NATIONAL THEATRE
IGANMU, LAGOS
INVITATION TO TENDER FOR YEAR 2020 CAPITAL PROJECTS.
1.0 INTRODUCTION
The National Theatre, Iganmu, Lagos, in an attempt to continue to restore the edifice to its past glory, is desirous of executing its Year 2020 Projects. In compliance with the Public Procurement Act 2007, It hereby invites interested experienced and registered contractors/consultants to submit bids and expression of interest for the following approved projects:
2.0 SCOPE OF WORKS/GOODS/SERVICES
LOTS |
PROJECTS TITLE |
NATURE OF PROJECT |
MINIMUM AVERAGE TURNOVER |
|
|
GOODS |
WORKS |
SERVICES |
|
LOT 1 |
Supply and replacement of electrical and electronics parts at National Theatre |
GOODS |
|
|
|
LOT 2 |
Rehabilitation of civil works at the Roof Garden at the National Theatre |
|
WORKS |
|
N20m |
LOT 3 |
Training/Capacity building for National Theatre Management and Staff |
|
|
CONSULTANT SERVICES |
3.0 ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) including forms CAC2 and CAC7 (or CAC 1.1). Business Name is acceptable for Lot 3;
(b) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all Partners in case of Business Name) for the last 3 years (2017,2018 & 2019)expiring on 31 December, 2020;
(c) Evidence of Current Pension Compliance Certificate valid till 31 Dec. 2020.
(d) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till Dec. 2020.
(e) Evidence of Current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 Dec. 2020.
(f) Evidence of Registration on the National Database of Federal Contractors, Consultant and Service providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid certificate issued by BPP.
(g) Sworn Affidavit:
(i) Disclosing whether or not any officer of the relevant committee of National Theatre 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.
(ii) That the company is not in receivership, insolvent or bankrupt
(iii) That the company does not have Director who has been convicted in any court in Nigeria or any other country for criminal offences in relations to fraud or financial impropriety.
(h) Company’s Audited Accounts for the last three (3) years (2017,2018 & 2019).
(i) Evidence of Financial Capability to execute the project by submission of Reference Letter from reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed.
(j) Company’s Profile with the Curriculum Vitae or Key Staff to be deployed for the project including copies of their Academic/Professional qualification (in case of construction: COREN, DSRBN, ARCON, CORBON etc).
(k) 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.
(l) List of Plants/Equipment with proof of ownership/Lease (where applicable).
(m) For Consultancy Service: evidence of Firm’s registration with relevant professional body(ies);
(n) All documents for submission must be transmitted with a covering/forwarding letter under the company/firms 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 letter head 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.
You need to be logged in to view the rest of the content. Please
Log In. Not a Member?
Join Us