Invitation to Tender for the Construction of Standard Stations for NNPC Retail Limited at the Nigerian National Petroleum Corporation (NNPC)

Posted by Future on Thu 23rd Sep, 2021 - nigeriantenders.com


The Nigerian National Petroleum Corporation (NNPC) invites experienced and qualified contractors to submit tender documents for the following projects:




The Nigerian National Petroleum Corporation (NNPC) is an integrated Oil and Gas company engaged in petroleum/gas exploration, refining and petrochemicals, transportation, storage and marketing.

Applications are invited for:

Title: Invitation to Tender for the Construction of Standard Stations for NNPC Retail Limited

Preamble
NNPC Retail Limited, a subsidiary of NNPC and a leading company in retail marketing of petroleum products in the Nigerian Downstream Industry seeks to increase its market share and improve market profitability through expansion of its retailing business with the Construction of Standard Stations in Nigeria. In compliance with the Public Procurement Act 2007, NNPC Retail Limited seeks to engage the services of an experienced and qualified contractors for the construction of Standard Stations at Enugu, Maiduguri, Yola, and Zaria.

Scope of Work
Lot 1: University of Nigeria Enugu Campus, Enugu State:

Civil Works:
  • Mobilization and demobilization of tools and equipment
  • Station building, with provision for NFR spaces, lube bay, Station Manager’s office, Cashier’s office with reinforced concrete strong room, Male & Female attendants change rooms and electrical room with associated mechanical & electrical fittings and fixtures.
  • Generator House with adequate spaces to accommodate two generators and inverter system, as well as main electrical panel.
  • Concrete forecourt/driveway, Station fence, drainage system, civil related work at tank farm, remote discharge chamber.
  • Construction of separate toilet for public convenience.
  • Provision of car wash and related accessories.
  • Construction of PMS, AGO & DPK Canopies with pump island and associated electrical & mechanical fittings.
  • Construction of ATM gallery.
  • Construction of concrete culverts with drainage's.
Mechanical Works:
  • Supply Installation of five (5) nos. 45,000Liters double skin steel underground tank, with leak detector, overfill control device and all connection accessories.
  • Supply & installation of five (5) nos. Double Nozzle Dispensing Pump (3 PMS-standard flow, 1 AGOhigh flow & 1 DPK-standard flow) {Wayne or Gilberco} with associated connections of Flexible pipes including red jacket submersible pump (1.5HP) with accessories and connections.
  • Supply & installation of 2Nos. 30KVA,64KW 380-400V, 3PH 50Hz soundproof Diesel Engine Generator.
  • Drilling of Borehole with water storage (surface & Overhead water tanks), overhead tank stand and related plumbing works.
Electrical Works:




  • Provision and installation of five (5) nos 5kva 220-240V-50/60hz APC UPS system.
  • Supply and installation of 15KVA 3Ph Hybrid inverter, 40 Nos 12 V 200Ah batteries, 60 nos 325w 24V Monocrystalline Solar panels (German or American Standard), change over, cabling and other accessories.
  • Supply & Installation of Main Electrical and Pump Panels (TYPE ABB/ Schneider) with associated switchgear & accessories.
  • Supply and installation of one (1) no. 20KVA, 3-Phase Automatic Voltage Regulator (AVR) to connected with the main electrical panel.
  • Supply & installation of 100KVA, 80KW 11/0.415KV outdoor, oil-immersed, air-cooled transformer with tapping @+7.5%, including all fixing accessories and associated armored cable & other accessories.
  • Provision of earthing system for all facilities(Transformer, Generator house, Main station building and each underground tank) and a retractable bonding cable at the discharge chamber area.
  • Supply and installation of S6.60 Indelec Prevectron 2 lightening Arrestor.
Telecommunications/Control Systems:
  • Provision of CCTV surveillance and LAN system.
  • Supply & installation of desktop intelligent petrol station control system & customer management and Automatic Tank Gauging System (Fusion & ATG).
Other Works:
  • Provision of safety equipment (extinguishers, sand buckets, fire hydrant, fire alarm system) and safety/caution signs.
  • Landscaping with PH grass/shrubs
  • Branding and signage.
  • Certification of all specialty items (Pressure test, calibration, earth resistivity test, etc.).
  • Test running/pre-commissioning and commissioning.
For more clarifications on the scope of work, please Click Here

Eligibility Requirements
  • Evidence of Company’s registration and Incorporation issued by the respective governing body, certified true copies of Memorandum and Articles of Association of the company, Particulars of Directors, certified true copies of statutory documents indicating ownership structure of company, name(s) of major shareholders and percentage shareholding.
  • Full details of Company profile and a signed letter of application on the company’s letterhead paper bearing amongst other, company’s current full address, active email address, functional telephone/mobile number etc and addressed to NNPC RETAIL LIMITED indicating interest.
  • Company’s Tax Clearance Certificate for the last three (3) years (2018, 2019 & 2020) expiring on 31st December 2021.
  • Evidence of compliance with the provisions of Industrial Training Fund (ITF) Amendment Act 2011 by inclusion of current copy of compliance certification from the Industrial Training Fund expiring on 31st December 2021 (where applicable).
  • Evidence of compliance with the Nigeria Social Insurance Trust Fund (NSITF) Act by inclusion of current copy of compliance certificate expiring on 31st December 2021
  • Evidence of compliance with PENCOM Reform Act 2004 by inclusion of valid Pension clearance certificate expiring on 31st December 2021 (where applicable).
  • Evidence of current Department of Petroleum Resources (DPR) registration certificate in relevant category to operate as a contractor in the oil industry.
Business Integrity Requirements
A prospective bidder shall make provision of sworn affidavit to support action as follows:
  • Disclosing whether or not any officer of the relevant committees of the Nigerian National Petroleum Corporation or the Bureau of Public Procurement 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.
  • To allow NNPC verify all claims made in your submission.
  • To allow NNPC verify that your organization is not in receivership, nor the subject of any form of insolvency of bankruptcy proceedings or the subject of any form of wrong up petition or proceedings.
  • To confirm that the company is not a replacement for a hitherto tax defaulting company.
  • A written statement confirming that your company does not have any Director who has been convicted in any country for a criminal offence relating to fraud or any financial impropriety or criminal misrepresentation of falsification of facts relating to any matter.
  • A written statement confirming that the firm does not have any existing loan or financial liability with a bank or other financial institution.
  • Certainty of business integrity and pre-signed undertaking to strictly comply with Nigerian Anti-Corruption laws in processing the bid and executing the contract if successful.
Financial Requirements
  • Evidence of Audited Accounts for the past three (3) years (2018, 2019, & 2020) including Income Statement, Balance Sheet and Cash Flow Statement
  • Bank Reference Letter indicating willingness to fund the project if awarded
  • Demonstration of a minimum average annual Turnover of at least N20 Million (Twenty million) naira only for the financial years ending: 2018, 2019 and 2020 respectively.
  • Demonstration of a minimum average annual Net worth of at least N10 Million (Ten million) naira only for the financial years ending: 2018, 2019 and 2020 respectively. 
Application Closing Date
12:00pm, 12th November, 2021.





Collection of Bid Document
All interested bidders are required to pay a mandatory non-refundable Tender Fee of Fifteen Thousand Naira (N15, 000.00) only, via the Remita Retrieval Reference- RRR portal through the Nigerian National Petroleum Corporation (NNPC), Group Treasury, page (Name of Service/ Purpose: - Please Select "Tender Fees") on the Remita Platform (www.remita.net) and thereafter scan a copy of their payment slip as evidence of  payment to: bidsubmission@nnpcgroup to be issued a detailed bid document via the NIPEX portal which forms part of this tender process and must be completed by all interested bidders.

Submission of Documents
All documents and proposals should be submitted online to: http://nipex-ng.com/downloads

Note
  • To be eligible for this tender exercise, interested bidders are required to submit the following mandatory details as outlined below to: SCMTenders@nipex.com.ng on or before 12:00 pm, Tuesday 12th October, 2021.
    • Company’s name
    • Company’s full address
    • Company’s authorized contact person(s) name to include
    • Phone number
    • Company’s e-mail address
  • The above is a mandatory requirement to register your company for participation in this tender process in the NNPC/NipeX tender process portal.
  • All interested company who do not provide the mandatory details as requested in the Section above as at 12:00 pm, Tuesday 12th October,2021, will no longer have access to the NNPC/NIPEX Portal.
  • Individual bidders would be duly notified on their registration in the NNPC/NIPEX tender portal. Thereafter, the bidder would have access to make their submissions on the NNPC/NipeX Tender Portal.
  • All documents should be submitted online through the electronic NNPC/NIPEX Tender Portal on or before 12:00 pm, Wednesday 12th November, 2021 to: ww.nipex-ng.com.
  • Only the technical bids shall be opened virtually, following the deadline for bids submission at 12:00 pm, Wednesday 12th November, 2021, using the NNPC Microsoft Teams.
  • In case of any unscheduled holiday on the Bid closing date, the deadline for submission of bids will take place on the next working day. Accordingly, the tender Closing Date/time will be extended to the next working day and time.
  • A detailed ITT document would be issued to all registered bidders on the NipeX portal. Note registration details is as indicated above.
  • All Portions of the tender document must be read in conjunction with this advertisement and full submissions of all information required should be provided by interested bidders.
Important Information
Interested parties must acknowledge and accept, with respect to this tender that:
  • NNPC will only accept documents received electronically via the designated NipeX portal. Bids received in any other form shall not be accepted.
  • Timely submission is the responsibility of the bidder.
  • At the deadline of bids submission, bidders will no longer have access on the NipeX portal to submit their bid.
  • The uploading of large electronic files may take time and as such, bidders must allow for sufficient time to fully transmit all files prior to the bid closing time.
  • All submissions must be in a readable PDF format. If electronic files containing the tender documents are corrupted, contain a virus or are unreadable for any reason NNPC reserves the right to reject the tender.
  • Firms are advised that NNPC Retail may not discover corrupted or unreadable files submitted via the NipeX portal until after the tender submission deadline.
  • NNPC is not responsible for errors or failures in the Bidder’s own systems, and No extension of the submission deadline or time will be granted.
  • NNPC accepts no responsibility for Bidder’s misunderstanding of the instructions or incorrect usage of the NipeX portal system.
  • All firms who have submitted their mandatory details and registered on the NipeX portal and external observers shall be invited to attend a virtual bid opening session through Microsoft Teams to be communicated.
  • NNPC shall deal directly with only authorized officers of the interested companies and not through individuals or agents.
  • The contractor shall bear all costs incurred to submit their Tender and any subsequent request for information.
  • This Invitation to tender process and any related process neither creates any commitment by NNPC nor establishes any legal relationship.
  • All information must be provided in English Language
  • Only shortlisted firms at bid evaluation will be invited at a later date for collection of commercial Proposals.
  • NNPC Retail is not bound to shortlist any firm 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

;