NATIONAL EXAMINATIONS COUNCIL (NECO) has floated a tender for Safe And Secure Environment For Education In Fct Abuja. The project location is Nigeria and the tender is closing on 21 Oct 2019. The tender notice number is , while the TOT Ref Number is 37056341. 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 : Safe And Secure Environment For Education In Fct Abuja

Deadline : 21 Oct 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 37056341

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NATIONAL EXAMINATIONS COUNCIL (NECO)
Bida Road P.M.B. 159, Minna, Niger State Email : necoprocurement2019@gmail.com
Nigeria
Email :necoprocurement2019@gmail.com

Tender Details

Expression of Interest are invited for Safe And Secure Environment For Education In Fct Abuja

ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
(b) Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years valid till 31st December, 2019;
(c) Evidence of current Pension Compliance Certificate valid till 31st December, 2019;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2019;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2019;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/1/2020 or valid Certificate issued by BPP.
(g) Sworn Affidavit disclosing whether or not any officer of the relevant committees of National Examinations Council 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;
(h) Company’s Audited Accounts for the last three (3) years – 2016, 2017, 2018;
(i) Evidence of financial capability to execute the project by
submission of Reference Letter from a reputable commercial
bank in Nigeria, indicating willingness to provide credit
facility for the execution of the project when needed;
(j) Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation/Job Completion Certificates and Photographs of the projects;
(l) Lot 11: Evidence of Registration with the Computer Registration Council of Nigeria
(m) For Training: Evidence of accreditation by Centre for Management Development (CMD);
(n) 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 authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS (GOODS)
Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Head of Procurement on evidence of payment of a non-refundable tender fee of N10, 000.00 per Lot, paid into the National Examinations Council’s Remita account in any reputable commercial bank in Nigeria.

5. SUBMISSION OF TENDER DOCUMENTS (GOODS)
Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies each of the technical and financial bids with softcopy of financial bid only in MS Excel format, 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 addressed to the Registrar, National Examinations Council Km 8, Bida Road P.M.B. 159, Minna, Niger State 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 bidder and drop in the designated Tender Box not later than 12:00 noon on Monday, 18 November, 2019.

6. SUBMISSION OF EOI DOCUMENTS (SERVICES)
Interested firms are to submit two (2) bound of Expression of Interest (EoI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to Registrar, National Examinations Council Km 8, Bida Road P.M.B. 159, Minna, Niger State 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 bidder and drop in the designated Tender Box not later than 12:00 noon on Monday, 21 October 2019.

7. OPENING OF EOI/BIDS
The EOI and technical bids will be opened immediately after the deadlines for submission at 12:00 noon on Monday, 21 October 2019 and 12:00 noon on Monday, 18 November, 2019 respectively, at NECO Headquarters, Km 8, Bida Road P.M.B. 159, Minna, Niger State 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 NECO will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the “Procurement Division, National examinations Council on e-mail address necoprocurement2019@gmail.com

8. GENERAL INFORMATION
(a) Bids must be in English Language and signed by an official authorised by the bidder;
(b) Bids submitted after the deadline for submission would be returned un-opened;
(c) Bidders should not bid for more than two (2) Lots; contravention will lead to automatic disqualification;
(d) Documents should be submitted with Table of Contents in the order listed in paragraph 3;
(e) All costs will be borne by the bidders;
(f) For Goods: 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;
(g) For Services: Only shortlisted bidders will be contacted at a later date for collection of Request for Proposals;
(h) NECO 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.

Documents

 Tender Notice