FEDERAL MINISTRY OF ENVIRONMENT, MABUSHI-ABUJA has floated a tender for Environment Protection and Education Programme. The project location is Nigeria and the tender is closing on 07 Oct 2019. The tender notice number is , while the TOT Ref Number is 35926462. 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 : Environment Protection and Education Programme

Deadline : 07 Oct 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 35926462

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : FEDERAL MINISTRY OF ENVIRONMENT, MABUSHI-ABUJA
Permanent secretary, Aguiyi Ironsi Way, Maitama Mabushi, Abuja
Nigeria

Tender Details

Expression of Interest are invited for Environment Protection and Education Programme.

3. ELIGIBILITY REQUIREMENTS:
Interested Companies/Firms are required to submit two (2) bound EoI documents duly signed, separated by dividers and arranged in the order outlined hereunder:
a. Evidence of Certificate of incorporation with the corporate Affairs commission (CAC) as a Limited Liability Company; including copies of Memorandum and Article of Association, Forms CAC2 and CAC 7;
b. Evidence of Company Income Tax Clearance Certificate for the last three (3) years (2016, 2017 and 2018) valid till 31st December, 2019 (turnovers in the TCC must correspond with those in the Audited Accounts);
c. Evidence of current PENCOM compliance certificate valid till 31st December 2019. Receipt of payment will not be accepted as evidence of Current Certificate;
d. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliances Certificate valid till 31st December, 2019. Receipt of payment will not be accepted as evidence of Current Certificate;
e. Evidence of current industrial training fund (ITF) Compliance Certificate valid till 31st December, 2019. Receipt of payment will not be accepted as evidence of Current Certificate;
f. Evidence of Registration on the National Database of Federal Contractor, Consultant and service Providers by submission of interim Registration Report (IRR) expiring on 31/1/2020 or valid Certificate issued by BPP.
g. Company’s Audited Accounts for three (3) years (i.e. 2016, 2017 and 2018)
h. Comprehensive company profile indicating the organizational structure, including resumes of key managerial and technical personnel (with copies of academic and professional certificates) with address, phone numbers and email addresses
i. Evidence of Firms Registration with Relevant Professional Bodies such COREN/SURCON/NSA/PMI, etc. where applicable
j. Verifiable documentary evidence of at least three(3) similar jobs (to the one interested) in the last five (5) years (2014 t0 date) including letters of Award, Valuation Certificates Job Completion certificates and Photographs of projects (including Project Notice Boards) is mandatory
k. List of Plants/Equipment with proof of Ownership/Lease(where applicable)is mandatory
l. For Joint Venture(JV) partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSIITF Compliance Certificate, IRR &Sworn Affidavit are compulsory for each JV partner)
m. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness and readiness to provide credit facility for the execution of the project when needed. Letters of introduction from banks without commitment is not acceptable
n. A current Sworn Affidavit:
i. That the company Is not Bankrupt, in receivership or under liquidation or involved in any litigation which can potentially affect the company’s ability to effectively discharge their responsibility if engaged;
ii. That the claims made an information provided by the company in submission are true and correct in all ramifications;
iii. disclosing whether or not any officer of the relevant committees of Federal Ministry of Environment 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
iv. That no director of the company (past or present) has ever been convicted or criminal offences relating to fraud or financial impropriety in any court of law.
o. Consultants for engineering projects management service shall be professional project managers with ample experience and global credentials such as PMP-PMI and/or Price 2 practical license
p. Only companies included in the national automotive design and Development Councils approved list of local manufactures of vehicles or their authorized representatives should bid for the vehicles
q. All documents for submission must be transmitted with Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by 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 STANDARD BIDDING DOCUMENTS FOR WORKS AND GOODS
a. All Standard Bidding Document are to be collected from the Deputy Director, Procurement Department, Room B022 Ground Floor of the Federal Ministry of Environment, Mabushi, Abuja on evidence of payment of a non-refundable tender fee of N 10, 000.00 per Lot issued in favour of FMoE, Abuja Remittal account in any commercial Bank.
b. All bidders must fill the bid collection register after the collection of the Bidding Document

5. SUBMISSION OF THE INVITATION TO TENDER DOCUMENTS/EXPRESSION OF INTEREST
a. All respondents should submit two hard copies each of the technical and financial bids/EOI Service providers with soft copy of financial expression of interest marked with the company name, address and lot number of projects bided for works, goods and services
b. All bidders must fill the bid submission register while submitting their technical and financial tenders and expression of interest in the tenders box in the auditorium of the federal ministry of environment (Green Building) Aguiyi Ironsi Way, Maitama, Abuja.
c. All documents should be addressed to:
Permanent secretary,
Federal Ministry of Environment
Mabushi, Abuja

6. CLOSING/OPENING DATE AND TIME:
i. The closing date for the Submission of Documents for Expression of Interest is 12:00 noon Monday, 9th September, 2019 and 12:00 noon on Monday, 7th October, 2019
ii. EOI/Technical Bids received will be opened immediately after the deadline for submission at 12.00 noon on Monday, 9th September, 2019 and 12.00 noon on Monday, 7th October, 2019 respectively, at the Auditorium of the Federal Ministry of Environment (Green Building) Aguiyi Ironsi Way, Maitama, Abuja
iii. All bidders or their representatives, relevant professional Bodies and non-governmental organizations (NGOs) are invited to witness the opening exercise accordingly.

7. GENERAL INFORMATION:
a. Bids must be in English Language and signed by an official authorized by the bidder
b. All shortlisted consultants/pre-qualified bidders will be contacted at a later date for request for proposal/financial bid opening, while financial bids of unsuccessful bidders will be returned un-opened
c. All further enquiries should be directed to the procurement unit of FMoE, Mabushi, Abuja
d. Bidders should not bid for more than two (2) Lots.
e. This publication is for information only, and not to be construed as a commitment or obligation on the part of FMoE, Mabushi, Abuja
f. The ministry will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry
g. Please note that any other information, addendum, modification etc. will be published on the ministry’s website www.environment.gov.ng
h. FMoEnv, Mabushi, Abuja is not obliged to 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
i. All CAC, VAT, PENCOMM TAX, ITF, NSITF, IRR certificates may be referred to the Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Services, (FIRS) National Pension Commission and other relevant bodies for post-qualification verification

Signed: Permanent secretary,
Federal Ministry of Environment

Documents

 Tender Notice