Installation of Solar Powered Street Light at Manayare, Kwara, Aiyetoro-Gbede, Odo-Ere,... Tender

NIGERIAN BUILDING AND ROAD RESEARCH INSTITUTE NBRRI, JABI-ABUJA has floated a tender for Installation of Solar Powered Street Light at Manayare, Kwara, Aiyetoro-Gbede, Odo-Ere, Ejuku, Mopa Township. The project location is Nigeria and the tender is closing on 22 Oct 2019. The tender notice number is LOT B50, while the TOT Ref Number is 36399046. 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 : Installation of Solar Powered Street Light at Manayare, Kwara, Aiyetoro-Gbede, Odo-Ere, Ejuku, Mopa Township

Deadline : 22 Oct 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 36399046

Document Ref. No. : LOT B50

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIAN BUILDING AND ROAD RESEARCH INSTITUTE NBRRI, JABI-ABUJA
The Director-General/Chief Executive Officer, Nigerian Building and Road Research Institute, NBRRI Administrative Headquarters, No. 10 NBRRI Road/1.T.Igbani Street, Off Obafemi Awolowo Way, Jabi Abuja Tel: 08051118062, 08037167796 and 08037445763, 08117940050
Nigeria

Tender Details

Tenders are invited for Installation of Solar Powered Street Light at Manayare, Kwara, Aiyetoro-Gbede, Odo-Ere, Ejuku, Mopa Township

ELIGIBILITY REQUIREMENTS
All bidders must meet the following minimum requirements
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including form CAC2 and CAC7
b. Evidence of Company Income Tax Clearance Certificate for the last three years valid31 December 2019:(2016, 2017 and 2018)
c. Evidence of current Pension Compliance Certificate valid till31stDecember 2019.
d. Evidence of current Industrial Training Fund (TTF) Compliance Certificate valid till 31stDecember 2019
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF Compliance certificatevalid till 31st December, 2019
f. Evidence of Registration on the National Database of dual Contractors. Consultants andService Providers by submission of Interim Registration Report (IRR) expiring on 31/1/2020or valid Certificate issued by BPP:
g. Sworn Affidavit disclosing whether or any officer of the relevant committees of NigerianBuilding and Road Research Institute (NBRRI) or the Bureau of Public Procurement is aformer or present Director shareholder or has any pecuniary interest in the bidder and toconfirm 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 Letterfrom a reputable commercial bank in Nigeria, indicating willingness to provide credit facilityfor the execution of the project when needed
j. Company’s Profile with Curriculum Vitae of key Staff to be deployed for the projectincluding copies of the Academic/professional qualifications: COREN, OSREN, ARCONCORBON 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 andphotographs of the projects
l. List of Plants Equipment with proof of Ownership/vbase (where applicable);
m. For Joint Venture Partnership Memorandum of Understanding (Mou) should be provided(CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF ComplianceCertificate, NSITF Compliance Certificate, IRR & Sworn Affidavit is compulsory for eacharepartner)
n. All documents for submission must be transmitted with a covering forwarding letter underthe company/firm’s Letter Head paper bearing among others, the registration Number RCIas issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number(preferably GSM NO and email address. The Letterhead paper must bear the Names andNationalities of the Director of the Company at the bottom of the page duly signed by theauthorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the standard Bidding Document (SBD) from Procurement Unit, First
NBRRI Administrative Headquarters, No. 10 NBRRI Road/L.T. Igbani Street, Off Obafemi Awolowo Way, Jabi Abuja on evidence of payment of non-refundable tender fee of N10, 000.00 per lot into the Nigerian Building and Road Research Institute’s Remita account (GIFMIS CODE 1000111668) in any reputable commercial bank in Nigeria.

5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each Lot desired, two (2No.) hard copies each of 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/Chief Executive Officer, Nigerian Building and Road Research Institute, NBRRI Administrative Headquarters, No. 10 NBRRI Road/1.T.Igbani Street, Off Obafemi Awolowo Way, Jabi Abuja, and clearly marked with (the name of the project and the 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 at the display center not later than 10:00am on Tuesday, 22 October, 2019.

6. OPENING OF TECHNICAL BIDS
The Technical bids will be opened immediately after the deadline for submission at 10:00am on Tuesday, 22 October, 2019, at NBRI Permanent Office No. 10, NBRI House, NBRRI/LT Igbani Street of Obafemi Awolowo Way, Jabi, Abuja, in the presence of bidders or their representatives, while the financial bids will be kept unopened. Please, ensure you sign the Bid submission Register in the Procurement Unit Office, as NBRRI will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please call the following numbers: 08051118062, 08037167796 and 08037445763, 08117940050

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. Bidders should not bid for more than two (2) Lots
d. All costs will be borne by the bidders;
e. Only the pre-qualified bidders at technical evaluation will be contacted at a later date forfinancialbids opening, while financial bids of un-successful bidders will be returned un-opened;
f. The Nigerian Building and Road Research Institute is not bound to pre-qualify any bidder andreserves the right to annul the procurement process at any time without incurring any liability inaccordance with Section 28 of the 2007 Public Procurement Act

Documents

 Tender Notice