Procurement
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/N | LOT | PROJECT TITTLE/DESCRIPTION | LOCATION |
1 | LOT 1 | REHABILITATION OF HOSTEL NGWO TRAINING SCHOOL | ENUGU |
2 | LOT 2 | REHABILITATION OF EXECUTIVE HOSTEL BLOCK NGWO TRAINING SCHOOL | ENUGU |
3 | LOT 3 | REHABILITATION OF KITCHEN DESERT SCHOOL FIKA | YOBE |
4 | LOT 4 | REHABILITATION OF HOSTEL ADMIN BLOCK DESERT SCHOOL FIKA | YOBE |
5 | LOT 5 | REHABILITATION OF FEMALE HOSTEL WOMEN UNIT OTU-JEREMI | DELTA |
6 | LOT 6 | REHABILITATION OF HOSTEL TOILET FACILITIES WOMEN UNIT OTU-JEREMI | DELTA |
7 | LOT 7 | REHABILITATION OF HOSTEL BLOCK ‘A’ ALU RIVERS | PORTHACOURT |
8 | LOT 8 | REHABILITATION HOSTEL BLOCK ‘B’ VALLEY SCHOOL OWODE | OGUN |
9 | LOT 9 | REHABILITATION OF EXECUTIVE HOSTEL SAVANNAH SCHOOL KUDAN | ZARIA |
10 | LOT 10 A – C | REHABILITATION OF HOSTEL WATER FACILITIES AT TRAINING SCHOOL | DELTA, ENUGU, PORTHARCOURT |
11 | LOT 11 A & B | CONSTRUCTION OF KITCHEN AT TRAINING SCHOOL | LAGOS AND JOS |
CATEGORY B (GOODS) | |||
S/N | LOT | DESCRIPTION | LOCATION |
12 | LOT 12 A- J | PROCUREMENT OF TEACHING /LEARNING EQUIPMENT FOR TRAINING SCHOOL | ABUJA |
13 | LOT 13 | PROCUREMENT OF UTILITY VEHICLES | ABUJA |
14 | LOT 14 | SUPPLY OF SPORTING MATERIALS TO TWO SECONDARY SCHOOL IN IGBOEZE NORTH LGA ENUGU (CONSTITUENCY PROJECT) | ENUGU |
CATEGORY C (CONSULTANCY SERVICES)
S/N | LOT | DESCRIPTION | LOCATION |
15 | LOT 15 | AWARENESS CAMPAIGN FOR YOUTH ON DRUG ABUSE IN NSUKKA ENUGU | ENUGU |
16 | LOT 16 | TRAINING /EMPOWERMENT OF PEOPLE WITH DISABILITY IN OYO SOUTH SENATORIAL DISTRICT OYO STATE | OYO |
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<C 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.