Invitation for Prequalification / Technical Bids / Expressions of Interest (EoI) for the Purchase of Tricycles for Youths in Taraba South Senatorial District at the National Social Investment Programme Agency (NSIPA)

Posted by Kordinichi on Tue 18th Feb, 2025 - nigeriantenders.com


The National Social Investment Programme Agency (NSIPA) invites experienced and competent Contractors, Suppliers and Service Providers to submit Pre-qualification / Technical Bids / Expressions of Interest (EoI) documents for the Purchase of Tricycles for Youths in Taraba South Senatorial District. Interested Contractors should possess relevant qualifications and experience.




The National Social Investment Programme is an Agency under the Federal Ministry of Humanitarian Affairs and Poverty Reduction (FMHAPR) intends to execute projects as contained in the 2024 Appropriation Act, and hereby invites experienced and competent Contractors, Suppliers and Service Providers to submit Pre-qualification / Technical Bids / Expressions of Interest (EoI) documents for

Title: Invitation for Prequalification / Technical Bids / Expressions of Interest (EoI) for the Purchase of Tricycles for Youths in Taraba South Senatorial District

Lot Number: Lot B29
Location:
Taraba

Introduction
  • The National Social Investment Programme is an Agency under the Federal Ministry of Humanitarian Affairs and Poverty Reduction (FMHAPR) intends to execute projects as contained in the 2024 Appropriation Act.
  • In compliance with the provisions of the Public Procurement Act, 2007, and other extant guidelines for the award of Contracts in the Federal Public Service, the Agency wishes to invite experienced and competent Contractors, Suppliers and Service Providers to submit Pre-qualification, Technical and Expression of Interest (EOI) documents for the execution of the projects.
Scope of Work / Assignment
  • Details of the Scope of Works/Specifications and Assignments are contained in the Bid Documents. Bidders are therefore, requested to submit Pre-qualification, Technical and Expression of Interest documents in respect of the categories chosen on the basis of the requirements listed in below:
Eligibility Requirements
The Agency, in compliance with the provisions of the Public Procurement Act, 2007 and the Public Procurement Regulations for Works, Goods and Services, will carry out pre-qualification/shortlisting of companies/consultants that respond to this advertisement based on the following requirements:
  • Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7
  • Evidence of Company's current Annual returns to CAC;
  • Evidence of Tax Clearance Certificate (TCC) for the last three (3) years (2021 2022 & 2023) valid till 31st December 2024.
  • Evidence of current Pension Compliance Certificate valid till 31st December, 2024;
  • Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024;
  • Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2024;
  • Evidence of Registration on the BPP's National Database of Federal Contractors, Consultants and Service Providers by submission of a valid Certificate of Registration or Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP
  • Unabridged Company Audited Annual Report for the immediate past three (3) years (2021, 2022 & 2023);
  • For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, TCC Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Swor Affidavit are compulsory for each JV partner)
  • A Sworn Affidavit:
    • disclosing whether or not any officer of the relevant committees of the Agency 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 Partner/Director has been convicted in any country for criminal offences related to fraudulent or corrupt practices, or criminal misrepresentation or falsification of facts relating to any matter,
    • that the company does not at the time of this bid have any existing loan or financial liability with a bank, other financial institutions or third party that is classified as doubtful, non-performing, bad or whose repayment portion has been outstanding for the last three months.
  • Evidence of Particulars of Directors.
Local Content, Safety and Social Responsibility:
  • Indicate the quantum of verifiable employment to be generated stating projected numbers and specialties for skilled (Professional) and unskilled Non-professional) Manpower.
  • Submit verifiable key Management positions that are Nigerian Nationals and the percentage of the company's total workforce that will be beneficial to youth employment and community development in Nigeria;
  • All bidders should include description of current Health, Safety and Environment (HSE) procedures, plan, manuals and HSE performance statistics over the last 3 years including HSE manuals and accident statistics for the past five (5) years; and
  • Submit a plan on how to give first consideration to services provided from within Nigeria, raw materials, and manufactured goods of Nigerian origin in line with the requirements of Nigerian Content.
  • State the proposed social benefits to be accrued to the host communities where projects/services are domiciled.
Prequalification / Technical / Expression of Interest Requirements
  • Bidders' Experience: Experience as a prime contractor on at least two (2) projects of similar nature and complexity within the last five (5) years (Copies of letters of award/certificates of completion to be attached
  • Plant and Equipment/Warehouse: Verifiable evidence of proof of ownership and/or lease of the Construction equipment for Lots W1&W2
  • Authorisation for Supply of Equipment: Letter of Authorization from Original Equipment Manufacturers (OEMs) will be required for specialised supplies.
  • Financial Capacity: Evidence of financial capability should be demonstrated for by a Reference Letter from a reputable financial institution.
  • Registration with Professional Bodies: Evidence of registration with relevant professional body e.g. NAICOM/Insurance, EHORECON/Cleaning COREN/QSRBN/ARCON/CORBON/SURCON/Construction,
  • NSCDC/Security, ESVARBON/Estate Surveying etc.
  • Projects related to ICT: Evidence of current registration/accreditation/membership with Computer Professionals Council of Nigeria, Nigerian Computer Society and National Information Technology Development Agency (NITDA):
  • Manpower: Key personnel with evidence of registration with Professional bodies like COREN, QSRBN, ARCON, SURCON, CORBON, TOPREC, NIESV, CIPSMN etc; For projects related to ICT: Evidence of relevant degree and certification in ICT related courses.
  • Note that indigenous companies have an advantage in these categories.
  • Note that the documents should be arranged and submitted in the order as listed above and clearly separated by dividers and paginated5.
Enquires
All enquires are to be directed to:
Head of Procurement,
Room 382.38, 2nd floor,
National Social Investment Programme Agency (NSIPA), Federal Secretariat, Phase I, Complex
Shehu Shagari Way, Abuja.

Closing Date
12:00 noon on Monday, 3rd March, 2025.

Method of Submission
Bids must be prepared in English Language and signed by the official authorized by the bidder. One copy of Pre-qualification/Technical/Expression of Interest (EOI) must be submitted in a sealed envelope,
clearly marked with the Name of the Project and Lot Number, and addressed to:
The National Coordinator,
National Social Investment Programmes Agency (NSIPA).

Furthermore, the reverse of each sealed envelope should have the name, address and phone number of the Bidder. Late submissions will be returned un-opened.

Opening of Prequalification / Technical Bids / EoI
  • Opening of Prequalification/Technical/ EOI Documents will be conducted immediately after the deadline for submission at 12:00 noon on Monday, 3rd March, 2025 at the Ministry of Humanitarian Conference Hall, Federal Secretariat Complex Ground Floor, Phase 1, Abuja
  • Only technically prequalified and shortlisted bidders will be invited for collection of financial bids and Request for Proposals.
Additional Information
Subject to the Provisions of the Public Procurement Act, 2007 note that:
  • The Agency may verify any or all the claims made by applicants and shall disqualify any company whose claims are found to be false in addition to other sanctions that may be deemed necessary.
  • Bidders who have worked for the Agency and have history of poor performance, abandonment, termination and/or prolonged contract execution period need not apply as their bids may be excluded from the process in line with Section 16(8)(b) of the PPA, 2007.
  • Bidders should not bid for more than two (2) Lots in all the Categories combined and violators shall be disqualified;
  • The Agency reserves the right to reject any and/or all prequalified Bidders at its sole discretion and at no costs whatsoever in line with Section 28 of the PPA, 2007;
  • All costs incurred in responding to this advert and pre-qualifying for the projects shall be bome solely by the Bidders
  • All bidders of projects in the Six Geo-Political Zones, are required to present formal undertakings that they are capable of working in the areas of projects for which they have bided;
  • Non-compliance to any of the above instructions will lead to disqualification; and
  • This advertisement shall not be construed as a commitment on the part of the Agency to award contract to any bidder,
  • 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 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 authorised officer of the firm, and
  • The National Social Investment Programme Agency is not bound to shortlist/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 Public Procurement Act, 2007.
Industry

;
Category

;
State

;