Procurement Summary
Country : Nigeria
Summary : Completion on Automation of FPIS Operations for Export Quality Certification
Deadline : 19 Sep 2022
Other Information
Notice Type : Tender
TOT Ref.No.: 71566557
Document Ref. No. : LOT GD3/22
Financier : Self Financed
Purchaser Ownership : Public
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Pre-Qualification Are Invited for Completion on Automation of FPIS Operations for Export Quality Certification
ELIGIBILITY REQUIREMENTS
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7;
b) Evidence of Company-s Income Tax Clearance Certificates for the last three (3) years (valid till 31st December 2022 with minimum average annual turnover of (x)Million;
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).
d) 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);
e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2022;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate issued by BPP;
g) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Federal Ministry of Industry, Trade and Investment 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
h) Company-s Audited Accounts for the last three years (2019, 2020, 2021) duly acknowledged by the Federal Inland Revenue Service (FIRS);
i) Reference letter from a reputable commercial bank 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, QSDRBN, ARCON, CORBON etc;
k) 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) List of Plants/Equipment with proof of Ownership/Lease agreement;
m) Services: Evidence of firm-s registration with relevant regulatory professional body(ies) such as Centre for Management Development-s accreditation for training, NITDA/CPN/information Technology, COREN, QSDRBN, ARCON, CORBON, SURCON/ construction
n) 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);
o) For bidders of the projects in Niger Delta area and the North Eastern Geopolitical Zone, it is required that they present a formal undertaking that they are capable of working in the area;
p) 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.
Note:
i. The Ministry shall 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
ii. Bidders who have history of poor performance, abandonment, termination and/or prolonged contract execution period need not apply as their bids may be excluded from the process in line with Section 16(8)(b) of the PPA 2007
iii. All costs incurred in responding to this advertisement shall be borne solely by the Bidders
iv. None compliance to any of the above instructions will lead to disqualification, and
v. This advertisement shall not be construed as a commitment on the part of the Ministry to award contract to any bidder,
vi. Attendees at the bid openings shall be required to wash hands, use hand sanitizer, wear mask and observe physical distancing The Bids will be opened in the presence of CSOs and Professional bodies and covered by video recording invitation link will be sent to bidders who chooses to join the bid opening online:
vii. 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
viii. Services: Only shortlisted Consultants will be invited at a later date for collection of Request for Proposals;
ix. The Federal Ministry of Industry Trade and Investment is not bound to pre-quality/shortlist any bidder and reserves the right to annul the Procurement process at any time without incurring any abilities in accordance with Section 26 of the Public Procurement Act, 2007.
Documents
Tender Notice