MINISTRY OF MINES AND STEELS DEVELOPMENT has floated a tender for Provision of Road Infrastructure in Mining Communities. The project location is Nigeria and the tender is closing on 05 Jul 2021. The tender notice number is , while the TOT Ref Number is 53635218. 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 Road Infrastructure in Mining Communities

Deadline : 05 Jul 2021

Other Information

Notice Type : Tender

TOT Ref.No.: 53635218

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MINISTRY OF MINES AND STEELS DEVELOPMENT
No. 2, Luanda Crescent, off Ademola Adetokunbo Crescent, Wuse II, Abuja Phone: +234 9 523 9064.
Nigeria

Tender Details

Tenders are invited for Provision of Road Infrastructure in Mining Communities in Nasarawa South Senatorial Districts, Nasarawa State

Interested bidders are to collect the Standard Bidding Document (SBD) from the office of the Director (Procurement), Procurement Department, Block A, Flat 3, MINDIVER Building, Ministry of Mines and Steel Development, Wuse II, Abuja upon presenting evidence of payment of non- refundable Tender Fee of N10, 000.00 (Ten Thousand Naira) only, per Lot, paid into the TSA of the Ministry of Mines and Steel Development in any reputable commercial Bank in Nigeria, (The TSA Account Number is to be obtained from the Ministry-s Finance and Accounts Department). Collection of SBDs is from 9:00 a.m. to 3:00 p.m. on working days.

All submissions must be accompanied with the following documents:-
(i) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC2 and CAC7.
(ii) Evidence of current Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years (2018, 2019, 2020) expiring on 31 December, 2021.
(iii) Evidence of Pension Clearance Certificate valid till 31 December, 2021.
(iv) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2021.
(v) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance valid till 31 December, 2021.
(vi) Evidence of registration on the National Database of Federal Contractors, Consultants, and Service providers by submission of Interim Registration (IRR) expiring 31 December, 2021 or valid Certificate issued by BPP.
(vii) A Sworn Affidavit:
• disclosing whether or not any officer of the relevant committees of the Ministry of Mines and Steel Development or 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;
• that no Partner/Director has been convicted in any Country for criminal offences related to fraudulent or corrupt practices, misrepresentation or falsification of facts relating to any matter;
• that the Company is not under receivership, the subject of any winding up petition or proceedings, insolvency or Bankruptcy;
(viii) Company-s Audited Accounts for the last three (3) years (2018, 2019 & 2020) stamped and signed by a duly registered auditor;
(ix) Reference letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project;
(x) 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 COMEG, COREN, QSRBN, ARCON, CORBON;
(xi) 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.
(xii) Works: List of Plants/Equipment with proof Ownership/ Lease:
(xiii) For Supply of Equipment: Letter of Authorization from the Original Equipment Manufacturers (OEMs);
(xiv) For Provision of Transformers: Valid certificate from Nigerian Electricity Management Services Agency (NEMSA);
(xv) 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 supply of vehicles;
(xvi) For Cleaning Service: Evidence of Firm-s current registration with Environmental Health Officers Registration Council (EHORECON)
(xvii) For Security Service: Evidence of Firm-s current registration with Nigeria Security and Civil Defence Corps (NSCDC)
(xviii) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided. Submission of valid eligibility documents listed in (i - vii) above is compulsory- for each partner;
(xix) All EOI/Tender 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 Cooperate Affairs Commission (CAC), contact address, telephone number (preferably GSM number), and e-mail address. The Letter-head Paper must bear the Names and Nationalities of all the Directors of the Company at the bottom of the page. The covering/forwarding letter must be signed by the person duly authorized to so act on behalf of the company/firm, and addressed to: The Permanent Secretary, Ministry of Mines and Steel Development, No. 2, Luanda Crescent, Off Adetokunbo Ademola Crescent, Wuse II, Abuja.

General Information:
(i) Bids and Expressions of Interest must be in English Language and the Bid/EOI Submission letter must be signed by a person duly authorized by the bidder to so act;
(ii) Bids and Expressions of Interest submitted after the deadline for submission would be returned unopened;
(iii) Bidders must not bid for more than two (2) Lots;
(iv) Presence of bidders/representatives and members of the public shall not be required during the Bid/EOI opening exercises in compliance with COVID-19 Guidelines. The Bid/EOI opening will be covered by video recording (link will be sent to bidders) with the presence of two (2) representatives of private sector professional bodies and Civil Society Organisation in the areas of Anti-Corruption/Transparency;
(v) Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services);
(vi) For Categories A-C: only pre-qualified bidders at technical evaluation will he invited at a later date for financial bids opening, while the financial bids of unsuccessful bidders will be returned un-opened;
(vii) For Category- D: only shortlisted companies will be invited at a later date for collection of Standard Request for Proposals (RfPs);
(viii) All costs will be borne by the bidders as the Ministry of Mines and Steel Development will not be liable for any cost or expenses incurred by any bidder/interested party(ies) in connection with any response to this invitation;
(ix) All documents submitted may be referred to relevant agencies for verification;
(x) The Ministry of Mines and Steel Development is not bound to pre-qualify/shortlist 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;
(xi) Non-compliance with the Conditions stated herein will lead to automatic disqualification of the Bidder from the bidding process;
For further enquiries, please contact Procurement Department between 9:00 a.m. and 3:00p.m. on working days.

Documents

 Tender Notice