|
Tenders are invited for Rehabilitation of Buildings in NIOMCO COLLECTION OF BID DOCUMENTS: Is at the Procurement Unit of National Iron Ore Mining Company Ltd. Itakpe, Kogi State after showing evidence of payment of a non-refundable tender fee of Ten Thousand Naira only(N10,000.00) per Lot, to TSA Remita A/C using this code: 0233008001 attached with NIOMCO receipt of payment, please. 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 CAC 1.1 or CAC2 and CAC7; b. Evidence of Companys 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 requirement 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 bidders annual turnover is N50m and above); e. Evidence of Nigeria 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 31st December, 2024 or valid Certificate issued by BPP. g. Sworn Affidavit: Disclosing whether or not any officer of the relevant committees of the National Iron Ore Mining Company Limited 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 facts 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. Companys Audited Accounts for the last three (3) years -2022, 2023& 2024, duly acknowledged by the Federal Inland Revenue Service (FIRS); 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. Companys Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications relevant to the execution of the projects.; k. 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; m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided ICAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partners). All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firms 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. Please Note: i. NIOMCO will verify all information given on 3 above. ii. The submissions must be page numbered and items required above to be arranged in the order of sequence as listed. iii. All responses and submissions should be in Nigerian Naira, in English and typed. iv. Bid documents submitted shall be disqualified unless responsive as per the criteria and directives as clearly stated in this IFB. 4. SUBMISSION OF BIDS. One original and one copy each of both Technical and Financial Bids should be packaged separately in two separate envelopes sealed and clearly labelled: Technical Bid & Financial Bid with the company name indicated at the back of the envelopes. Both envelopes should be marked as: Tender for (indicate the Lot number and description) at the top right-hand corner of the envelope and the Companys name, address, email address and phone number(s) indicated at the reverse side of the envelope and addressed to: The Sole Administrator/CE, National Iron Ore Mining Company Ltd, KM 15 Okene-Lokoja Road, P.M.B. 1001, Itakpe, Kogi State. Bids are to be deposited in the appropriate Tender Box(es) provided for that purpose at the office of the Sole Administrator/CE of National Iron Ore Mining Company Ltd during working days between the hours of 9.00am-4.00pm not later than 12:00 noon. 5. OPENING OF TECHNICAL BIDS. Only the technical bids will be opened immediately after the deadline for submission at 12:00 noon on Monday 25 May, 2026 at the Boardroom of National Iron Ore Mining Company Ltd. Bids submitted late will be returned un-opened. Tender Link : https://etenders.com.ng/national-iron-ore-mining-company-limited-kogi-state-invitation-to-tender-for-2025-2026-capital-projects/
|