This tender is from the country of Nigeria in African region. The tender was published by FEDERAL MINISTRY OF HUMANITARIAN AFFAIRS, DISASTER MANAGEMENT AND SOCIAL DEVELOPMENT (FMHADMSD) on 19 Jun 2023 for Prequalifications are invited for Training, Tooling and Transitioning of Beneficiaries of N-Sip Job Creation and Empowerment Programs ELIGIBILITY REQUIREMENTS Prospective bidders should submit the following documents in their technical profiles/EOI: a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 or business name with form BN1 is also acceptable for services; b) Evidence of company’s current Annual Returns to CAC; c) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years valid till 31st December 2023; d) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (this requirement is only applicable to bidders whose number of staff is 15 and above). e) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2023 (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); f) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2023; g) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP; h) Unabridged company audited annual report for the immediate past (3) three years (2020, 2021, 2022). i) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner); j) Sworn affidavit • disclosing whether or not any officer of the relevant committees of the Federal Ministry of Humanitarians Affairs, Disaster Management and Social Developments or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter. • That the company does not at the time of this bid have any existing loan or financial liability with a bank, others financial institutions or third party that is classified as doubtful, non-performing, bad or whose repayment portion has been outstanding for the last three months. k) All bidders for projects in the six geopolitical zones, are required to present formal undertakings that they are capable of working in the areas of projects for which they have bided. LOCAL CONTENT, SAFETY AND SOCIAL RESPONSIBILITY a. Indicate the quantum of verifiable employment to be generated stating projected numbers and specialties for skilled (professional) and unskilled (non-professional) manpower. b. Submit verifiable key Management positions that are Nigerian Nationals and the percentage of the company’s total workforce that will be beneficial to youth employment and community development in Nigeria; c. All bidders should include description of current Health, Safety and Environment (HSE) procedures, plan, manuals and HSE performance statistics over the last 3 years including HSE manuals and accident statistics for the past five (5) years; and d. Submit a plan on how to give first consideration to services provided from within Nigeria, raw materials, and manufactured goods of Nigerian origin in line with the requirements of Nigerian Content. e. State the proposed social benefits to be accrued to the host communities where projects/services are domiciled. PRE-QUALIFICATION/TECHNICAL/EXPRESSION OF INTEREST REQUIREMENTS a. Bidder’s experience Experience as a prime contractor on at least two (2) projects of similar nature and complexity within the last five (5) years (Copies of letters of award/certificates of completion to be attached. b. Plant and equipment/warehouse. Verifiable evidence of proof of ownership and/or lease of the construction equipment for Lots A1-A5. c. Authorization for supply of equipment/vehicles Letter of Authorization from the Original Equipment Manufacturers (OEMs) will be required for specialized supplies and accreditation by National Automotive Design and Development Council (NADDC) for supplies of vehicles. d. Financial capacity Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed e. Consultancy services: Registration with professional bodies Evidence of registration with relevant professional body e.g. NAICOM/Insurance, EHORECON/Cleaning Service. COREN/QSRBN/ARCON/CORBON/SURCON/Construction, NSCDC/Security, ESVARBON/Estate Surveying etc. f. Projects related to ICT Evidence of current registration/accreditation/membership with Computer Professionals Council of Nigeria, Nigerian Computer Society and National Information Technology Development Agency (NITDA); g. Manpower 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, TOPREC, NIESV, CIPSMN etc; For projects related to ICT: Evidence of relevant degree and certification in ICT related courses. h. Note that indigenous companies have an advantage in these categories. Note that the documents should be arranged and submitted in the order as listed above and clearly separated by dividers and paginated. Subject to the provisions of the Public Procurement Act, 2007 note that: • The Ministry 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. • bidders who have worked for the Ministry and have history of poor performance, abandonment, termination and/or prolonged contract execution period need not apply as their bids shall be excluded from the process in line with Section 16(8)(b) of the PPA, 2007. • Bidders should not bid for more than two (2) Lots in all the Categories combined and violators shall be disqualified; • the Ministry reserves the right to reject any and/or all prequalified Bidders at its sole discretion and at no costs whatsoever in line with Section 28 of the PPA, 2007; • all costs incurred in responding to this advertisement and pre-qualifying for the projects shall be borne solely by the Bidders; • non-compliance to any of the above instructions will lead to disqualification; and • this advertisement shall not be construed as a commitment on the part of the Ministry to award contract to any bidder; • The Technical Bids will be opened in the presence of CSOs and Professional bodies and covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online; • 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 Letter head Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm; and • The Federal Ministry of Humanitarian Affairs, Disaster Management and Social Development is not bound to shortlist/pre-qualify 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.. The last date to submit your bid for this tender was 26 Jun 2023. This tender is for the companies specializing in Training services and similar sectors.
*The deadline for this tender has passed.
Tender Organisation:
FEDERAL MINISTRY OF HUMANITARIAN AFFAIRS, DISASTER MANAGEMENT AND SOCIAL DEVELOPMENT (FMHADMSD)
Tender Sector:
Tender Service:
Worldwide
Tender Region:
Tender Country:
Tender CPV:
80500000 : Training services
Tender Document Type:
Tender Notice
Tender Description:
Prequalifications are invited for Training, Tooling and Transitioning of Beneficiaries of N-Sip Job Creation and Empowerment Programs ELIGIBILITY REQUIREMENTS Prospective bidders should submit the following documents in their technical profiles/EOI: a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 or business name with form BN1 is also acceptable for services; b) Evidence of company’s current Annual Returns to CAC; c) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years valid till 31st December 2023; d) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (this requirement is only applicable to bidders whose number of staff is 15 and above). e) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2023 (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); f) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2023; g) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP; h) Unabridged company audited annual report for the immediate past (3) three years (2020, 2021, 2022). i) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner); j) Sworn affidavit • disclosing whether or not any officer of the relevant committees of the Federal Ministry of Humanitarians Affairs, Disaster Management and Social Developments or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter. • That the company does not at the time of this bid have any existing loan or financial liability with a bank, others financial institutions or third party that is classified as doubtful, non-performing, bad or whose repayment portion has been outstanding for the last three months. k) All bidders for projects in the six geopolitical zones, are required to present formal undertakings that they are capable of working in the areas of projects for which they have bided. LOCAL CONTENT, SAFETY AND SOCIAL RESPONSIBILITY a. Indicate the quantum of verifiable employment to be generated stating projected numbers and specialties for skilled (professional) and unskilled (non-professional) manpower. b. Submit verifiable key Management positions that are Nigerian Nationals and the percentage of the company’s total workforce that will be beneficial to youth employment and community development in Nigeria; c. All bidders should include description of current Health, Safety and Environment (HSE) procedures, plan, manuals and HSE performance statistics over the last 3 years including HSE manuals and accident statistics for the past five (5) years; and d. Submit a plan on how to give first consideration to services provided from within Nigeria, raw materials, and manufactured goods of Nigerian origin in line with the requirements of Nigerian Content. e. State the proposed social benefits to be accrued to the host communities where projects/services are domiciled. PRE-QUALIFICATION/TECHNICAL/EXPRESSION OF INTEREST REQUIREMENTS a. Bidder’s experience Experience as a prime contractor on at least two (2) projects of similar nature and complexity within the last five (5) years (Copies of letters of award/certificates of completion to be attached. b. Plant and equipment/warehouse. Verifiable evidence of proof of ownership and/or lease of the construction equipment for Lots A1-A5. c. Authorization for supply of equipment/vehicles Letter of Authorization from the Original Equipment Manufacturers (OEMs) will be required for specialized supplies and accreditation by National Automotive Design and Development Council (NADDC) for supplies of vehicles. d. Financial capacity Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed e. Consultancy services: Registration with professional bodies Evidence of registration with relevant professional body e.g. NAICOM/Insurance, EHORECON/Cleaning Service. COREN/QSRBN/ARCON/CORBON/SURCON/Construction, NSCDC/Security, ESVARBON/Estate Surveying etc. f. Projects related to ICT Evidence of current registration/accreditation/membership with Computer Professionals Council of Nigeria, Nigerian Computer Society and National Information Technology Development Agency (NITDA); g. Manpower 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, TOPREC, NIESV, CIPSMN etc; For projects related to ICT: Evidence of relevant degree and certification in ICT related courses. h. Note that indigenous companies have an advantage in these categories. Note that the documents should be arranged and submitted in the order as listed above and clearly separated by dividers and paginated. Subject to the provisions of the Public Procurement Act, 2007 note that: • The Ministry 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. • bidders who have worked for the Ministry and have history of poor performance, abandonment, termination and/or prolonged contract execution period need not apply as their bids shall be excluded from the process in line with Section 16(8)(b) of the PPA, 2007. • Bidders should not bid for more than two (2) Lots in all the Categories combined and violators shall be disqualified; • the Ministry reserves the right to reject any and/or all prequalified Bidders at its sole discretion and at no costs whatsoever in line with Section 28 of the PPA, 2007; • all costs incurred in responding to this advertisement and pre-qualifying for the projects shall be borne solely by the Bidders; • non-compliance to any of the above instructions will lead to disqualification; and • this advertisement shall not be construed as a commitment on the part of the Ministry to award contract to any bidder; • The Technical Bids will be opened in the presence of CSOs and Professional bodies and covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online; • 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 Letter head Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm; and • The Federal Ministry of Humanitarian Affairs, Disaster Management and Social Development is not bound to shortlist/pre-qualify 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.
Tender Bidding Type:
Tender Notice No:
Tender Document:
Looking for more tenders like this one in Training services? With over 70 million global procurement opportunities and new tenders added daily, Tender Impulse is your gateway to international and local contracting success. Whether you're targeting the Management Consultancy sector in Nigeria, or expanding across regions, we provide live, accurate, and relevant updates every day.
Our platform sources tenders from:
Every day, we add hundreds of new RFPs, RFQs, EOIs, and contract awards across multiple sectors and geographies. This tender from Nigeria is just a sample of what's available right now.
Tender Impulse covers:
Each listing is categorized using CPV codes like 80500000, enabling precise filtering. Search by:
While you're viewing a tender in Nigeria, Tender Impulse offers access to tenders across:
Tender Impulse provides more than listings:
Thousands of new tenders are added daily-across countries, sectors, and CPV codes. With Tender Impulse, you gain strategic insight, timely alerts, and a competitive edge.
Start your free trial to unlock tenders customized to your Management Consultancy, Nigeria, and Training services categories.