NIGERIA SOCIAL INSURANCE TRUST FUND (NSITF) has floated a tender for Supply and Installation of Air-Conditioners. The project location is Nigeria and the tender is closing on 21 Oct 2019. The tender notice number is NSITF/G/23, while the TOT Ref Number is 36574522. 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 : Supply and Installation of Air-Conditioners

Deadline : 21 Oct 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 36574522

Document Ref. No. : NSITF/G/23

Competition : ICB

Financier : Other Funding Agencies

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIA SOCIAL INSURANCE TRUST FUND (NSITF)
Plot 794 Muhammadu Buhari Way, Central Business District, Abuja, Attn: Management
Nigeria

Tender Details

Tenders are invited for Supply and Installation of Air-Conditioners (Fund-Wide).

ELIGIBILITY REQUIREMENTS
Failure by a consultant/bidder/contractor to submit all of the following renders the consultant/bidder ineligible to participate in this procurement:
(i) Evidence of Incorporation with the Corporate Affairs Commission (CAC), including forms CAC02 & CAC07;
(ii) Evidence of current Tax Clearance Certificate (2016, 2017 & 2018) valid till 31st December, 2019;
(iii) Evidence of current Pension Compliance Certificate expiring 31st December, 2019;
(iv) Evidence of current Industrial Training Fund (ITF) Certificate of Compliance expiring 31st December, 2019;
(v) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) ECS Compliance Certificate expiring 31st December, 2019;
(vi) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring 31st January, 2020; or valid Certificate issued by BPP
(vii) A sworn affidavit disclosing:
(a) That the bidder is neither in receivership nor a subject of insolvency/bankruptcy/winding up proceedings;
(b) That none of the bidder’s Directors has ever been convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
(c) Whether or not any officer of the relevant committees of the Nigeria Social Insurance Trust Fund or the Bureau of Public Procurement is a former or present Director, Shareholder, or has any pecuniary interest in the bidder; and that all information presented in its bid are true and correct in all particulars.
(viii) Documentary evidence of at least three (3) similar contracts executed in the last five (5) years Letters of award and Job completion certificates;
(ix) Evidence of duly audited account for the last three years – 2016, 2017 & 2018;
(x) Reference letter from a reputable commercial bank in Nigeria committing to fund the project if awarded; Company’s Profile – including CV of technical staff, with evidence of their academic and professional qualifications attached; and
(xi) Evidence of up-to-date registration of company with relevant professional bodies (for consulting services); 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.

4. COLLECTION OF BIDDING DOCUMENTS (CATEGORY B)
Standard Bidding Documents are available for collection from the Office of the Head of Procurement, 3rd Floor, Nigeria Social Insurance Trust Fund, Plot 794 Muhammadu Buhari Way, Central Business District, Abuja (from 8:00 hour to 16:00 hour Mondays to Fridays) on presentation of original copy of the Treasury Receipt issued by the Finance & Accounts Department, NSITF (for sighting). A non-refundable tender fee of N10, 000.00 (Ten Thousand Naira only) per Lot is to be paid by each bidder into the NSITF’s TSA account before collection of the Standard Bidding Document.

5. SUBMISSION OF TENDER DOCUMENTS (CATEGORY B)
Interested contractors shall submit one original and two photocopies of their Technical Bids and completed Financial Bids. The three copies of Technical Bid and three copies of completed Financial Bid per Lot shall be placed in two differently sealed envelopes and each appropriately labeled “Technical Bid” and “Financial Bid” respectively, as well as the “Project Name/Title” and “Lot No” on the same side of the envelope. The two sealed envelopes should be enclosed in a third outer envelope which should be sealed and labeled “Technical and Financial Bid” with the “Project Name/Title” and “Lot No” clearly written at the top right hand corner. The outer envelope should be addressed to: The Secretary. Parastatal Tenders Board, Nigeria Social Insurance Trust Fund, Plot 794, Muhammadu Buhari Way, Central Business District, Abuja. The reverse side of each of these two envelopes shall bear the “Bidder’s Name, Address and Telephone Number(s)”. The bid should be deposited in the tender box placed in the office of the Head, Procurement, 3rd Floor, Nigeria Social Insurance Trust Fund, Plot 794, Muhammadu Buhari Way, Central Business District, Abuja not later than 12:00 noon on Monday, 21 October, 2019.

6. SUBMISSION OF EXPRESSION OF INTEREST (CATEGORY A)
Interested consultants shall submit one original and two photocopies of their Eol documents in a sealed envelope. The reverse side of this envelope shall bear the Consultants Name, Address and Telephone Number(s). The front should be labeled “Eol” with the “Project Name/Title” and “Lot No” clearly written at the top right hand corner. The outer envelope should be addressed to: The Secretary, Parastatal Tenders Board, Nigeria Social Insurance Trust Fund, Plot 794, Muhammadu Buhari Way, Central Business District, Abuja.

The reverse side of the outer envelope should also bear the “Bidders Name, Address and Telephone Number(s)”. The sealed Eol should be deposited in the tender box placed in the office of the Head, Procurement, 3rd Floor, Nigeria Social Insurance Trust Fund, Plot 794, Muhammadu Buhari Way, Central Business District, Abuja not later than 12:00 noon on Monday, 23 September, 2019.
Late submission will be returned unopened.

7. OPENING OF EOI/TECHNICAL BIDS
(i) Opening of Eol for Consultant Services will commence (Category A) at 12:00 noon on Monday, 23 September, 2019 at the National Centre for Women Development, Tafawa Balewa Way (opposite Central Bank of Nigeria Headquarters), Central Business District, Abuja.
(ii) Opening of Technical Bids (Category B) will commence at 12:00 noon on Monday, 21 October, 2019 at the National Centre for Women Development, Tafawa Balewa Way (opposite Central Bank of Nigeria Headquarters), Central Business District, Abuja.
(iii) Financial bids of those who are successful alter the technical bid evaluation will be opened at a date to be communicated to them, while the financial bids of unsuccessful bidders will be returned unopened.
All bidding Companies and/or their representatives, relevant professional bodies, Non-Governmental Organizations (NGOs), representatives of BPP and interested members of the public are hereby invited to witness the opening of the Eol and Technical Bids on the dates and times mentioned above.

8. IMPORTANT INFORMATION
(i) All submitted documents may be referred to relevant authorities for verification.
(ii) Original documents of the Eligibility criteria of any Bidder may be requested for sighting.
(iii) Packaging/presentation of technical bid (i.e. presenting documents in the exact order they are listed out under the eligibility requirements).
(iv) A photocopy of the Treasury Receipt issued by the Finance & Accounts Department, NSITF, evidencing payment of the non-refundable tender fee should be enclosed in the submissions.
(v) Consultants expressing interests for consultancy services are exempted from paying tender fees at the initial stage until they are pre-qualified to the stage of issuance of a Request for Proposal (RFP).
(vi) Please note that no Bidder/Consultant is allowed to bid for more than two (2) Lots. Any violator of this rule will be disqualified.
(vii) The NSITF will not be responsible for any costs and/or expenses incurred by any Company/Bidder in the preparation, submission and/or in connection with any response to this Invitation to Bid.
(viii) This “Invitation to Bid/Expression of Interest” shall not be construed as an offer of contract or commitment on the part of the Nigeria Social Insurance Trust Fund nor shall it entitle any Company/Bidder to make claims and/or seek any indemnity or compensation from the Nigeria Social Insurance Trust Fund
(ix) The NSITF is not obligated to award a contract to any Company and/or Bidder in respect of this invitation and reserves the right to cancel, annul and/or discontinue the procurement process at any stage, without incurring any liability in line with Section 28 of the Public Procurement Act, 2007.

SIGNED:
Management
Nigeria Social Insurance Trust Fund

Documents

 Tender Notice