Procurement Summary
Country : Nigeria
Summary : Development of initial 5MW Power Plant and Electrical Reticulation
Deadline : 16 Aug 2021
Other Information
Notice Type : Tender
TOT Ref.No.: 54865935
Document Ref. No. : ADV/LAG/21/01
Competition : ICB
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Purchaser : NIGERIA EXPORT PROCESSING ZONES AUTHORITY
No 2, Zambezi Crescent, off Aguiyi Ironsi Way, Cadastral Zone A6, behind Merit House Maitama, Abuja
Phone: +234 701 683 4729
Nigeria
Tender Details
Tenders are invited for Development of initial 5MW Power Plant and Electrical Reticulation within Textile and Garment Park, Lekki Lagos
Interested Firms are required to submit Two (2) bound documents duly signed, paginated, separated by dividers and arranged in the order outlined here under:
a. Evidence of certificate of incorporation with the Corporate Affairs Commission (CAC) including form CAC2 and CAC7;
b. Evidence of Company Income-s Tax Clearance Certificate for the last three (3) years valid till 31st December 2021 with minimum annual average turnover of N1 Billion, N200 million and N100 Million for projects in Categories A, B and C respectively
c. Evidence of Current Pension Compliance Certificate valid till 31stDecember, 2021
d. Evidence of Current Industrial Training Fund (ITF) Compliance Certificate valid till 31stDecember, 2021;
e. Evidence of current Nigerian Social Insurance Training Fund (NSITF) Compliance 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 31/12/2021 or valid certificate issued by BPP;
g. Sworn Affidavit disclosing whether or not any officers of the relevant committees of the Nigerian Export Processing Zones Authority 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 bids 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 capability to execute the project by submission of Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
j. Evidence of firm-s registration with the relevant Professional Regulatory body;
k. Company-s Profile with the Curriculum Vitae of key staff to be deployed for the project, including copies of their Academic/professional qualifications
l. Annual Practicing License, Copies of Professional Certificates should be endorsed by the individual Professional along with Professional seal, attestation of availability and contact phone numbers.
m. Verifiable documentary evidence of at least three (3) similar job executer in the last five years (5) including letter of awards, valuation certificates, job completion certificates and photographs of the projects;
n. 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);
o. Manufacturer Authorization letter from representative of IOSAFE Original Equipment Manufacturer (OEM) in Nigeria is required specifying capacity to implement and deploy the solution with records of previous work;
p. All documents for submission must be transmitted with a covering/forwarding letter under the company/firm-s letter headed paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably Mobile Number) and e-mail address. The latter headed paper must bear the names and nationalities of the directors of this company at the bottom of the page, duly signed by authorized officer of the firm.
Interested companies are to collect Tender documents from the Projects and Procurement Department Room 3 upon payment of a non-refundable Tender Fee of N10, 000.00 (Ten Thousand Naira Only) per Lot. Payment should be made through Remita platform accessible at http://www.remita.net. Click on pay a Federal Government Agency, type Export on the name of MDA and select NEPZA, select type of service and click on Tender Fees. Come along with evidence of payment. A copy of the payment receipt must be attached to each Financial Tender Document
Only the technical bids will be opened immediately after the deadline for submission at 12:00 noon on Monday, 18th August, 2021 at the address stated above. Every bidder should ensure a tender submission receiptis issued accordingly.
General Info:
a. Bids must be in English Language and signed by an official duly authorized by the bidder;
b. Bids submitted after the deadline of submission will be returned un-opened
c. Bidders should not bid for more than (2) Lots;
d. All costs will be borne by the bidder
e. 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 returned un-opened;
f. The Authority is not bound is 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