Procurement Summary
Country : Nigeria
Summary : Renovation and Upgrade of Nema Emergency Response and Ambulance Bay, Kubwa, Abuja
Deadline : 23 May 2019
Other Information
Notice Type : Tender
TOT Ref.No.: 32169244
Document Ref. No. :
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Tenders are invited for Renovation and Upgrade of Nema Emergency Response and Ambulance Bay, Kubwa, Abuja.
ELIGIBILITY REQUIREMENTS:
Interested and competent bidders are required to submit the following minimum qualification, which may be subjected to verification and due diligence by the Agency:
a. Evidence of certificate of Incorporation with the Corporate affairs Commission (CAC) including Forms CAC2 and CAC7
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December 2019, with a minimum average turnover of N70, 000, 000.00 only
c. Evidence of Current Pension compliance certificate valid till 31st December 2018
d. Evidence of current Industrial Training Fund (ITF) certificate valid till 31st December 2018
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) clearance certificate valid till 31st December 2019
f. Evidence of registration on the national Database of federal Contractors, consultants and service Providers by submission of Interim registration Report (IRR) expiring on 30/06/2019 or valid certificate issued by BPP
g. Sworn Affidavit :
– Disclosing whether or not any officer of the relevant committees of National Emergency Management Agency or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in the are true and correct in all particulars; and
– That the company does not have any Director who has been convicted in any court for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter.
h. Company’s Audited Accounts for the last three (3) years 2015, 2016, 2017, duly signed by licensed Auditors.
i. Evidence of financial capability to execute the project by submission or reference Letter from a reputable commercial bank in Nigeria indicting willingness to provide credit facility for the execution of the project when needed
j. Company profile with the Curriculum Vitae of key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (in case of construction: ARCON, COREN, CORBON & QSRBN compulsory);
k. Verifiable documentary evidence of at least Three (3) similar jobs on disposal of vehicles executed in the Last Five (5) years including letters of award, contract agreement, job completion certificates and photographs of the projects.
l. List of Plants/equipment with proof of Ownership/Lease (where applicable)
m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (all eligibility requirements are compulsory for each JV partners)
n. All documents for submission must be transmitted with a Covering/Forwarding Letter under the company’s Letter Head paper bearing amongst other, the Registration Number (RC), as issued by the Corporate Affairs Commission (CAC), contact Address, Telephone Numbers (preferable GSM No.) and valid e-mail address and official company’s address. The letterhead Paper must bear the Names, Nationalities and telephone number of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm.
GENERAL INFORMATION:
i. Bids must be in English Language and signed by an official authorized by the bidder
ii. Bids submitted after the deadline for submission would be returned un-opened
iii. All costs would be borne by the bidders
iv. Only pre-qualified bidders will be contacted at a later date for the financial bid opening, while financial bids of unsuccessful bidders will be returned un-opened;
v. NEMA is not bound to 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