Construction of Inteorated Souastreluchis

This tender is from the country of Nigeria in African region. The tender was published by RURAL ELECTRIFICATION AGENCY on 19 Jun 2023 for Tenders are invited for Construction of Inteorated Souastreluchis in Plateau South Senatorial District Eligibility: Prospective bidders are required to submit genuine copies of the following documents as their proof of technical eligibility: i. Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) including copies of forms CAC 1.1 or CAC2 and CAC7 attached. ii. Company’s Income Tax Clearance Certificate for the last three years 2020 2021, 2022 expiring 31st December 2023 iii. Current valid NEMSA License for project developers in the Electric Power Sector issued by the National Electricity Management Services Agency (NEMSA). iv. Evidence of Pension Clearance Certificate valid till 31 December 2023 (this requirement is only applicable to bidders whose number of staff is 15 and above) v. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31 December 2023 (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); vi. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2023; vii. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP; viii. Verifiable evidence of two (2) contracts of similar nature and complexity executed in the last five (5) years (please attach letter of award together with interim or valuation certificates, job completion or payment certificates if the project was awarded by a public institution). ix. Evidence of financial capability to execute the contract. a. Attach last 3 years Audited account (2020, 2021, 2022) b. Bank reference indicating willingness to fund the project if awarded. x. Evidence of ownership or lease of relevant equipment for execution of rural electrification project e.g.. Side Drop Crane, Pick Up Van, Test Equipment etc. (Please attach proof of ownership or lease agreement as applicable). xi. Duly executed Power of Attorney or Board Resolution authorizing a designated officer of the company to act as a representative and to bind the company by signing all bids, contract Agreement and other documents with REA on behalf of the company, duly signed by the Chairman and Secretary xii. Sworn affidavit declaring: a. That all submitted documents are true and genuine\ b. Whether or not any officer of the relevant committees of Rural Electrification Agency or the Bureau of Public Procurement is a former or present Director, stakeholder or has any pecuniary interest in the bidder c. That the company is NOT in receivership or subject to any form of insolvency or bankruptcy or winding up petition or proceedings; d. That no Director of the company has ever been convicted in any country of any criminal offense bordering on fraud or financial impropriety; xiii. Evidence that one of the key personnel of the company is a COREN registered Electrical Engineer. xiv. Bidders in project in category B: SOLAR SYSTEMS must provide evidence: a. That they are Original Equipment Manufacturer (OEM)or accredited agents of the OEM b. That they have deployed two Mini-grids or Solar Home Systems (as the case may be) in the last five (5) years which are still functional. xv. Attached a clean copy of the certified Receipt of Payment for Non-refundable Tender fee of N10, 000.00 (Ten Thousand Naira) only. xvi. Evidence that all documents for submission were transmitted with a covering/forwarding letter on the company’s letter Head paper, bearing among other things the Registration Number (RC) as issued by Corporate Affairs Commission (CAC), Contact Address, Telephone Number (Preferable GSM No.) and Email Address. The Letterhead Paper must indicate the names and Nationalities of Directors of the company at the bottom of the page duly signed by the authorized person of the company. Interested Bidders are to collect the Standard Bid Documents from the Procurement Directorate, REA Corporate Headquarters, 22 Freetown Street, Wuse 2, Abuja upon production of evidence of payment of the non-refundable tender fee of N10,000 (Ten Thousand Naira) only per lot. All payments are to be made through Remita in favor of National Rural Electrification Agency (NREA) AND NOT Nigeria Electricity Project (NEP) using GIFMIS code 1000024043 after which bidders should proceed to REA Fund Management Directorate with their RRR to obtain Receipt of payment. Original and photocopies of the Certified Receipt of Payment and Certificate of Incorporation with Corporate Affairs Commission (CAC) shall then be presented to the REA Procurement Directorate for collection of Standard Bid Documents. Collection of Documents shall be between the hours of 10:00am and 4:00pm Monday to Friday. Submission: 1. Bidders shall submit three (3) spirally bound hard copies i.e.. one original and two duplicate copies of the Technical Bid and three (3) copies of the Financial Bid ie., one original and two duplicate copies submitted together with one softcopy containing the Financial Bid done in Excel. 2. The Tenderer shall enclose the TECHNICAL documents in One (1)firmly sealed envelope and the FINANCIAL documents in another firmly scaled envelope duly marking the envelopes as “TECHNICAL” and “FINANCIAL” The Two (2) envelopes shall then be enclosed in one (1) single bigger outer envelope with the LOTNUMBER, project title and Package Number clearly indicated on the top left corner. Bids not spirally bound or bids that are stapled may be rejected. Bids should be addressed to: The Managing Director/CEO Rural Electrification Agency Corporate Headquarters, Freetown Street Wuse 2. Abuja. 3. The reverse side of all the envelopes used must bear the BIDDER’S NAME and address as well as the authorized contact person’s phone numbers (All written out in capital letters). 4. All completed Tenders are to be dropped in the tamper-proof “Tender Box” at designated points within the Agency Corporate Headquarters, 22 Freetown Street, Wuse2, Abuja no later than 12:00 Noon on Friday, 14 July. 2023 for all categories. Bids submitted after the above specified deadlines shall be rejected and returned unopened at a later date to bidders who submitted them. Note: i. Bids must be in English Language and signed by an official authorized by the bidder, ii. Each bidder is permitted to submit bid for a maximum of TWO LOTS which must be selected from different project categories. Any bidder discovered to have submitted bid for more than one (10 lot in the same category or for more than two (2) lots in total shall be disqualified. iii. Companies found to be related or which have the same directors or personnel shall be disqualified; iv. Failure to adhere to the instructions in the FGN Standard Bidding Documents adopted for this Procurement shall result in disqualification. It is mandatory to complete all the relevant Sections of the Bidding Documents; v. Contractors with history of abandonment/non-completion of rural electrification projects or other government contracts will be disqualified. vi. Submission of fake documents in support of a bid may lead to prosecution as all documents received shall be referred to the issuing authorities and/or security agencies for verification. The last date to submit your bid for this tender was 14 Jul 2023. This tender is for the companies specializing in Construction work and similar sectors.

*The deadline for this tender has passed.

Tender Organisation:

RURAL ELECTRIFICATION AGENCY

Tender Service:

Worldwide

Tender Region:

Tender Country:

Tender CPV:

45000000 : Construction work

Tender Document Type:

Tender Notice

Tender Description:

Tenders are invited for Construction of Inteorated Souastreluchis in Plateau South Senatorial District Eligibility: Prospective bidders are required to submit genuine copies of the following documents as their proof of technical eligibility: i. Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) including copies of forms CAC 1.1 or CAC2 and CAC7 attached. ii. Company’s Income Tax Clearance Certificate for the last three years 2020 2021, 2022 expiring 31st December 2023 iii. Current valid NEMSA License for project developers in the Electric Power Sector issued by the National Electricity Management Services Agency (NEMSA). iv. Evidence of Pension Clearance Certificate valid till 31 December 2023 (this requirement is only applicable to bidders whose number of staff is 15 and above) v. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31 December 2023 (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); vi. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2023; vii. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP; viii. Verifiable evidence of two (2) contracts of similar nature and complexity executed in the last five (5) years (please attach letter of award together with interim or valuation certificates, job completion or payment certificates if the project was awarded by a public institution). ix. Evidence of financial capability to execute the contract. a. Attach last 3 years Audited account (2020, 2021, 2022) b. Bank reference indicating willingness to fund the project if awarded. x. Evidence of ownership or lease of relevant equipment for execution of rural electrification project e.g.. Side Drop Crane, Pick Up Van, Test Equipment etc. (Please attach proof of ownership or lease agreement as applicable). xi. Duly executed Power of Attorney or Board Resolution authorizing a designated officer of the company to act as a representative and to bind the company by signing all bids, contract Agreement and other documents with REA on behalf of the company, duly signed by the Chairman and Secretary xii. Sworn affidavit declaring: a. That all submitted documents are true and genuine\ b. Whether or not any officer of the relevant committees of Rural Electrification Agency or the Bureau of Public Procurement is a former or present Director, stakeholder or has any pecuniary interest in the bidder c. That the company is NOT in receivership or subject to any form of insolvency or bankruptcy or winding up petition or proceedings; d. That no Director of the company has ever been convicted in any country of any criminal offense bordering on fraud or financial impropriety; xiii. Evidence that one of the key personnel of the company is a COREN registered Electrical Engineer. xiv. Bidders in project in category B: SOLAR SYSTEMS must provide evidence: a. That they are Original Equipment Manufacturer (OEM)or accredited agents of the OEM b. That they have deployed two Mini-grids or Solar Home Systems (as the case may be) in the last five (5) years which are still functional. xv. Attached a clean copy of the certified Receipt of Payment for Non-refundable Tender fee of N10, 000.00 (Ten Thousand Naira) only. xvi. Evidence that all documents for submission were transmitted with a covering/forwarding letter on the company’s letter Head paper, bearing among other things the Registration Number (RC) as issued by Corporate Affairs Commission (CAC), Contact Address, Telephone Number (Preferable GSM No.) and Email Address. The Letterhead Paper must indicate the names and Nationalities of Directors of the company at the bottom of the page duly signed by the authorized person of the company. Interested Bidders are to collect the Standard Bid Documents from the Procurement Directorate, REA Corporate Headquarters, 22 Freetown Street, Wuse 2, Abuja upon production of evidence of payment of the non-refundable tender fee of N10,000 (Ten Thousand Naira) only per lot. All payments are to be made through Remita in favor of National Rural Electrification Agency (NREA) AND NOT Nigeria Electricity Project (NEP) using GIFMIS code 1000024043 after which bidders should proceed to REA Fund Management Directorate with their RRR to obtain Receipt of payment. Original and photocopies of the Certified Receipt of Payment and Certificate of Incorporation with Corporate Affairs Commission (CAC) shall then be presented to the REA Procurement Directorate for collection of Standard Bid Documents. Collection of Documents shall be between the hours of 10:00am and 4:00pm Monday to Friday. Submission: 1. Bidders shall submit three (3) spirally bound hard copies i.e.. one original and two duplicate copies of the Technical Bid and three (3) copies of the Financial Bid ie., one original and two duplicate copies submitted together with one softcopy containing the Financial Bid done in Excel. 2. The Tenderer shall enclose the TECHNICAL documents in One (1)firmly sealed envelope and the FINANCIAL documents in another firmly scaled envelope duly marking the envelopes as “TECHNICAL” and “FINANCIAL” The Two (2) envelopes shall then be enclosed in one (1) single bigger outer envelope with the LOTNUMBER, project title and Package Number clearly indicated on the top left corner. Bids not spirally bound or bids that are stapled may be rejected. Bids should be addressed to: The Managing Director/CEO Rural Electrification Agency Corporate Headquarters, Freetown Street Wuse 2. Abuja. 3. The reverse side of all the envelopes used must bear the BIDDER’S NAME and address as well as the authorized contact person’s phone numbers (All written out in capital letters). 4. All completed Tenders are to be dropped in the tamper-proof “Tender Box” at designated points within the Agency Corporate Headquarters, 22 Freetown Street, Wuse2, Abuja no later than 12:00 Noon on Friday, 14 July. 2023 for all categories. Bids submitted after the above specified deadlines shall be rejected and returned unopened at a later date to bidders who submitted them. Note: i. Bids must be in English Language and signed by an official authorized by the bidder, ii. Each bidder is permitted to submit bid for a maximum of TWO LOTS which must be selected from different project categories. Any bidder discovered to have submitted bid for more than one (10 lot in the same category or for more than two (2) lots in total shall be disqualified. iii. Companies found to be related or which have the same directors or personnel shall be disqualified; iv. Failure to adhere to the instructions in the FGN Standard Bidding Documents adopted for this Procurement shall result in disqualification. It is mandatory to complete all the relevant Sections of the Bidding Documents; v. Contractors with history of abandonment/non-completion of rural electrification projects or other government contracts will be disqualified. vi. Submission of fake documents in support of a bid may lead to prosecution as all documents received shall be referred to the issuing authorities and/or security agencies for verification

Tender Bidding Type:

Publish Date: 19 Jun 2023

Deadline Date: 14 Jul 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.

944182

Explore More Construction work Tenders in Nigeria, African, and Worldwide

Looking for more tenders like this one in 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 45000000, 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 Construction work categories.

Tender by Region

Tender by Sector

Tender by Country