MINISTRY OF REGIONAL DEVELOPMENT, ABUJA-INVITATION TO TENDER (ITT) FOR CAPITAL PROJECT
MINISTRY OF REGIONAL DEVELOPMENT
FEDERAL SECRETARIAT COMPLEX, PHASE I SHEHU SHAGARI WAY, ABUJA
INVITATION TO TENDER (ITT) FOR CAPITAL PROJECT
1. INTRODUCTION
The Ministry of Regional Development hereby invites reputable, experienced and qualified Lift/Elevator Engineering firms with relevant and proven competence to submit for Technical and Financial Bids for the under-listed project:
2. SCOPE OF WORK
| LOT NO | PROJECT TITLE: |
|---|---|
| A1 | CATEGORY A: GOODS |
| SUPPLY AND INSTALLATION OF A 1600KG, 12 STOPS/12 OPENINGS ELEVATOR WITH ACCESS CONTROL AND A SOLAR/INVERTER BACKUP SYSTEM AT THE MINISTRY HEADQUARTERS |
3. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following documents:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁, or CAC₂, and CAC₃;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (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, 2025 (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, 2025;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP;
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Ministry of Regional Development 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;
h. Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024;
i. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility to the tune of N150 million 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 and Professional qualifications such as COREN, QSRBN, ARCON, etc.;
k. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
l. Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory);
Note: 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.