FEDERAL MINISTRY OF LABOUR, PRODUCTIVITY & EMPLOYMENT INDUSTRIAL ARBITRATION PANEL (LAP) has floated a tender for Supply of Education Materials to Various Schools, Empowerment Items, Distribution of Foods Items and Agricultural Farm Inputs. The project location is Nigeria and the tender is closing on 07 Mar 2024. The tender notice number is LOT ZIP 4, while the TOT Ref Number is 97216039. 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 of Education Materials to Various Schools, Empowerment Items, Distribution of Foods Items and Agricultural Farm Inputs

Deadline : 07 Mar 2024

Other Information

Notice Type : Tender

TOT Ref.No.: 97216039

Document Ref. No. : LOT ZIP 4

Competition : ICB

Financier : Self Financed

Purchaser Ownership : Public

Tender Value : Refer Document

Purchaser's Detail

Purchaser : FEDERAL MINISTRY OF LABOUR, PRODUCTIVITY & EMPLOYMENT INDUSTRIAL ARBITRATION PANEL (LAP)
Head of Procurement, Room 01, Ground floor, Industrial Arbitration Panel, Future View plaza, central Business District, Abuja
Nigeria

Tender Details

Expression of Interest are invited for Supply of Education Materials to Various Schools, Empowerment Items, Distribution of Foods Items and Agricultural Farm Inputs

Date Added: February 19, 2024
Deadline: 07/03/2024
Category: Solar and Renewable, Construction & Engineering, General Supplies & Services

Interested companies are to collect the Standard Biding Documents (SBD) from the office of the Head of Procurement, Room 01, Ground floor, Industrial Arbitration Panel, Future View plaza, central Business District, Abuja; on evidence of payment of a non- refundable tender fee of (Ten thousand Naira) N10, 000.00 Only per lot, paid into the Industrial Arbitration panel-s Remita account in any reputable commercial Bank in Nigeria. Firms will not pay for Lot 2 & 5 at this stage until after short listing.

Note:
a) EOI/Bids must be in English Language and signed by an official authorized by the bidder;
b) EOI/Bids submitted after the deadline for submission would be returned unopened;
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 bid opening online.
e) Good & Works: Only prequalified bidders at technical evaluation will be invited at a later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened.
f) Consultancy Services: only shortlisted firms will be contacted at a later date for collection of Request for Proposals;
g) Failure to comply with any of the above requirements will form the basis for disqualification;
h) The Industrial Arbitration Panel 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.

Eligibility:
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC1.1 or CAC2 and CAC7. Business Name is also acceptable for services.
b) Evidence of Company-s Income Tax Clearance Certificates (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2024;
c) Evidence of Pension Clearance Certificate valid till 31st December, 2024 (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, 2024 (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, 2024;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP;
g) Sworn affidavit
• Disclosing whether or not any officer of the relevant committees of the Industrial Arbitration Panel 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
h) Company-s Audited Accounts for the last three years (2021, 2022, 2023);
i) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project;
j) Company-s profile with the curriculum Vitae of at least three (3) key professionals including copies of their academic/professional qualifications such as COREN /QSBN/ARCON/ etc
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) Works: List of Plant/Equipment with proof of Ownership/Lease agreement duly signed not earlier that year 2020 by both parties;
m) Consultancy services: evidence of firm-s current registration with the relevant regulatory professional body(ies) such as CMD, MDCN etc;
n) For supply of equipment: Letter of authorization as representatives of the Original Equipment Manufacturer (OEMs);
o) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA)
p) 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);
q) Only companies included in the National Automotive design and development Councils approved list of Local manufacturers of vehicles or their authorized representatives should bid for the vehicles;
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.

Documents

 Tender Notice