Background Image

MINISTRY OF INTERIOR (MOI)-EXPRESSION OF INTEREST (EoI)/ PRE-QUALIFICATION FOR PROCUREMENT OF GOODS, WORKS AND SERVICE FOR THE EXECUTION OF 2025 APPROPRIATION

FEDERAL REPUBLIC OF NIGERIA
MINISTRY OF INTERIOR
OLD FEDERAL SECRETARIAT, PMB 7007 AREA 1, GARKI, ABUJA

EXPRESSION OF INTEREST (EoI)/ PRE-QUALIFICATION FOR PROCUREMENT OF GOODS, WORKS AND SERVICE FOR THE EXECUTION OF 2025 APPROPRIATION

1.0 INTRODUCTION
The Federal Government of Nigeria has allocated Funds to the MINISTRY OF INTERIOR (MOI) in the 2025 Capital Appropriation for the procurement of Goods, Works and Services for the execution of policies, programmes and projects towards achieving the mandate of the Ministry.
Accordingly, MOI wishes to invite qualified, interested and eligible Vendors, Contractors and Consultants/Service Providers to apply for prequalification/expression of interest for the under listed projects:

2.0 SCOPE OF SERVICES, WORKS & GOODS.
The list of works, goods and services to be tendered for are as listed in the table below under appropriate categories.

2.1 EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES

SNLOTPROJECT TITLE/DESCRIPTION
CATEGORY A: CONSULTANCY SERVICES
1CS – 01CONSULTANCY FOR THE IMPLEMENTATION OF e-BORDER, e-CORRECTIONAL AND MINISTRY OF INTERIOR DATA CENTER
2CS – 02ESTABLISHMENT OF ENTERPRISE CONTENT MANAGEMENT SYSTEM (ECMS) PHASE II
3CS – 03E-LIBRARY DEVELOPMENT
4CS – 04ESTABLISHEMNT OF ELECTRONIC COMPREHENSIVE FILING, DATABASE (E-REGISTRY), ONLINE PLATFORM LINKAGES AND HIGH-SPEED INTERNET LAN CONNECTIVITY
5CS – 05AUTOMATION OF THE CITIZENSHIP & BUSINESS DEPARTMENT PHASE 2
6CS- 06DEPLOYMENT OF AN INTERGRATED SECURITY, IDENTITY,AND ACCESS MANAGEMENT SYSTEM
7CS – 07IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM (PMS) ENTERPRISES CONTENT MANAGEMENT AND OTHER ACTIVITIES OF FCSSIP SUCCESS PLAN IMPLEMENTATION AND OTHER ACTIVITIES IN THE MINISTRY OF INTERIOR
8CS – 08STAKEHOLDERS ENGAGEMENT, SENSITIZATION/ENLIGHTENMENT IN RESOLUTION OF INTER-ETHNIC AND BOUNDARY DISPUTES ACROSS THE 774 LGAS OF THE FEDERATION.
9CS – 09ESTABLISHMENT, ACTIVATION AND CORDINATION OF INTER-AGENCY SITUATION ROOM PHASE II & NISPSAS
10CS – 10AUTOMATION OF SERVICES OF THE FEDERAL MINISTRY OF INTERIOR
11CS – 11DEVELOPMENT AUTOMATION AND DIGITALIZATION OF FINANCE AND ACCOUNTS PAYMENT VOUCHER INTO COMPUTER SOFTWARE
12CS – 12COMPUTERIZATION OF REGISTRIES
13CS – 13IMPLEMENT DEPLOYMENT OF PERFORMANCE MANAGEMENT SYSTEM AND LICENSE RENEWAL OF OUTSTANDING FINANCIAL ACTIONS TASK FORCE (FATF) RECOMMENDED ACTIONS IN THE MUTUAL EVALUATION REVIEW (MER) ENGAGEMENT
14CS – 14ENGAGEMENT OF CONSULTANT FOR THE IMPLEMENTATION OF INTERNATIONAL STANDARD ORGANISATION (ISO) CERTIFICATION OF MINISTRY OF INTERIOR
15CS – 15IMPLEMENTATION OF ANTI-CORRUPTION ACTIVITIES IN THE MINISTRY AND ITS AGENCIES
16CS – 16DEVELOPMENT OF ELECTRONIC FIXED ASSETS REGISTER
17CS – 17DIGITIZATION OF RECORDS AND ESTABLISHMENT OF E-REGISTRY FOR CITIZENSHIP ACTIVITIES
18CS – 18DIGITIZATION OF RECORDS AND ESTABLISHMENT OF E-REGISTRY FOR PROCUREMENT DEPARTMENT
19CS – 19DEVELOPMENT OF SECURITY FRAMEWORK ON BORDER SURVEILLANCE AND MANAGEMENT
CATEGORY B: PROCUREMENT OF GOODS
1GS– 01PROCUREMENT OF SECURITY SUPPORT GADGETS/EQUIPMENT TO COORDINATE THE AGENCIES UNDER THE MINISTRY
2GS– 02PURCHASE OF PROJECT VEHICLES
3GS– 03PURCHASE OF OFFICE EQUIPMENT
4GS – 04WORKFLOW AUTOMATION OF PROCUREMENT DEPARTMENT
5GS – 05PROCUREMENT AND INSTALLATION OF COMPLAINT REPORT FEEDBACK BARCODE SOFTWARE AND INSTALLATION IN THE MINISTRY SERVICE-WINDOWS AND ALL ITS AGENCIES OFFICES NATION WIDE.
6GS – 06PRINTING OF MARRIAGE CERTIFICATES
7GS – 07SUPPLY OF BAGS OF 50KG RICE
8GS – 08SUPPLY OF VEGETABLE OIL
9GS – 09PROCUREMENT OF INDUSTRIAL WIRELESS COPIERS/PRINTERS/SCANNERS
10GS – 10PROCUREMENT OF PMS AND OTHER RELATED SOFTWARES
CATEGORY C: PROCUREMENT OF WORKS
1WS–01REHABILITATION AND FURNISHING OF EXISTING FEDERAL MARRIAGE REGISTRY
2WS – 02REHABILITATION OF MINISTRY BUILDINGS (ZONAL OFFICES AT MINNA, NIGER STATE
3WS – 03ACQUISITION OF PERMANENT OFFICE BUILDINGS FOR FEDERAL MARRIAGE REGISTRIES IN BENIN, EDO STATE AND IBADAN OYO STATE
4WS – 04RENOVATION AND UPGRADING OF IKOYI MARRIAGE REGISTRY
5WS – 05MAINTENANCE/EXPANSION OF SECURITY INFORMATION SYSTEM OF MINISTRY OF INTERIOR/OLD FEDERAL SECRETARIAT AREA 1 ABUJA
6WS – 06PROVISION OF POWER SYSTEM FOR THE SECURITY UNDER-VEHICLE INSPECTION SYSTEM AT GATE B, FEDERAL SECRETARIAT AREA 1 ABUJA
7WS – 07CONSTRUCTION OF COMMAND AND CONTROL CENTER, MOI
8WS – 08REHABILITATION/UPGRADING OF OFFICES
9WS – 09REPLACEMENT AND REHABILITATION OF MINISTRY OF INTERIOR ROOFS, CEILINGS AND ELECTRICALS OF BLOCK F, BLOCK F EXTENSION AND BLOCK E.
10WS – 10REHABILITATION OF MINISTRY GUEST HOUSE, IKOYI LAGOS
11WS – 11PROVISION OF INVERTER POWER SOLAR SYSTEM IN VARIOUS DEPARTMENT OF MOI
12WS – 12REHABILITATION/UPGRADING OF CAR PARKS

3.0 ELIGIBILITY REQUIREMENTS
Prospective bidders are required to submit the under-listed requirements to be eligible in this procurement process and arrange in the same sequential order for ease of reference. Failure to fulfil any of the under-listed requirements will render a bid disqualified:
i. Evidence of Certificate of Registration with Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and Form CAC7. Business Name is also acceptable for services;
ii. 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 years valid till 31st December 2025.
iii. Evidence of current Pension Compliance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is 50M and above;
v. Evidence of current National Social Insurance Trust fund (NSITF) Compliance Certificate valid till 31st December 2025;
vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers; by submission of the Interim Registration Report (IRR) expiring by 31st December 2025 or valid Certificate issued by BPP.
a. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal Ministry of Interior 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;
vii. Company’s Audited Accounts for the last three years (2020, 2021& 2022), duly acknowledge by the Federal Inland Revenue Service (FIRS);
viii. Reference Letter from a reputable commercial Bank indicating willingness to provide credit facility for the execution of the project when needed;
ix. 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, SURCON, CORBON, CPN & NITDA etc.;
x. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates and Job Completion Certificates and Photographs of the projects;
xi. For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs) must be attached;
xii. For Supply of Vehicles: 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 the Vehicles;
xiii. For the deployment of an integrated security, identity, and access management system (Lot CS-06), interested bidders should provide all the relevant ICT Registration, Certifications, NITDA Certification/OEM Licensing;
xiv. 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);
xv. Services: Verifiable Evidence of Certificate of the Firm’s Registration with relevant regulatory professional body such as COREN/QSRBN/ARCON/CORBON/SURCON for Construction, CPN & NITDA for ICT jobs, CMD, etc.;
xvi. Works: List of Plants/Equipment with proof of Ownership/Lease Agreement;
xvii. All bidders interested in Consultancy Services must submit verifiable evidence of current practice licence issued by the Appropriate Regulatory Body such as COREN, ARCON, QSRBN, CORBON, SURCON CPN & NITDA etc.
xviii. All document for submission must be transmitted with a covering/forwarding letter under the company/firm’s letter headed 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 letter headed papers must bear the names and nationalities of the directors of the companies at the bottom of the page duly signed by the authorized officer of the firm.
NOTE that all documents/information required must be paginated, submitted in the Sequence/order as listed above.

4.0 COLLECTION OF BIDS DOCUMENTS
Interested companies are to collect the Standard Bidding Documents (SBD) at the office of Director Procurement, room 228 first floor, Block ‘F’ Ministry of Interior.

5.0 SUBMISSION OF EXPRESSION INTEREST (EOI)/PREQUALIFICATIONDOCUMENTS:
CATEGORY: A, B & C (i.e. CONSULTANCY SERVICES,GOODS AND WORKS)
Interested Firms are to submit two (2) bound copies of Expression of Interest (EoI)/Prequalification documents respectively separated by dividers. The documents should be submitted in a sealed envelope and addressed to the Permanent Secretary, Ministry of Interior, Old Secretariat, Area 1, Garki, Abuja, stating EOI (Consultancy Services) or Prequalification Documents (Goods/Works), 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 should be deposited in the Tender Box at the Office of Director Procurement, Room 228 First Floor, Block ‘F’ Ministry of Interior, Old Secretariat, Area 1, Garki, Abuja not later than 12:00 noon on the 15TH OF December, 2025.

5.1 Please ensure that you sign the Bid Submission Register at the office of Director Procurement, room 228 first floor, Block ‘F’ Ministry of Interior, as the Ministry of Interior will not be held liable for misplaced or wrongly submitted bids.

6.0 OPENING OF EOI (CONSULTANCY SERVICES) AND PRE-QUALIFICATION DOCUMENTS (GOODS *WORKS)
Expression of Interest (EoI) Proposals for Consultancy Services/Pre-qualification documents for both Goods and Works, will be opened immediately after the deadline for submission at 12:00 noon on 15th of December, 2025, and opening at 12:00 noon on 15th of December, 2025 at the Ministry’s Training Hall, Area 1, Garki – Abuja, in the presence of Bidders or their representatives.

6.1 Please note that only shortlisted and prequalified bidders in the respective lots (A, B, and C) shall be required to pay a non-refundable fee of N10,000 per lot, paid into the Ministry of Interior (MI), TSA Account via Remita with Gifmis code (1000430417) in any commercial bank.

6.2 Further note that the shortlisted and prequalified bidders in the respective lots (CS,GS, and WS) shall be invited at a later date for collection of ‘Request for Proposal’ (RFP) for Consultancy Services and Standard Bidding Documents (SBD) for ‘Goods and Works’.

7.0 GENERAL INFORMATION
i. Bids must be in English Language and signed by an official authorised by the bidder;
ii. Bids submitted after the deadline for submission would be returned un-opened;
iii. Bidders should not bid for more than two (2) Lots;
iv. All cost will be borne by the bidders as the Ministry will not be held responsible for any cost or expenses incurred by any interested party (ies) in connection with any response to this invitation;
iv. Attendees at the bid openings 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 bidders who chooses to join the bid opening online
v. Services:
vi. Only shortlisted and prequalified bidders will be invited at a later date for collection of ‘Request for Proposal’ (RFP) and’Standard Bidding Document’ (SBD), upon evidence of payment of non-refundable tender fee of N10,000 to the Ministry’s TSA Account via Remita with Gifmis code (1000430417) in any commercial bank.
vii. Goods & works: only pre-qualified bidders at technical evaluation will be invited at a later date for collection of tender documents;
viii. Arrangement of the EOIs/Technical Documents in hard copies should follow the order in the list above and appropriately paged. The EOI/technical documents should have a table of content indicating the pages, which these items are to be found. Failure to comply with this directive will result in disqualification of the bidder;
ix. Non-Compliance with all the conditions stated herein will lead to automatic disqualification of the bidder from the bidding process.
x. The Ministry of Interior 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.
xi. For further enquiries, please contact Procurement Department between 10.00 a.m. to 3.00 pm (Mondays – Fridays) at the following address:
Ministry of Interior, 1st Floor, Room 228, Block F, Old Federal Secretariat, Area 1, Garki, Abuja.

Signed:
Permanent Secretary
Ministry of Interior

Tags
admin

admin@publicprocurement.ng

No Comments

Sorry, the comment form is closed at this time.