FEDERAL MINISTRY OF INFORMATION AND CULTURE: INVITATION TO TENDER AND SUBMISSION OF EXPRESSION OF INTEREST (EOI)

0
Coat of arms

 

 

FEDERAL MINISTRY OF INFORMATION AND CULTURE
FEDERAL SECRETARIAT PHASE 2, SHEHU SHAGARI WAY, CENTRAL BUSINESS DISTRICT, ABUJA
INVITATION TO TENDER AND SUBMISSION OF EXPRESSION OF INTEREST (EOI)

 

  1. INTRODUCTION

The Federal Government has provided funds in the 2022 Appropriation Act for implementation of projects and programmes by the Federal Ministry of Information and Culture (FMIC). In compliance with requirements of the Public Procurement Act 2007, interested, competent and reputable companies with relevant experience and good track record of performance are hereby invited to submit Expression of Interest (EOI) or Technical/Financial Bids for the following projects:

  1. SCOPE OF SUPPLIES/WORKS

LOT NUMBER                                     PROJECT DESCRIPTION

 CATEGORY A: GOODS

NCB/G1:                   Supply of 30-Seater Staff Bus to FMIC Headquarters, Abuja

NCB/G2:                   Supply of Furniture and Office Equipment to the Renovated Radio House, Abuja

NCB/G3:                   Supply of Operational/Utility Motor Vehicles to FMIC, Abuja

NCB/G4:                   Production of 2023 Federal Government Wall Calendars

CATEGORY B: WORKS

NCB/W1:                   Rehabilitation of the National Institute of Public Information (NIPI), Kaduna

NCB/W2:                   Renovation and Upgrading of National Heritage Resort Centre, Calabar, Phase II

NCB/W3:                   Construction of One Innovation Hub for Youth in Offa, Kwara State

CATEGORY C:   CONSULTANCY SERVICES

NCB/CS1:                 Capacity Building for Information, Culture, Tourism, Admin and Accounts Staff of the Ministry

NCB/CS2:                 Production of Documentaries and Jingles Plus Air Time on Government Projects and Programmes across the 36 States of the Federation

NCB/CS3:                Special Project on Innovative Creative Industries (Collaboration with Film Makers, Youth Engagement, Piracy Elimination etc.)

NCB/CS4:              Exploring Nigerian Cultural Heritage for National Development through Training in Arts and Craft in Each Geopolitical Zone

NCB/CS5:              Sensitization, Awareness and Training on Conservation, Preservation and Restoration of Cultural Materials in Nigeria, Oredo Federal Constituency, Edo State

NCB/CS6:                 Skill Acquisition on Tie and Dye, Bread Making and Bronze Casting for Unemployed Youths across Geopolitical Zones

  1. ELIGIBILITY REQUIREMENTS
    All submissions must be accompanied with the following documents:
    a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7. Business Name is also acceptable for Services;
    b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the partners in case of Business Name) for the last three (3) years valid till 31st December, 2022;
    c. Evidence of Pension Clearance Certificate valid till 31st December, 2022 (this requirement is only applicable to bidders whose number of staff is 15 and above);
    d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2022 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
    e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2022;
    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, 2022 or valid Certificate issued by BPP.
    g. Sworn Affidavit:
    – disclosing whether or not any officer of the relevant committees of the Federal Ministry of Information and Culture 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 Director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
    – that the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings;
    – That the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
    h. Company’s Audited Accounts for the last three (3) years – 2019, 2020 & 2021, duly acknowledged by the Federal Inland Revenue Service (FIRS);
    i. 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 the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON etc.;
    k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
    l. Works: List of Plants/Equipment with proof of Ownership/Lease Agreement;
    m. For training: Evidence of company’s up-to-date registration with Centre for Management Development;
    n. For Supply of Equipment: Letter of Authorization from the Original Equipment Manufacturers (OEMs);
    o. Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles, or their authorized representatives, should bid for the Vehicles;
    p. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
    q. 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.

4.   COLLECTION OF BIDDING DOCUMENTS

Categories A&B (Goods &Works)

Interested bidders are to collect Standard Bidding Documents (SBD) from the office of the Director (Procurement), Procurement Department, Federal Ministry of Information and Culture, 2nd Floor, Room 214, Block E, Federal Secretariat Phase 2, Abuja, upon presenting evidence of payment of non- refundable Tender Fee of N10,000.00 (Ten Thousand Naira) only, per Lot, paid into the TSA/Remita Account the of Federal Ministry of Information and Culture in any reputable commercial Bank. (The TSA Account Number is to be obtained from the Ministry’s Finance and Accounts Department). Collection of SBD is from 9:00 a.m. to 3:00 p.m. on working days.

Firms interested in Services will not pay at this stage until after shortlisting.

  1. SUBMISSION OF TENDER DOCUMENTS
    i. Categories A&B (Goods &Works):

Prospective bidders are to submit bids for each of the Lot desired, 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, the two sealed envelopes are put together in a bigger envelope addressed to the Permanent Secretary, Federal Ministry of Information and Culture, Federal Secretariat Phase 2, Abuja and clearly marked with the Project Title and Lot Number. Furthermore, the reverse side of each sealed envelope should bear the Name and Address of the bidder and the sealed bigger envelope should be deposited in the Tender Box placed in the office of the Director (Procurement), Procurement Department, Federal Ministry of Information and Culture, 2nd Floor, Room 214, Block E, Federal Secretariat Phase 2, Abuja, not later than 12:00 noon on Monday, 27th June, 2022. Late bids shall be returned un-opened.

ii. Category C- Expression of Interest (EOI):

Interested bidders are to submit two (2) bound copies of Expression of Interest (EOI) documents, separated by dividers. The documents should be submitted in a sealed envelope and addressed to the Permanent Secretary, Federal Ministry of Information and Culture, Federal Secretariat Phase 2, Abuja and clearly marked with the Project Title 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 placed in the office of the Director (Procurement), Procurement Department, Federal Ministry of Information and Culture, 2nd Floor,Room 214, Block E, Federal Secretariat Phase 2, Abuja, not later than 12:00 noon on Tuesday, 14th June, 2022.

  1. OPENING OF EOIS/BIDS
    i. Categories A&B (Goods &Works):
    Only the Technical Bids will be publicly opened immediately after the deadline for submission at 12:00 noon on Monday, 27th June, 2022, in Prof. O. A. Afolabi ICT Resource Centre, 2nd Floor, Block D, Federal Secretariat Phase 2, Abuja, in the presence of bidders or their representatives, while the Financial Bids will be kept un-opened. Please ensure that you sign the Bid Submission Register when submitting bids, as the Federal Ministry of Information and Culture would not be liable for misplaced or wrongly submitted bids.

ii. Category C – Expression of Interest (EOI):
Expression of Interest (EOI) documents will be publicly opened immediately after the deadline for the submission at 12:00 noon on Tuesday, 14th June, 2022, in Prof. O. A. Afolabi’s ICT Resource Centre, 2nd Floor, Block D, Federal Secretariat Phase 2, Abuja. Please, ensure that Bid Submission Register is signed at the point of bid submission as the Ministry would not be liable for misplaced or wrongly submitted bids.

  1. GENERAL INFORMATION
    i. Bids and Expressions of Interest must be in English Language and the Bid/EOI Submission Letter must be signed by an official duly authorised to bind the bidder to a contract;
    ii. Bids and Expressions of Interest submitted after the deadline for submission would be returned unopened;
    iii. Bidders must not bid for more than two (2) Lots;
    iv. Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services);
    v. Categories A & B: 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;
    vi. Category C: Only shortlisted Firms will be invited at a later date for collection of Standard Request for Proposals (RfPs);
    vii. All costs will be borne by the bidders as the Federal Ministry of Information and Culture will not be liable for any cost or expenses incurred by any bidder/interested party(ies) in connection with any response to this invitation;
    viii. All documents submitted may be referred to relevant agencies for verification;
    ix.  Attendees at the bids opening shall be required to wash hands, use hand sanitiser, wear mask and observe physical distancing. The Bids Opening in the presence of observers will be covered by video recording and invitation link will be sent to bidder who chooses to join the bid opening online;
    x.  Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services)
    xi. The Federal Ministry of Information and Culture 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;
    xii. Non-compliance with the conditions stated herein will lead to automatic disqualification of the Bidder from the bidding process.
    xiii. For further enquiries, please contact Procurement Department, Federal Ministry of Information and Culture, 2nd Floor, Room 214, Block E, Federal Secretariat Phase 2, Abuja, between 9:00 a.m. and 3:00p.m. on working days.

 

Signed: PERMANENT SECRETARY
Federal Ministry of Information and Culture