2017 Tender A

INVITATION TO TENDER (TECHNICAL AND FINANCIAL) / EXPRESSION OF INTEREST FOR THE EXECUTION OF THE UNDERLISTED PROJECTS 

 

1.0  INTRODUCTION

1.1 Nigerian Electricity Management Services Agency (NEMSA) is desirous of executing projects approved under the 2017 Budget.

Accordingly, the Agency invites qualified, interested and eligible Contractors/ Consultants to tender for the procurement of the following Goods, Works and Services.

CATEGORY A

Lot 1.  Purchase of Mobile Test Equipment for Field Offices

Lot 2.  Purchase of Low & Medium Voltage Test Equipment for Area Inspectorate Field Offices.

Lot 3.  Purchase of High Voltage Test Equipment for Area Inspectorate Field Offices.

CATEGORY B

Lot 1. Purchase and Installation of Security Equipment for Critical Power Infrastructure in Lagos, Port Harcourt and Kaduna.

Lot 2. Purchase and Installation of Specialized Hospital Waste Disposal Equipment for NEMSA Abuja Medical Clinic & Trauma Centre.

Lot 3.  Purchase and Installation of Type Test and Meter Test Bench for National Meter Test Station Oshodi and Port Harcourt.

Lot 4. Procurement and Installation of Medical Equipment for Abuja Clinic & Trauma Centre.

Lot 5. Purchase & Installation of Test and Calibration Equipment for National Meter Test Station Oshodi and Port Harcourt.

CATEGORY C

Lot 1. Renovation of Inspectorate Field Office in Ibadan.

Lot 2. Renovation of Office building and provision of Borehole for Inspectorate Field Office in Ilorin.

Lot 3. Remodeling and Upgrade of Engineering Laboratory Services, Ijora. 

Lot 4. Construction of Meter Test Station in Enugu, Phase 1.

Lot 5. Construction of Drainage for National Meter Test Station and Central Stores, Kaduna.

Lot 6. Provision of Borehole for NEMSA Abuja Medical Clinic & Trauma Centre.

Lot 7. Remodeling and Expansion of Meter Test Station Kaduna Project: Purchase & Installation of Test Equipment & Instruments.

Lot 8. Replacement of the Roof for Central Stores Oshodi, Lagos.

CATEGORY D: EXPRESSION OF INTEREST (EOI)

1.   Consultancy for Setting Up of Accounting System Facilities and Software  for Implementation of International Public Sector Accounting Standards (IPSAS)

2.    Specialized Technical Capacity Building for Staff on Technical Standards, Installation, and Meter Instrument.

3.    Consultancy for Preparation and Production of NEMSA Staff Handbook.

4.    Consultancy for Financial Management and Support Services.

5.    Consultancy for the Development and Production of Electrical Installation and Construction Standards Guideline Manual for Distribution Sub-Sector of the Power Industry.

Note: No Payment is required for Expression of Interest (EOI) at this stage.

2.0   GENERAL CRITERIA

i.      Evidence of Company Registration with Corporate Affairs Commission (CAC);

ii.     Evidence of Tax Clearance Certificate for the last three (3) years i.e. 2014, 2015, 2016;

iii.     Evidence of Value Added Tax (VAT) Registration and TIN Number;

iv.    Evidence of Compliance with the Industrial Training Fund Amendment Act, 2011 by inclusion of Compliance Letter from the Industrial Training Fund;

v.     Certificate of Compliance with the Provision of the new Pension Reform Act 2014; in line with section 16(b) (d) of the Public Procurement Act 2007.

vi.    Comprehensive Company’s Profile;

vii.    Verifiable Evidence of having successfully completed similar works in the past (at least three (3) evidences including Award Letters, Completion Certificates, Inspection/Certification Certificates issued). Note that all the above are subject to verification;

 

viii.   Financial Capacity Profile of the Company and Banking Support;

ix.    Submission of three (3) years Audited Account for 2014, 2015, 2016;

x.     Evidence of Registration on the National Database of Contractors, Consultants and Service Providers provided by the Bureau of Public Procurement (BPP);

xi.    A Sworn Affidavit in line with the provision of Part IV, Section 6(f) of PPA 2007 stating that none of the persons connected with the bid process in the procuring entity has any pecuniary interest and that the company is not in receivership of any form of insolvency/ bankruptcy nor in debarment and that the company nor any of the Director(s) of the company has been convicted of financial crime; and

xii.    For Joint Ventures (JVs), include Memorandum of Understanding (MOU). This is only applicable to projects under Category D.

3.0   BID COLLECTION

Interested Companies (bidders) are to collect bidding documents from the Procurement Department upon payment of a non-refundable tender fee of N20,000.00 (Twenty Thousand Naira only) to Nigerian Electricity Management Services Agency (NEMSA) Account through the CBN Remita Platform. A photocopy of the evidence of payment is to be presented for collection of the bidding document for each lot as from Monday 26 June, 2017between the hours of 9:00 am and 5:00 pm from Monday to Friday.

4.0  SUBMISSION OF TENDER DOCUMENTS

Completed bidding document should be enclosed in two separately sealed envelopes labeled “Technical’’ and “Financial’’ (one original and two Duplicate) (2 envelope system) both put in a bigger envelope clearly marked at the right hand corner indicating appropriate project title and lot number and name of bidder clearly written at the reverse side and addressed to:

           Head (Procurement),

   Nigerian Electricity Management Services Agency,

           No. 4, Dar es Salaam Crescent,

           Wuse II, Abuja.

 5.0  SUBMISSION FOR EXPRESSION OF INTEREST DOCUMENTS

The Expression of Interest (EOI) should be accompanied with the above listed general criteria (original and copies) and enclosed in a sealed envelope boldly marked at the top-left corner “EOI FOR CONSULTANCY” (Specific lot) addressed to the same address above.

6.0   CLOSING AND OPENING OF BIDS

Submission of Expression of Interest (Category D) closes on Wednesday July 12, 2017 at 11:00 am and the submissions will be opened immediately while Submission of Bids for Category A, B & C closes on Wednesday August 9 2017 at 11:00 am. The submissions will be opened immediately after the closing time at the same address above.

Bidders or their representatives, NGOs, Professional bodies and interested members of the public are invited to the Bid opening exercise.

 PLEASE NOTE

i.      Contravening any of the conditions in paragraph 2 (i – xii) will lead to disqualification of bid.

ii.     This Advertisement shall not be construed as a commitment on the part of NEMSA to award contract to any Contractor, nor shall it entitle any Contractor submitting documents to claim any indemnity from NEMSA.

iii.     NEMSA reserves the right to take decisions on any of the documents received.

iv.    NEMSA is not bound to shortlist any bidder, and reserves the right to annul the bidding process at any time without incurring any liabilities or proffering any reasons for annulments.

v.     No Contractor can win more than two (2) lots.

vi.    Each tender document should contain a table of contents and should be properly paginated.

Any enquiry in regard of this Advert should be directed to: emsabjproc@gmail.com

 Signed:

Management.


CORRIGENDUN