Prequalifications are invited for Deployment of Grid Extension and Metering Systems in North Central 3.0 ELIGIBILITY CRITERIA Prospective bidders are required to submit genuine copies of the following documents as proof of their technical eligibility: a) Colour copy of evidence of Certificate of Incorporation with Corporate Affairs Commission including Forms CAC2 and CAC7 (CAC 1.1). b) Evidence of company incomes Tax Clearance Certificate for the last three 3 years (2022, 2023 and 2024) valid till 31st December, 2025. c) Evidence of Pension Compliance Certificate valid till 31st December, 2025 (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, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidders annual turnover is N50Million and above). e) Evidence of Nigerian Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025 f) Evidence of registration on the BPP National Data Base of Federal contractors, Consultants and Service Providers by submission of a valid Interim Registration Report (IRR) expiring on 31 December 2025 or valid Certificate issued by Bureau of Public Procurement g) Sworn Affidavit : disclosing whether or not any Officer of the relevant committees of the Rural Electrification Agency (REA) or Bureau of Public Procurement (BPP) is a former or present director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in his bids 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 proceeding or the subject of any form of winding up petition or proceedings; h) Verifiable evidence of three (3) contracts of similar nature and complexity executed in the last (5) years (Please attach genuine Letter of Award together with interim or valuation certificates, job completion or payment certificate. (FOR CATEGORY D BIDDERS SHOULD SUBMIT AT LEAST 750 KW MINI GRID WORK DONE IN THE LAST THREE (3) YEARS) i) Company s Audited Account for the last three (3) years (2022, 2023 and 2024). j) Reference Letter from a reputable commercial bank in Nigeria indicating Willingness to provide credit facility for the execution of the project, in addition to evidence of Turnover of one Billion Naira for Category D. k) List of plants/Equipment with proof of Ownership / Lease Agreement. l) 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 m) Electricity jobs: Evidence of current Licenses issued by Nigeria Electricity Management Services Agency (NEMSA) n) Evidence that one of the key personnel of the company is a COREN registered Electrical Engineer. o) Evidence of Firms Registration (License/Notification) with Chartered Institute of Power Engineers of Nigeria (CIPEN) for category C & D p) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Current Tax Clearance Certificate, Current NSITF Certificate, Current Pension Compliance Certificate, Current ITF Compliance Certificate, Current BPP IRR and Sworn Affidavit) are compulsory for each JV Partner. q) Attached clean copy of the certified Receipt of Payment for Non-Refundable Tender fee of N10,000.00 (Ten Thousand Naira) only r) Evidence that all documents for submissions were transmitted with a covering/forwarding letter on the companys 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 E-mail 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 4.0 COLLECTION OF TENDER DOCUMENTS 4.1 Interested Bidders are to collect Bidding Documents from the Procurement Directorate, REA Corporate Headquarters, 22 Free Town Street, Wuse 2, Abuja upon Presentation 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 Remitta in favour of National Rural Electrification Agency (NREA) AND NOT Nigeria Electricity Project (NEP) using GIFMIS CODE 1000024043 after which bidders should proceed to REA Finance and Account Department with their RRR to obtain Receipt of payment. 4.2 Original and Photocopies of the receipt of payment shall then be presented to REA Procurement Department for collection of Standard Bidding Document (SBD). Collection of Documents shall be between the hours of 10:00am and 4:00pm Monday to Friday. 5.0 SUBMISSION OF TENDER DOCUMENTS 5.1 Prospective bidders are to submit bids for each lots desired, two (2) hard copies of each of the technical and financial bids with soft copy of financial bid only in MS Excel format package separately in a sealed envelopes and clearly marked as Technical bids or Financial bids. Thereafter, put the two sealed envelopes together in a bigger sealed Envelope addressed to. The Managing Director/CEO Rural Electrification Agency Corporate Headquarters 22. Freetown Street Wuse 2, Abuja and clearly marked with (the name of the project and the lot number), Furthermore, the reverse of each sealed envelope should bear the designated points within the Agencys Corporate Headquarters, 22 Freetown Street, Wuse 2, Abuja not later than 1:200 Noon on Wednesday, 14th May, 2025 for categories (A AND B), 12:00 Noon Wednesday, 30th April, 2025 for categories (C AND E) and 12:00 Noon Wednesday 7th May, 2025 for categories (D). 6.0 OPENING OF TENDER DOCUMENTS 6.1 The Technical Bids for categories A, AND B shall be opened immediately after close of submissions at 12:00 Noon on Wednesday, 14th May 2025. The public opening shall take place at REA Corporate Headquarters, 22 Freetown Street, Wuse 2, Abuja in the presence of bidders, their representatives and observers from invited professional bodies and civil Society Organizations while that of categories C, D and E would take place at 12:00 noon on Wednesday, 30th April 2025. Bidders should ensure their representatives are enjoined to ensure that they sign the Bid Submission Register and obtain Bid Acknowledgement Receipt before dropping their bids in the Tender Boxes as REA will not be held responsible for last, misplaced or wrongly submitted bids. 7.0 IMPORTANT GENERAL INFORMATION a. Bids must be in English Language and signed by an authorized bidders. b. All cost will be borne by the bidders. c. Each eligible company is allowed to bid for a maximum of two lots, which must be selected from different project categories. Any bidders discovered to have submitted bid for more than one (1) lot in the same category or for more than two (2) lots in total shall be disqualified. d. Companies found to be related or which have the same directors or personnel will be disqualified. e. 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 and complete Standard Bidding Documents should be submitted as this would form part of the evaluation. f. Contractors with history of abandonment/non-completion of rural electrification projects or other government contracts will be disqualified. g. Submission of fake documents in support of a bid shall lead to shall be referred to the issuing authorities and as an adjunct receiver verification. h. The Agency shall not be liable to any bidder for loss or refusal to accept any loose papers stapled or inserted in-between bound documents or submissions not bound in the prescribed format. i. Category A & B.: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids on un-successful bidders will be returned un-opened. j. Category C, D & E: Only pre-qualified bidders will be invited at a later date for collection of tender documents: k. Colour copy of evidence of incorporation with Corporate Affairs Commission (CAC) as a Limited/Public Liability Company. l. Failure to comply with the instructions and provide any required documents is automatically result to disqualification DISCLAIMER AND CONCLUSION a. The Rural Electrification Agency pledges fair and equal treatment of all bidders but is not bound to pre-quality any bidder and reserves the right to annul this procurement process at any time in public interest without incurring liabilities in accordance with section 28 of the Public Procurement Act; 2007. b. This advertisement is published only for information purposes and does not constitute an offer, commitment or obligation by REA to transact with any party nor entitle any contractor to make any claims, whatsoever or seek any indemnity from the Agency. ENQUIRIES All enquiries and request for clarification regarding this publication may be directed to The Director Procurement Rural Electrification Agency Corporate Headquarters, 22, Freetown Street, Wuse 2, Abuja. Date Added: April 18, 2025 Deadline: 14/05/2025 Category: Power & Electrification, Construction & Engineering, Solar and Renewable Tender Link : https://etenders.com.ng/rural-electrification-agency-invitation-to-tender-prequalification-expression-of-interest-for-the-execution-of-projects/