FEDERAL MINISTRY OF HUMANITARIAN AFFAIRS has floated a tender for Development, Publishing & Production of Training Manuals. The project location is Nigeria and the tender is closing on 31 Aug 2020. The tender notice number is LOT B17, while the TOT Ref Number is 44472847. 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 : Development, Publishing & Production of Training Manuals

Deadline : 31 Aug 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 44472847

Document Ref. No. : LOT B17

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : FEDERAL MINISTRY OF HUMANITARIAN AFFAIRS
Disaster Management and Social Development, Federal Secretariat, Phase I, Abuja. Attn: Director, Procurement Department Phn: 0800 9700 0010
Nigeria

Tender Details

Prequalifications are invited for Development, Publishing & Production of Training Manuals

Eligibility Requirements:
The Ministry, in compliance with the provisions of the Public Procurement Act, 2007 and the Public Procurement Regulations for Works, Goods and Services, will carry out pre-qualification / shortlisting of companies/consultants that respond to this advertisement based on the following requirements:
(a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
(b) Evidence of Tax Clearance Certificate (TCC) for the last three (3) years (2017, 2018 & 2019) valid till 31st December, 2020.
(c) Evidence of current Pension Compliance Certificate valid till 31st December, 2020;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring 31st December 2020 or valid Certificate issued by BPP;
(g) Unabridged Company Audited Annual Report for the immediate past three (3) years (2017, 2018 & 2019);
(h) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, TCC, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
(i) A Sworn Affidavit:
disclosing whether or not any officer of the relevant committees of the Federal Ministry of Humanitarian Affairs, Disaster Management and Social Development 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 Partner/Director has been convicted in any country for criminal offences related to fraudulent or corrupt practices, or criminal misrepresentation or falsification of facts relating to any matter;
that the company does not at the time of this bid have any existing loan or financial liability with a bank, other financial institutions or third party that is classified as doubtful, non-performing, bad or whose repayment portion has been outstanding for the last three months;
(j) Bidders- Experience
Evidence of at least two (2) similar jobs in the last three (3) years (2017, 2018 & 2019);
(k) Plant and Equipment/Warehouse
Verifiable evidence of proof of ownership and/or lease of the construction equipment/Warehouse required for the successful execution of these contracts;
(l) Financial Capacity
Evidence of financial capability by submission of letter of reference from a reputable Commercial Bank in Nigeria, indicating commitment to fund the project when awarded;
(m) Firm Registration with Professional Bodies
Evidence of Firm-s registration with relevant professional body e.g. NAICOM/lnsurance, EHORECON/Cleaning Service, NITDA/CPN/Information Technology, COREN/QSRBN/ARCON/CORBON/SURCON/Construction, NSCDC/Security, ESVARBON/Estate Surveying etc.
(n) Manpower
Key personnel with evidence of registration with Professional bodies like COREN, QSRBN, ARCON, SURCON, CORBON, TOPREC, NIESV, CIPSMN etc;
(o) 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 Letterhead 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

Tender payment of non-refundable tender fee of N 10, 000.00 per Lot, paid into Federal Ministry of Humanitarian Affairs, Disaster Management and Social Development-s Treasury Single Account (TSA) Number at any commercial bank, after generating the necessary RRR number on the TSA platform (Remita)

Opening of Eoi/Bids:
(i) Prequalification/Technical documents/Expression of Interest (Eol) documents for categories B (26, 27, 28, 30, 31, 33, 38, ) and C shall commence immediately after the deadline for submission at 12:00 noon on Monday, 10 August, 2020, at the venue stated in 6 above. ONLY technically shortlisted bidders will be invited for collection of Financial bids and Request for Proposals;
(ii) Financial bids documents for categories A and B shall commence immediately after the deadline for submission at 12:00 noon on Monday, 31 August 2020, at the venue stated in 6 above.
(iii) ONLY technically shortlisted bidders will be invited for collection of Financial bids and Request for Proposals;
(iv) Bid documents can also be collected in Soft copies and Bidders can submit through Post (Courier Services).

Additional Information:
Subject to the Provisions of the Public Procurement Act, 2007 note that:
(i) 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;
(ii) Bidders must restrict their submission of bids to a maximum of two (2) lots in all the categories. Violation of this requirement shall attract automatic disqualification.
(iii) 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;
(iv) all costs incurred in responding to this advert and prequalifying for the projects shall be borne solely by the Bidders;
(v) for bidders of the projects in the 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.
(vi) none compliance to any of the above instructions will lead to disqualification; and
(vii) this advertisement shall not be construed as a commitment on the part of the Ministry to award contract to any bidder.
(viii) Presence of members of the public and bidders or representatives shall not be required during the bid opening ceremony in compliance with COVID-19 Guidelines. The Bids Opening will be covered by video recording with the presence of two (2) representatives of private sector professional bodies and Civil Society Organisation in the areas of Anti-Corruption/Transparency.
(ix) The Ministry 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

Documents

 Tender Notice