Invitation to Tender at the Federal Government of Nigeria (FGN)

Posted by Future on Mon 07th Mar, 2022 - nigeriantenders.com


The Federal Government of Nigeria (FGN) experienced and competent contractors / suppliers to submit tender documents for the following works:




The Federal Government of Nigeria (FGN) invites applications for:

Title: Invitation to Tender for 2022 OSSAP-SDGs Capital Projects: Constituency and Special Projects (Works/Gods)

Preamble
The Federal Government of Nigeria through the Office of the Senior Special Assistant to the President on Sustainable Development Goals (OSSAPSDGs) is desirous of executing 2022 OSSAP-SDGs Capital Projects, Constituency and Special Projects in various constituencies/locations in all the 36 States of the Federation and FCT.

Therefore, experienced and competent contractors/suppliers are invited to submit technical and financial bids for Works and Goods for the execution of projects as listed below.

Scope of Work
Category A: Works:
Lot No Title of Projects
A1 Construction and Furnishing of 6 Classroom Block with 1 Block of Toilet
A2 Construction and Furnishing of 6 Classroom Block
A3 Construction and Furnishing of 3 Classroom Block
A4 Construction and Furnishing of 3 Classroom Block with 1 Block of Toilet Type B & Ino Solar Powered Borehole (NASS Specification)
A5 Construction and Furnishing of 3 Classroom Block with 2 Block of Toilet
A6 Construction and Furnishing of 4 Classroom Block
A7 Construction of 1km Asphaltic Surface and Laterite Base Road with Reinforced Concrete Drains
A8 Construction of lkm Asphaltic Stone Base Road with Reinforced Concrete Drains
A9 Construction of 1km Concrete Surfacing and Stone Base Road with Reinforced Concrete Drains
A10 Construction of Laboratory
A11 Construction of 2 Bedroom Semi-Detached Bungalow Transit Quarter
A12 Construction of 1 Bedroom Semi-Detached Bungalow Transit Quarter
A13 Construction of Community Hall
A14 Construction of Computer Centre
A15
Construction of Primary Health Centre
A16 Construction of Vocational Centre
A17 Construction of Skill Acquisition Centre with Fence and Gate House
A18
Construction of Youth Centre




A19 Rehabilitation of Office Building
A20 Construction of Solar Streetlight (Type B)
A21 Construction of Hand Pump Borehole
A22 Rehabilitation of Hospitals around the Country
A23 Rehabilitation of Classroom Blocks around the Country
A24 Solar Electrification and Installation Works
A25 Construction of 1 No 120 Beds Mother and Child Hospital
A26 Construction of 1 No 80 Bed Hospital
A27 Construction of Pavilion, Football pitch including Artificial Turf, Walkways, Solar Light, Field and Track Lanes
A28 Construction of Solar Powered Borehole (Type B)
A29 Equipping and Installation of Specialized Hospital Equipment
A30
Printing of Security and Non Security Documents

Category B: Goods:
 
Lot No Title of Projects
B1 Furnishing and Equipping of Hospitals
B2 Furnishing and Equipping of Skills Acquisition Centre
B3 Furnishing of Schools
B4 Furnishing and Equipping of Youth Centre
B5 Furnishing and Equipping of Vocational Centre
B6 Furnishing and Equipping of Innovation Centre
B7 Supply of Generators
B8 Supply of Transformers
B9 Supply of Empowerment Materials
B10 Supply of Vehicles
B11 Supply of 1No 20 passenger Seater Fibre Opic Boat (2 x 200HP O/B Engine with 35 knots Speed)
B12 Supply of Stationary, Office Furniture and Equipment
B13 Supply of Books

Eligibility Requirements
  • Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7;
  • Evidence of Company's Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2022, with minimum average annual turnover for each project as specified in the Bidding Documents for works:
  • 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 31" 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 (NSITF) Clearance 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 31/12/2022 or valid Certificate issued by BPP.
  • Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Office of the Senior Special Assistant to the President on Sustainable Development Goals (OSSAP-SDGs) 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 Audited Accounts for the last three (3) years - 2019, 2020, 2021;
  • Reference Letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
  • 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;
  • Category A: List of Plants/Equipment with proof of Ownership/Lease:
  • Reference Letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed; 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;
  • Category A: List of Plants/Equipment with proof of Ownership/Lease:
  • B10: 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 procurement;
  • For Supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs);
  • A29 & B1: Letter of Authorization from the Original Equipment Manufacturers listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria
  • Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA).
  • All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm's Letter Head 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 authorised officer of the firm.
Application Closing Date Category A)
12:00 noon Monday, 4th April, 2022.

Application Closing Date (Category B)
12:00 noon Wednesday, 6th April, 2022.

Opening of Technical BIds
The technical bids will be opened immediately after the deadline for submission in the Olusegun Obasanjo Auditorium, Federal Ministry of Justice, Shehu Shagari Way, Maitama, Abuja while the Financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register in the office of The Head Procurement, 3rd Floor, Block C, Room 3A'1.45, Federal Secretariat, Phase 2, Shehu Shagari Way, Maitama, Abuja, as the Office of the Senior Special Assistant to the President on SDGs will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the undersigned. The Opening time is as follows:




  • Lot No A1 - A30: 12:00 noon Monday, 4th April, 2022 .
  • Lot No B1 - B13: 12:00 noon Wednesday, 6th April, 2022.
Collection of Bid Documents (Category A&B)
Interested companies are to collect the Standard Bidding Document (SBD) from the Office of the Head Procurement, 30 Floor, Block C, Room 3A 1.45, Federal Secretariat, Phase 2, Shehu Shagari Way, Maitama, Abuja on the evidence of payment of a non-refundable tender fee of N10,000.00 for Works and N5,000.00 for Supply per Lot, paid into the Sustainable Development Goals' Remita account: SDGS e-collection TSA Sub-Account.

Submission of Tender Documents (Category A&B)
Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies each of the technical and financial bids packaged separately in sealed envelopes and clearly marked as "Technical Bid" or "Financial Bid". Thereafter, put the two sealed envelopes together in a bigger sealed envelope clearly marked with the name of the project and the Lot number and addressed to:
The Secretary of Programme,
Room 2A1 140, 2nd Floor, Block C,
Federal Secretariat,
Phase 2,




Shehu Shagari Way,
Maitama - (FCT) Abuja.

Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box at (Procurement Unit, 3rd Floor, Block C, Room 3A' 1.45. Federal Secretariat, Phase 2, Shehu Shagari Way, Maitama, Abuja.) not later than the stated closing date

General Information
  • Bids must be in English Language and signed by an official authorised by the bidder
  • Bids submitted after the deadline for submission would be returned un-opened;
  • All costs will be borne by the bidders;
  • 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);
  • Category A&B: Only pre-qualified bidders at technical evaluation will be invited at a later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
  • Due to the COVID-19 pandemic that is still ravaging the country, bidders are to note and adhere strictly to the following:
    • For collection of bidding documents, only five (5) bidders at a time will be allowed to enter into the Procurement Office area:
    • Bidders should also note that all the guidelines put in place due to COVID-19 shall be adhere to strictly including the use of face mask, hand sanitizer and the enforcement of social distancing.
  • The winning bids will be determined by the combination of Technical and Financial scores;
  • The Office of the Senior Special Assistant to the President on SDGs (OSSAP-SDGs) 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.
Industry

;
Category

;
State

;