NIGERIA RAILWAY CORPORATION has floated a tender for Renovation/Upgrade of Railway Stations and Other Buildings Together with Associated Facilities. The project location is Nigeria and the tender is closing on 16 Apr 2020. The tender notice number is W04, while the TOT Ref Number is 41892539. 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 : Renovation/Upgrade of Railway Stations and Other Buildings Together with Associated Facilities

Deadline : 16 Apr 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 41892539

Document Ref. No. : W04

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIA RAILWAY CORPORATION
Nigerian Railway Corporation Railway Compound, Ebute-Metta Lagos, Nigeria. Tel: +(234) 9051902545, 9054427699
Nigeria
Email :info@nrc.gov.ng
URL :https://nrc.gov.ng/

Tender Details

Prequalifications are invited for Renovation/Upgrade of Railway Stations and Other Buildings Together with Associated Facilities.

LOCATION: Nationwide.

ELIGIBILITY CRITERIA
Prospective bidders should submit the following documents in their Technical profiles:
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Form CAC02 and CAC07;
b. Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years (2017, 2018 and 2019) valid till 31st December, 2020;
c. Evidence of current Pension Compliance Certificate valid till 31st December, 2020;
d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020;
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 30/06/2020 or valid Certificate issued by BPP;
g. A sworn affidavit
i. Certifying that the company is not in receivership, insolvency or bankruptcy.
ii. no officer of The Nigerian Railway Corporation or Bureau of Public Procurement is a Director or Shareholder or has any pecuniary interest in the bidder and that all information presented in the bid is true and correct in all particulars
iii. that none of the Directors of the Company has been convicted for criminal offence in relation to fraud or financial impropriety in any court in Nigeria or elsewhere.
h. Company’s Audited Account for the last three (3) years (2017, 2018 and 2019).
i. Evidence of financial capability to execute the project including Reference Letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
j. Company profile with the Curriculum Vitae of the Key Staff to be deployed for the project, including copies of their Academic/ Professional qualifications;
k. Company’s valid training license/certificate issued by Center for Management Development (CMD) – for Lot C03
l. Verifiable document evidence of at least three (3) years similar jobs executed in the last five (5) years including Letter of Award, Valuation Certificates, Job Completion Certificate and Photographs of the Projects;.
m. Evidence of valid registration with The National Insurance Commission (NAICOM) – for Lot C05;
n. Evidence of current registration with Financial reporting council of Nigerian for Lot 4
o. Consultancy Services: Evidence of registration with relevant professional body(ies)
p. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing among st others, the Registration number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letter Head Paper must bear Names and Nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.

4. SUBMISSION OF EOI DOCUMENT – CONSULTANCY SERVICES
Interested firms are to submit two (2) bound copies of Expression of Interest (EoI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to The Director, Procurement, Nigerian Railway Corporation, Ebute-Metta, Lagos and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated Tender Box in the Office of The Director, Procurement not later than 12:00 Noon, Thursday 16th of April, 2020.

5. SUBMISSION OF DOCUMENTS – GOODS & WORKS
Prospective bidders are to submit pre-qualification documents for each of the Lot desired; two (2) hard copies each of the technical bids packaged in sealed envelopes and clearly marked as “Prequalification”; and addressed to The Director, Procurement, Nigerian Railway Corporation, Ebute-Metta, Lagos and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and dropped in the designated Tender Box in the Office of The Director, Procurement not later than 12:00 Noon, Thursday 16th April, 2020.

6. OPENING OF EOI/PREQUALIFICATION DOCUMENTS
The EOI/Prequalification documents will be opened immediately after the deadlines for submission 12:00 Noon, Thursday, 16th April, 2020, at the Directors’ Block, Nigerian Railway Corporation, Ebute-Metta, Lagos in the presence of bidders or their representatives. Please, ensure that you sign the Bid Submission Register in the office the Director Procurement, as the Nigerian Railway Corporation will not be held liable for misplaced or wrongly submitted bids.

7. GENERAL INFORMATION
a. Bids must be in English Language and signed by an official authorized 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; failure to comply is automatic disqualification.
d. Consultancy Service: Only shortlisted firms will be contacted at a later date for collection of Request for proposals.
e. Goods & works: Only the pre-qualified bidders will be contacted at a later date for Financial Bids Opening, while Financial Bids of Unsuccessful Bidders will be returned un-opened;
f. Arrangement of technical documents in hard copies should follow the order in the list above and appropriately paged. The technical document should have a table of content indicating the pages, which these items are to be found. Failure to comply with this directive will result in disqualification of the bidder.
g. The Nigerian Railway Corporation 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 2007 Public Procurement ACT

Documents

 Tender Notice