Capacity Building for Young Technologies in Alternative Renewal Energy for Animal and Feed Production (Acsd)

This tender is from the country of Nigeria in African region. The tender was published by PROJECT DEVELOPMENT INSTITUTE, PRODA – ENUGU on 24 Apr 2023 for Tenders are invited for Capacity Building for Young Technologies in Alternative Renewal Energy for Animal and Feed Production (Acsd) Prospective bidders should submit the following document. a) Evidence of certificate of in cooperation issued by the cooperate affairs commission (CAC) including form CAC1.1 or CAC2 and CAC7. Business names is also acceptable in case of services. b) Evidence of company income tax clearance certificate or (personal income tax clearance certificate of all the partners in case of business name). for the last (3) three years valid till 31st December 2023. c) Evidence of pension clearance certificate valid till 31st December, 2023 (this requirement is only applicable to bidders whose number of staff is 5 and above). d) Evidence of industrial training fund (ITF) compliance certificate valid till 31st December 2023 (this requirement is only applicable to bidders whose member of staff is 5 and above or the bidder’s annual turnover is 50 million and above). e) Evidence of Nigeria Social insurance Trust fund (NSITF) Clearance Certificate valid till 31st December, 2023; f) Evidence of Registration on the National Database of Federal Consultant and Services Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2023 or valid Certificate issued by BPP. g) Sworn Affidavit: – Disclosing whether or not any officer of the relevant communities 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 no Director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of fact relating to any matter; – 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 petition or proceedings; – That the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non- performance, bad or whose repayment portion has been outstanding for the last four (4) months; h) Company’s Audited Accounts for the last three (3) years 2020, 2021 & 2022; 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 qualifications and practicing License such as COREN, QSRBN, ARCON, CORBON, NEMSA etc.; k) Evidence of Firm’s registration with relevant regulatory professional body(ies) such as CMD/Training, NAICOM/Insurance, EHORECON/Clearing Services, NITDA/CPN/Information Technology, ICAN/ANAN/Financial Reporting Services, COREN/QSRBN/ARCON/CORBON/SURCON/etc. for Construction, NSCDC/Security, ESVARBON/ Estate Surveying, NEMSA/Electricity etc.; l) 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. m) Works: List of Plants/Equipment with proof of Ownership/Lease Agreement. n) Only companies included in the National Automotive Design and Development Council Approved list of local. o) For Supply of Equipment: letter of Authorization as representative of the Original Equipment Manufacturers (OEMs) p) For Joint venture/Partnership Memorandum of understanding (MoU) 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); q) 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 authorized officers of the firm. Interested bidders are to collect the Standard Bidding Documents (SBD) from the office of the Procurement Unit Room No. 101B, No,3 independence layout PRODA, Enugu State on evidence of payment of non-refundable tender fee of #10,000.00per Lot; paid into the Projects Development Institute’s Remita account in any reputable Commercial Bank in Nigeria. Only the technical bids will be opened immediately after the deadline for submission at 12:00noon on Tuesday, 30th May, 2023 at the PRODA Auditorium, No 3, Independence Layout PRODA Enugu in the Presence of bidders or their representative; 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 101B, No 3, Independence Layout PRODA Enugu, Enugu State, as the Project Development Institute (PRODA) will not be held liable for misplaced or wrongly submitted bids. For further enquires contact the Procurement Unit, on info@proda.gov.ng Note: i) PRODA is under no obligation whatsoever to select a contract from the submission received if none meets the requirements of the Project; ii) Any submission of a bidding document other than the one given shall be disqualified iii) Late submissions shall be returned un-opened; iv) 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. v) No company is allowed to bid for more than 2 LOTS/SUB LOTS. Any company who exceeds 2 LOTS/SUB LOTS will be disqualified automatically. vi) The EOI/Technical Bids will be opened in the presence of CSOs and Professional bodies and covered by video recording; invitation link will be sent to bidder who choose to join the bid opening online; vii) Bid documents can also be collected in soft copies and bidders can submit through Post (Courier Services); viii) Good & Works: only pre-qualified bidders at technical evaluation will be invited at the date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened; ix) Services: only shortlisted Consultants will be invited at a later date for collection of Request for Proposal; x) 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 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”. xi) Failure to comply with the above stated instructions will automatically disqualify the tender; xii) The Projects Development Institute Enugu is not bound to pre-qualify/shortlist any bidder and reserves the right to annual the Procurement process at any time without incurring any liabilities in accordance with se3ction 28 of the Public Procurement Act, 2007. The last date to submit your bid for this tender was 30 May 2023. This tender is for the companies specializing in Building construction work and similar sectors.

*The deadline for this tender has passed.

Tender Organisation:

PROJECT DEVELOPMENT INSTITUTE, PRODA – ENUGU

Tender Service:

Worldwide

Tender Region:

Tender Country:

Tender CPV:

45210000 : Building construction work

Tender Document Type:

Tender Notice

Tender Description:

Tenders are invited for Capacity Building for Young Technologies in Alternative Renewal Energy for Animal and Feed Production (Acsd) Prospective bidders should submit the following document. a) Evidence of certificate of in cooperation issued by the cooperate affairs commission (CAC) including form CAC1.1 or CAC2 and CAC7. Business names is also acceptable in case of services. b) Evidence of company income tax clearance certificate or (personal income tax clearance certificate of all the partners in case of business name). for the last (3) three years valid till 31st December 2023. c) Evidence of pension clearance certificate valid till 31st December, 2023 (this requirement is only applicable to bidders whose number of staff is 5 and above). d) Evidence of industrial training fund (ITF) compliance certificate valid till 31st December 2023 (this requirement is only applicable to bidders whose member of staff is 5 and above or the bidder’s annual turnover is 50 million and above). e) Evidence of Nigeria Social insurance Trust fund (NSITF) Clearance Certificate valid till 31st December, 2023; f) Evidence of Registration on the National Database of Federal Consultant and Services Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2023 or valid Certificate issued by BPP. g) Sworn Affidavit: – Disclosing whether or not any officer of the relevant communities 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 no Director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of fact relating to any matter; – 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 petition or proceedings; – That the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non- performance, bad or whose repayment portion has been outstanding for the last four (4) months; h) Company’s Audited Accounts for the last three (3) years 2020, 2021 & 2022; 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 qualifications and practicing License such as COREN, QSRBN, ARCON, CORBON, NEMSA etc.; k) Evidence of Firm’s registration with relevant regulatory professional body(ies) such as CMD/Training, NAICOM/Insurance, EHORECON/Clearing Services, NITDA/CPN/Information Technology, ICAN/ANAN/Financial Reporting Services, COREN/QSRBN/ARCON/CORBON/SURCON/etc. for Construction, NSCDC/Security, ESVARBON/ Estate Surveying, NEMSA/Electricity etc.; l) 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. m) Works: List of Plants/Equipment with proof of Ownership/Lease Agreement. n) Only companies included in the National Automotive Design and Development Council Approved list of local. o) For Supply of Equipment: letter of Authorization as representative of the Original Equipment Manufacturers (OEMs) p) For Joint venture/Partnership Memorandum of understanding (MoU) 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); q) 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 authorized officers of the firm. Interested bidders are to collect the Standard Bidding Documents (SBD) from the office of the Procurement Unit Room No. 101B, No,3 independence layout PRODA, Enugu State on evidence of payment of non-refundable tender fee of #10,000.00per Lot; paid into the Projects Development Institute’s Remita account in any reputable Commercial Bank in Nigeria. Only the technical bids will be opened immediately after the deadline for submission at 12:00noon on Tuesday, 30th May, 2023 at the PRODA Auditorium, No 3, Independence Layout PRODA Enugu in the Presence of bidders or their representative; 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 101B, No 3, Independence Layout PRODA Enugu, Enugu State, as the Project Development Institute (PRODA) will not be held liable for misplaced or wrongly submitted bids. For further enquires contact the Procurement Unit, on info@proda.gov.ng Note: i) PRODA is under no obligation whatsoever to select a contract from the submission received if none meets the requirements of the Project; ii) Any submission of a bidding document other than the one given shall be disqualified iii) Late submissions shall be returned un-opened; iv) 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. v) No company is allowed to bid for more than 2 LOTS/SUB LOTS. Any company who exceeds 2 LOTS/SUB LOTS will be disqualified automatically. vi) The EOI/Technical Bids will be opened in the presence of CSOs and Professional bodies and covered by video recording; invitation link will be sent to bidder who choose to join the bid opening online; vii) Bid documents can also be collected in soft copies and bidders can submit through Post (Courier Services); viii) Good & Works: only pre-qualified bidders at technical evaluation will be invited at the date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened; ix) Services: only shortlisted Consultants will be invited at a later date for collection of Request for Proposal; x) 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 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”. xi) Failure to comply with the above stated instructions will automatically disqualify the tender; xii) The Projects Development Institute Enugu is not bound to pre-qualify/shortlist any bidder and reserves the right to annual the Procurement process at any time without incurring any liabilities in accordance with se3ction 28 of the Public Procurement Act, 2007

Tender Bidding Type:

Publish Date: 24 Apr 2023

Deadline Date: 30 May 2023

  • 1 week to go
  • 15 Days to go
  • More than 15 days to go

Get A Callback Within 24 Hours

Fill form below to get callback from Tender Experts.

444303

Explore More Building construction work Tenders in Nigeria, African, and Worldwide

Looking for more tenders like this one in Building construction work? With over 70 million global procurement opportunities and new tenders added daily, Tender Impulse is your gateway to international and local contracting success. Whether you're targeting the Infrastructure and construction sector in Nigeria, or expanding across regions, we provide live, accurate, and relevant updates every day.

Our platform sources tenders from:

  • National and local government portals
  • International development and funding agencies
  • Municipal corporations and state authorities
  • NGOs, education ministries, and public-private partnerships

Daily Tender Updates Across 200+ Countries

Every day, we add hundreds of new RFPs, RFQs, EOIs, and contract awards across multiple sectors and geographies. This tender from Nigeria is just a sample of what's available right now.

Tender Impulse covers:

  • Public procurement tenders
  • International development projects
  • Local municipal bids
  • Private and PPP contracts
  • Framework agreements and supply tenders

Search Smarter with CPV and Industry Matching

Each listing is categorized using CPV codes like 45210000, enabling precise filtering. Search by:

  • Tender type: RFP, RFQ, EOI, GPN, Contract Awards
  • Location: Nigeria, African, or global
  • Industry: Infrastructure and construction
  • Deadline and issue date
  • Issuing organization or funding agency

Opportunities in Every Industry and Region

While you're viewing a tender in Nigeria, Tender Impulse offers access to tenders across:

  • Asia, Europe, Africa, the Americas, and Oceania
  • Defence, Energy, Healthcare, Construction, Education, IT, Agriculture, and more
  • All CPV categories—from consultancy to infrastructure

Tools to Help You Succeed

Tender Impulse provides more than listings:

  • Custom email alerts by CPV and location
  • Downloadable bid documents and submission support
  • Registration guidance and compliance tools
  • Translation support for non-English tenders
  • Proposal writing tips and examples

Stay Ahead with Real-Time Updates

Thousands of new tenders are added daily-across countries, sectors, and CPV codes. With Tender Impulse, you gain strategic insight, timely alerts, and a competitive edge.

Start your free trial to unlock tenders customized to your Infrastructure and construction, Nigeria, and Building construction work categories.

Tender by Region

Tender by Sector

Tender by Country