NIGERIAN CORRECTIONAL SERVICE has floated a tender for Provision of Electricity at Enugu Borstal. The project location is Nigeria and the tender is closing on 22 Oct 2019. The tender notice number is NPS/W&L/W/031, while the TOT Ref Number is 36332972. 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 : Provision of Electricity at Enugu Borstal

Deadline : 22 Oct 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 36332972

Document Ref. No. : NPS/W&L/W/031

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIAN CORRECTIONAL SERVICE
Bill Clinton Drive, Airport Road, Abuja
Nigeria

Tender Details

Prequalifications are invited for Provision of Electricity at Enugu Borstal

ELIGIBILITY REQUIREMENTS
Interested and competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out the projects listed under the two (2) categories above are required to submit the following documents in their prequalification/Technical Bids which will be subjected to verification and due diligence by the Nigerian Correctional Service:

1. Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) including Form CAC2 and CAC7;

2. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years ((2016, 2017 & 2018) valid till 31stDecember, 2019; with minimum average turnover of N400m for Category ‘A’ and N100m for Category ‘B’;

3. Evidence of Current Pension Compliance Certificate valid till 31stDecember, 2019;

4. Evidence of current Industrial Training Fund (ITF) Certificate valid till 31stDecember, 2019.

5. Evidence of current National Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31stDecember, 2019.

6. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) issued by the Bureau of Public Procurement expiring 31/1/2020 or valid Certificate issued by BPP.

7. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Nigerian Correctional Service 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;

8. Company’s Audited Accounts for the last three (3) years – (2016, 2017 & 2018);

9. Evidence of financial capability 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;

10. Company profile with the curriculum vitae of key staff to be deployed for the project, including copies of academic and professional qualifications (in case of Construction: COREN, QSRBN, ARCON, CORBON, etc.);

11. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and Photographs of the Projects;

12. Evidence of Plants/Equipment with proof of Ownership/Lease (where applicable);

13. 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).

14. 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 Numbers (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 and duly signed by the authorized of the company.

COLLECTION OF TENDER DOCUMENTS (CATEGORY B)
Interested companies are to collect the Standard Bidding Document (SBD) from the Technical Unit of the Procurement Department (Capital) 1stFloor, Room 111 – Correctional National Headquarters, Bill Clinton Drive, Airport Road, Abuja on evidence of payment of a non-refundable fee of N10, 000.00 per Lot, paid into TSAthrough the Nigerian Correctional Service’s Remita CODE No. 1000082548 in any Commercial Bank and Treasury Receipt obtained from Nigerian Correctional Service Cash Office.

Note that Bidders for Category A are not required to pay for Bidding Document until after pre-qualification.

Documents

 Tender Notice