Invitation to Tender for Power Capital Projects at the Federal Ministry of Power

Posted by Future on Tue 20th Jul, 2021 - nigeriantenders.com


The Federal Ministry of Power invites qualified, interested and eligible contractors to indicate interest by submitting tender documents for the following projects:




The Federal Ministry of Power is the policy making arm of the Federal Government with the responsibility for the provision of power in the country. The Ministry in discharging this mandate is guided by the provisions of the National Electric Power Policy (NEPP) of 2001, the Electric Power Sector Reform (EPSR) Act of 2005, and the Road map for Power Sector Reform of August 2010.

Applications are invited for:

Title: Invitation to Tender for the Execution of Power Capital Projects Under the 2021 Capital Appropriation

Preamble
The Federal Ministry of Power Headquarters in furtherance of its statutory mandate intends to embark on the implementation of its Capital Projects under various Goods, Works and Services for the financial year 2021 in compliance to the Public Procurement Act(PPA), 2007.

Accordingly, the Ministry hereby invites qualified, interested and eligible contractors to participate in the tendering process for procurement of Works, Goods and Services projects under the Ministry’s 2021 Appropriation as specified in the summary  below and detailed in the Standard Bidding Documents (SBD) to be collected from the Ministry:

Summary of Projects (Goods, Works and Services) for Tender
Category A: Invitation to Tender- Goods:

Lot No / Project Description / Code
  • G1 / Supply of Empowerment Materials For Unemployed Youths in Egbado North Local Government Area,Ogun State /  GSDG1
  • G2 / Supply of Empowerment Materials for Unemployed Women in Egbado North Local Government Area,Ogun State / GDG2
Category B: Invitation to Tender- Works:
  • W1  /  Power improvement in Jalingo & Environs (Supply and Installation of 8Nos of 33/11/0.415KV Transformres at Babayawu Road, ATC/Bonzina road off Wukari road, Sabon Gari road Muslim Council Road, HON Saleh SA'AD Road off Wuro Sambo road) Jalingo, In Taraba State / RRDB1
  • W2 / Constructionof Off-Grid/On-Grid Renewable Energy Micro-Utility (Solar) at Obibiezena Autonomous Community in Owerri North L.G.A in Imo State / RRDB2
  • W3 / Procurement and Installation of 60KWMini Grid including three-in-one Monocrystalline Hghquality Solar street lights compliant with site location Climatic conditions and applicable IEC Industry standards in Ekwetekwe Ogbuinyagu Community,Ezza L.G.A Ebonyi State / RRDB3
  • W4 / Provision of Mini Grid for Egbanti, Lavun LGA in Niger State / RRDB4
  • W5 / Procurement and Installation of three-in-one Monocrystalline highquality solar street lights compliant with site location climatic condition and applicable IEC Industry standards in Umueze Anyawu Amaozalla, Uwani Afa, Udi LGA in Enugu State / RRDB5
  • W6 / Provision of three-in-one monocrystalline highqualitu solar strret lights compliant with site location climatic condition and applicable IEC Industry standards in Nwelem Echialike Ikwo Community, Ikwo LGA / RRDB6
  • W7 / Provision of three-in-one monocrystalline highqualitu solar strret lights compliant with site location climatic condition and applicable IEC Industry standards at Ayetoro Woun, Iboroin Egbado North LGA in Ogun State / RRDB7
  • W8 / Interlocking and spiral fencing of car port at the Federal Ministry of Power Headquaters (Power House) Abuja / RRDB1
  • W9 / Provision of three-in-one monocrystalline highqualitu solar street lights compliant with site location climatic condition and applicable IEC Industry standards in Ebiya-Unuhu Community Abakaliki LGA in Ebonyi State / RRDB8
  • W10 / Provision of three-in-one monocrystalline highqualitu solar street lights compliant with site location climatic condition and applicable IEC Industry standards in I, Kuso Yaba II,Esun/Baro III, Kutiriko Nagaie LGA and Iv. Kpada V.Gulu I. Cheku in Lapai LGA all in Niger State / RRDB9
  • W11 / Supply and Installation of 2 Nos of 500kVA Transformers in Odudu and Imafon communities in Akure Ondo State / RRDB1
  • W12 / Procurement and Installation of 60KW Mini-Grid including  three-in-one monocrystalline highqualitu solar street lights compliant with site location climatic condition and applicable IEC Industry standards in Umueze community Ezza North LGA(Hospital) / RRDB10
  • W13 / Suply and Installation of 5Nos of Transformers in Amankwo Eke, Ogu-Agu Eke, Umuoshishi Umoka Village Ofeke II in Udi LGA and Owa'Imezi Ezeagu LGA Enugu State / DSDB2
  • W14 / Supply and Installation of 3 Nos 500KVA Transormers inKabba Junction, Ajaokuta road and GRA Lokoja,Kogi State / DSDB3
  • W15 / Provision of three-in-one monocrystalline highqualitu solar street lights compliant with site location climatic condition and applicable IEC Industry standards in Oziza community, Afikpo North LGA.
  • W16 / Supply and installation of 3nos of transformers in Ugwucheleku ommunity in Ubuhu Okua Ihiala LGA Ibenbo Oraukwu Idemili North LGA and Obiagu Egbengwu Nimo in Njikoka LGA Anambra State / DSDB4
  • W17 / Supply and Installation of 7Nos Transformer in Apo Opposite Shafa Petrol Station, Apo resettlement zone E, JLife camp,Koroduma,Angwan TIV, Dutse Alahaji and Louisiana in Abuja / DSDB5
  • W18 /  Provision of three-in-one monocrystalline highqualitu solar street lights compliant with site location climatic condition and applicable IEC Industry standards in Enyigba Community, Abakaliki LGA in Ebonyi State / RRDB12
  • W19 / Supply and Installation of 3Nos of Transformer in Owode Housing Estate Extension Apata Ibadan, Iwo road in Ibadan and Oko Ope Mowe Obafemi Owode LGA Ogun State / DSDB6
  • W20 / Replacement and Maintenance of Air Conditioners at the Federal Ministry of Power Headquarters (Power House) Abuja. / GSDB2
  • W21 /  Provision of three-in-one monocrystalline highqualitu solar street lights compliant with site location climatic condition and applicable IEC Industry standards in Ekka Community, Ekka North LGA / RRDB13
  • W22 / Maintenance of Elevators at the federal Minisrty of Power Headquaters (Power Housing),Abuja / GSDB3
  • W23 / Supply and Installations of Elevators at the federal Ministry of Power Headquarters (Power House), Abuja. / GSGB4
  • W24 /  Provision of three-in-one monocrystalline highqualitu solar strret lights compliant with site location climatic condition and applicable IEC Industry standards  in Onunuweke, Ezekuna community, Ishelu LLGA / RRDB14
  • W25 / Maintenance of Toilets at the Federal Ministry of Power Headquaters (Power House), Abuja / GSDB5
  • W26 / Procurement and Installation of three-in-one monocrystalline highqualitu solar strret lights compliant with site location climatic condition and applicable IEC Industry standards in IOranto Village Ukpo, Oliolio road,Nsugbe,Anambra East LGA, Akpalagu Nsugbe- Afairuroad Njikoka LGA, Nzenuba Ukpo Dunukofia LGA allin Anambra state. / RRDB15
  • W27 /  Provision of three-in-one monocrystalline highqualitu solar street lights compliant with site location climatic condition and applicable IEC Industry standards in Onunweke, Omege community Ezza North / RRDB16
  • W28 / Supply and installation of 1 Nos 500KVA Transformers in Asaba town Delta State / DSDB7
  • W29 / Supply and Installation of 6 Nos 500kVA Transformers in Munaya Hospital in Ogoja, Utugwang in Obudu, Sankwala,Bayaga and Busanfrong including Construction of 850 meters of 33KV Line from Amunga to Uturu in Cross River State / DSDB7
Category C: Invitation for Pre-Qualification - Works:




  • P1 / Construction of 2x30MVA Substation Gwaram, Jigawa State / DSDB8
Eligibility Requirements
The general public may wish to be guided that at procurement activities of the Ministry shall be fully governed by the Public Procurement Act (PPA), 2007 and the Federal Government Executed Order on Transparency and Support for Local Content in public procurement where by the following minimum eligibility criteria are expected to be met by all prospective bidders:
  • Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) 
  • Evidence of current Tax Clearance Certificate for the last (5) years (2018, 20I9 and 2020) expiring on 31st December, 2021; reflecting minimum average annual turnover of:
    • Goods: (i) N20 Million for G1& G2;
    • Works: (i)N2BiIIion for P1; (ii)N200 Million for W(3,10,12); (iii)N130 MiIlion for W(17,26,29); (iv)N100 MiIlion for W(6,9,13,15,18,21,24,27); (v)N80 MiIIion for W(1,2); (vi)N65 Million forW(14,16,f 9,23,1; (vi)N40 Million for W(4,5.8,11 .28); and
    • N20 Million for the projects under works (W7,20,22,25).
  • Evidence of Pension Clearance Certificate valid till 31st December, 2021 (applicable where number of staff is at least 15):
  • Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2021 (applicable where number of staff is at Ieast  N50m turnover);
  • Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2021:
  • Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2021 or valid Certificate issued by BPP:
  • A Sworn Affidavit:
    • Disclosing whether or not any officer of the relevant committees of Federal Ministry of Power-or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder-and Its confirm that all information presented in its bid are true and correct in all particulars
    • That no partner/director has been convicted in any country for criminal offence related to fraudulent or corrupt practices, or criminal misrepresentation or falsification of facts relating to any matter;
  • A copy of the Treasury Receipt obtained from the Cash Office Section of Finance & Accounts Department, Federal Ministry of Power, Power House, Basement Floor, No, 14, Zambezi Crescent, Maitama. Abuja.
  • Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
  • Unabridged company Audited Annual Report for the last (3) years (2018,2019, and 2020) with average annual turnover corresponding to the turnovers in the Tax Clearance Certificate;
  •  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 etc.;
  • Evidence of valid Registration with Nigerian Electricity Management Services Agency (NEMSA) for projects in category B & C;
  • Verifiable documentary evidence of at least two (2) similar jobs executed in the last five (5) years including Letters of Awards. Valuation Certificates/Job Completion Certificates and Photographs of the projects
  • Works: List of Plants and Equipment with proof of Ownership/Lease;
  • Bids with values of #300 million and above for works and Bids with values of N1O0million and above for Goods must be accompanied with a 2% Bid Security; and
  • All documents far submission must be transmitted to the Ministry with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper duly signed by the authorised officer of the firm bearing amongst others the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM Number) and e-mail address, The letter Headed Paper must bear the Names and Nationalities of the Directors at the bottom of the page.
Collection of Tender Documents (Category A & B)
A non-refundable tender fee of Ten Thousand Naira (Ni0,000.00) only per Lot is payable by all interested bidders into the Federal Government Single Treasury Account (TSA) (Federal Ministry of Power) by following these procedures:
  • Make Payment online at: https://www.remita.net
  • Click on "Pay a Federal Government Agenc'’ and follow the instructions.
  • Obtain a Treasury Receipt from the Cash Office Section of Finance & Accounts Department, Federal Ministry of Power, Power House, Basement Floor, 14, Zambezi Crescent. Maitama,Abuja.
Interested bidders are to collect Standard Bidding Documents (SBD) from Room 425, Office of the Director Procurement, Federal Ministry of Power, Power House, 14, Zambezi Crescent, Maitama, Abuja, between 10am and 4pm, Mondays to Fridays, upon presentation of evidence of payment of the tender fee.

Opening of Bids
Category A & B: 12:00 noon on Monday, 16th August, 2021.
Category C: 12:00 noon on Monday, l6th August, 2021




at the Tender Secretariat, while the Financial bids will be unopened.

Application Closing Date
Category A & B: 12:00 noon on Monday, 16th August, 2021.
Category C: 12:00 noon on Monday, l6th August, 2021

Submission of Tender Documents (Category A & B)
Completed Technical and Financial bids (2 hard copies & 1 soft copy and the Soft Copies of Financial Bids must be in MS Excel) shall be submitted in two different sealed tamper proof envelopes, labelled Technical Bid” and ‘Financial Bid’ and both placed in a third envelope. The soft copies must not be scanned copies. All the three (3) envelopes should bear the Company name at the reverse side with the Project Name “and Lot No. at the Top Right-Hand corner of the envelope and addressed to:
The Secretary
Ministerial Tenders Board,




Procurement Department,
Room 425, Federal Ministry of Power,
Power House, 14, Zambezi Crescent,
Maitama, Abuja.
  • The documents should be deposited in the Tender Box at the Tender Secretariat, of the address stated above.
  • Bid Security should be provided along side wth financial bid in a separate envelope clearly labelled Bid Security submitted by name of the bidder” where this is required as stated 
Submission of Pre-qualification Document (Category C)
Prospective bidders are to submit pre-qualification document for each of the Lot desired; two (2) hard copies each of the technical bids packaged in sealed envelopes and clearly marked as "Technical Bid" and  clearly marked with (the name of the project and the Lot number). 

Futher more,the reverse of each sealed envelope should have the name and address of the bidder and dropped in the designated Tender Box at the 4th floor od the address stated above.
 




Additional Information
Please note that:
  • Bids must be in English Language and signed by Official assigned by the bidder.
  • The Ministry may verify any or all the claims made by applicants and shall disqualify any company whose claims are found to be false in addition to other sanctions that may be deemed necessary;
  • All costs incurred in responding to this advertisement shall be borne solely by the Bidders;
  • Two (2) hard copies and one (1) soft copy each for Technical and Financial bids are to be submitted for each lot applied for; soft copy for Financial Bid MUST Strictly be in Excel Format as issued in the Bid document;
  • Bidders should not bid for more than two(2) Lots:
  • Bid documents should be arranged in the order stated in para 3 above.
  • Non-compliance to the instructions in this advertisement and late submission of bid will lead to outright disqualification;
  • The Federal Ministry of Power will not be held liable for misplaced or wrongly submitted bids,
  • This advertisement shall not be construed as a commitment on the part of the Ministry to award contract to any bidder: and
  • Presence of bidders/representatives and members of the public shall not be required during the bid opening ceremony in compliance with CO VI D-19 Guidelines. The Bids Opening will be covered by video recording (link will be sent to bidders) with the presence of two (2) representatives of private sector professional bodies and Civil Society Organisation in the areas of Anti- Corruption/Transparency;
  • Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services);
  • 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
  • The Federal Ministry of Power Headquarters 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.
Industry

;
Category

;
State

;