CENTRE FOR MANAGEMENT DEVELOPMENT
48 AGADEZ STREET, OFF AMINU KANO CRESCENT, BY GLOBACOM OFFICE WUSE II, ABUJA, NIGERIA.
TEL: 08157777626, 08037120043
EMAIL: info@cmd.gov.ng
WEBSITE: www.cmd.gov.ng
INVITATION TO TENDER AND EXPRESSION OF INTEREST
- INTRODUCTION
The Centre for Management Development (CMD) is a Federal Government Parastatal under the Ministry of Finance, Budget and National Planning established in January 1973 to coordinate the activities of and give proper direction to institutions engaged in education, training and retraining of managerial manpower in Nigeria.
The Centre is the operational arm of the Nigerian Council for Management Development (NCMD) established under the enabling Act, Cap N.99 Laws of the Federation of Nigeria (LFN) 2004 (as amended).
The Centre hereby invites interested and qualified bidders for the following jobs from its 2020 Capital Budget
- SCOPE OF WORKS/SUPPLIES/SERVICES
The scope of work to be carried out consists of the following: - CONSTRUCTION WORKS
| Lot A1 | Construction of ICT training Centre in igueben, Edo State |
| Lot A2 | Construction Renovation of gate house at the Lagos operational office |
| Lot A3 | CMD power infrastructure extension to the Essential Quarters, Lagos |
| Lot A4 | Fencing of North East zonal office, Gombe Gombe State |
- REHABILITATION WORKS
| Lot B1 | Library development |
| Lot B2 | Rehabilitation of Lagos Operational Office |
| Lot B3 | Rehabilitation of Corporate Head Office Abuja |
| Lot B4 | Rehabilitation of Residential buildings in Lagos |
- SUPPLY WORKS
| Lot C1 | Procurement of computers, laptops, printers, photocopiers and projectors |
| Lot C2 | Classroom furniture |
| Lot C3 | Office furniture and equipment |
| Lot C4 | CMD training materials (customized bags, pens, jotters etc) |
| Lot C5 | Procurement of project vehicles for Accreditation exercise, Training Needs Assessment (TNA), Quality Assurance Visits, Field trips etc |
- CAPACITY DEVELOPMENT
| Lot D1 | Capacity building, impact assessment accreditation, sensitization training on domestic violence in Katsina State |
- ZONAL INTERVENTION CONSTITUENCY PROJECTS
| Lot E1 | Provision of empowerment materials in Dutsima/Kurfi Federal Constituency, Katsina State |
| Lot E2 | Supply of ICT materials for youths in Dutsima/ Kurfi Federal Constituency, Katsina State |
| Lot E3 | Training and empowerment of youths and women in Shinkati/Zurmi Federal Constituency, Zamfara State |
| Lot E4 | Entrepreneurial development and empowerment programme for women in EmurelGboyin/Ekiti East Federal Constituency. Ekiti State |
| Lot E5 | ICT Training for prospective graduates in Ikere/lowe/Gbarada/Ogotun, Ekiti State |
| Lot E6 | Training for farmers on fish farming in Bompa Patani Federal Constituency Delta State |
- ELIGIBILITY REQUIREMENTS
Interested and competent Companies/Firms should submit the following qualification documents:
I. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7
II. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2020;
III. Evidence of current Pension Compliance Certificate valid till 31st December 2020,
IV. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020,
V. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2020:
VI. Evidence of Registration on the National Database of Federal Contractors. Consultants and Service Providers by submission of interim Registration Report (IRR) expiring on 30/06/2020 or valid Certificate issued by BPP.
VII. Company’s Audited Accounts for the last three (3)years- 2017/2018/2019 :
VIII. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
IX. 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
X. List of Plants/Equipment including proof of Ownership/Lease (where applicable):
XI. For Training and empowerment:
– Evidence of Certification of Accreditation from Centre for Management Development (CMD),
– Evidence of Firm’s registration with relevant professional body(ies)
XII. Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles and their authorised representatives should bid for the vehicles:
XIII. For Supply of Equipment: Letter of Authorization from the Original Equipment Manufacturers (OEMs)
XIV. 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. - COLLECTION OF TENDERS (GOODS & WORKS)
Tender documents with detailed specifications are to be collected from the Office of the Secretary, Tenders Board CMD upon presentation of evidence of payment of non-refundable tender fee of N10,000 (Ten thousand naira) only by CMD TSA collection account number 0020075161019. Firms interested in Consultancy Services will not pay at this stage until after shortlisting - SUBMISSION OF TENDER DOCUMENTS (GOODS & WORKS)
Five (5) copies each of the Technical bid” and “Financial bid packaged differently should be submitted in separate sealed envelopes and clearly marked “Technical Bid and Financial Bid respectively. Both bids should be put in a bigger sealed envelope. The job for which the tender is submitted should be clearly indicated on the envelope e.g. TECHNICAL or FINANCIAL TENDER FOR Lot…..) and should be addressed to the Director General, Centre for Management Development Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and the documents to be dropped in the Office of the Secretary, Tenders Board, Centre for Management Development Corporate Headquarters, 48 Agadez Street, Off Aminu Kano Crescent. Wuse Abuja Boater than 12:00 noon on Monday, July 20,2020. - SUBMISSION OF EXPRESSION OF INTEREST (EOI) DOCUMENTS (CONSULTANCY SERVICES).
Interested firms are to submit two (2) bound copies of Expression of Interest EoI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed as indicated above, and clearly marked with the name of the project and the 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 not later than 12:00 noon on Monday, June 22, 2020 - OPENING OF EOI/BIDS
The EOI and the technical bids will be opened immediately after the deadline for submission at 12:00 noon on Monday, June 22, 2020 and 12:00 noon on Monday, July 20, 2020 respectively. Please ensure that you sign the Bid Submission Register in the office of the Secretary Tenders Board, Flat 1 Room 01, Ground Floor CMD Headquarters, 48 Agadez Street, Off Aminu Kano Crescent. Wuse II, Abuja, as CMD will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the Secretary, Tenders Board on info@cmd.gov.ng - PLEASE NOTE
a. Late submission will be returned unopened
b. Failure to comply with the instructions above or to provide the listed documents shall nullify any or all the claims made by the bidder, including requesting for submission of the original of the documents for sighting and shall disqualify any company whose claim (s) is/are found to be false.
c. The award of the projects listed above would depend on the release and cash-backing of funds for the projects
d. Goods and Works Only pre-qualified bidders technical evaluation will be invited at a later date for financial bids opening, while the financial bids of unsuccessful bidders will be returned unopened:
e. Consultancy Services. Only shortlisted firms will be invited at a later date for collection of Request for Proposals.
f. Nothing in this advertisement shall be construed to be a commitment on the part of CMD to undertake the project or entitle any company to make any claim(s) whatsoever in respect of any expenses incurred in preparing a tender response.
g. No contractor company shall express interest bid for more than two (2) lots.
h. The CMD 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.
For further enquiries, contact the Office of the Director General, Centre for Management Development (CMD), 48 Agadez Street, Off Aminu Kano Crescent, Wuse II, Abuja.
Signed:
Director General
Centre for Management Development (CMD) Abuja.