national environmental standards and
regulations enforcement agency (NESREA)

INVITATION TO TENDER/EXPRESSION OF INTEREST (EOI)

August 18th, 2020 Posted In: Uncategorized

NATIONAL ENVIRONMENTAL STANDARDS AND REGULATIONS ENFORCEMENT AGENCY (NESREA)

NO.4, TWON BRASS STREET OFF MUHAMMADU BUHARI WAY GARKI II, ABUJA

INVITATION TO TENDER/EXPRESSION OF INTEREST (EOI)

 

1.0       INTRODUCTION

    • The National Environmental Standards and Regulations Enforcement Agency (NESREA) is a governmental organization responsible for the protection and development of the environment, biodiversity conservation and sustainable development of Nigeria’s natural resources in general and environmental technology including coordination and liaison with relevant stakeholders within and outside Nigeria on matters of enforcement of environmental standards, regulations, rules, laws, policies and guidelines.
    • Experience and competent Suppliers/Contractors/Consultants are invited to apply for the Technical and financial bids under category A&B and submit Expression of Interest (EOI) under category C of the various projects of the Agency for the 2020 fiscal year.

 

2.0          SCOPE OF WORKS/GOODS/SERVICE

Interested Suppliers/Contractors/Consultants are expected to indicate their interest in any of the following areas not exceeding two Lots.

 

CATEGORY A: WORKS

Lot 1:     Renovation of NESREA Zonal Offices in Plateau and Oyo States

CATEGORY B: GOODS

Lot 2:     Procurement of portable mobile and stationary Environmental Testing and Control Equipment including Personal Protective Equipment (PPEs)

Lot 3:   Procurement of Compliance Monitoring and Enforcement Equipment

CATEGORY C: SERVICE

Lot 4:     Review and Production of Guidelines for Extended Producer Responsibility Programme

Lot 5:     Review and Production of Guidelines for National Vehicular Emissions Control Programme (for mobile sources) NVECP

Lot 6:     Review and Production of Guidelines for National Generator Emissions Control Programme (for stationary sources) NGECP

Lot 7:     Development and Implementation of Environmental Education and Awareness Programme

Lot 8:     Development of National Geographic Information System (GIS) capability at the Headquarters and Field Offices

 

3.0          ELIGIBILITY CRITERIA

Interested Contractors should submit the following documents duly signed, paginated, separated by dividers   and arranged in the order outlined hereunder:

(a)   Evidence of incorporation with the Corporate Affairs Commission (CAC) including form CAC2 and CAC7;

(b)   Evidence of Firm’s Tax Clearance Certificate for the last three (3) years (2017, 2018 and 2019) valid till           31st December, 2020;

(c)   Evidence of current Pension Compliance Certificate valid till 31st December, 2020;

(d)   Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020;

(e)   Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020;

(f)    Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 1/1/ 2021 or valid Certificate issued by BPP;

(g)   Evidence of Firm’s registration with relevant professional bodies (where applicable);

(h)   Sworn Affidavit disclosing whether or not any officer of the relevant committees of NESREA or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars;

(i)    Company’s Audited Accounts for the last three (3) years – 2017, 2018, 2019;

(j)    Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;

(k)   Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;

(l)    List of Plants/Equipment with proof of ownership/Lease (where applicable)

(m)  Verifiable documentary evidence of at least three (3) similar jobs executed or ongoing in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates;

(n)   For joint venture/partnership, Memorandum of Understanding (MoU) must be provided (all the eligibility requirements are compulsory for each JV partner)

(o)   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 officer of the firm.

 

4.0          COLLECTION OF TENDER/BID DOCUMENTS CATEGORY- A & B

All Standard Bidding Documents are to be collected from the Procurement Unit, Ground Floor, NESREA Headquarters, Abuja upon presentation of evidence of payment of a non-refundable tender fee of Ten Thousand Naira (N10,000.00) only per Lot, issued in favour of National Environmental Standards and Regulations Enforcement Agency (NESREA), Abuja through TSA/Remitta. The Bidding Documents may be collected between the hours of 9am to 4pm Monday through Friday. Prospective bidders for Category C are NOT expected to pay at this stage except when shortlisted for Request for Proposal (RfP).

 

5.0          SUBMISSION OF TENDER/BID DOCUMENTS – CATEGORY A & B

The Technical and Financial proposals must be prepared as separate documents. Two (2) copies each of the Technical and Financial proposals must be SEPERATELY packaged in sealed envelopes, clearly marked as either “FINANCIAL” or “TECHNICAL” with the Lot number indicated as appropriate. These must then be put together in a single larger envelope which should indicate the name and address of the bidding entity (i.e Company Name and address) and be addressed to:

The Director General/CEO, NESREA Headquarters,

NO.4, Twon Brass Street, Off Muhammadu Buhari Way

Garki II, Abuja

Submissions are to be dropped in the designated Tender Box at the Agency’s Conference Room, Third Floor, NESREA Headquarters, Abuja.

 

6.0          SUBMISSION, CLOSING DATE AND TIME – CATEGORY A & B

The closing date for the submission of Categories A & B Bids is not later than 12:00noon on Monday, 28th September, 2020.

 

7.0          OPENING OF TENDER/BID DOCUMENTS – CATEGORY A & B

Only the technical bids will be opened immediately after the deadline for submission at 12:00noon on Monday, 28th September, 2020 at the Agency’s Conference Room, Third Floor, NESREA Headquarters, Abuja, in the presence of Observers from private sector professional bodies and CSOs in the areas of Transparency and Anti- Corruption, while the financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register immediately after submission at the Procurement Unit, Ground Floor, NESREA Headquarters, Abuja, as NESREA will not be held liable for misplaced or wrongly submitted bids. This advertisement serves as an invitation to relevant private sector professional bodies and CSOs in the areas of Transparency and Anti-Corruption to the Bid opening. For further enquiries, please contact the “Head of Procurement” NESREA Headquarters, NO.4, Twon Brass Street off Muhammadu Buhari Way Garki II, Abuja or E-mail: dg@nesrea.gov.ng

 

8.0          SUBMISSION OF EXPRESSION OF INTEREST (EOI) DOCUMENTS – CATEGORY C

Interested firms are to submit two (2) bound of Expression of Interest (EoI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to:

The Director General/CEO, NESREA Headquarters,

NO.4, Twon Brass Street, Off Muhammadu Buhari Way

Garki II, Abuja.

and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated Tender Box at the Agency’s Conference Room, Third Floor, NESREA Headquarters, Abuja.

9.0          OPENING OF EXPRESSION OF INTEREST (EOI) DOCUMENTS – CATEGORY C

The EoI documents will be opened immediately after the deadline for submission at 12:00 noon Monday, 31st August, 2020 at the Agency’s Conference Room, Third Floor, NESREA Headquarters, Abuja, Abuja in the presence of observers. Please, ensure that you sign the Bid Submission Register in the Procurement Unit, Ground Floor, NESREA Headquarters, as the Agency will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the “Head of Procurement” NESREA Headquarters, NO.4, Twon Brass Street off Muhammadu Buhari Way Garki II, Abuja or E-mail: dg@nesrea.gov.ng

Note: Only shortlisted bidders in Category C will be invited to collect Request for Proposal (RfP),

 

10. IMPORTANT INFORMATION

  • All Documents must be in English Language and signed by an official authorised by the bidder;
  • Documents submitted after the deadline for submission would be returned un-opened;
  • Bidders should not bid for more than two (2) Lots;
  • All costs will be borne by the bidders;
  • NESREA is not bound to shortlist any bidder 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.
  • In line with Social Distancing directives by the Presidential Task Force (PTF) on COVID-19, the presence of Bidders are not required during the Bid Opening ceremony. The ceremony shall be covered by video recording and in order to enhance transparency and accountability, Observers from Private Sector Professional Organisations and Civil Society Organisations in areas of Anti-Corruption and Transparency shall attend the Bid opening.
  • Standard Bidding Documents can also be collected in soft copies and Bidders can submit through Post (Courier Services)
  • Technical and Financial Bids enclosed in one and same single envelope that will expose the Technical and Financial Bids at the same time of opening shall be disqualified.
  • Failure to comply with the above requirements shall automatically result in the disqualification of a bidder.

 

Signed

Director General/CEO