Background Image

PROJECTS DEVELOPMENT INSTITUTE (PRODA), ENUGU-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

PROJECTS DEVELOPMENT INSTITUTE (PRODA), ENUGU
(FEDERAL MINISTRY OF INNOVATION, SCIENCE AND TECHNOLOGY )
PRODA HEADQUARTER
PRODA ROAD, P. M. B 01609, EMENE INDUSTRIAL LAOUT, OFF ENUGU/ABAKALIKI
EXPRESSWAY, EMENE, ENUGU STATE
INVITATION TO TENDER

1. INTRODUCTION
The Projects Development Institute, (PRODA) Enugu, a parastatal under the Federal Ministry Of Science, Technology And Innovation is desirous of carrying out its capital projects under the 2024 supplementary budget. In compliance with the public procurement act 2007, the institute wishes to invite interested, qualified, reputable and eligible contractors, vendors and suppliers, with relevant experiences to bid for the procurement and execution of the under listed projects:

2. SCOPE OF WORKS & GOODS

S/NBUDGET CODELOT NOPROJECTS DESCRIPTION
1ERGP21250331W526PROPOSED COMPLETION OF NKEREFI BRIDGE IN NKANU EAST LGA, ENUGU STATE
2ERGP21250332W527PROPOSED COMPLETION OF AKEGBE UGWU MINI BRIDGE IN UMUOKWO, AKEGBE UGWU NKANU WEST LGA, ENUGU STATE
3ERGP21250333W528CONSTRUCTION AND INSTALLATION OF SOLAR STREET LIGHTS AT VARIOUS LOCATIONS IN ENUGU STATE
4ERGP21250405W529CONSTRUCTION AND INSTALLATION OF SOLAR-POWERED STREETLIGHTS AT AKUGBENE COMMUNITY IN BOMADI LGA, DELTA STATE
5ERGP212449763S162SUPPLY OF RICE TO IGBO-ETITI/UZO-UWANI FEDERAL CONSTITUENCY, ENUGU STATE
6ERGP21249925S163SUPPLY OF FOODSTUFFS, RICE, BEANS, GARRI AND NOODLES IN ISOKO FEDERAL CONSTITUENCY

3. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following documents:

a. Evidence of certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including form CAC1.1 and CAC2 and CAC7;
b. Evidence of Company’s Income Tax clearance certificate for the Last three (3) years valid till 31st December, 2024;
c. Evidence of pension Clearance Certificate valid till 31st December, 2024 (this requirements is only applicable to bidders whose number of staff is 15 and above);
d. 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 N50million and above);
e. Evidence of Nigerian social Insurance Trust Fund (NSITF) Clearance Certificate Valid till 31st December 2024;
f. 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;
g. Sworn Affidavit:
 Disclosing whether or not any officer of the relevant committees of the project development institute Enugu 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;
 That the company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petitions or proceedings;

h. Company’s Audited Accounts for the last three (3) years 2021,2022 and 2023;
i. Reference letter from a 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 of key Staff to be deployed for the project, including copies of their Academic/Professional qualification; such as COREN, QSRBN 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 agreement;
m. Electricity jobs: evidence of current license issued by Nigerian electricity management services agency (NEMSA);
n. For joint venture/partnership, memorandum of understanding (MoU) should be provided indicating among others the lead partner (CAC, tax clearance certificate, 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 transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Headed 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.

4. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the standard bidding documents (SBD) from the office of the procurement unit room No. 101, Admin block, PRODA headquarters, Emene, Enugu state on evidence of payment of a non-refundable tender fee of Ten thousand naira (N10, 000.00)per lot, paid into the projects development institute’s remita account in any reputable commercial bank in Nigeria.

5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each of the lot desired, two (2) hard copies each of the technical & financial bids, packaged separately in sealed envelopes clearly marked as “TECHNICAL BID” or “FINANCIAL BID”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to Director General/CEO, projects development institute (PRODA) Emene industrial layout, Enugu and clearly marked with the name of the project and the lot number. Furthermore, the reverse of each sealed envelopes should bear the name and address of the bidder and dropped in the designated tender box at the procurement unit room 101, Admin block, PRODA headquarters, Emene, Enugu state department office not later than 12:00 noon on Tuesday 15th October, 2024.

6. OPENING OF TECHNICAL BIDS
Only the technical bids will be opened immediately after the deadline for submission at 12:00 noon, on Tuesday 15th October, 2024. Respectively at the PRODA auditorium, NO 3, presidential road, independence layout, Enugu in the presence of bidders or their representatives, while the financial bids will be kept un-opened. Please, ensure that you sign the bid submission register in the office of the procurement unit, room 101, admin block, PRODA headquarters, Emene, Enugu state, as the projects development institute (PRODA) will not be held liable for misplaced or wrongly submitted bids. For further enquiries contact the procurement unit, on info@proda.gov.ng

7. GENERAL INFORMATION
a. Bids must be in English Language and signed by an official authorized by the bidder;
b. Bids submitted after the deadline for submission would be returned un-opened;
c. Bidders should not bid for more than one two (2) lots;
d. All costs will be borne by the bidders.
e. The technical bids will be opened in the presence of bidders or their representatives, CSOs in the areas of Anti-corruption and transparency and private professional bodies; and will be covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online;
f. PRODA is under no obligation whatsoever to select contractor from submissions received if none meets the requirements for the project;
g. Any submission of bidding document other than one given shall be disqualified;
h. This advertisement shall not be construed as a commitment on the part of PRODA nor shall it entitle responding companies to seek any indemnity from PRODA by virtue of such companies having responded to the advertisement;
i. Duplicate bids of a LOT by a company shall be rejected except a written notification is made before the bid opening date and addressed to the director general/CEO through head procurement unit with the above address. In the case of notification the second bid shall be clearly labeled as “Corrected Bid”.
j. Failure to comply with the above stated instructions will automatically disqualify the tenderer;
k. only pre-qualified bidders at a 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;
l. The projects development institute, Enugu 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 Procurement Act, 2007.

Signed:
Director general/CEO
PRODA ENUGU

Tags
admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights