MINISTRY OF DEFENCE HEADQUARTERS has floated a tender for Automation of Department for E-Government and E-Administration. The project location is Nigeria and the tender is closing on 28 Oct 2019. The tender notice number is D7, while the TOT Ref Number is 37019479. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Automation of Department for E-Government and E-Administration

Deadline : 28 Oct 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 37019479

Document Ref. No. : D7

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MINISTRY OF DEFENCE HEADQUARTERS
Procurement Department, Room G39, Ship B, Ministry of Defence Headquarters Area 10, Garki, Abuja
Nigeria

Tender Details

Expression of Interest are invited for Automation of Department for E-Government and E-Administration

ELIGIBILITY REQUIREMENTS
The general public may wish to be guided that all procurement activities of the Ministry shall be fully governed by the Public Procurement Act (PPA) 2007 and the recent Federal Government Executive Order on Transparency and Support for Local Content in[public procurement whereby the following minimum eligibility criteria are expected to be met by all prospective bidders
i. Certificate of incorporation by Corporate Affairs Commission (CAC) with forms Co2, CO& and Memorandum of association
ii. Evidence of current Tax Clearance certificate for the last three (30 years (2016, 2017, 2018) expiring on 31st December, 2019; reflecting minimum average annual turnover of:
A. i. N400 Million for JSD GBC1; (ii) N300Miliion for JSD GBC2 & GBC3; (3) N250Million for JSD (NCRI & NERI); N100Million for JSD (SSR3, SER1, SER2, SWR1, SSR3, NWC1, NWC2, SWC1, SEC1, & HS WC1)
B. i. N50Million for other projects under works
C. Goods (i) N90Million for JSD GT; (ii). N20Million for other projects under Goods
D. N60Millions for the Consultancy/Non-Consultancy Projects
iii. Evidence of current Pension Compliance Certificate expiring on 31st December, 2019
iv. Evidence of current Industrial Training Fund (ITF) compliance certificate expiring on 31st December 2019.
v. Evidence of current Nigeria Social insurance Trust Fund (NSITF) Compliance certificate valid till 31st December, 2019
vi. Evidence of financial capability to execute the project by submission if Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
vii. Unabridged Company Audited Annual report for the last (3) years (2016, 2017, 2018) with average annual turnover corresponding to the turnovers in the Tax Clearance Certificate;
viii. Evidence of sworn Affidavit Disclosing whether or not any officer of the Ministry of Defence 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 ad correct in all particulars
ix. Evidence of financial capability to execute the project by submission if Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
x. Company Profile with Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Educational /Professional qualifications; in addition, the submission by bidders for construction must include evidence of COREN, QSRBN, ARCON, CORBON etc.
xi. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards, valuation/job complete certificate showing timely completion of the projects and photograph of the projects
xii. For Service: Evidence of Firms registration with relevant professional body(ies)
xiii. For Construction: List of Plants and Equipment with proof of Ownership/Lease
xiv. For Joint Venture/Partnership, Memorandum of Understanding (MOU) duly registered in High Court should be provided (CAC, Tax Clearance Certificate, Pension Compliance certificate, ITF Compliance certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
xv. All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firms Letter Head Bearing amongst others; the registration Numbers (RC) as issued by the Corporate Affairs Commission (CAC), contact Address, Telephone Number (Preferably GSM No.), and e-mail address. The Letterhead 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 (CATEGORY A & B)
a. A non-refundable tender fee of Ten Thousand Naira (N10, 000.00) is payable by all bidders into the Federal Government Single Treasury Account (TSA) (Ministry of Defence) with the following accounts details
Account Name: Ministry of Defence
Bank Name: CBN
Account Number: RRR
Service Type: Tender Fees

b. Interested bidders are to collect Standard Bidding Documents (SBD) form Room G51, Ship B, Ministry of Defence Headquarters between 9am and 4pm upon presentation of evidence of payment of the tender fee.

5. SUBMISSION OF TENDER DOCUMENTS (CATEGORY A & B)
a. Completed technical and Financial Bids (2) hard Copies & 1 Soft copy and the Soft Copies of Financial Bids be in MS excel) shall be submitted in two different sealed tamper proof envelopes and labeled Technical Bid and Financial Bid and both placed in a third envelope. The soft copies must not be scanned copies. All the three (3) envelope should bear the Company name at the reveres side while the Project Name and Lot No. at the top right-hand corner of the envelope and addressed to:
The Secretary,
Ministerial tenders Board,
Procurement Department,
Room G39, Ship B, Ministry of Defence Headquarters
Area 10, Garki, Abuja

b. The Document should be deposited in the Tender Box at the Tender Secretariat, Procurement department Room G 51, Ground Floor, MOD Qtrs. Abuja not later than 12:00 noon on Monday, 18th November, 2019

6. SUBMISSION OF PRE-QUALIFICATION AND EOI DOCUMENTS (CATEGORY C & D)
Prospective bidders are to submit pre-qualification and EOI documents for each of the Lot desired; two (2) hard copies each of the technical Bids /EOI packaged in sealed envelope and clearly marked as Technical Bid or EOI and addressed as stated above and clearly marked with (the name of the project and the Lot Number). Furthermore, the reverse of each sealed envelope should have the name and address of the bidders and drop in the designated Tender Box at the Tender Secretariat, Procurement Department Room G 15, Ground Floor, MOD Qtrs. Abuja not later than 12:00 noon on Monday 28th October, 2019.

Companies or their representatives, civil Societies NGOs, Professional Bodies and members of the public are invited to witness the bids opening exercise.

7. OPENING OF BIDS/EOI
The bids and EOI will be opened immediately after the deadline for submission as follow:
Category A & B: 12:00 noon on Mondays, 18th November, 2019
Category C & D: Not later than 12:00 noon on Monday, 28th October, 2019 at Tender Secretariat in the Presence of bidders or their representatives, while the Financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register as the Ministry will not be held liable for misplaced or wrongly submitted bids.

8. ADDITIONAL INFORMATION
Please note that:
i. Bids must be English Language and signed by Official assigned by the bidders
ii. The ministry may verify any or all the claims made by applicants and shall disqualify any company whose claims are found to be false in addition to other sanctions that may be deemed necessary
iii. All cost incurred in responding to this advert shall be home solely by the Bidders
iv. Two (2) hard copies and one (1) soft Copy each for Technical and financial bids are to be submitted for each lot applied for: soft for financial Bid must strictly be in Excel Format as issued in the Bid Documents
v. Bidders should not bid for more than two (2) Lots;
vi. Noncompliance to the instruction in this advert and late submission of bid will lead to outright disqualification This advertisement shall not be construed as a commitment on the part of the Ministry to ward contract to any bidders; and
vii. The Ministry of Defence is not bound to pre-qualify any bidder and reserve 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

Documents

 Tender Notice