Procurement Summary
Country : Nigeria
Summary : Procurement and Installation of 2 Units of 20 TNS of Reverse Osmosis Treatment Plant
Deadline : 04 Nov 2019
Other Information
Notice Type : Tender
TOT Ref.No.: 36807170
Document Ref. No. : H11
Competition : ICB
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Purchaser : MINISTRY OF NIGER DELTA AFFAIRS
Room 3A 0.15, Ground Floor, Fed Sec Complex, Phase 1 Shehu Shagari Way. Central Business District Abuja
Phone no 08032864166
Nigeria
Tender Details
Tenders are invited for Procurement and Installation of 2 Units of 20 Tns of Reverse Osmosis Treatment Plant for Ogheye Water Project, Warri North Lga, Delta State.
Payment of a non-refundable for of Ten Thousand Naira (N10, 000.00 only per lot in the Ministry’s TSA account, in any commercial Bank.
nterested Competent Contractors and Service Providers who wish to participate in the exercise are required to submit their Company’s profiles, including but not limited to the documents and should also be arranged in the same order
i. Evidence of Certificate of incorporation with Corporate Affairs Commission (CAC), Forms CAC2 and CAC7
ii. Evidence of Company Income Tax Clearance Certificates for the last three (3) years 2016 2017, 2018 valid till 31st December 2019
iii. Evidence of current Pension Compliance Certificate, valid till 31s December 2019
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate, valid tin 31st December, 2019
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate, valid till 31st December, 2019
vi. Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st Jan, 2020 invalid Certificate issued by the BPP
vii. Sworn Affidavit disclosing the following:
a. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Ministry of Niger Delta Affairs 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
b. That the Company is capable of carrying out the services in the Niger Delta region
c. That neither the Company nor any of its Directors is Bankrupt or in receivership and
d. That none of the Directors has been convicted in any court of law on any criminal offence
viii. Company’s Audited Accounts for the last Three years 2016, 2017 & 2018
ix. Evidence of Financial Capability to cut the project, by submission of reference letter from a reputable Commercial Bank, indicating the willingness to provide credit facility for the execution of the projects when needed
x. Company Profile, with Curriculum Vitae of Key Staff to be deployed for the project, including copies of their academic/Professional qualifications (COREN, ISBN, ARCON, CORBON etc.
xi. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five years, including letters of awards, valuation certificate. job completion certificates and photographer of the project
xii. List of Plants Equipment, with proof of ownership lease (where applicable)
xiii. All Bidder interested in Consultancy Service must submit reliable evidence of regulation with appreciate regulatory body such as COREN, ARCON, QSRBN, SURBON, etc along with current practicing license
xiv. Evidence of registration with the Federal Ministry of Environment to conduct EIA (For Lot E only) and
xv. Evidence of registration with the National Electricity Management Services Agency (NEMSA) Certificate for electrical installation Contractors
xvi. For supply of Equipment: Letter of Authorisation from Original Equipment Manufacturers (OEMs)
xvii. For Training Letter of Accreditation issued by Centre for Management Development (CMD)
xviii. For 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)
xix. Bidders are required to provide a verifiable statement on the Local Content of the Goods works or Services to be provided
xx. All Documents for submission must be transmitted with a covering forwarding letter on the Company’s/Firm’s Letter-headed paper bearing amongst others, the registration No (RC). Issued by the Corporate Affairs Commission (CAC). Contact Address Telephone No (preferably GSM NO) and e-mail address. The letter-headed paper must bear the names and Nationalities of the Directors of the Company at the bottom of the page and duly signed by the authorized officer of the Firm
Documents
Tender Notice