SDO Tenders.pdf
FEDERAL REPUBLIC OF NIGERIA
THE PRESIDENCY
OFFICE OF THE SECRETARY TO THE GOVERNMENT OF THE FEDERATION
SPECIAL DUTIES OFFICE
FEDERAL SECRETARIAT COMPLEX, PHASE II,
AHMADU BELLO WAY, CENTRAL BUSINESS AREA, ABUJA
EXPRESSION OF INTEREST/INVITATION TO TENDERS FOR THE EXECUTION OF 2018 ZONAL INTERVENTION PROJECTS
- INTRODUCTION
- The Office of the Secretary to the Government of the Federation (OSGF), Special Duties Office (SDO) Abuja hereby draws the attention of the General Public to the Invitation to Tender and request for Expression of Interest for the supply of Goods, Works and Services for the Special Duties Office (SDO), Office of the Secretary to the Government of the Federation (OSGF) under the 2018 Zonal Intervention/Capital Projects, published in the Daily Trust and The Sun Newspapers dated Monday, January 28, 2019 and Federal Tenders Journal of Monday 28th January, 2019 to Sunday 10th February, 2019.
- In view of the request for clarifications from prospective Suppliers and Contractors who had obtained the Tender Documents, the deadlines for submission have been extended to Monday 18th March, 2019.
NOTE: That all other conditions in the advertisement in paragraph 2.0 above remains unchanged.
Signed.
Permanent Secretary
Special Duties Office (SDO),
Office of the Secretary to the Government of the Federation (OSGF).
Tenders Journal
EXPRESSION OF INTEREST/INVITATION TO TENDERS FOR THE EXECUTION OF 2018 ZONAL INTERVENTION PROJECTS
FEDERAL REPUBLIC OF NIGERIA
THE PRESIDENCY
OFFICE OF THE SECRETARY TO THE GOVERNMENT OF THE FEDERATION
SPECIAL DUTIES OFFICE
FEDERAL SECRETARIAT COMPLEX, PHASE II,
AHMADU BELLO WAY, CENTRAL BUSINESS AREA, ABUJA
EXPRESSION OF INTEREST/INVITATION TO TENDERS FOR THE EXECUTION OF 2018 ZONAL INTERVENTION PROJECTS
INTRODUCTION
The Office of the Secretary to the Government of the Federation, Special Duties Office Abuja is desirous to implement its 2018 Intervention/Capital Projects. In compliance with the Public Procurement Act 2007, the Office invites interested, competent, reputable and qualified Contractors & Consultants with relevant experience and good records of accomplishment necessary for the execution of these projects:
SCOPE OF WORK
CATEGORY A (WORKS)
LOT NO.
|
PROJECT TITLE / DESCRIPTION
|
LOCATION
|
W1
|
Drilling of Motorized Borehole
|
Kogi West Senatorial District
|
W2
|
Drilling of Hand Pump Boreholes
|
Kogi West Senatorial District
|
W3
|
Electrification of Orokere-Amuro, Egbe Town, Ejuku Town and Odo-Ape.
|
Kogi West Senatorial District
|
W4
|
Construction of Iluafon Road, Ahoko-Tanahu-Nyaba Aduho Road and Odo-Ere Township Road
|
Kogi West Senatorial District
|
W5
|
Rehabilitation of Aiyegunle Gbede Township Road, Iyara Township Road, Kwararafa Unity Layout Road-Lokoja
|
Kogi West Senatorial District
|
W6
|
Rehabilitation of Mopa township Road and Ayede-Oke-Ofin-Olle Road
|
Kogi West Senatorial District
|
W7
|
Construction of Deneku-Gbanranka Bridge
|
Kogi West Senatorial District
|
W8
|
Construction of 500 Seater Examination Hall in Community Secondary School Eyo Abasi
|
Akwa Ibom South Senatorial District, Akwa Ibom State
|
W9
|
Construction of Police Post at the Boundary of Udung and Afaha Eduok Communities
|
Akwa Ibom South Senatorial District, Akwa Ibom State
|
W10
|
Supply and Rehabilitation of Solar Street Lights
|
Akoko-Edo and Etsako Central in Edo North Senatorial District
|
W11
|
Completion of Gbagyi Town Hall
|
Chikun LGA, Kaduna State
|
CATEGORY B (GOODS)
LOT NO.
|
SUPPLY TITLE / DESCRIPTION
|
LOCATION
|
G12
|
Purchase of Keke NAPEP for Empowerment
|
Warri, Delta State
|
G13
|
Purchase of Motor Vehicles
|
SDO, OSGF
|
G14
|
Supply of Empowerment Materials and Solar
|
Edo North Senatorial District
|
G15
|
Provision of Tricycles
|
Borno South Senatorial District, Borno State
|
G16
|
Supply of Buses, Pick-Up and Provision of Motorized Borehole
|
In some Senatorial Districts
|
G17
|
Supply of Fishing Gears: Boats, Hooks and Fishing Line, Nets, Woven Mat/Fishing Cage, Fishing Drum/Mat, Baits and Lures
|
Warri LGA, Delta State
|
G18
|
Provision of Instructional Materials in Schools
|
Garko/Wudil, Kano State
|
G19
|
Supply of Solar and Empowerment Materials
|
Owan East and West, Edo North Senatorial District
|
G20
|
Supply of Empowerment Materials including Vehicles, Tricycles, Motor-Bikes etc.
|
Edo North Senatorial District
|
G21
|
Supply of Empowerment Materials
|
Edo South Senatorial District
|
G22
|
Supply of High Roof Bus
|
Edo Central Constituency Office
|
G23
|
Supply of Bus and Pick Up Van
|
Kogi Central Senatorial District
|
G24
|
Supply of Motorcycles for Youth Empowerment
|
Kogi Central Senatorial District
|
CATEGORY C (CONSULTANCY SERVICES) - EXPRESSION OF INTEREST
LOT No
|
PROJECT TITLE/DESCRIPTION
|
LOCATION
|
C25
|
Design and Development of Bid Document Purchase Platform
|
SDO, OSGF
|
C26
|
Training and Empowerment of Non-Violent
Ex-Agitators
|
Warri Federal Constituency
|
C27
|
Training and Empowerment of Youths and Women
|
Warri LGA, Delta State
|
ELIGIBILITY REQUIREMENTS
Prospective bidders must possess the under-listed documents to be eligible in this procurement:
Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
Company’s current Tax Clearance Certificate for the last three years (2015, 2016 & 2017) expiring on 31st December, 2018; with a minimum average turnover of N50,000,000.00
Current Pension Compliance Certificate expiring on 31st December, 2018;
Current Industrial Training Fund (ITF) Compliance Certificate expiring on 31st December, 2018
Current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate expiring on 31st December, 2018;
Registration on the National Database of Federal Contractors, Consultants and Suppliers by submission of Interim Registration Report (IRR) expiring on 30th June, 2019 or valid Certificate issued by the Bureau of Public Procurement (BPP);
Audited Accounts for the last three years (2015, 2016 & 2017);
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;
Company profile and evidence of Technical Qualification of Key Personnel including copies of Academic/Professional Certificates;
Concept Note for Consultancy Services (Categories C):- Statement of Capability, Curriculum Vitae with Certificates, indicating relevant experience in similar assignments, competencies, appropriate skills and availability for the assignment and description of similar assignment with evidence;
Evidence of Firm’s registration with Centre for Management Development (Lots C26 & 27)
Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorised representatives should bid for Lots G13, G22 & G23;
Verifiable documentary evidence of at least three (3) similar jobs executed in last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the project;
Current sworn affidavit disclosing:
That the company is not in receivership, insolvent or bankrupt,
That the company does not have any Director who has ever been convicted in any court in Nigeria or any other country for criminal offence in relation to fraud or financial impropriety,
Whether or not any officer of the relevant committees of the Office of the Secretary to the Government of the Federation or Bureau of Public Procurement is a former or present Director, Shareholder or has a pecuniary interest in the bidder, and
That all documents submitted are true and correct in all particulars.
All documents for submission must be transmitted with a Covering/Forwarding Letter under the Company’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Telephone Numbers, valid e-mail address and official Company’s address. The Letter Head Paper must bear the Name, Nationalities and the telephone numbers of the Directors of the Company at the bottom of the page.
4. COLLECTION OF TENDER DOCUMENTS (GOODS & WORKS)
i. Interested and competent bidders are requested to collect bid documents from the address below, upon presentation of evidence of payment of non-refundable tender fee of N10, 000.00 per Lot in favour of Special Duties Office, Office of the Secretary to the Government of the Federation to the Treasury Single Account (TSA). The TSA code number is to be obtained from the Special Duties Office, Central Pay Office, Federal Secretariat Complex, Shehu Shagari Way, Abuja to collect the Standard Bidding Document.
ii. Firms interested in Consultancy Services would not pay at this stage until after shortlisting.
5. SUBMISSION OF TENDER DOCUMENTS (GOODS & WORKS)
Completed Technical and Financial bids in separate envelopes (two sets of hard copies) shall be submitted, including a soft copy of the financial bid only in MS Excel format. The two envelopes should be enclosed in a large sealed third envelope labelled “Technical & Financial Bids” with the Project name at the top right hand corner with company name behind and addressed to: The Secretary, Special Duties Tenders Board, Office of the Secretary to the Government of the Federation, Federal Secretariat Complex, Phase II, First Floor, Abuja.
ii. The documents should be deposited in the Tender Boxes in Procurement Office, Room 109/111, 1st Floor, Block D, Special Duties Office, Federal Secretariat Phase II, Abuja not later than 12:00 noon on Monday 11th March, 2019.
6. SUBMISSION OF EOI DOCUMENTS (CONSULTANCY SERVICES)
Interested firms are to submit two (2) bound copies of Expression of Interest (EoI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed as indicated above and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and dropped in the designated Tender Box in the Procurement Office, Room 109/111, 1st Floor, Block D, Special Duties Office, Federal Secretariat Phase II, Abuja not later than 12:00 noon on Monday, 11th February, 2019.
7. OPENING OF EOI/BIDS
i. The EoI will be opened immediately after the deadline for submission at 12:00 noon on Monday, 11th February, 2019,
ii. While the technical bids for Goods and Works will be opened immediately after the deadline for submission at 12:00 noon on Monday 11th March, 2019 at the Conference Hall, Block D, First Floor, Federal Secretariat Complex, Phase II, Abuja.
iii. Any bids/EoI received after the deadlines shall be returned un-opened.
iv. Bidders/Company representatives and interested members of the public including relevant professional bodies, Civil Society and Non-Governmental Organizations are hereby invited to witness the opening of the technical bids.
8. NOTES
i. Certificate may be referred to the respective issuing authority for verification and authentication;
ii. Technical and Financial bids enclosed in one and same single envelope that will expose the Technical and Financial bids at the same time of opening shall be disqualified;
iii. Submission that does not meet up with the requirements specified above shall be returned un-opened;
vi. This advertisement is published for information purpose, and will not be construed as a commitment or obligation on the part of Special Duties Office, Office of the Secretary to the Government of the Federation to award these contracts;
v. Special Duties Office, Office of the Secretary to the Government of the Federation is not bound to consider any bid and reserves the right to reject all bids at any time or cancel the procurement proceeding in public interest;
vi. Due diligence exercise will be conducted to verify the claims made by bidders;
vii. All submissions must be made only in English Language.
Signed
Permanent Secretary
Special Duties Office
Office of the Secretary to the Government of the Federation