Tenders are invited for Supply of Operational Vehicles | B1 | 1 No Toyota Hiace Bus 18 Seater | B2 | 3 No Operational Cars Date Added: May 12, 2025 Deadline: 16/06/2025 Category: Construction & Engineering, Solar and Renewable, Supply of Vehicles Interested Firms or Contractors should submit their Tenders (one separate envelope for Technical and another separate envelope for Financial and enclosing the two envelopes in a bigger envelope) properly addressed along with the following requirements: i. Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) including Form CAC2 and CAC7; ii. Evidence of Company Incomes Tax Clearance Certificate for the last three (3) years (2022/2023/2024) and valid till 31st December, 2025; with average turnover (as may be determined in the Standard Bidding Documents) iii. Evidence of current Pension Compliance Certificate valid till 31st December, 2025; iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025; v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025; vi. Evidence of Registration on the National Database for Registration of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2025 or valid Certificate issued by BPP; vii. A Sworn Affidavit: disclosing whether or not any officer of the relevant committees of the Directorate of Technical Aid Corps or BPP is a former or present Director, shareholder or has any pecuniary interest in the bidder and confirm that information presented in its bid are correct in all material particulars; that personnel and components to be used in the execution of the proposed Works, Goods and Services shall form at least 60% composition to comply with the FGNs policy on Local Content; 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 proceeding; and that the company is not having any director who 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 viii. Unabridged Company Audited Annual Report for the past three years (2022, 2023 & 2024) with minimum Turnover N50 Million for Category A and N80 Million for Category B; ix. 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; x. Companys Profile with Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications; xi. 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; xii. Evidence of Original Equipment Manufacturing (O.E.M) License is a must for bidders interested in Category B; xiii. List of Plants/Equipment with proof of Ownership/Lease (where applicable); xiv. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided for OEM (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner); xv. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firms Letter Head Paper bearing among 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 page, duly signed by the authorized officer of the firm. Interested Companies are to collect the Standard Bidding Document (SBD) from the Office of the Head (Procurement Unit), Room 001, Ground Floor, Directorate of Technical Aid Corps (between 8:00am-4:00pm, on work days) after payment of the tender fee of Ten Thousand Naira (N10,000.00) Only payable to the Federal Government Treasury Single Account (TSA), in favour of the Directorate of Technical Aid Corps, Jabi Abuja. The bids will be opened immediately after the deadlines for submission at 12:00 noon on Monday, 16th June, 2025 at the Directorates Conference Room, Ground Floor, in the presence of bidders or their representatives. Please, ensure that you sign the Bid Submission Register in the office of Head (Procurement Unit), Ground Floor, Directorate of Technical Aid Corps, as the Directorate of Technical Aid Corps will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the Head (Procurement). Accredited Professional Bodies, NGOs, Civil Society Organizations (1No.Each) and interested public are hereby invited to witness the public bid opening. Note: a. Bids must be in English Language and signed by an official authorised by the bidder; b. Bids submitted after the deadline for submission would be returned un-opened; c. Bidders should not bid for more than one (1) Lot d. All cost will be borne by the bidders; e. The Agency may verify any or all of the claims made by the applicants and may disqualify company whose claims are found to be false in addition to other sanction that may be deemed necessary; f. Bidders who have worked for the Directorate and have history of poor performance, abandonment, termination and prolonged contract execution period arising from dilatory conduct of the contractor need not apply; g. All submissions pages must be duly initialled by the company; and h. Bidders shall note that the publication of results of Technical and Financial as well as awards will be placed on the Directorates Notice Board at the appropriate time; i. Furthermore, the Directorate shall not in any way be responsible for costs incurred by a prospective bidder for producing any item prior to the communication of the approval of a design. j. The Directorate of Technical Aid Corps is not bound to pre-qualify/shortlist any Applicant and reserves the right to annul any part or the entire Procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act 2007. Tender Link : https://etenders.com.ng/directorate-of-technical-aid-corps-abuja-invitation-to-tender-for-the-procurement-of-works-and-goods-under-2025-budget/