INVITATION FOR PRE-QUALIFICATION / EXPRESSION OF INTEREST (EOI) FOR THE IMPLEMENTATION OF 2023 PROCUREMENT ACTIVITIES OF THE NIGERIAN RAILWAY CORPORATION

   
1 INTRODUCTION
 

The Nigerian Railway Corporation and its subsidiaries invite interested and reputable Contractors, Suppliers, and Consultants with relevant and verifiable experience to apply for pre-qualification for the following 2023 Projects:

   
2

DESCRIPTION OF THE PROJECTS

CATEGORY A – GOODS

  LOT DESCRIPTION LOCATION
  G01 Procurement of Tools, Equipment, and Materials for Emergency Repairs and maintenance of Tracks Nationwide
  G02 Procurement of Rolling Stock Consumables (Lubricants, etc.) and Spare Parts Nationwide
       

CATEGORY B – GOODS

  LOT DESCRIPTION LOCATION
  W01 Repair and Maintenance of Tracks, Bridges, and Culverts Nationwide
  W02 Renovation/Upgrade of Railway Stations and other buildings together with associated facilities Nationwide
  W03 Manufacture/Supply and Commissioning of Locomotives, Coaches, Wagons, Railway Inspection Vehicles, and Cranes (Narrow Gauge and/or Standard Gauge) – OEMs and/or their representatives only Nationwide
  W04 Rehabilitation of Locomotives, Coaches, Wagons, Railway Inspection Vehicles, and Cranes (Narrow Gauge and/or Standard Gauge) Nationwide
  W05 Procurement/Rehabilitation and Installation of Equipment for Mechanical/Electrical, S&T, Security, Printing, Operations, Civil, and ICT facilities Nationwide
       

CATEGORY C – CONSULTANCY SERVICES

  LOT DESCRIPTION LOCATION
  C01 Provision of Facilities Management Services Nationwide
  C02 Provisioning of Project Management Consultancy Services Nationwide
  C03 Training Services and Human Capacity Development Nationwide
  C04 Generation of Alternative Revenue for the Corporation Nationwide
  C05 Provision of Insurance Services Nationwide
       
3.ELIGIBILITY REQUIREMENTS  
 

Prospective bidders should submit the following documents in their Technical profiles:

  a Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 & 7. Business Name with Form BN1 is also acceptable for Services;
  b Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years (2020, 2021, and 2022) valid till 31st December, 2023;
  c Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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, 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);
  e Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2023;
  f 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;
  e Sworn Affidavit:

-       disclosing whether or not any officer of the relevant committees of the Nigerian Railway Corporation 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;.

  h Company’s Audited Account for the last three (3) years (2020, 2021, and 2022).
  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 Company’s profile with the Curriculum Vitae of the Key Staff to be deployed for the Project, including copies of their Academic/Professional qualifications;
  k Lot C03: Company’s valid accreditation issued by the Centre for Management Development (CMD);
  l Verifiable documents evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates, Job Completion certificates, and Photographs of the Projects;
  m  Lot C05:

-          Operational Licence issued by NAICOM

-          Valid and adequate re-insurance Treaty arrangement (Underwriters Only)

-          Certified True Copy of Audited Accounts approved by NAICOM

  n Lot C04: Evidence of Firm’s current registration with

-          Financial Reporting Council of Nigeria;

-          ICAN, ANAN, or any other relevant regulatory professional body(ies)

  o Lots C01 and C02: Evidence of Firm’s current registration with relevant regulatory professional body(ies) such as COREN, QSRBN, ARCON, ESVARBON etc.;
  p 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 Letter Head Paper must bear 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.             SUBMISSION OF DOCUMENTSGOODS & WORKS

 
 

Prospective bidders are to submit pre-qualification documents for each of the Lot desired; two (2) hard copies each of the technical bids packaged in sealed envelopes and clearly marked as “Prequalification”; and addressed to The Director, Procurement, Nigerian Railway Corporation, Ebute-Metta, Lagos and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box in the Office of The Director, Procurement not later than 12:00 Noon, Wednesday, 6th September, 2023.

       

5.             SUBMISSION OF EOI DOCUMENT - CONSULTANCY SERVICES

 
 

Interested firms are to submit two (2) bound copies 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, Procurement, Nigerian Railway Corporation, Ebute-Metta, Lagos and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box in the Office of The Director, Procurement not later than 12:00 Noon, Wednesday, 6th September, 2023.

       

6.             OPENING OF EOI/PREQUALIFICATION DOCUMENTS

 
 

The EoI/Prequalification documents will be opened immediately after the deadline for submission at 12:00 Noon, Wednesday, 6th September, 2023; at the Directors’ Block, Nigerian Railway Corporation, Ebute-Metta, Lagos. Please, ensure that you sign the Bid Submission Register in the office of the Director Procurement, as the Nigerian Railway Corporation will not be held liable for misplaced or wrongly submitted bids.

       

7.             GENERAL INFORMATION

 
  a EOIs/Bids must be in English Language and signed by an official authorised by the bidder;
  b EOIs/Bids submitted after the deadline for submission would be returned un-opened;
  c Bidders should not bid for more than Two (2) Lots; failure to comply is an automatic disqualification.
  d Bidders can submit through Post (Courier Services)
  e Consultancy Service: Only shortlisted firms will be invited at a later date for collection of Request for Proposals;
  f Goods & Works: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids collection;
  g The arrangement of the EOI/prequalification documents in hard copies should follow the order in the list above and be appropriately paged. The EOI/prequalification document should have a table of content indicating the pages, on which these items are to be found. Failure to comply with this directive will result in disqualification of the bidder.
  h The Nigerian Railway Corporation is not bound to pre-qualify/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
       
 

Signed

Management