0% found this document useful (0 votes)
54 views3 pages

Actual Domestic Debt Service

The Debt Management Office (DMO) in Nigeria is inviting bids for its 2021 capital projects consisting of 4 lots for the procurement of security equipment, utility vehicles, office cooling systems, and office equipment. Interested bidders must submit documents demonstrating their eligibility including tax clearance certificates, audited financial statements, and evidence of 3 similar past projects. Bids must be submitted in hard copy by November 8th, 2021 before 12pm at which point only the technical bids will be publicly opened while the financial bids remain sealed.

Uploaded by

BrosGee
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
54 views3 pages

Actual Domestic Debt Service

The Debt Management Office (DMO) in Nigeria is inviting bids for its 2021 capital projects consisting of 4 lots for the procurement of security equipment, utility vehicles, office cooling systems, and office equipment. Interested bidders must submit documents demonstrating their eligibility including tax clearance certificates, audited financial statements, and evidence of 3 similar past projects. Bids must be submitted in hard copy by November 8th, 2021 before 12pm at which point only the technical bids will be publicly opened while the financial bids remain sealed.

Uploaded by

BrosGee
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 3

DEBT MANAGEMENT OFFICE

NIGERIA

INVITATION TO TENDER FOR THE PROCUREMENT OF 2021 CAPITAL PROJECTS

1.0 INTRODUCTION
The Federal Government of Nigeria has allocated Funds to the Debt Management Office
(DMO) in the 2021 Appropriation Act for the procurement of Goods, Works and Services
for the execution of projects towards achieving the mandate of the Office.

The DMO hereby invites interested, competent and reputable contractors with
relevant experience and good track record to tender for the underlisted projects:

2.0 SCOPE OF SUPPLY

LOT NO PROJECT TITLE


LOT A Procurement of Security and Industrial Equipment.
LOT B Procurement of Utility Vehicles
LOT C Procurement of office cooling system and equipment
LOT D Procurement of Office Equipment and consumables
Note: Details and specifications for each Lot is as contained in the Bid documents.

3.0 ELIGIBILITY REQUIREMENTS


Interested companies (Bidders) are requested to submit the following
documents/information with verifiable evidence for assessment/consideration:
(a) Evidence of Certificate of Incorporation issued by the Corporate Affairs
Commission (C.A.C) including Form CAC 1.1 or CAC2 and CAC7;
(b) Evidence of the Company’s Income Tax Clearance Certificate for the last three
(3) years valid till 31st December, 2021;
(c) Evidence of Pension Clearance Certificate valid till 31st December, 2021
(applicable where number of staff is at least 5);
(d) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st
December, 2021 (applicable where number of staff is at least 3 or at least N20m
Turnover);
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance
Certificate valid till 31st December, 2021;
(f) Evidence of Registration on the National Database of Federal Contractors,
Consultants and Service Providers by submission of Interim Registration Report
(IRR) expiring on December 31, 2021 or valid Certificate issued by the Bureau of
Public Procurement (BPP);
(g) Sworn Affidavit that:
i. The Company is not bankrupt;
ii. None of the Directors is an ex- convict or bankrupt;
iii. Disclosing whether or not any officer of the relevant committees
of the DMO or the BPP is a former or present Director,
Shareholder or has any pecuniary interest in the Bidder; and,
iv. To confirm that all information presented in its bid are true and
correct in all particulars.

(h) Company’s Audited Accounts for the last three (3) years – 2018, 2019 & 2020.
(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, Job Completion Certificates and
Photographs of the Projects.
(l) For Supply of Equipment: Letter of Authorization as representative of the Original
Equipment Manufacturers (OEMs);
(m) Only companies included in the National Automotive Design and Development
Council’s approved list of local manufacturers of vehicles and their authorized
representatives should bid for the vehicles;
(n) For Joint Venture/Partnership, Memorandum of Understanding (MOU) should be
provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF
Compliance Certificate, NSITF Compliance Certificate, IRR, Sworn Affidavit are
compulsory for each JV Partner).
(o) All documents for submission must be transmitted with a Covering/Forwarding
Letter under the Company 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.

4.0 COLLECTION OF TENDER DOCUMENTS


Interested Companies are to collect the Standard Bidding Documents (SBD) from
the office of the Head, Procurement unit, First Floor, NDIC Building Plot 447/448
Constitution Avenue, CBD, Abuja on evidence of payment of non- refundable
processing tender fee of N10,000.00 (Ten thousand naira only) into the DMO
TSA REMITTA ACCOUNT in any reputable Commercial Bank in Nigeria. The teller
for this payment should be converted to the receipt at the Finance & Accounts
Units of the Debt Management Office. Photocopy of the receipt should be
attached to the Standard Bidding Documents (SBD).

5.0 SUBMISSION OF TENDER DOCUMENTS


Prospective Bidders are to submit bids in hard copies for the Lots, One (1) original
and two (2) copies each of the Technical and Financial Bid with a soft copy of
the Financial Bid only in MS Excel format, packaged separately in a sealed
envelope and clearly marked as ‘’Technical Bid’’ and ‘’Financial Bid’’.
Thereafter, put the two (2) sealed envelopes together in a bigger sealed
envelopes and should be addressed to;

Director-General,
Debt Management Office,
First Floor, NDIC Building
Plot 447/448, Constitution Avenue
Central Business District
Abuja, Nigeria.
and clearly marked with (the name of project and the Lot number). E.g. “LOT 1
Procurement of Security and Industrial Equipment”
Furthermore, the reverse of each sealed envelope should bear the name and
address of the Bidder and the Bid should be dropped in the designated Tender Box
at the Procurement Unit, DMO not later than 12:00 noon on Monday, 8th
November, 2021.

6.0 OPENING OF TECHNICAL BIDS


Only the Technical Bids will be opened immediately after the deadline for
submission at 12:00 noon on Tuesday, 9th November, 2021 at the DMO Board
Room, while the Financial Bids will be kept un-opened. Please, ensure that you
sign the Bid Submission Register at the Procurement unit, Debt Management
Office as the DMO will not be held liable for misplaced or wrongly submitted Bids.
Further enquiries may be directed to [email protected]

7.0 GENERAL INFORMATION


Please note the following information:
a. Bids must be in English Language and signed by an official authorized by the
Bidder.
b. All CAC, PENCON, ITF, and Tax Clearance Certificates may be referred to the
Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Services,
National Pension Commission, Industrial Training Fund or any other relevant bodies
for Verification, and for possible prosecution if found to be non-genuine.
c. Bid submission after the deadline for submission would be returned un-opened.
d. Details and specifications for each Lot is as contained in the Bid Documents.
e. Bidders should not bid for more than one (1) Lot.
f. All costs will be borne by the Bidders.
g. Presence of Bidders/Representatives and members of the public shall not be
required during the Bid Opening Ceremony in compliance with COVID-19
Guidelines. The Bid Opening will be covered by video recording in the presence
of two (2) Representatives of private sector professional bodies and Civil Society
Organizations in the areas of Anti- Corruption/Transparency.
h. Bid documents would be collected in soft copies and Bidders can submit through
Post (Courier Services),
i. Only pre-qualified bidders at technical evaluation will be invited at a later date
for virtual financial bids opening, while the financial bids of unsuccessful bidders
will be returned unopened;
j. The DMO is not bound to 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
Director-General
Debt Management Office

You might also like