Procurement Summary
Country : Nigeria
Summary : Sandfill of the Site for the Proposed Development of NCDMB Nigerian Oil and Gas Parks Scheme (NOGAPS)
Deadline : 05 Sep 2022
Other Information
Notice Type : Tender
TOT Ref.No.: 69526933
Document Ref. No. :
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 Sandfill of the Site for the Proposed Development of NCDMB Nigerian Oil and Gas Parks Scheme (NOGAPS) situated along Sanubi - Orogun Road, Ugheli, Delta State
Note:
a. EOIs/Bids must be in English Language and signed by an official authorized by the bidder.
b. Bid submitted after the deadline for submission would be returned un-opened
c. All cost will be borne by the bidders
d. Attendees at the bid opening shall be required to wash hands, use hand sanitizer, wear mask and observe physical distancing. The bids opening in the presence of observers will be covered by video recording and invitation link will be sent to bidders who choose to join the bid opening online
e. Category A: 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 un-opened;
f. Category B : only shortlisted firms will be invited at a later date for collection of Request for Proposals (RfPs);
g. A company cannot bid for more than one two lots;
h. The NCDMB 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 the section 28 of the Public Procurement Act, 2007.
Interested bidders are to collect Bid documents from the Procurement Dept. upon the presentation of evidence of payment of a non-refundable tender fee of N10, 000.00 (Ten Thousand Naira) only. This payment can be made via various payment channels or through any bank as stated below: www.remita.net- click on pay FGN who do you want to pay: Nigerian Content Development and Monitoring Board. Name of service/purpose: tender fees - paste - 023200700100. Complete the form to obtain RRR Number and make payment - before the closing date on this advert.
Interested firms should submit the following documents:
i. Evidence of certificate of Incorporation issued by Corporate Affairs Commissions (CAC) including form CAC1.1 or CAC2&7. Business name is acceptable for services;
ii. Evidence of Company-s Income Tax Clearance Certificate (or personal income tax clearance certificates of all the partners in case of business name) for the last three years (2019, 2020, 2021) valid till 31st December 2022;
iii. Evidence of Pension Clearance Certificate valid till December 31st (this requirement is only applicable to bidders whose number of staff is 15 and above)
iv. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2022(this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder-s annual turnover of N50million and above);
v. Evidence of Nigerian Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2022;
vi. Evidence of DPR/NUPRC/NMDPRA Permit valid till 31st December 2022;
vii. 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/ 2022, or valid certificate issued by BPP;
viii. Sworn affidavit
disclosing whether or not any officer of the relevant committees of the Nigerian Content Development and Monitoring Board (NCDMB) or the Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the bidder and has to confirm that all information presented in its bid are true and correct in all particulars.
That no Director has been convicted in any country for criminal offence related to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
That the company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings;
That the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four months;
ix. Company-s audited accounts for the last three years (2019, 2020 and 2021) duly acknowledged by the Federal Inland Revenue Service (FIRS);
x. Reference letter from a reputable commercial bank in Nigeria indicating willingness to provide credit facility for the execution of the project when needed;
xi. Company-s profile with list of key technical personnel of the company, the Curriculum Vitae of key staff to be deployed for the project, including copies of their Academic qualifications and relevant Professional certification;
xii. Verifiable documentary evidence of at least three similar jobs executed in the past five years including letters of Awards, Valuation certificates, job completion certificates and photographs of the projects;
xiii. Works: List of plants /equipment with proof of ownership/lease agreement;
xiv. Evidence of Consultants- current registration issued by relevant regulatory professional body(ies) such as COREN, QSRBN, ARCON, CORBON etc.;
xv. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
xvi. All documents for submission must be transmitted with a covering/forwarding letter under the company/firm-s letter head papers bearing amongst others, the registration number (RC) as issued by Corporate Affairs Commission (CAC), contact address, telephone number (preferably GSM No) and e-mail address.
Documents
Tender Notice