Invitation to Tender and Expression of Interest (EOI) for the Execution of Year 2021 Constituency Projects at the Nigeria Export Processing Zones Authority (NEPZA)

Posted by Future on Mon 27th Sep, 2021 - nigeriantenders.com


The Nigeria Export Processing Zones Authority (NEPZA)invites interested and reputable contractors with relevant experience to indicate interest by submitting EOI and Tender documents for the following works:




The Nigeria Export Processing Zones Authority (NEPZA) - We establish, license, regulate and operate highly efficient Free Zones by providing a highly competitive incentive scheme, excellent support facilities and service for the purpose of creating an enabling environment for export manufacturing and other commercial activities.

Applications are invited for:

Title: Invitation to Tender and Expression of Interest (EOI) for the Execution of Year 2021 Constituency Projects

Preamble

The Nigeria Export Processing Zones Authority (NEPZA) hereby invites interested reputable contractors with relevant experience to submit Technical and Financial bids for the execution of the under-listed projects located in the respective Constituencies across the country.

Scope of Work
Lot No. / Project Description:
 
Lagos State:
  • Const/Adv/LAG/21/01: Rehabilitation of Roads in Eti Osa Federal Constituency, Lagos
  • Const/Adv/LAG/21/02: Rehabilitation of Roads in Apapa Federal Constituency, Lagos
  • Const/Adv/LAG/21/03: Rehabilitation of Roads in Ajeromi Ifelodun Federal Constituency, Lagos
  • Const/Adv/LAG/21/04: Rehabilitation of Roads in Mushin 2 Federal Constituency, Lagos
  • Const/Adv/LAG/21/05: Rehabilitation of Roads in Oshodi, Isolo 2 Federal Constituency, Lagos
  • Const/Adv/LAG/21/06: Rehabilitation of Roads in Alimosho Federal Constituency, Lagos
  • Const/Adv/LAG/21/07: Rehabilitation of Roads in Agege Federal Constituency, Lagos
  • Const/Adv/LAG/21/08: Social Intervention Program for Entrepreneurs in selected locations in Lagos 
Benue State:
  • Const/Adv/BEN/21/01: Rehabilitation of Roads in Ado/Okpokwu/Ogbadibo Federal Constituency, Benue 
  • Const/Adv/BEN/21/02: Supply of Empowerment Materials for Youths and Women in Benue South, Benue 
  • Const/Adv/BEN/21/03: Reconstruction of 20km Dilapidated Road with Associated Drainage Works from Obekpa-Ikpogo-Okpafe-Omadewu-Eboya-Iwewe in Okpokwu LG, Benue South Senatorial District, Benue 
  • Const/Adv/BEN/21/04: Training and Empowerment in Snails and Grass Cutter production in Katsina Ala/Ukum/Logo Federal Constituency, Benue State 
  • Const/Adv/BEN/21/05: Supply of Corn Milling/Grinding Machines and 2.5KVA Generators for Artisanal Women in Katsina Ala/Ukum/Logo Fed. Constituency, Benue State 
Ondo State:
  • Const/Adv/OND/21/01 Construction of Library at Ondo West Federal Constituency, Ondo State 
Oyo State:
  • Const/Adv/OYO/21/01 Rehabilitation of Roads in Ibadan North Federal Constituency, Oyo 
Borno State:
  • Const/Adv/BRN/21/01 Provision of Empowerment Materials in Borno State 
Osun State:




  • Const/Adv/OSN/21/01: Construction of 30km Access Road with Associated Drainage Works from Idominiosi-Ibokun-Imesi-Ile-Esa-Oke, Osun East, Osun State 
  • Const/Adv/OSN/21/02: Purchase of Mini Buses for Empowerment in Osun East Senatorial District 
  • Const/Adv/OSN/21/03: Construction of mini power station in Ife South/Ife North in Osun East Senatorial District, Osun State 
  • Const/Adv/OSN/21/04: Empowerment of Women and Youths in Agric Tech for Export Products in Osun East Senatorial District, Osun State 
  • Const/Adv/OSN/21/05: Construction of 30km Access Road with Associated Drainage Works from Atorin-Lapaede-Facforigi, Atakuniosa East LGA, Osun East, Osun State 
  • Const/Adv/21/01: Supply of 100 CC Motor Cycles and Deep Freezers to Empower farmers in the Six Geo-Political Zones 
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: 
  • Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7.
  • Evidence of Company Income's Tax Clearance Certificate for the last three (3) years valid till 31st December, 2021.
  • Evidence of Pension Clearance Certificate valid till 31 '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 least 5 orat least 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.
  • 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.
  • Company's Audited Accounts for the last three (3) years- 2018, 2019, 2020.
  • Reference from a reputable commercial bank indicating willingness to provide credit facility for the execution for the project when needed.
  • Company's Profile with the Curriculum Vitae of key staff to be deployed for the project, including copies of their Academic/Professional qualifications.
  • 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. 
  • Only companies included in the National Automotive Design and Development Council's approved list of local manufacturers of vehicles or their authorised representatives should bid for the vehicles.
  • 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 iV partner).
  • 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. 
Application Closing Date (EOI)
12:00 noon Monday, 11th October, 2021.

Application Closing Date (Goods and Works)
12:00 noon Monday, 8th November, 2021.

Collection of Tender Documents (Goods and Works) 
Interested companies are to collect Tender documents from the Projects and Procurement Department, Room 3 upon payment of a non-refundable Tender Fee of N10,000.00 (Ten Thousand Naira Only) per Lot. 





This also applies to the Request for Proposal (RFP). 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.

Opening of EOI nad Technical Bids
The EOI will be opened immediately after the deadline for submission at 12:00 noon on Monday, 11 th October, 2021 in the meeting hall, 1st floor, NEPZA Building, Maitama, Abuja in the presence of bidders or their representatives while the Technical bids will also be th opened immediately after the deadline for submission at 12:00 noon on Monday, 8 November, 2021. Please ensure that you sign the Bid Submission Register in the office, as the Authority will not be held liable for misplaced or wrongly submitted Bids. 

Submission of EOI Documents
Interested firms are to submit Two (2) bound copies of Expression of Interest (EOI) documents separated by dividers and arranged as indicated in (3) above. The documents are to be submitted in a sealed envelope, clearly marked with the title of the project and addressed to: 
The Managing Director, 
Nigeria Export Processing Zones Authority, 
No. 2 Zambezi Crescent, 




Off Aguiyi Ironsi Way, 
Cadastral ZoneA6, 
Behind Merit House, 
Maitama - (FCT) Abuja.

Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box. Every bidder should ensure a tender submission form receipt is issued accordingly. 

Submission of Bids (Goods and Works) 
Prospective bidders are to submit bid for each of the Lot desired, a hard copy each of the Technical and Financial bids packaged separately sealed envelopes and clearly marked as "Technical Bid" or "Financial bid". Thereafter, put the two sealed envelopes clearly marked with the name of the project and the Lot number 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- (FCT) Abuja 

Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated Tender Box. Every bidder should ensure a tender submission form receipt is issued accordingly.

General Information




  • Bids must be in English Language and signed by an official duly authorised by the bidder.
  • Bids submitted after the deadline of submission will be returned un-opened.
  • Bidders should not bid for more than two (2) Lots.
  • All costs will be borne by the bidders .
  • Presence of bidders/representatives and members of the public shall not be required during the bid opening ceremony in compliance with COVID-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).
  • Goods & Works: Only pre-qualified bidders at technical evaluation will be invited at a later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened.
  • Services: Only shortlisted firms will be invited ata later date for collection of Request for Proposals.
  • The Authority 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 Section 28 of the Public Procurement Act, 2007.
Industry

;
Category

;
State

;