BUDGET OFFICE OF THE FEDERATION, ABUJA has floated a tender for Complete Retrofitting of Lighting System. The project location is Nigeria and the tender is closing on 28 Jun 2021. The tender notice number is DBW-001, while the TOT Ref Number is 53023672. 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 : Complete Retrofitting of Lighting System

Deadline : 28 Jun 2021

Other Information

Notice Type : Tender

TOT Ref.No.: 53023672

Document Ref. No. : DBW-001

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : BUDGET OFFICE OF THE FEDERATION, ABUJA
251 AHMADU BELLO WAY, FEDERAL MINISTRY OF FINANCE HEADQUARTERS, CENTRAL BUSINESS DISTRICT, ABUJA
Nigeria

Tender Details

Tenders are invited for Complete Retrofitting of Lighting System in Phase One Building.

Payment of a non-refundable tender fee of N10, 000.

ELIGIBILITY REQUIREMENTS

Prospective bidders are required to submit, as part of the technical bid requirement, the following mandatory documents, the absence of which disqualifies the bidder from further consideration in the bid process:

a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7. Business Name is also acceptable for Services;

b. Evidence of Company-s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2021;

c. Evidence of current Pension Clearance Certificate valid till 31st December, 2021;

d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2021;

e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2021;

f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2021 or valid Certificate issued by BPP;

g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Budget Office of the Federation 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-2018, 2019 & 2020;

i. Evidence of financial capacity 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 (COREN, QSRBN, ARCON, CORBON etc) in case of Lot 1 and 2, evidence of registration with Computer Professional Registration Council of Nigeria, National Information Technology Development Agency (CPN)/NITDA; for Lot 3 and 4;

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. Letter of Authorization from Original Equipment Manufacturer for Lot-BDG-003 and 004;

m. Evidence of Registration with Nigerian Electricity Management Services Agency (NEMSA) for Lot 001

n. Works: List of Plants/Equipment with proof of ownership/lease;

o. Lot 5: Evidence of Firm-s current registration with relevant regulatory professional body(ies);

p. 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);

q. 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.

COLLECTION OF TENDER DOCUMENTS (GOODS & WORKS)

Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Assistant Director, Rm 049, Ground Floor, Phase 1 building, Budget Office of the Federation, Ministry of Finance Headquarters, Ahmadu Bello Way, Central Area, Abuja (from 8:00am to 4:00pm Mondays to Fridays) on presentation of evidence of payment of a non-refundable tender fee of N10, 000.00 per Lot, paid into the (Budget Office of the Federation)-s Remita account in any reputable commercial bank in Nigeria.

SUBMISSION OF TENDER DOCUMENTS (GOODS & WORKS)

Prospective bidders are to submit bid for each of the Lots desired, two (2) hard copies each of the technical and financial bids with softcopy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, the two sealed envelopes should be put together in a bigger sealed envelope addressed to: (The Director-General, Budget Office of the Federation, Federal Ministry of Finance, Budget and National Planning, Ministry of Finance H/Q Ahmadu Bello Way, Central Area, Abuja) and clearly marked with (the name of the project and Lot number). Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box (in Rm 049) not later than 12:00 noon of Monday 28th June, 2021.

Firms interested in Lot 5 should submit two (2) hard copies of the Expression of Interest, addressed as stated above and submit not later than 12:00 noon on Monday, 24th May, 2021.

OPENING OF EOI AND TECHNICAL BIDS

The EOI and the technical bids will be opened immediately after the deadlines for submission at 12:00 noon on Monday, 24th May, 2021 and 12:00 noon of Monday 28th June, 2021, respectively, in 2nd floor conference Room, Phase 1 Building, Budget Office of the Federation, while the Financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register in the Office of the (Assistant Director, Room 049, Ground floor, Budget Office of the Federation), as the Budget Office of the Federation will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the “Assistant Director (Procurement)” on agbana.ade@budgetoffice.gov.ng.

GENERAL INFORMATION

a. Bids must be in English Language and signed by an official authorized by the bidder;

b. Bids submitted after the deadline for submission would be returned un-opened;

c. Bidders should not bid for more than two (2) Lots;

d. All costs will be borne by the bidders;

e. Presence of bidders/representatives and members of the public shall not be required during the bid opening ceremony in compliance with COVID-19 Guidelines. The Bids Opening will be covered by video recording (link will be sent to bidders) with the presence of two (2) representatives of private sector professional bodies and Civil Society Organization in the areas of Anti-Corruption/Transparency;

f. Bid documents can also be collected in soft copies and bidders can submit through post (Courier Services);

g. Goods & Works: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be retuned un-opened;

h. Services: Only shortlisted firms will be invited at a later date for collection of Request for Proposals (RfPs);

i. The Budget Office of the Federation 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.

Documents

 Tender Notice