STANDARDS ORGANISATION OF NIGERIA has floated a tender for Construction of Warehouse. The project location is Nigeria and the tender is closing on 25 Apr 2023. The tender notice number is , while the TOT Ref Number is 80741524. 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 : Construction of Warehouse

Deadline : 25 Apr 2023

Other Information

Notice Type : Tender

TOT Ref.No.: 80741524

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : Public

Tender Value : Refer Document

Purchaser's Detail

Purchaser : STANDARDS ORGANISATION OF NIGERIA
HOD Procurement, 1st Floor, 52, Lome crescent Wuse zone 7, Abuja.
Nigeria
Email :hod.proc@son.gov.ng

Tender Details

Tenders are invited for Construction of Warehouse at Enugu Regional/State Office Complex, Phase 2

Prospective bidders should possess the under-listed requirements to be eligible to participate in this procurement exercise.
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7;
b) Evidence of Company-s Income Tax Clearance Certificates for the last three (3) years valid till 31st December 2023; with the following minimum average annual turnover for the 3 years as follows:
i. WKS I N400Million
ii. WKS II N300Million
iii. GDI N200Million
iv. GDII N180Million
v. PR N80 million
c) 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).
d) 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);
e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP;
g) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Standard Organization of Nigeria 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 is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
• That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
h) Company-s Audited Accounts for the last three years (2020, 2021 and 2022);
i) Reference letter from a reputable commercial bank 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, QSRBN, ARCON, CORBON, CPN & NITDA etc;
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) Works: List of Plants/Equipment with proof of Ownership/Lease agreement;
m) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA)
n) Only companies included in the National Automotive Design and Development Council-s Approved list of local manufacturers of vehicles or their authorized representatives should bid for the vehicles;
o) For ICT: evidence of firm-s registration with the National Information Technology Development Agency (NITDA) and computer professionals Registration Council of Nigeria
p) For supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs)
q) 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);
r) All documents for submission must be submitted with a Covering/Forwarding letter under the Company-s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email 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.

Note:
a. Bids must be in English Language and signed by an official authorized by the bidders
b. Bids submitted after the deadline for submission would be returned unopened;
c. Bidders should not bid for more than one (1) Lot; except for bidders bidding for category c; violation is automatic disqualification;
d. All cost will be borne by the bidders
e. The bids will be opened in the presence of observers and professional bodies and covered by video recording; invitation link will be sent to bidders who choose to join the bid opening online;
f. Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
g. The Standard Organization of Nigeria not bound to prequalify and bidder 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