Bidders shall be responsible for all expenses incurred in the preparation of their Bids.
  • Failure to satisfactorily fulfill the conditions as requested above will result to the invalidation of such tender.
  • SMEDAN reserves the right to verify the authenticity of claim(s) made by any tendering company.
  • SMEDAN shall reserve the right to reject any submission based on unverifiable Information.
  • Please note that this exercise places no commitment on SMEDAN nor establishes any legal relationship whatsoever.
  • Presence of bidders/representatives and members of the public shall not be required during the bid opening ceremony in compliance with COVID-19 Guidelines. The Bids Opening will be covered by video recording (invitation link will be sent to bidders to join the bid opening online) with the physical presence of two (2) representatives of private sector professional bodies and Civil Society Organisation in the areas of Anti-Corruption/Transparency;
  • Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services);
  • The SMEDAN is not bound to pre-qualify/shortlist 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.
The Agency's website, email address and phone number are as follows:
Industry

;
Category

;
State

;