Tenders are invited for Solar Streetlight in Ikpe Ekpene Oton, Essien Udim, Akwa Ibom State Date Added: May 12, 2025 Deadline: 02/06/2025 Category: ICT and Software, Education & Learning, Rehabilitation/Renovation, Training For Consultancy Services, Only successful Firms, shortlisted to participate at the Second Stage of the of Procurement Process will be contacted to pay a required amount and pick up the Standard Bidding Document (RFP), while others would be debriefed. As for Non- Consultancy Services, Works and Goods, Bidders are to pay a non-refundable sum of Ten Thousand Naira (N10,000.00) only through the Remita Platform before obtaining Biding Documents at National Boundary Commission, Room 3, Ground Floor, New Building. Consulting Firms wishing to express interest for the Services, as well as Bidders for Works and Goods, must possess the under-listed requirements to be eligible to participate in the bidding processes: a. Certificate of Incorporation with Corporate Affairs Commission (CAC), Please attach the companys Article of Memorandum, duly certified forms C02 and C07, including Current evidence of Annual Returns, b. Current Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025; with minimum average turnover, as will be contained in the RFP/Bidding Document; c. Current Pension Compliance Certificate valid till 31st December, 2025; d. Current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025; e. Current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025; f. Evidence of Registration on the National Database of Federal Contractors, Consultants, and Services Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2025 or valid Certificate issued by Bureau of Public Procurement; g. Company Audited Accounts for the last three years (2022, 2023 & 2024); h. A sworn affidavit disclosing whether or not, any officer of the Commission or BPP is a former or present Director, shareholder or has any pecuniary interest in the Bidder and that no Partner/Director has been convicted in any Country for criminal offences, related to fraudulent or corrupt practices, or criminal misrepresentation, or falsification of facts relating to any matter and that all the required documents presented in this bid are genuine and true representation of your Firms and that, the Company is not under receivership, the subject of any form of winding up petition or proceedings, insolvency or Bankruptcy; i. Evidence of financial capability to execute project, if awarded, including Reference Letter from a reputable Commercial Bank, indicating willingness to provide credit facility for the execution of the project when the need arises; j. Company Profile with the Curriculum Vitae and Phone Numbers of Key Technical Staff, to be deployed for the Assignments/Works, including copies of Relevant Academic/Professional qualifications (COREN, ICAN, ANAN, etc.), who may be contacted independently for further explanation on the Bidders submission k. Evidence of Firms Registration with Relevant Professional Bodies, eg. COREN, COMMEG, SURCON, CORBON, CMD, etc l. Verifiable documentary evidence of at least three (3) similar Jobs/Assignments executed in the last five (5) years, including Letters of Awards, Job Completion Certificates and Pictorial Evidence of Jobs done, where any; m. Verifiable Construction Equipment with Proof of Ownership or Evidence of Lease (for Works) n. For Electrical works, Bidders shall present valid NEMSA Compliance Certificate. o. A letter, authorizing the Commission, to verify documented claims of past assignments and Company Documents, with Relevant Agencies, where false claims shall be forwarded to the appropriate Agencies for investigation, given the significance of the Assignments under process. p. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (all the eligibility requirements are compulsory for each JV partner), q. All documents for submission must be transmitted with a Covering/Forwarding Letter on the Company/Firms Letter Head, 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 must also bear the Names and Phone numbers of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm. Tender Link : https://etenders.com.ng/national-boundary-commission-public-request-for-expression-of-interest-eoi-and-invitation-to-tender-itt-for-the-implementation-of-2025-capital-appropriation-and-zonal-intervention-projects-zip/