THE FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF AVIATION
INVITATION TO TENDER, PRE-QUALIFICATION AND EXPRESSION OF INTEREST (EOI)
TENDER PACKAGE NO.; FMA/PROC/2020/001
(1) INTRODUCTION
The Federal Government of Nigeria has provided funds in the 2020 Appropriation Act for the Federal Ministry of Aviation. The Ministry desires to utilise part of the funds to procure Goods, Works and Services in various parts of the country. To this end, experienced and reputable Suppliers, Contractors and Consultant/Service Providers are hereby invited to submit Technical, Financial and Expression of Interest (EOI) documents for the execution of year 2020 Projects.
(2) SCOPE OF SUPPLIES/WORKS/SERVICES
Details of the Scope of Works/Specifications are contained in the Bid Documents. The projects are grouped into categories A to D. Bidders are therefore requested to submit their respective Pre-qualification, Technical, Financial and EOI documents in respect to the categories chosen. The projects are as listed on the table below.
CATEGORY A GOODS
S/N LOT NO PROJECT TITLE
1. AV -G115 Procurement of Office Equipment and furniture
CATEGORY B WORKS
(Companies bidding for this Category must have a Minimum Average Turnover stated against each Lot)
S/N LOT NO PROJECT TITLE MINIMUM AVERAGE ANNUAL TURNOVER
1 AV –W006 Computerization Of Ministry’s Registries 38,000,000.00
2 FN -W24 Rehabilitation/Upgrade of Fire and Rescue Building at Akure and Ibadan Airports 440,000,000.00
3 FN -W34 Construction of Fire and Rescue Building Ramp And Link Road, Kano 600,000,000.00
4 AV- W11 7 Cladding/Rehabilitation Of Airline Office Block Nnamdi Azikiwe International Airport (Naia), Abuja 352,000,000.00
CATEGORY C – CONSULTANCY
S/N LOT NO PROJECT TITLE
1 AV -C004 General ICT Training For Staff
2 Av -C072 Design And Pre-Contract Services for the Construction of Corporate HQ Building in Abuja Federal Airports Authority Of Nigeria (FAAN)
3 AV -C093 Design and Pre-Contract Services for the Construction of Fuel Hydrant at Mallam Aminu Kano International Airport, Kano, Kano State
4 AV – C118 Provision of Cleaning Services at Federal Ministry of Aviation Offices, Federal Secretariat, Abuja
CATEGORY D – PRE – QUALIFICATION
(Companies bidding for this Category must have a Minimum Average Turnover stated against each Lot)
S/N LOT NO PROJECT TITLE MINIMUM AVERAGE ANNUAL TURNOVER
1. AV -G112 Purchase of Fire Trucks Not Applicable
2 AV- Woo1 Power/Energy Improvement At Lagos And Other Airports 1,415,000,000.00
3 FN -W30 Construction And Apron Expansion At Katsina Airport, Katsina State. 925,000,000.00
4 AV -W092 Establishment of fire and truck maintenance and refurbishment centre at katsina airport, Katsina state. 490,000,000.00
5 FN -W35 Safety And Security Critical Projects And Airport Verification Nationwide : AFL Works For Murtala 1,925,000,000.00
6 AV -W109 Expansion of General Aviation Terminal (Gat) and Park at Lagos 1,250,000,000.00
(3) ELIGIBILITY REQUIREMENTS:
Interested and competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the projects listed under the above Four (4) Categories are required to submit the following documents and failure to fulfil any of the requirements shall render a bid, disqualified:
(a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 (or CAC 1.1);
(b) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2020, with a Minimum Average Annual Turnover as stated in Categories B & D;
( c) Evidence of current Pension Compliance Certificate valid till 31st December, 2020;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020;
(e) Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31stDecember, 2020;
( f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2020 or valid Certificate issued by BPP;
( g) Sworn Affidavit:
(i) disclosing whether or not any officer of the relevant Committees of the Federal Ministry of Aviation or the Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars;
(ii) 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;
( h) Unabridged Company/Audited Annual Report for the immediate past three (3) years (2017,2018,2019);
(i) 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;
( j) Company’s Profile with Curriculum Vitae of relevant Key Staff to be deployed for the project, including copies of their Academic/Professional Qualifications such as COREN, ARCON, CORBON, SURCON, QSRBN etc.);
( k) ARCON, CORBON, QSRBN, EHORECON, CPN, NITDA etc.
( l) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation/Job Completion Certificates and Photographs of the projects;
(m) List of Plants/Equipment with Proof of Ownership/Lease/Agreement for Works;
( n) For joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance, Pension Compliance Certificate, ITF Compliance Certificate, NSITF, IRR and Sworn Affidavit are compulsory for each Joint Venture partner);
( o) Company/Firms Letter Headed Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC) Contact Address, Telephone number (preferably the GSM Number) and E-mail Address. The Letter Headed 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 Company; and
“Note that documents/information must be arranged and submitted in the order as listed above”
(4) COLLECTION OF BIDS DOCUMENTS
Categories A& B (Goods and Works):
Interested Companies are to collect the Standard Bidding Document (SBD) from Room 0.07, Ground Floor, MTB Secretariat, Procurement Department, Federal Ministry of Aviation, Federal Secretariat Phase 1, Central Business District, on evidence of payment of a non-refundable Tender fee of N10,000.00 (Ten Thousand Naira) only , per Lot, paid inyo the Remitta Account/TSA of the Federal Ministry of Aviation in any reputable Commercial Bank in Nigeria (The TSA Account Number is to be obtained from the Ministry’s Central Pay Office).
( 5) SUBMISSION OF TENDER DOCUMENTS
5.1 Categories A&B-Goods and Works:
Prospective Bidders are to submit bid for each of the Lot desired in two (2) hard copies of the Technical Bid and two (2) hard copies of Financial Bid (including soft copy of Financial Bid in MS Excel format), packaged separately in sealed envelopes and clearly marked Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger envelope addressed to the Permanent Secretary. Federal Ministry of Aviation Federal Secretariat, Phase I, Central Business District, and clearly marked with the Name of the Project and Lot Number. Furthermore, the reverse of each sealed envelope should have the name and address of the Bidder and should be deposited in the Tender Box at the address in 4 above, not later than 12.00 noon on Monday, 14 September, 2020. Late bids shall be returned un-opened. Late bids shall be returned un-opened.
(5.2) Category C- Expression of Interest:
Interested Firms are to submit two (2) bound copies of Expression of Interest (Eol) documents, separated by dividers. The documents should be submitted in a sealed envelope and addressed to the Permanent Secretary. Federal Ministry of Aviation. Phase I, Federal Secretariat. Central Business District. Abuja, and clearly marked with the Name of the Project and Lot Number. Furthermore, the reverse of each sealed envelope should have the name and address of the Bidder and should be deposited in the Tender Box at the address in 4 above, not later than 12:00 noon on Monday 17 August. 2020.
(5.3) Category D -Pre-Qualification
Prospective Bidders are to submit Pre-Qualification documents for each desired Lot in two (2) hard copies each of the Technical Bids packaged in a sealed envelope and clearly marked as “Technical Bid’, and addressed to the Permanent Secretary. Federal Ministry of Agriculture and Rural Development, FCDA Complex, Area 11. Garki – Abuja, clearly marked with the Name of the Project and Lot Number. Furthermore, the reverse of the sealed envelope should have the name and address of the Bidder and should be deposited in the Tender Box at the address in 4 above, not later than 12:00noon on Monday. 24 August. 2020.
(6) OPENING OF BIDS/EOI DOCUMENTS
(6.1) Categories A&B-Goods and Works:
Only the Technical Bids will be opened immediately after the deadline for submission at 12.00 noon on Monday, 14 September. 2020 at the SGF Conference Room, Ground Floor. Federal Secretariat Phase I. Central Business District, while the Financial Bids will be kept unopened. Please, ensure that you sign the Bid Submission Register at the address stated in 4.0 above, as the Ministry will not be held liable for misplaced or wrongly submitted bids.
(6.2) Category C – Expression of Interest:
Expression of Interest (Eol) documents will be opened immediately after the deadline for the submission at 12:00 noon on Monday, 17 August. 2020, at the SGF Conference Room, Ground Floor. Federal Secretariat Phase I Central Business District. Please, ensure that you sign the Bid Submission Register at the address stated in 4 above, as the Ministry will not be held liable for misplaced or wrongly submitted bids.
(6.3) Category D -Pre-Qualification
The Pre-Qualification documents will be opened immediately after the deadline for submission at 12:00noon on Monday 24 August. 2020 at the SGF Conference Room, Ground Floor, Federal Secretariat Phase I. Central Business District. Please, ensure that you sign the Bid Submission Register at the address stated in 4 above, as the Ministry will not be held liable for misplaced or wrongly submitted bids.
( 5) GENERAL INFORMATION
(i) Bids and Expressions of Interest must be in English Language and signed by an official authorized by the bidder;
(ii) Bids, Prequalification and Expressions of Interest documents submitted after the deadline for submission shall be returned unopened;
(iii) Bidders should not bid for more than two (2) Lots in all the categories;
(iv) The Ministry may verify any or all the claims made and shall disqualify any company whose claims are found to be false in addition to other sanctions that may be deemed necessary;
(v) Bidders who have worked for the Ministry or other Government establishments and have history of poor performance, abandonment, termination and/or prolonged contract execution period need not apply as their bids shall be excluded from the process in line with Section 16 (8) (b) of the PPA, 2007;
(vi) Only Pre-qualified bidders for Categories A & B will be contacted at a later date for Financial Bid Opening while Financial Bids of unsuccessful bidders will be returned unopened;
(vii) Only shortlisted firms for Categories C & D. will be contacted at a later date for collection of Tender Documents:
(viii) All costs will be borne by the bidders as the Ministry will not be held responsible for any cost or expenses incurred by any interested party(ies) in connection with any response to this invitation;
(ix) Non-compliance with the Conditions stated therein will lead to automatic disqualification of the bidder from the bidding process;
(x) Presence of members of the public and bidders or representatives shall not be required during the bid opening ceremony in compliance with COVID-19 Guidelines. The Bids Opening will be covered by video recording with the presence of two (2) representatives of private sector professional bodies and Civil Society Organization in the areas of Anti-Corruption/Transparency;
(xi) Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services); and
(xii) The Ministry 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.
SIGNED
PERMANENT SECRETARY
FEDERAL MINISTRY OF AVIATION
View more Tenders Opportunities here:
You can also get daily update of TENDER OPPORTUNITIES IN NIGERIA; Federal, State
& Private Sector Tenders, Bids & Contract Information / Opportunities
sent Straight to your email.

No comments:
Post a Comment