STANDARDS ORGANISATION OF NIGERIA has floated a tender for Chemical Laboratory. The project location is Nigeria and the tender is closing on 18 Nov 2019. The tender notice number is GDIX 1, while the TOT Ref Number is 37089064. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Chemical Laboratory

Deadline : 18 Nov 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 37089064

Document Ref. No. : GDIX 1

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : STANDARDS ORGANISATION OF NIGERIA
Conference Room, at the 2nd Floor, Standards Organisation of Nigeria, 52, Lome Crescent, Wuse Zone 7, Abuja
Nigeria
Email :hod.proc@son.gov.ng

Tender Details

Tenders are invited for Chemical Laboratory

ELIGIBILITY REQUIREMENTS:
Bidders must possess the under listed requirements to be eligible to participate in this procurement exercise:
(a) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including forms CAC2 and CAC7;
(b) Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years valid till 31st December 2019; with the following minimum average annual turnover for the 3 years;
(i) WKI -N300Milliom
(ii) WKII – N60Milliom
(iii) WKIII – N150Milliom
(iv) GDI – N60Milliom
(v) GDII &III – N30Milliom
(vi) GDIV – N60Milliom
(vii) GDV – N60Milliom
(viii) GDVI -X – N30Milliom
(ix) PR – N30Milliom
(c) Evidence of current Pension Compliance Certificate valid till 31st December, 2019;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2019;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2019;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service providers by submission of Interim Registration Report (IRR) expiring on 31/1/ 2020 or valid Certificate issued by BPP;
(g) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Standards Organisation of Nigeria (SON) 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 (2016, 2017, 2018);
(i) 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;
(j) 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, CORBON, ARCON, QSRBN etc; where applicable;
(k) 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;
(l) List of Plants/Equipment with proof of Ownership/Lease (where applicable)
(m) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
(n) For supply of Equipment: Letter of Authorisation from Original Equipment Manufacturers;
(o) In case of Motor Vehicles procurement, only companies included in the National Automotive Design & Development Council’s approved list of local manufacturers of vehicles or their authorized representatives should bid for the procurement;
(p) 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 authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS
Interested companies/bidders are to collect the Standard Bidding Document (SBD) from the office of the HOD (Procurement), 1st Floor, 52, Lome Crescent, Wuse Zone 7, Abuja on evidence of payment of a non-refundable fee of N10, 000.00 per Lot, paid into the Standard Organisation of Nigeria’s Remita account in any reputable commercial bank in Nigeria.

5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each of the Lot desired, Two (2) hard copies each of the technical and financial bids with soft copy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to the Director-General/CEO, Standards Organisation of Nigeria, 1st Floor, 52, Lome Crescent, Wuse Zone 7, Abuja and clearly marked with (the name of the project and Lot number).

Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated Tender Box located at the Ground Floor, Standards Organisation of Nigeria 52, Lome Crescent, Wuse Zone 7, Abuja not later than 1:00 p.m. on Monday, 18 November, 2019.

6. OPENING OF TECHNICAL BIDS
Only Technical bids will be opened immediately after the deadline for submission at 1:00 p.m. on Monday, 18 November, 2019, in the Conference Room, at the 2nd Floor, Standards Organisation of Nigeria, 52, Lome Crescent, Wuse Zone 7, Abuja in the presence of bidders or their representatives, while the Financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register in the office of the office of the HOD (Procurement), 1st Floor, 52, Lome Crescent, Wuse Zone 7, Abuja as SON will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the HOD (Procurement) on e-mail: hod.proc@son.gov.ng

7. GENERAL INFORMATION
(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) Except for Motor Vehicles procurement, Bidders should not bid for more than (2) Lots;
(d) All costs will be borne by the bidders;
(e) Only the pre-qualified bidders will be contacted at a later date for financial bids opening, while financial bids of un-successful bidders will be returned un-opened;
(f) The Standards Organisation of Nigeria (SON) is not bound to 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.

Documents

 Tender Notice