Invitation to Tender for the Upgrade of Inverter Systems and Batteries at the Nigeria Upstream Petroleum Regulatory Commission (NUPRC)

Posted by Kordinichi on Tue 15th Oct, 2024 - nigeriantenders.com


The Nigeria Upstream Petroleum Regulatory Commission (NUPRC) invites interested and reputable contractors, suppliers and consultants to submit their Invitation to Tender documents for the Upgrade of Inverter Systems and Batteries Across NUPRC locations. Interested contractors, suppliers and consultants should possess relevant qualifications and experience.




The Nigeria Upstream Petroleum Regulatory Commission (NUPRC) has the statutory responsibility of ensuring compliance to petroleum laws, regulations and guidelines in the Upstream Oil and Gas Sector. The discharge of these responsibilities involves monitoring of operations at drilling sites, producing wells, production platforms and flowstations, crude oil export terminals, and all pipelines carrying crude oil & natural gas.

We invite interested and reputable Contractors, Suppliers and Consultants with relevant and verifiable experience to apply for pre-qualification for consideration to tender for the project indicated below under the 2024 Budget in Compliance with Public Procurement Act 2007:

Title: Invitation to Tender for the Upgrade of Inverter Systems and Batteries Across NUPRC Locations

Lot Number: W07
Location: NUPRC Offices Nationwide

Eligibility Requirements
Prospective Applicants should submit the following documents in their technical bids as applicable:
  • Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC, or CAC, and CAC; Business Name with Form BN1 is also acceptable for Consultancy Services;
  • Evidence of Company's Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31" December, 2024;
  • Evidence of Pension Clearance Certificate valid till 31 December, 2024 (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 31" December, 2024 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder's annual turnover is NS0m and above);
  • Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2024;
  • 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
  • Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Nigeria Upstream Petroleum Regulatory Commission 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- 2021, 2022 & 2023;
  • 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.;
  • Evidence of valid OGISP registration (Oil & Gas Industry Permit);
  • Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
  • Works: List of Plants/Equipment with proof of Ownership/Lease Agreement;
  • For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (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 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 authorised officer of the firm.
Collection of Tender Documents
Interested companies are to collect the Standard Bidding Document (SBD) from "The office of the Head Contract & Procurement, Nigeria Upstream Petroleum Regulatory Commission, Jabi Main Office, Grand floor, Room 11" on evidence of payment of a non-refundable tender fee of N10,000.00 per Lot, paid into the Nigeria Upstream Petroleum Regulatory Commission's Remita account in any reputable commercial bank in Nigeria.
  • Visit NUPRC website www.nuprc.gov.ng
  • Click on "NUPRC TSA payment portal using Remita" Click on, "make payment", enter MDA (Nigeria Upstream Petroleum Regulatory Commission)
  • Select NUPRC-Standard Bidding Document fees and Complete the necessary fields.
Application Closing Date
Wednesday; 13th November, 2024 (12:00pm).

Submission of Tender Documents

Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies each of the technical and financial bids with soft copy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as "Technical Bid" or "Financial Bid". Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to "The Commission Chief Executive, Nigeria Upstream Petroleum Regulatory Commission, 7, Sylvester Ugoh Crescent, Jabi, Abuja" and clearly marked with the name of the project and the Lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated Tender Box at:
The Ground Floor, Main Reception,
The Nigeria Upstream Petroleum Regulatory Commission (NUPRC),
Jabi, Abuja.

Note: Bids of the value of N300 Million and above, must be accompanied with a Bid Security of 2% of the bid sum.


Opening of Technical Bids
  • The technical bids will be opened immediately after the deadline for submission at 12:00pm on Wednesday; 13th November, 2024, at the Grand floor conference room (Room 10), Jabi Annex building, Nigeria Upstream Petroleum Regulatory Commission Headquarters Abuja 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 at the ground floor Main reception, as the Nigeria Upstream Petroleum Regulatory Commission will not be held liable for misplaced or wrongly submitted bids.
General Information
  • Bids must be in English Language and signed by an authorised official;
  • Bids submitted after the deadline for submission will be returned un-opened;
  • All cost will be borne by the bidders;
  • 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;
  • 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;
  • Consultancy services: Only shortlisted firms will be invited at a later date for collection of Request for Proposals
  • Arrangement of technical documents in hard copies should follow the order in the list above and appropriately paged. The technical document should have a table of content indicating the pages, which these items are to be found;
  • This advertisement shall not be considered as commitment on the part of the Nigeria Upstream Petroleum Regulatory Commission, nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from Nigeria Upstream Petroleum Regulatory Commission by such Company having responded to this advertisement.
  • All bidders are advised to visit the Project site for all works, during their bid preparation.
  • The Nigeria Upstream Petroleum Regulatory Commission is not bound to pre-qualify/shortlist any Applicant 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.
Industry

;
Category

;
State

;