Invitation for Tender for the Construction and Equipping of Forward Operating Base - Damaturu, Yobe State at the Nigeria Immigration Service (NIS)

Posted by Kordinichi on Tue 04th Mar, 2025 - nigeriantenders.com


The Nigeria Immigration Service (NIS) invites qualified and interested contractors to submit Technical and Financial bids for the Construction and Equipping of Forward Operating Base at Damaturu, Yobe State. Interested contractors should possess relevant qualifications and experience.




The Nigeria Immigration Service (NIS) is the government agency that has been charged with the responsibility of migration management in Nigeria.

In compliance with the Public Procurement Act, 2007, we hereby solicit for Technical and Financial bids from qualified and interested contractors for the under-listed project to be funded from the 2025 Appropriation:


Title: Invitation for Tender for the Construction and Equipping of Forward Operating Base at Damaturu, Yobe State

Lot Number: 14
Location:
Damaturu, Yobe State

Eligibility
As part of their submission, bidders are expected to show evidence of the following documents:
  • Certificate of Incorporation with the Corporate Affairs Commission (CAC); including Form CAC 1.1 or CAC2 and CAC7
  • Company Income's Tax Clearance Certificate for the last three (3) years (i.e 2022, 2023,2024) valid till 31st December, 2025
  • Current Pension Compliance Certificate valid till 31st December, 2025
  • Current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2025; with minimum average turnover of Ten Million naira (N10,000,000.00) for LOTS 1-11, while Twenty Million Naira (N20,000,000.00) for LOTS 12-28.
  • Current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2025
  • Evidence of financial capability to handle the job 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
  • Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of BPP's Interim Registration Report (IRR) valid till 31* December, 2025
  • Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Service a former or present Director, shareholder or any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars
  • Company's Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications. Deployed Staff are expected to have COREN, QSRBN, ARCON, CORBON, with evidence of current professional practice license 2025.
  • Company's Audited Account for the last (3) years-2022, 2023, 2024.
  • Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years with Federal Government Ministries, Departments and Agencies including Letter of Awards, Valuation Certificate, Job Completion Certificates and Photographs of the project.
  • List of Plants/Equipment with proof of Ownership/Lease.
  • For joint ventures/partnership, Memorandum of Understanding (MOU)should be provided (all the eligibility requirements are compulsory for each JV partner).Prospective bidders for Lots 1-4 and other Lots where there are equipment to be supplied the Bidders shall provide evidence of Original Equipment Manufacturers (OEM)/Representatives.
  • NOTE: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm's Letterhead 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 of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm.

Collection of Tender Documents

  • The Tender Documents are to be collected from the Procurement Unit between the working hours of 9.00am and 4.00pm daily upon payment of a non-refundable tender fee of Twenty thousand naira only (20,000.00) paid into the NIS' REMITA Account: Tender Fee.
  • The photocopy of the receipt should be attached to the Tender Documents.

Submission Deadline
The deadline of bid submission is1200hrs on Monday 31 March, 2025.

Submission of Tenders Documents

Prospective bidders are to submit bid for the project, two (2) hard copies each of the technical and Financial bids, packaged separately in a sealed envelope and clearly marked as "Technical Bid" or "Financial Bid ". Thereafter, put the sealed envelope into the separate bid boxes marked "Technical' and 'Financial and should be addressed to:
The Secretary,
Immigration Service Tenders Board,
Room A67,
Ground Floor, Shehu Shagari Complex,
Nigeria Immigration Service Headquarters, Sauka - Abuja.

And clearly marked (with the name of the projects and the Lot number). The bid should be registered in the Procurement Secretariat, Room A67/68 before submission into the Tenders Box. Furthermore, the reverse of each sealed envelope should have the only quotations received from eligible/registered contractors, submitted into the Tenders Box as stated above, shall be entertained.

Opening of Bid

  • The deadline of bid submission is1200hrs on Monday 31 March, 2025 while the technical Bids will be opened immediately after the deadline for submission, at Muhammed Banbadede Hall, SHQ-Abuja in presence of the bidders or their representatives, while the financial bids will be opened in a later date to be communicated to the responsive bidders after technical evaluation.

General Information

  • All submissions must be in English Language and signed by an official authorized by the bidders.
  • The evaluation of the received documents shall be strictly based on the requirements specified in this invitation to tender.
  • The submitted bids should be orderly.
  • The bidders must bear all the costs.
  • Only pre-qualified bidders at the technical evaluation will be invited at a later date for financial bid opening.
  • The Service is not bound to pre-qualify any bidder and reserves the right to annul the Procurement process at any time without incurring liabilities in accordance with section 28 of the Public Procurement Act 2007.
  • NOTE THAT ALL bids not so marked and appropriately dropped in the respective tender boxes would be rejected.
  • Improper, and/or late submission of bid documents will be rejected or returned unopened to the bidders
  • Prospective Bidders shall not bid for more than two (2) Lots, if discovered; such bidder will be out-rightly disqualified in all the Lots;
  • Contractors that had cases or record of contract abandonment, non-completion and poor projects execution with the Nigeria Immigration Service need not tender for any of these projects
  • All Certificates submitted may be referred for verification from the relevant issuing Agencies/Authorities.

Disclaimer

  • This Invitation to Tender shall neither be construed as a commitment on the part of the Ministry of Interior/Nigeria Immigration Service nor shall it entitle potential bidders to make any claim(s) whatsoever and/or seek any indemnity from the Ministry/Nigeria Immigration Service and/or any of their partners by virtue of such bidders having responded to this advertisement.
  • For further clarification/enquiries, please contact the Procurement Unit by Email: cispcmneeds@immigration.gov.ng , csipcmneeds@immigration.gov.ng
Industry

;
Category

;
State

;