Procurement Summary
Country : Nigeria
Summary : Pilot Project: Power Generation
Deadline : 08 Aug 2023
Other Information
Notice Type : Tender
TOT Ref.No.: 84951333
Document Ref. No. : LOT A23
Competition : ICB
Financier : Self Financed
Purchaser Ownership : Public
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 Pilot Project: Power Generation at Downstream of Univeristy of Ilorin Small Dam Using Hydrokinetic Turbines System and Low Head Turbine (Cross Flow Turbines (National Centre for Hydropower Research and Development, University of Ilorin
The following requirements for tender shall be submitted;
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7;
b) Evidence of Company-s Income Tax Clearance Certificates for the last three (3) years) valid till 31st December 2023;
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (this requirement is only applicable to bidders whose number of staff is 15 and above).
d) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2023 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder-s annual turnover is N50m and above);
e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP;
g) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Energy Commission of Nigeria or Bureau of Public Procurement (BPP) 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 director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
h) Company-s Audited Accounts for the last three years (2020, 2021 & 2022);
i) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of 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 such as COREN, QSRBN, ARCON, CORBON
k) 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;
l) List of plants/equipment with proof of ownership/lease agreement
m) Category C: evidence of firm-s current registration/accreditation issued by the relevant regulatory professional body(ies) such as CMD, COREN, QSRBN, ARCON, CORBON, NITDA etc
n) Evidence of current NEMSA licence for contractors in the Electric Power Sector issued by the Nigeria Electricity Management Services Agency (NEMSA);
o) Only companies included in the National Automotive design and development Councils approved list of Local manufacturers of vehicles or their authorized representatives should bid for the vehicles;
p) For supply of equipment: Letter of authorization as representative of the original equipment manufacturer (OEMs)
q) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
r) All documents for submission must be submitted with a Covering/Forwarding letter under the Company-s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head paper must bear the Names and Nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.
Interested companies are to collect the Standard Bidding Document (SBD) from the Office of the Secretary, Public Procurement Unit, Ground floor, 0.011 Energy Commission of Nigeria on evidence of payment of a non-refundable fee of N10, 000.00 per lot, paid into the Energy Commission of Nigeri-a remita account in any commercial bank, prospective bidders for category C are Not expected to pay at this stage except when shortlisted for request for proposal (RFP)
Note:
a) Bids/EOI must be in English Language and signed by an official authorized by the bidder;
b) Bids/EOI submitted after the deadline for submission would be returned unopened;
c) Outcome of the procurement process will be publicly displayed on the commission-s Notice Boards.
d) All bids are expected to include ORIGINAL COPIES of the receipt of tender fee in their financial bid envelopes
e) Companies and Bidders shall not apply for more than two (2) Lots;
f) Unsigned bids will be disqualified. All bids are advised to be paginated and signed.
g) All cost will be borne by the bidders;
h) Submission of bidding document is not a guarantee for the award of contract.
i) Standard Bidding Documents can also be collected in soft copies. Failure to adhere to the instruction in the FGN Standard Bidding Documents adapted for this procurement shall result in disqualification Bidder.
j) All submissions would be verified from the relevant Agencies like Federal Inland Revenue (FIRS, BPP etc.
k) This publication does not constitute an offer, nor does it constitute a commitment or obligation on the part of the Commission,
l) The EOIs/Technical Bids will be opened in the presence of CSOs and Professional bodies and covered by video recording: invitation link will be sent to bidder who chooses to join the EOP-s/bid opening online;
m) Goods & Works: Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
n) Services: Only shortlisted consultants will be invited at a later date for collection of request of proposals;
o) The Energy Commission of Nigeria is not bound to prequalify and bidder 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