EQUIPMENT LEASING REGISTRATION AUTHORITY (ELRA), ABUJA-INVITATION TO TENDER FOR TECHNICAL AND FINANCIAL BIDS FOR PROCUREMENT OF GOODS AND EXPRESSION OF INTEREST (EOI) FOR SERVICES
ELRA
FEDERAL GOVERNMENT OF NIGERIA
EQUIPMENT LEASING REGISTRATION AUTHORITY (ELRA)
INVITATION TO TENDER FOR TECHNICAL AND FINANCIAL BIDS FOR PROCUREMENT OF GOODS AND EXPRESSION OF INTEREST (EOI) FOR SERVICES
1.0 INTRODUCTION
1.1 The Equipment Leasing Registration Act was enacted in 2015 as a part of the Government Support Framework to enhance the contribution of leasing to the economy. The Act brings together relevant stakeholders under a Public Private Partnership arrangements to enhance its developmental objectives. The Authority is to undertake the Procurement of Goods and Services in the implementation of its 2025 projects.
2.0 CATEGORY
2.1 CATEGORY A(GOODS)
| LOT Number | Description of Goods | Location |
|---|---|---|
| ELRA/GD/01/2025 | SUPPLY OF MOTOR VEHICLES | ABUJA |
| ELRA/GD/02/2025 | SUPPLY, INSTALLATION AND CONFIGURATION OF NETWORK INFRASTRUCTURE, EQUIPMENT, ACCESS CONTROL, SURVEILLANCE SYSTEM | ABUJA |
| ELRA/GD/03/2025 | SUPPLY, INSTALLATION AND COMMISSIONING OF AN ELECTRONIC DOCUMENT MANAGEMENT SYSTEM (EDMS) | ABUJA |
| ELRA/GD/04/2025 | SUPPLY OF COMPUTERS, ACCESSORIES AND PRINTERS | ABUJA |
| ELRA/GD/05/2025 | SUPPLY OF MEDIA TOOLS FOR VISIBILITY | ABUJA |
2.2 CATEGORY B(CONSULTANCY)
| LOT Number | Description of Services | Location |
|---|---|---|
| ELRA/CON/01/2025 | CONSULTANCY SERVICES FOR THE CONDUCT OF COMPREHENSIVE RISK MANAGEMENT GAP ANALYSIS FOR THE EQUIPMENT LEASING REGISTRATION AUTHORITY | ABUJA |
| ELRA/CON/02/2025 | CONSULTANCY ON ADVISORY SERVICES FOR THE EQUIPMENT LEASING REGISTRATION AUTHORITY ACROSS SECTORS | VARIOUS |
| ELRA/CON/03/2025 | CONSULTANCY SERVICE FOR NATIONAL LEASING AWARENESS CAMPAIGN ACROSS REGIONS | ABUJA |
| ELRA/CON/04/2025 | CONSULTANCY SERVICES FOR DEVELOPMENT OF STANDARDIZED LEASE DOCUMENTATION ACROSS EQUIPMENT CATEGORIES | ABUJA |
| ELRA/CON/05/2025 | CONSULTANCY SERVICES FOR DEVELOPMENT OF A DATA ANALYTICS AND REPORTING SYSTEM | ABUJA |
| ELRA/CON/06/2025 | CONSULTANCY SERVICES FOR REGULATORY POLICY REVIEW AND UPDATE | ABUJA |
| ELRA/CON/07/2025 | CONSULTANCY SERVICES FOR RURAL LEASING EXPANSION INITIATIVE | ABUJA |
| ELRA/CON/08/2025 | CONSULTANCY SERVICES TO ENHANCE ELRA’S DIGITAL LEASE REGISTRATION PLATFORM | ABUJA |
| ELRA/CON/09/2025 | CONSULTANCY SERVICES FOR RISK MANAGEMENT CAPACITY BUILDING, HAND HOLDING, AND SUPPORT FOR THE EQUIPMENT LEASING REGISTRATION AUTHORITY (ELRA) | ABUJA |
| ELRA/CON/10/2025 | CONSULTANCY SERVICES TO DEVELOP A COMPLIANCE FRAMEWORK FOR THE EQUIPMENT LEASING REGISTRATION AUTHORITY (ELRA) | ABUJA |
| ELRA/CON/11/2025 | CONSULTANCY SERVICES FOR THE DESIGN AND IMPLEMENTATION OF AN ENTERPRISE MANAGEMENT FRAMEWORK FOR THE EQUIPMENT LEASING REGISTRATION AUTHORITY (ELRA) | ABUJA |
| ELRA/CON/12/2025 | CONSULTANCY SERVICES FOR DEVELOPMENT OF A SECURITY AND SAFETY POLICY FOR THE EQUIPMENT LEASING REGISTRATION A |
3.0 SCOPE OF SERVICES
The comprehensive scopes as it relates to Goods and Services shall be provided in the Standard bidding documents (SBD) and Request for Proposal (RFP) for Consultancy services respectively.
4.0 GENERAL ELIGIBILITY CRITERIA
4.1 The general public may wish to be guided that all procurement activities of the Authority shall be fully governed by the Public Procurement Act (PPA) 2007 and the recent Federal Government Executive Order on Transparency and Support for Local Content in public procurement whereby prospective bidders should submit the following minimum eligibility criteria:
i. Company signed forwarding letter stating the Corporate Affairs registration number at the top and names of all Directors at the bottom clearly specifying area of competence and interested category and Lot.
ii. Certificate of registration with Corporate Affairs Commission (CAC) including Forms 02 and 07.
iii. Tax Clearance Certificate for the last (3) years (2022, 2023, 2024) expiring 31st December 2025;
iv. Valid Certificate of compliance issued by National Pension Commission; expiring 31st December, 2025
v. Certificate of compliance issued by Industrial Training Fund in line with the provisions of the ITF Act, 2011; Valid till 31st December, 2025
vi. Clearance certificate issued by Nigeria Social Insurance Trust fund (NSITF); Valid till 31st December, 2025
vii. Evidence of registration on the National Database of Federal Contractors, Vendors and Service Providers by submission of Interim Registration Report certificate issued by BPP; valid till 31st December, 2025
viii. Unabridged company Audited Annual Report for the immediate past (3) years (2022, 2023, and 2024). Turnover in Audited Annual Report must be the same in Tax Clearance Certificate otherwise the Company shall be disqualified.
ix. A Sworn affidavit 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 and that all the required documents are both GENUINE AND UP TO DATE;
x. A sworn affidavit disclosing whether or not any officer of ELRA or BPP 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 materials particular;
xi. Evidence of experience in previous three (3) jobs of similar nature and complexities including award letters and completion certificates in the area of the particular assignment in the immediate past two (2) years.
xii. Evidence of access to or availability of credit facilities, confirmed by a reputable bank;
xiii. Company profiles indicating previous jobs in the last 2 years and CVs of key professionals including photocopies of relevant academic and professional qualifications with attestation of availability and contact phone numbers (evidence of firm and personnel registrations with relevant regulatory/professional bodies is an added advantage.
xiv. Firms submitting as Joint Ventures (JVs) should include Memorandum of Understanding (MoU) indicating the responsibility and duties of the individual firms constituting the JV as well as Names and Skills of Key Staff under each Company in the JV such that an informed judgement on the Firm’s Capacity in terms of Permanent or Borrowed Personnel can be determined.
xv. Interested bidders for Lot 2, 3 and 4 (Category A) shall provide a National Information Technology Development Agency (NITDA) certificate.
5.0 TENDER FEES
A non-refundable tender fee of Ten Thousand Naira (N10,000.00) is payable by all bidders into the Federal Government Single Treasury Account (TSA) (Equipment Leasing Registration Authority) for and Goods projects only. Fee for Consultancy Services shall be paid after shortlisting GUIDELINE FOR COLLECTION AND SUBMISSION OF TENDER DOCUMENT
a. Interested bidders shall obtain tender documents for goods projects from ELRA office at 10th Floor Bank of Industry Building Herbert Macaulay Way Central Area Abuja upon presentation of evidence of payment of the tender fee.
b. Consultants and Service providers who are interested in providing consultancy services for Category “B” are to submit profiles of their companies containing the Eligibility criteria in paragraph (i-vii) above and other relevant requirements.
c. The completed Expression of Interest (EOI) for category ‘B’ are to be submitted in two (2) hard copies in a sealed tamper proof envelop, with the appropriate Project Title and Lot No. at the top right-hand corner; addressed to
The REG/CEO,
Equipment Leasing Registration Authority,
10th Floor Tower II Bank of Industry Building,
CBD, Abuja.
d. The closing date for submission of EOI is on or before 12 noon, Monday 26th May, 2025.
e. The completed Technical and Financial bids for categories A (2 hard copies and 1 soft copy) shall be submitted in two different sealed tamper proof envelopes and labeled
“Technical Bid” and “Financial Bid” and both placed in a third envelope. All the three (3) envelopes should bear the Company name at the reverse side while the “Project Name” and Lot No. at the Top Right-Hand corner of the envelope and addressed as in paragraph C above and submitted in the same location, not later than 12:00 noon on Monday 23rd June, 2025.
Companies or their representatives, invited Civil Societies, NGOs, Professional Bodies and members of the general public are invited to witness the bids opening exercise.
7.0 CLOSING AND OPENING OF BIDS/SUBMISSION
The Technical bids for Category ‘A’ will be opened on Monday 23rd June, 2025 at ELRA office on 10th Floor Tower II Bank of Industry Building Herbert Macaulay Way Central Area Abuja immediately after the close of bidding, at 12:00pm in the presence of Bidders or their Representatives and Statutory observers, while technically qualified bidders will be invited for the Financial Bids opening on a later date.
The Expression of interest documents will be opened at ELRA office on 10th Floor Tower II Bank of Industry Building Herbert Macaulay Way Central Area Abuja, immediately after the close of bidding, at 12:00 noon on Monday 26th May, 2025
8.0 ADDITIONAL INFORMATION AND SPECIFIC CRITERIA:
i. A bidder must not submit bid for more than one (1) Lot;
ii. The Authority may verify any or all the claims made by applicants and shall disqualify any company whose claims are found to be false in addition to other sanctions that may be deemed necessary;
iii. All costs incurred in responding to this advert shall be borne solely by the Bidders;
iv. Two (2) hard copies of Technical and Financial bids and one (1) soft copy Financial bid shall be submitted for each lot;
v. Non-compliance to the instructions and late submission will lead to automatic disqualification (for all projects/disposal);
vi. Bid document(s) submitted late shall be rejected
vii. The advertisement shall not be construed to be a commitment on the part of the ELRA nor shall it entail the applicant to make any claim(s) whatsoever and/or seek any indemnity from ELRA by virtue of such applicant having responded to this advertisement.
9.0 ENQUIRIES
All enquiries should be directed to Head Procurement via Phone no: 07050324595
SIGN
MANAGEMENT