Procurement

INVITATION TO TENDER FOR GOODS/SUPPLY, WORKS AND EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES FOR 2024 CAPITAL PROJECTS
00.1 INTRODUCTION

The Citizenship and Leadership Training Centre in furtherance of its statutory mandate; intends to implement its 2024 Capital budget in accordance with Public Procurement Act 2007. Interested and qualified companies with proven competency and demonstrable experience are therefore invited to submit tenders for the execution of the following projects:-

0.02 SCOPE OF WORK /GOODS/ SERVICES
2.00 CAPITAL PROJECTS
2.0 1 CATEGORY A WORKS (INVITATION TO TENDER)

LOT

PROJECT TITTLE/DESCRIPTION

LOT 1

REHABILITATION OF 6.99 METRES FENCE LENGTH AT TRAINING SCHOOL OTU – JEREMI DELTA STATE

LOT 2

RENOVATION OF 1 ROOM AND INNER ROOM OF CLINIC BLOCK TRAINING SCHOOL AT OTU JEREMI DELTA STATE

LOT 3

REHABILITATION OF BOREHOLE AT NGWO ENUGU TRAINING SCHOOL

LOT 4

EXTENSION OF 250 METRES OF ELECTRIFICATION INTO THE COMPOUND OF TRAINING SCHOOL NGWO ENUGU

 LOT 5

REHABILITATION OF 3 ROOMS ADMINISTRATIVE BLOCK ALU PORT HARCOURT

 LOT 6

REHABILITATION OF 3 ROOMS BUNGALOW COORDINATORS RESIDENT ALUU PORTHARCOURT

 LOT 7

REHABILITATION OF 4 ROOM 1 KITCHEN AND 7 TOILETS OF MULTI-PURPOSE HALL OWODE EGBA OGUN STATE

 LOT 8

CONSTRUCTION OF COMPLETE SET OF CIRCUIT TRAINING GADGET AT OWODE EGBA

LOT 9

RENOVATION OF 6 ROOMS, 8 BATHROOMS AND TOILET OF FEMALE HOSTEL AT OWODE EGBA

LOT 10

RENOVATION OF 12 ROOMS 4 BATHROOMS AND 4 TOILETS 4 KITCHENS OF STAFF QUARTERS OWODE EGBA

LOT 11

RENOVATION OF 5 ROOMS AND 3 TOILETS OF ADMINISTRATIVE BLOCK AT KUDAN ZARIA

LOT 12

RENOVATION OF 4 ROOMS 5 TOILETS AND 5 BATHROOMS OF HOSTEL BLOCK AT KUDAN ZARIA

LOT 13

RENOVATION OF 2 MULTI-PURPOSE HALLS AT THE TRAINING SCHOOL KUDAN ZARIA

LOT 14

CONSTRUCTION OF COMPLETE SET OF TRAINING GADGET AT KUDAN ZARIA

 LOT 15

RENOVATION OF 5 ROOMS BUNGALOW AND 1 TOILET OF CLINIC BLOCK AT SEA SCHOOL LAGOS

LOT 16

CONSTRUCTION OF WOODEN BOATS AT SEA SCHOOL APAPA LAGOS

LOT 17

REHABILITATION OF 7 ROOMS AND 3 TOILETS OF CLINIC BLOCK IN SHERE HILLS, JOS

LOT 18

REHABILITATION OF 7 ROOMS AND 3 TOILET OF MALE HOSTEL SHERE HILLS JOS

 

2.02 CATEGORY B GOODS (INVITATION TO TENDER)

LOT

PROJECT TITTLE/DESCRIPTION

LOT 19 A-H

PURCHASE OF TEACHING AND LEARNING AID EQUIPMENTS TO TEN SCHOOLS

LOT 20

PURCHASE OF OFFICE FURNITURE AND FITTINGS FOR 10 TRAINING SCHOOLS

LOT 21

PURCHASE OF 1 UNIT 135 KVA GENERATING SET

LOT 22

PURCHASE OF 1 UNIT PROJECT VEHICLE

LOT 23

PURCHASE OF PHOTOCOPYING MACHINE FOR 5 TRAINING SCHOOLS

 

3.00 CONSTITUENCY PROJECTS
3.01 CATEGORY C CONSTITUENCY WORKS (PRE-QUALIFICATION)

LOT

PROJECT TITTLE/DESCRIPTION

LOT 24

CONSTRUCTION OF GOVERNMENT  MODEL SECONDARY SCHOOL IN BIRJIN YAMMA

LOT 25

CONSTRUCTION OF GOVERNMENT  MODEL SECONDARY SCHOOL IN BIRJIN YAMMA

LOT 26

CONSTRUCTION AND EQUIPPING OF AN INTERNATIONAL CONFERENCE CENTRE BIRNIN KEBBI KEBBI STATE

 

3.02 CATEGORY D CONSTITUENCY WORKS (INVITATION TO TENDER)

LOT

DESCRIPTION

LOT 27

PROVISION AND INSTALLATION OF ALL IN ONE SOLAR POWERED STRREET LIGHT IN ULAYI STREET , UKWENYA STREET AND OKOKORO ROAD  OTUKPO LGA BENUE STATE

LOT 28

PROVISION AND INSTALLATION OF SOLAR POWERED STREETLIGHTS IN SELECTED AREAS IN IJEBU NORTH/IJEBU EAST /OGUN WATERSIDE FEDERAL CONSTITUENCY OGUN STATE

 

 

 

3.03  CATEGORY E CONSTITUENCY GOODS INVITATION TO TENDER

LOT 29 A&B

SUPPLY AND DISTRIBUTION OF WATER PUMPS FOR IRRIGATION FARMING AND SEWING MACHINES TO FARMERS AND WOMEN IN CHIBOK LGA OF BORNO STATE

LOT 30

SUPPLY OF SPORTING MATERIALS TO DIM-NA-NUME YOUTH FOOTBALL CLUB IN NWANGELE LOCAL GOVERNMENT AREA IMO STATE

LOT 31

PROVISION OF EMPOWERMENT ITEMS FOR YOUTH IN YAMALTU/DEBA GOMBE STATE

 

3.04 CATEGORY F CONSTITUENCY SERVICES (EXPRESSION OF INTREST)

LOT 32

TRAINING OF YOUTH AND WOMEN IN MODERN AGRICULTURAL TECHNOLOGIES IN IRON/MBO UDUNG UKO/URUEOFFONG ORUKO FEDERAL CONSTITUENCY AKWA IBOM STATE

LOT 33

TRAINING AND EMPOWERMENT OF YOUTH IN MECHANICS/VULCANINZERS ACROSS OTUKPO LGA BENUE STATE

LOT 34

SECURITY SUMMIT AND PROVISION OF COMMUNICATION GADGETS AND VEHICLES FOR SELECTED COMMUNITIES WITHIN ORON/MBO/OKOBO/UDUNG UKO/URUEOFFONG ORUKO FEDREAL CONSTITUENCY, AKWA IBOM

LOT 35

ENTREPRENEURSHIP DEVELOPMENT TRAINING IN ABIA SOUTH SENATORIAL DISTRICT ABIA STATE

LOT 36

GRANTS FOR TRADERS, YOUTHS AND WOMEN IN ABIA SOUTH SENATORIAL DISTRICT

LOT 37

EMPOWERMENT OF VARIOUS YOUNG ARTISAN IN EKITI SOUTH SENATORIAL DISTRICT

LOT 38

YOUTH LEADERS’ ENGAGEMENT AND CAPACITY BUILDING ON PEACE AND CONFLICT MANAGEMENT IN ORON/MBO/OKOBO/UDUNG UKO/URUEOFFONG ORUKO FEDERAL CONSTITUENCY, AKWA IBOM STATE

LOT 39

TRAINING AND CREATION OF AWARENESS FOR YOUTH AND WOMEN ON GENERAL AGRICULTURES IN NUNG OKU ITINA ONNA LOCALGOVERNMENT AREA AKWA IBOM

LOT 40

TRAINING AND EMPOWERMENT OF YOUTH AND WOMEN IN AGRICULTURE IN JEBS AREA OF CALABAR SOUTH LOCAL GOVERNMENT AREA CROSS RIVER

LOT 41

CAPACITY BUILDING/SKILL ACQUISITION OF UNEMPLOYED YOUTH AND WOMEN IN KOKONA LGA NASARAWA STATE

LOT 42 (A-B)

LEADERSHIP TRAINING AND EMPOWERMENT AT BURUKU BENUE STATE

 

 

 

 

 

 

 

 

4.00 ZONAL INTERVENTION PROJECTS

 

4.01 CATEGORY G  ZONAL INTERVENTION GOODS INVITATION TO TENDER

 

LOT 43

TRAINING OF YOUTH ON TECHNOLOGY DEVELOPMENT AND ADVANCEMENT TECHNIQUES IN ORON/MBO/OKBO/UDUNG/UYO/URUBOFFONG ORUKO FEDERAL CONSTITUENCY AKWA IBOM STATE

LOT 44

TRAINING AND EMPOWERMENT OF YOUTH AND WOMEN ON ENTREPRENURIAL SKILLS IN ORON /MBO/ORUKO FEDERAL CONSTITUENCY AKWA IBOM STATE

 

4.02 CATEGORY H ZONAL INTERVENTION SERVICES (EXPRESSION OF INTEREST)

 

LOT 45

PROCUREMENT AND DISTRIBUTION OF SCHOOL BAGS AND OTHER INSTRUCTIONAL MATERIALS TO SOME SELECTED PRIMARY AND SECONDARY SCOOLS IN ORON/MBO/OKUBO UDUNG UKO/URUEOFFONG ORUKO FEDERAL COONSTITUENCY AKWA IBOM STATE

The scopes of work for the Rehabilitation/Construction are as detailed in the bidding document which shall be issued to prospective bidders.

5:00 ELIGIBILITY REQUIREMENTS

Prospective bidders must possess the under listed requirements to participate in the procurement.

  1. Evidence of Certificate of incorporation with corporate Affairs Commission (CAC) including Form CAC, or CAC & CAC. Business Name with Form BNI is also acceptable for Services.
  2. Evidence of Company’s Income Tax Clearance Certificate (or personal Tax Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last (3) three years (2021, 2022 & 2023) that is valid till 31st December, 2024.
  3. Evidence of current Pension Compliance Certificate valid till 31st December, 2024

(this requirement is only applicable to bidders whose number of staff is 15 and above).

  1. Evidence of current Industrial Training Fund (I.T.F) Compliance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidders’ annual turnover is N50m and above).
  2. Evidence of current Nigeria Social Insurance Trust Fund (N.S.I.T.F) Compliance Certificate valid till 31st December, 2024.
  3. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission Suppliers submission of the Interim Registration Report (IRR) expiring on 31st December, 2024 or valid certificate issued by the Bureau of Public Procurement (BPP).
  4. Sworn Affidavit disclosing whether or not any officer of relevant committees of the Citizenship and Leadership Training Centre Abuja 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; that no Director has been convicted in any Country for any criminal offence related fraud or financial  impropriety or criminal misinterpretation or falsification of facts relating to other matters; that the Company  is not in receivership, the subject of ny form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or  proceedings. 
  5. Company’s Audited Accounts for the last three (3) years 2021, 2022 & 2023.
  6. Reference Letter from a reputable Commercial bank indicating willingness to provide credit facility for the execution of the project when needed.
  7. Company Profile with the Curriculum Vitae (CV) of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON CORBON etc.
  8. 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 photograph of the projects.
  9. Works: List of Plants/Equipment with proof of Ownership/Lease Agreement.
  10. 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 Procurement of Vehicles.
  11. Evidence of Centre for Management Development (CMD) Certificate (for Skill acquisition Training).
  12. Evidence of current Licence/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA) (for ICT Training).
  13. Electricity Jobs; Evidence of current License issued by Nigerian Electricity Management Services Agency (NEMSA).
  14. For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs).
  15. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner).

Note: 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.

6.00 COLLECTION OF TENDER DOCUMENTS (INVITATION TO TENDER)

Interested bidders are to collect the Standard Bidding Documents (SBD) from Monday  27th May, 2024 – Tuesday 9th  July, 2024 between the hours of 8am – 4pm from the Head of Procurement Unit of the CITIZENSHIP ASND LEADERSHIP TRAINING CENTRE Plot 1075, Joseph Gomwalk Street Gudu District, Abuja upon payment of non-refundable tender fee of Ten Thousand Naira (N10,000.00) only per Lot, payable to Citizenship and Leadership Training Centre. All payments should be made into Treasury Single Account (TSA) with the Central Bank of Nigeria through REMITA by generating Remita Retrieval Reference (RRR).

7.00 SUBMISSION OF DOCUMENTS

 

7.01  INVITATION TO TENDER

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 two 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 Director General

Citizenship and Leadership Training Centre

Plot 1075, Joseph Gomwalk Street,Gudu District, Abuja.

PMB 345 Garki

 

The envelopes should be clearly marked with the name of the project and the Lot number; Furthermore, the reverse side of each sealed envelope should bear the name and address of the bidder. The envelope should be dropped in the designated “Tender Box” at the Procurement Office, CLTC Administrative Building not later than 12:00 noon, Tuesday 9th    July, 2024.

 

7.02. PRE- QUALIFICATION AND OF EXPRESSION OF INTEREST(EOI)

Prospective bidders are to submit prequalification documents/EOI for each of the Lot desired two (2) hard copies each and address to:

The Director General

Citizenship and Leadership Training Centre

Plot 1075, Joseph Gomwalk Street,Gudu District, Abuja.

PMB 345 Garki

The envelopes should be clearly marked with the name of the project and the Lot number; Furthermore, the reverse side of each sealed envelope should bear the name and address of the bidder. The envelope should be dropped in the designated “Tender Box” at the Procurement Office, CLTC Conference Ground Floor not later than 12:00 noon, Tuesday 11th  June, 2024.

8.00 OPENING OF PRE-QUALIFICATION/EOI AND TECHNICAL BIDS

The prequalification documents, EOIs and technical bids will be opened immediately after the deadline for submission at 12:00 noon, Tuesday 11th June, 2024 at the CLTC Conference Ground Floor of the Citizenship and Leadership Training Centre (CLTC), Abuja, while the Financial Bids will be kept unopened. Please, ensure that you sign the EOI/Bid Submission Register in the office of the Procurement Officer, Conference Ground Floor, Citizenship and Leadership Training Centre (CLTC), Abuja. Please  note that the Citizenship and Leadership Training Centre will not be held liable for misplaced or wrongly  submitted bids. For further enquiries, please contact the Procurement Office on email: kurahmonday@gmail.com  or please call 08038457202, 08140671147.

 

9.00    GENERAL INFORMATION

 

BIDDERS ARE INVITED TO PLEASE NOTE THE FOLLOWING:

  1. EOIs/Bids must be in English Language and signed by an Official authorized by the

              bidder.

  1. EOIs/Bids submitted after the deadline for submission would be returned un-opened.
  2. Bidder should not bid for more than three (3) Lots.
  3. All costs will be borne by the bidders.
  4. EOI/Technical Bids will be opened in the 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 the EOI/bid opening online.
  5. Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services).
  6. Pre-qualification: Only prequalified bidders at technical evaluation will be invited at a later date for collection of tender documents.

h,           Invitation to Tender: Only 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.

  1. Consultants Service: Only shortlisted Applicants at EOI’s evaluation will be invited at

             a   later date for collection of Request for Proposals.

  1. The Citizenship and Leadership Training Centre (CLTC) is not bound to pre-

              Qualify/shortlist any applicant and reserves the right to annual the Procurement

              Process at any time without incurring any liabilities in accordance with Section 28

              of the Public Procurement Act, 2007.  

  1. For further enquires please contact the Head of Procurement on E-mail address  

              kurahmonday@gmail.com.

                                                      Signed 

                                          Director General

Citizenship & Leadership Training Centre

                                                                    Headquarters, Abuja.

INVITATION  TO TENDER FOR GOODS/SUPPLY, WORKS  AND EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES FOR 2022 CAPITAL PROJECTS
00.1 INTRODUCTION

The Citizenship and Leadership Training Centre in furtherance of its statutory mandate; intends to implement its 2022 Capital budget and in accordance with Public Procurement Act 2007. Therefore invites interested and qualified companies with proven competency and demonstrable experience to submit tenders for the execution of the following projects:-

00.2 SCOPE OF WORK /GOODS/ SERVICES
CATEGORY A (WORKS)
S/NLOTPROJECT TITTLE/DESCRIPTIONLOCATION
1LOT 1REHABILITATION OF HOSTEL NGWO TRAINING SCHOOLENUGU
2LOT 2REHABILITATION OF EXECUTIVE HOSTEL BLOCK NGWO TRAINING SCHOOLENUGU
3LOT 3REHABILITATION  OF KITCHEN DESERT SCHOOL FIKAYOBE
4LOT 4REHABILITATION OF HOSTEL ADMIN BLOCK DESERT SCHOOL FIKAYOBE
5LOT 5REHABILITATION OF FEMALE HOSTEL WOMEN UNIT  OTU-JEREMIDELTA
6LOT 6REHABILITATION OF HOSTEL TOILET FACILITIES WOMEN UNIT OTU-JEREMIDELTA
7LOT 7REHABILITATION OF HOSTEL BLOCK ‘A’ ALU RIVERSPORTHACOURT
8LOT 8REHABILITATION HOSTEL BLOCK  ‘B’  VALLEY SCHOOL  OWODEOGUN
9LOT 9REHABILITATION OF EXECUTIVE HOSTEL SAVANNAH SCHOOL KUDANZARIA
10LOT 10 A – CREHABILITATION OF HOSTEL WATER FACILITIES AT TRAINING SCHOOLDELTA, ENUGU, PORTHARCOURT
11LOT 11 A &  BCONSTRUCTION OF KITCHEN AT TRAINING SCHOOLLAGOS AND JOS
    CATEGORY B (GOODS)
S/NLOTDESCRIPTIONLOCATION
12LOT 12 A- JPROCUREMENT OF TEACHING /LEARNING EQUIPMENT FOR TRAINING SCHOOLABUJA
13LOT 13PROCUREMENT OF UTILITY VEHICLESABUJA
14LOT 14SUPPLY OF SPORTING MATERIALS TO TWO  SECONDARY SCHOOL IN IGBOEZE NORTH LGA ENUGU (CONSTITUENCY PROJECT)  ENUGU
CATEGORY C (CONSULTANCY SERVICES)
S/NLOTDESCRIPTIONLOCATION
15LOT 15AWARENESS CAMPAIGN FOR YOUTH ON DRUG ABUSE IN NSUKKA ENUGUENUGU
16LOT 16TRAINING /EMPOWERMENT OF PEOPLE WITH DISABILITY IN OYO SOUTH SENATORIAL DISTRICT OYO STATEOYO

The scopes of work for the Rehabilitation/Construction are detailed in the bidding document which shall be issued to prospective bidders.

00:3 ELIGIBILITY REQUIREMENTS

Prospective bidders must possess the under listed requirement to participate in this procurement.

a.    Evidence of Certificate of incorporation with corporate Affairs Commission (CAC) including Memorandum and Article of Association with forms CAC-7 & CAC-2 (or CAC 1.1).

b.    Evidence of Company’s Income Tax Clearance Certificate for the last (3) three years (2019, 2020 & 2021), that is valid till 31st December, 2022 within the minimum average annual turnover of N20 million;

c.    Evidence of current Pension Compliance Certificate valid till 31st December, 2022;

d.   Evidence of current Industrial Training Fund (I.T.F) Compliance Certificate valid till 31st December, 2022;

e.    Evidence of current Nigeria Social Insurance Trust Fund (N.S.I.T.F) Compliance Certificate valid till 31st December, 2022;

f.     Evidence of registration on the National Database of Federal Contractors, Suppliers and Service providers by submission of the Interim Registration Report (IRR) expiring on 31st December, 2022 or valid certificate issued by the Bureau of Public Procurement (BPP).

g.    Sworn Affidavit disclosing whether or not any officer of relevant committees of the Citizenship and Leadership Training Centre Abuja or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the and to confirm that all information presented in its bid are true and correct in all  particulars;

h.   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;

i.     Company’s Audited Account for the last (3) years (2019, 2020 & 2021) duly stamped and signed by a licenced auditor.

j.     Company Profile with the Curriculum Vitae (CV) of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON CORBON etc. for works only;

k.    Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards and Job Completion Certificates;

l.     List of Plants/Equipment with proof of Ownership/Lease (where applicable);

m.  For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner).

n.   For Supply of Equipment: Letter of Authorization as representatives of the Original Equipment Manufacturers (OEMs);

o.    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.

00.4 COLLECTION OF TENDER DOCUMENTS

Interested bidders are required to collect bid documents from Monday  16th May, 2022 – Wednesday 29th June, 2022 between the hours of 8am – 4pm from the Head of Procurement Unit of the CITIZENSHIP AND LEADERSHIP TRAINING CENTRE Plot 1075, Joseph Gomwalk Street Gudu District, Abuja upon payment of non-refundable tender fee of Ten Thousand Naira (=N=10,000.00) only per Lot, all payment should be made into Treasury Single Account (TSA) with the Central Bank of Nigeria through REMITA by generating Remita Retrieval Reference (RRR).

00.5    SUBMISSION OF EXPRESSION OF INTEREST

Interested consultants shall submit One 1 Original Copy of Letter of Expression of Interest EOI document with the appropriate project title and the relevant Lot Number, Name of Company, Address and valid Contact Phone Number behind the Envelope. And address to:-

The Director General

Citizenship and Leadership Training Centre

Plot 1075, Joseph Gomwalk Street,

Gudu District, Abuja.

PMB 345 Garki

All EOI document should be registered and signed in the Procurement Unit of the Centre and be deposited in the designated Tender Box at the ground floor between the hours of 8am-4pm Monday to Friday  not later than 12:00 noon of Wednesday 1st June, 2022.

00.6 SUBMISSION OF BID DOCUMENTS

Prospective bidders shall submit Two (2) bounded copies of Technical documents in an envelope (marked Technical Documents) and Two (2) Bounded copies of Financial documents in an envelope (marked Financial Documents), then both the two separate envelopes shall be enclosed in a sealed outer envelope clearly marked CLTC INVITATION TO TENDER.

And address the envelope to;

The Director General

Citizenship and Leadership Training Centre

Plot 1075, Joseph Gomwalk Street,

Gudu District, Abuja

PMB 345 Garki

The completed and sealed bid documents should contain the bidders name on the reverse side of the envelope and shall be registered and signed in the Procurement Unit of the Centre and be deposited in the designated Tender Box at the ground floor between the hours of 8am-4pm Monday to Friday not later than 12:00 noon on 29th June, 2022.

00.7    OPENING OF THE TECHNICAL BIDS

Only the Technical bids shall be opened immediately after the deadline for submission at 12:00 noon on Wednesday 29th June, 2022 at the Centre’s meeting room ground floor in the presence of observers. This advertisement serves as an invitation to relevant private sector, professionals, bodies and CSO in the areas of Transparency and Anti – Corruption to the bid opening. For enquires please call 08038457202, 08140671147.

00.8   GENERAL INFORMATION

BIDDERS ARE INVITED TO PLEASE NOTE THE FOLLOWING:

i.            Bids submitted after the deadline for submission shall be returned unopened.

ii.           All submission that failed to strictly meet up the requirement specified in these advert shall be rejected.

iii.          Standard Bidding Documents can also be collected in Soft copies and Bidders can submit through Post (Courier Services)

iv.          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. Result would be placed on the notice board and the Centre’s website.

v.           All submissions must be made only in English language and signed by official authorized by the bidder.

vi.          The Centre reserves the right to cancel the procurement proceeding in the public interest, without incurring any liability to the bidder, in accordance with section 28 of the Public Procurement Act, 2007;

vii.         This advertisement is published for the implementation purpose and should not be construed as commitment or obligation on the part of the Centre to award contract.

viii,       The Citizenship and Leadership centre will not be held liable for wrongly submitted bids.

ix.          Bidders should not bid for more than Two (2) lots.

x.           Bidders shall be responsible for all expenses incurred in the preparation of their bids.

xi.      For further enquires please contact the Head of Procurement on E-mail address kurahmonday@gmail.com.

xii.      In view of the COVID – 19 Pandemic, bidders are to note the following:

  • Bidders would not attend the opening exercise
  • Citizenship and Leadership Training Centre will make available video coverage of the exercise for interested bidders based on request. C&LTC will as well ensure that all relevant Civil Society Organizations (NGO) are in attendance to observe the exercise in compliance with Section 19 of the PPA, 2007.

                                                      Signed 

                                          Director General

Citizenship & Leadership Training Centre

                                                                    Headquarters, Abuja.

Scroll to Top