Invitation for Pre-Qualification at the Niger Delta Power Holding Company Limited (NDPHC)

Posted by Future on Mon 10th Jan, 2022 - nigeriantenders.com


The Niger Delta Power Holding Company Limited (NDPHC) invites reputable and interested contractors with requisite expertise and experience to tender pre-qualification documents for the following works:




The Niger Delta Power Holding Company Limited (NDPHC), is incorporated under the Companies and Allied Matters Act as a private limited liability company with shareholding fully subscribed to by the Federal, State and Local Governments with a mandate to manage the power projects tagged "National Integrated Power Projects (NIPP)".

Applications are invited for:

Title: Invitation for Pre-Qualification

Preamble
The Niger Delta Power Holding Company Limited (NDPHC), a holding company for the National Integrated Power Project in compliance with the Public Procurement Act (PPA) 2007, hereby invites reputable and interested contractors with requisite expertise and experience to submit tenders for pre-qualification in the under-listed areas/projects.

Scope of Work
Category A: Goods:
  • Supply of Gigabit Ethernet Switches for Distributed Control System (DCS) Server (Lot 1)
  • Supply of Instrumentation and Control (I&C) Consumables (Lot 2)
  • Supply of Beddings (Lot 3)
  • Supply of Fire Truck (Lot 4)
  • Supply and Installation of Soft Furnishings (Lot 5)
  • Supply and Installation of Furniture (Lot 6)
  • Supply and Installation of Air Conditioners at the Power Plant (Lot 7)
  • Supply and Installation of Smoke Detectors (Lot 8)
  • Supply and Installation of Fire Detector, Suppression System and Smoke Detectors Around Gas Station (Lot 9)
  • Supply and Installation of Hydrant System and Pillars (Lot 10)
Category B: Works:
  • Renovation Works at the Administrative Blocks and Residential Quarters (Lot 11)
  • Recharging and Re-certification of the expired Plant Fire Extinguishers (Lot 12)
  • Procurement, Installation, Integration, and Commissioning of Gas Chromatographs and Ancillary Equipment (Lot 13)
  • Repair of Exhaust Stacks (Lot 14)
Category C: Services:
  • Pre-qualification as an insurer (underwriter) to provide insurance coverage as may be required by NDPHC(Lot 15)
  • Provision of Employee Training Services (Lot 16)
  • Provision of Cleaning Services at the Power Plants (Lot 17)
  • Provision of catering Services at the Power Plants (Lot 18)
  • Provision of Security Services at the Power Plants (Lot 19)
  • Provision of facility management services at the Power Plants (Lot 20)
  • Provision of waste management services at the Power Plants (Lot 21)
  • Provision of firefighting maintenance services at the Power Plants (Lot 22)
Eligibility Requirements




Prospective bidders are required to submit the following documents:
  • Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7. Business Name is also acceptable for Lot 16.
  • Evidence of Company Income's Tax Clearance Certificate (or Personal Income Tax Clearance Certificate for all the Partners in case of Business Name) for the last three (3) years valid till 31 December 2021; with a minimum average turnover of N50,000,000.00 (for works), N10,000,000.00 (for goods) and N5,000,000.00 (for Services).
  • Evidence of Pension Clearance Certificate valid till 31 December, 2021 (this requirement is only applicable to bidders whose number of staff is 15 and above);
  • Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2021 (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).
  • Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31 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 the Niger Delta Power Holding Company Limited 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.
  • Company's Audited Accounts for the last three (3) years - 2018, 2019, 2020.
  • Reference Letter from a reputable commercial bank in Nigeria indicating willingness to provide credit facility for the execution of 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 such as COREN, QSRBN, ARCON, CORBON etc.
  • 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;
  • Category B: List of Plants/Equipment with proof of Ownership/Lease.
  • For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs).
  • For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Certificate Certificate, ITF Compliance Certificate, NSITF Certificate Certificate, IRR & Sworn Affidavit are compulsory for each partner).
  • All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm's Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead 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.
  • Proximity to the Power Stations will be a major factor in the selection of the service providers for each Power Plant.
Failure to submit all documents stated above shall lead to the disqualification of the Bid. All interested underwriters seeking to be considered must satisfy as a minimum, the following conditions:
  • Be a Limited Liability Company registered with Corporate Affairs Commission (C.A.C) in Nigeria and licensed by the National Insurance Commission (NAICOM) to operate as an insurance company.
  • Have a minimum paid-up capital as approved by NAICOM for the different classes of insurance.
  • Certified True Copy by National Insurance Commission (NAICOM) of the company's current Licence as an insurer to transact general business within the last twelve months.
  • Be a good corporate citizen of Nigeria that pays its taxes as at when due.
  • Fulfill all statutory requirements to operate an underwriter, that is Evidence of registration with the Nigerian Insurers Association (NIA)
  • Insurance companies (underwriters) must have evidence of good business relationship with competent Re-Insurance broker(s)/underwriters and maintain adequate reinsurance treaty for the class of insurance it intends to bid with relevant experience in energy (power) business and access to international markets.
  • Description of re-insurance strategy, including use of rated re-insurance companies.
  • Have verifiable full-time employees with cognate experience in all classes of insurance.
  • Must have verifiable location addresses in Nigeria.
  • Insurance companies (underwriters) must satisfy the margin of solvency requirement as prescribed by the Insurance Act 2003.
  • A profile of management staff of the company with their qualifications and insurance working experience including technical staff.
  • A statement signed by the company's CEO of its staff strength and location addresses.
N/B: Failure to submit all documents stated above shall lead to the disqualification of the Bid.

Application Closing Date
12:00 Noon Monday, 24th January, 2022.
 
Opening of EOI and Technical Bids
The EOI and technical bids shall be opened immediately after the deadline for submission at 12:00 noon on Monday, 24 January 2022.

Submission of Documents (Goods & Works)




Bidders shall submit three (3) copies each, i.e. one (1) original and two (2) copies, in sealed envelopes marked with the appropriate project title, Lot Number, and Company Name at the Top Right Hand Corner addressed to the Secretary, NDPHC Tenders Board. The completed and sealed bid document should be submitted in the Tender Box at the Procurement Department on the 6th floor not later than the above stated date. Late Submission will be returned unopened.

Submission of EOI Documents (Services)
Interested firms are to submit three (3) bound of Expression of Interest (EOI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed as stated below and clearly marked with the name of the project and Lot number

Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and be dropped in the designated Tender Box not later than the above stated closing date.

All submissions should be addressed to:
The Secretary,
NDPHC Tenders Board Niger Delta Power Holding Company,
1490 Samuel Ademulegun Street,




Central Business District,
F.C.T - Abuja.

Notation
  • The documents should be arranged in the order listed in 2.0 above and clearly separated by dividers.
  • Certificates may be referred to the respective issuing authority for verification and authentication.
  • This advertisement should not be construed as a commitment or obligation on the part of NDPHC to award these contracts.
  • 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 Bid opening will be covered by video recording invitation link will be sent to bidders to join the bid opening) with the physical presence of two (2) representatives of private sector professional bodies and Civil Society organisations in the areas of Anti-corruption/Transparency.
  • Bidders can submit through Post-Courier Services (please note that NDPHC is not liable for any delay or loss of document).
  • Category A & B: Only pre-qualified bidders at technical evaluation will be invited at a later date for collection of tender documents.
  • Category C: Only shortlisted firms at EOI evaluation will be invited at a later date for collection of Request for Proposals.
  • All submission must be made only in English Language
  • This advertisement should not be construed as a commitment or obligation on the part of NDPHC to award these contracts.
  • NDPHC is not bound to consider any bid and reserves the right to reject all bids at any time prior to the Award of Contract or cancel the procurement proceeding in the public interest in line with Section 28 of the Public Procurement Act, 2007.
  • Further clarification on the advertisement should be directed to the Procurement Department, 6 Floor, NDPHC Corporate Headquarters, Plot 1490 Samuel Ademulegun Street, Central Business District, Abuja or by email via: proc@ndphc.net
Industry

;
Category

;
State

;