Join NGO Procurement Telegram Channel

National Centre For Technology Management (NACETEM)-Invitation To Tender And Request For Expression Of Interest For The Execution Of Projects


NATIONAL CENTRE FOR TECHNOLOGY MANAGEMENT (NACETEM)
FEDERAL MINISTRY OF INNOVATION, SCIENCE & TECHNOLOGY
PMB 012, OBAFEMI AWOLOWO UNIVERSITY, ILE IFE

1. INTRODUCTION
National Centre for Technology Management is a Government Parastatal with a mandate to conduct training, research and development for high and medium level manpower in areas of Science, Technology and Innovation.
The Federal Government of Nigeria has made provision in the year 2024 appropriation act for the procurement of works and services for the agency. The agency is desirous of engaging competent companies and service providers to submit tender documents for the following:

2. SCOPE

CATEGORY A: WORKS

INVITATION FOR TENDER

W4Provision and installation of Solar street lights in selected communities in Esan North east and Esan South east LGAs of Edo state respectively zone
W6Provision of All-in-one solar powered street lights to some communities in Akure, North/Akure South Federal Constituency of Ondo State
W7Construction of a modern market stores in Uzea community of Esan North East

CATEGORY B: SERVICES

REQUEST FOR EXPRESSION OF INTEREST

S3Monitoring and evaluation of research & development projects in Nigeria
S19Training and empowerment of physically challenged persons in Ajaokuta Federal Constituency, Kogi State
S20Training and provision of equipment in Cyber technology, Technology Management for youths in Lagos Island I Federal constituency
S21Training of youth and women on Entrepreneurship skills for self-reliance in Ajaokuta Federal Constituency.

3. ELIGIBILITY REQUIREMENTS
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 or business name with form BN1 is also acceptable for services;
b) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years valid till 31st December 2024
c) Evidence of Pension Clearance Certificate valid till 31st December, 2024 (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, 2024 (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 current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2024;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP;
g) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the National Centre for Technology Management or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
• That the company does not have existing loan or financial liability with a bank, other financial institutions of 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 years (2021, 2022 & 2023);
i) Company’s profile with the curriculum Vitae of key staff to be deployed for the project, including copies of their academic/professional qualifications;
j) 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;
k) Services: evidence of firms’ registration with relevant regulatory body(ies) such as Centre for Management Development, COREN etc.
l) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA)
m) For supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs)
n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
Note: All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email 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 authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS (WORKS)
Interested companies are to collect the standard bidding document (SBD) from the office of the procurement department office National centre for Technology Management 4th floor Federal Secretariat building, phase I, Shehu Shagari Way, Central area, Abuja on evidence of payment of non-refundable tender fee of the sum of Ten Thousand Naira (N10,000) per lot, paid through the REMITA, National Centre for Technology Management (NACETEM) to the Treasury Single account (TSA) of the Federal Government.

5. SUBMISSION OF TENDER DOCUMENTS (WORKS)
Prospective bidders are to submit two (2) hard copies each of the technical and financial bids with softcopy of the financial bid in MS Excel format, packaged separately in sealed and clearly marked as “Technical Bid” and “Financial Bid”. Thereafter, the two sealed envelopes should be put together in a bigger sealed envelope addressed to the Director General/CEO National Centre for Technology complex, (NACETEM) and clearly marked with the name of the project and lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated tender box located at National Centre for Technology complex, (NACETEM) North Central offices, 3 Dunokofia Street Area II Abuja not later than 11:00am Wednesday 15th May, 2024. Please ensure that you sign the bid submission register as the agency will not be held liable for misplaced or wrongly submitted bids.

6. SUBMISSION OF EOI
Interested firms in services are to submit the Expression of Interest EOI for each of the lot desired, in three (3) hard copies each (one original & two copies). The EOI should be addressed as indicated above and submitted not later than 12:00 noon on Monday, 29th April, 2024.

7. OPENING OF EOI AND TECHNICAL DOCUMENTS
The EOI and the technical bids will be opened immediately after the deadlines for submission at 12:00 noon on Monday, 29th April, 2024 and 11:00am Wednesday 15th May, 2024, while the financial bids will be kept un-opened.

8. GENERAL INFORMATION
a. Bids must be in English Language and signed by an official authorized by the bidders
b. Bids submitted after the deadline for submission would be returned unopened;
c. Bidders should not bid for more than two (2) lots, violation shall lead to automatic disqualification.
d. All cost will be borne by the bidders;
e. The EOIs/technical bids will be opened in the presence of CSOs and Professional bodies and covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online;
f. Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un- successful bidders will be returned un-opened;
g. Consultancy Services: Only shortlisted firms will be invited at a later date for collection of Request for Proposals
h. The National Centre for Technology Management is not bound to prequalify and bidder 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.
i. For further enquiries, please contact the procurement office on GSM no: 08035722177 & 08023260087

SIGNED
DIRECTOR GENERAL/CEO
NATIONAL CENTRE FOR TECHNOLOGY MANAGEMENT