NATIONAL ENVIRONMENTAL STANDARDS AND REGULATIONS ENFORCEMENT AGENCY (NESREA), ABUJA-
INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS
NATIONAL ENVIRONMENTAL STANDARDS AND REGULATIONS ENFORCEMENT AGENCY (NESREA)
56 LOME CRESCENT, WUSE ZONE 7, ABUJA
INVITATION TO TENDER
1. INTRODUCTION
The National Environmental Standards and Regulations Enforcement Agency (NESREA) is a governmental organization responsible for the protection and development of the environment, biodiversity conservation and sustainable development of Nigeria’s natural resources in general and environmental technology including coordination and liaison with relevant stakeholders within and outside Nigeria on matters of enforcement of environmental standards, regulations, rules, laws, policies and guidelines Experience and competent Suppliers and Contractors to submit bids for the following procurements under the Agency’s Capital Appropriation:
2. SCOPE OF WORKS/GOODS
Interested Suppliers Contractors are invited to indicate their interest in any of the following areas not exceeding two (2) Lots, contravention is automatic disqualification:
CATEGORY A: WORKS
Lot 1 | Rehabilitation of the Agency’s Zonal and Field Offices |
LOT 2 | Supply of Solar Power Street Lights in Six Communities Kwande/Ushongo Federal Constituency Benue State. |
LOT 3 | Provision and Installation of Solar Powered Borehole besides Chukwuebube Hospital, Kodape Karu LGA, Nasarawa State |
LOT 4 | Construction of Solar Powered Borehole Water Facilities in selected Communities in OyoCentral Senatorial District |
CATEGORY B: GOODS
LOT 5 | Procurement of Office Furniture for Headquarters, Zonal and Field Offices |
LOT 6 | Purchase of Operational Vehicles |
LOT 7 | Procurement of Personal Protective Equipment |
LOT 8 | Procurement of Laboratory Equipment for National Reference Laboratory in Port Harcourt and Kano. |
LOT 9 | Compliance Monitoring and Enforcement Programme |
LOT 10 | Procurement of Mobile and Stationary Environmental Testing and Control Equipment |
LOT 11 | Procurement of Office Equipment |
LOT 12 | Supply of Empowerment Materials for Women and Youths in Kwande/Ushongo Federal Constituency, Benue State |
LOT 13 | Environmental Education and Awareness Programme |
3. ELIGIBILITY REQUIREMENTS Interested bidders should submit the following documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder.
i. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7;
ii. Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till 31st December 2024
iii. Evidence of Pension Clearance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 15 and above).
iv. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024 (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);
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2024;
vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP;
vii. Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Federal College of Dental Technology and Therapy, Enugu or Bureau of Public Procurement (BPP) 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;
• That no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
viii. Company’s Audited Accounts for the last three years (2021,2022 & 2023);
ix. Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
x. Company’s profile with the curriculum Vitae of key staff to be deployed for the project, including copies of their academic/professional qualifications;
xi. Works: list of plants/equipment with proof of ownership/lease agreements
xii. For supply of equipment: Letter of Authorization as representatives of the Original Equipment Manufacturer (OEMs);
xiii. Only companies included in the National Automotive design and development Councils approved list of Local manufacturers of vehicles or their authorized representatives should bid for the vehicles;
xiv. For ICT Jobs: evidence of firm’s registration with the National Information Technology Development Agency (NITDA) and computer professionals Registration Council of Nigeria
xv. 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;
xvi. Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA);
xvii. Evidence of Remita payments for bidding documents; xviii. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
Note: All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email 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.
4. COLLECTION OF TENDER DOCUMENTS
All Standard Bidding Documents are to be collected from the Procurement Unit, Third Floor, NESREA Headquarters, Abuja upon presentation of evidence of payment of a non-refundable tender fee of Ten Thousand Naira (N10, 000.00) only per Lot, issued in favour of National Environmental Standards and Regulations Enforcement Agency (NESREA), Abuja through TSA. The Bidding Documents may be collected between the hours of 9am to 4pm Monday through Friday.
5. SUBMISSION OF TENDER DOCUMENTS
The Technical and Financial bids must be prepared as separate documents. Two (2) copies (marked “Original” and “Copy” each of the Technical and Financial bids must be SEPARATELY packaged in sealed envelopes, clearly marked as either “FINANCIAL” or “TECHNICAL” with the Lot number indicated as appropriate. These must then be put together in a single larger envelope, which should indicate the name and address of the bidder (i.e. Company Name and address) and be addressed to The Director General/CEO, NESREA Headquarters, No.56, Lomé Crescent, Wuse Zone 7, Abuja. Submissions are to be dropped in the designated Tender Box at the Agency’s Conference Room, Ground Floor, NESREA Headquarters, Abuja not later than 12:00 noon on Tuesday, 2nd April, 2024. Please, ensure that you sign the Bid Submission Register at the Procurement Office, Third Floor, NESREA Headquarters, Abuja, as NESREA will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the “Head of Procurement” NESREA Headquarters, No.56, Lomé Crescent, Wuse Zone 7. Abuja or E-mail: dg@nesrea.gov.ng
6. OPENING OF TECHNICAL BIDS
Only the technical bids will be opened immediately after the deadline for submission at 12:00noon on Tuesday, 2 April, 2024, at the Agency’s Conference Room, Ground Floor, NESREA Headquarters, Abuja, while the financial bids will be kept un-opened.
7. IMPORTANT INFORMATION
a. All Documents must be in English Language and signed by an official authorized by the bidder.
b. Late submission shall be returned un-opened;
c. Bidders should not bid for more than two (2) Lots, violation is automatic disqualification;
d. All costs will be borne by the bidders;
e. Standard Bidding Documents can also be collected in soft copies and Bidders can submit both hard and soft copies,
f. 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;
g. Technical and Financial Bids enclosed in one and same single envelope that will expose the Technical and Financial Bids at the same time of opening shall be disqualified.
h. Failure to comply with the above requirements shall automatically result in the disqualification of a bidder, and
i. National Environmental Standards and Regulations Enforcement Agency 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.
Signed
Director General/CEO
No Comments