NIGERIA EXPORT PROCESSING ZONES AUTHORITY has floated a tender for Supply and Installation of Prepaid Sub-Metering of Bulk Metered Facility. The project location is Nigeria and the tender is closing on 10 Feb 2020. The tender notice number is , while the TOT Ref Number is 39359352. 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 : Supply and Installation of Prepaid Sub-Metering of Bulk Metered Facility

Deadline : 10 Feb 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 39359352

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIA EXPORT PROCESSING ZONES AUTHORITY
No 2 Zambezi Crescent, off Aguiyi Ironsi Way, Cadastral Zone A6, behind Merit House Maitama, Abuja
Nigeria

Tender Details

Tenders are invited for The Supply and Installation of Prepaid Sub-Metering of Bulk Metered Facility with vending solution and the Low Voltage Synchronization and Automatic Power Transfer Switch Panels for Selected Generators.

Tender fee of N1 0, 000.00

CATEGORY B: KANO FREE TRADE ZONE
The Supply and Installation of Prepaid Sub-Metering of Bulk Metered Facility with vending solution and the Low Voltage Synchronization and Automatic Power Transfer Switch Panels for Selected Generators

ELIGIBILITY REQUIREMENTS
Interested Firms are required to submit Two (2) bound documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
a. Evidence of certificate of incorporation with the Corporate Affairs Commission (CAC) including form CAC2 and CAC7;
b. Evidence of Company Income Tax Clearance Certificate for the last three (3) years valid till 31st December (2019); with minimum average annual turnover of N2 Billion Naira for all Lots.
c. Evidence of current Pension Compliance Certificate valid till 31st December, 2019.
d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2019.
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance 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 31/1/2020 or valid certificate issued by BPP.
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of Nigeria Export Processing Zones Authority or the Bureau of Public Procurement is a former or present Director, Shareholders 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:
h. Company’s Audited Accounts for the last three (3) years – 2016/2017/2018;
i. Evidence of financial capability to execute the project by submission of Reference from a reputable commercial bank indicating willingness to provide credit facility for the execution for the project when needed:
j. Company’s Profile with the Curriculum Vitae of key staff to be deployed for the project, including copies of their Academic/professional qualifications.
k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five years (5) including letter of awards, valuation certificates, job completion certificates and photographs of the projects;
l. 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)
m. All documents for submission must be transmitted with a covering/ forwarding letter under the company/firms letter headed paper bearing amongst others, the Registration Number (RC) issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably Mobile Number) and e-mail address. The letter headed paper must bear the names of the nationalities of the directors of the company at the bottom of the page, duly signed by authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect Tender documents from the Procurement Unit, Room 3 on payment of a non-refundable tender fee of N10, 000.00 (Ten Thousand Naira Only) per Lot. Payment should be made through Remita platform accessible at http://www.remita.net. Click on pay a Federal Government Agency, type Export on the name of MDA and select NEPZA, select type of service and click on Tender Fees. Come along with evidence of payment. A copy of the payment receipt must be attached to each financial tender document.

5. SUBMISSION OF BIDS
Prospective bidders are to submit bid for each of the Lot desired, a hard copy each of the Technical and Financial bids packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope and addressed to: ‘The Managing Director, Nigeria Export Processing Zones Authority, No. 2 Zambezi Crescent, Off Aguiyi Ironsi Way, Cadastral Zone A6, Behind Merit House, Maitama, Abuja’ 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 not later than 12:00 noon on Monday, 10th February, 2020.

6. OPENING OF TECHNICAL BIDS
Only the technical bids will be opened immediately after the deadline for submission at 12:00 noon on Monday, 10th February, 2020 at the address stated above. Every bidder should ensure a tender submission form receipt is issued accordingly.

7. GENERAL INFORMATION
a. Bids must be in English Language and signed by an official duly authorized by the bidder
b. Bids submitted after the deadline of submission will be returned un-opened.
c. Bidders should not bid for more than two (2) Lots.
d. All costs will be borne by the bidders.
e. Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned unopened.
f. The Authority 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.

SIGNED
MANAGEMENT
NIGERIA EXPORT PROCESSING ZONES AUTHORITY

Documents

 Tender Notice