FEDERAL COOPERATIVE COLLEGE, OJI RIVER, ENUGU STATE has floated a tender for Skill Acquisition Training and Empowerment for Women and Youth in Six Geopolitical Zone. The project location is Nigeria and the tender is closing on 19 Feb 2024. The tender notice number is C058, while the TOT Ref Number is 96673019. 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 : Skill Acquisition Training and Empowerment for Women and Youth in Six Geopolitical Zone

Deadline : 19 Feb 2024

Other Information

Notice Type : Tender

TOT Ref.No.: 96673019

Document Ref. No. : C058

Competition : ICB

Financier : Self Financed

Purchaser Ownership : Public

Tender Value : Refer Document

Purchaser's Detail

Purchaser : FEDERAL COOPERATIVE COLLEGE, OJI RIVER, ENUGU STATE
College Hall, Federal Cooperative College, Oji River, Enugu State, Nigeria Phone: +234 803 750 2140
Nigeria

Tender Details

Expression of Interest are invited for Skill Acquisition Training and Empowerment for Women and Youth in Six Geopolitical Zone

Date Added: February 9, 2024
Deadline: 19/02/2024
Category: Construction & Engineering, Consultancy, General Supplies & Services

The Eol/Prequalification documents will be opened immediately after the deadline for submission at 12:00Noon, Monday 19th February, 2024, in the College Hall, Federal Cooperative College, Oji River, Enugu State, in the presence of bidders or their representatives. Please, ensure that you sign the Bid Submission Register in the office of the Provost, as the Institute will not be held liable for misplaced or wrongly submitted bids.

Eligibility Requirement:
For purpose of evaluation, interested contractors/consultants should submit the following documents;
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 or business name with form BN1 is also acceptable for consultancy services;
b) Evidence of Company-s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years) valid till 31st December 2023 with minimum average annual turnover of N50 for works, N30 million for goods and services;
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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, 2023 (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, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP;
g) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Federal Co-operative college, Oji River, Enugu State 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
• That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
h) Company-s Audited Accounts for the last three years (2020, 2021 & 2022)
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;
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) Only companies included in the National Automotive Design and Development Council-s approved list of local manufacturers of vehicles or their authorized representatives should bid for the vehicles
m) For supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs)
n) Medical and Laboratory Equipment: Letter of Authorization from the Original Equipment Manufacturers listed in the Approved Policy for procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria ;
o) For training programmes: evidence of registration with Centre for Management Development (CMD)
p) For ICT: evidence of firm-s registration with the National Information Technology Development Agency (NITDA) and computer professionals Registration Council of Nigeria
q) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA)
r) Medical services: Evidence of firm-s current registration with the Medical and Dental Council of Nigeria (MDCN);
s) Works: List of plants/equipment with proof of ownership/lease agreement;
t) 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);
Note: 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: arrangement of EOI/Technical documents in hard copies should follow the order in the list above and appropriately paged. The EOI/technical document should have a table of content indicating the pages, which these items are to be found. Failure to comply with this directive will result in disqualification of the bidder.

Note:
a. Bids must be in English Language and signed by an official authorized by the bidder;
b. Bids submitted after the deadline for submission would be returned un-opened;
c. All cost will be borne by the bidders;
d. The EOIs/Technical Bids will be opened in the presence of Bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and Private Professional bodies; and will be covered by video recording; invitation link will be sent to bidder who chooses to join the EOIs/bid opening online;
e. 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
f. Services: Only shortlisted Consultants will be invited at a later date for collection of Request for Proposals,
g. Federal Cooperative College, Oji River, Enugu State, Oji-River 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 2007 Public Procurement ACT.

Documents

 Tender Notice