Join NGO Procurement Telegram Channel

NIGERIA DEPOSIT INSURANCE CORPORATION-INVITATION TO TENDER FOR THE SUPPLY AND INSTALLATION OF BUILDING MANAGEMENT SYSTEM (BMS) AT THE CORPORATION’S HEAD OFFICE ABUJA


NIGERIA DEPOSIT INSURANCE CORPORATION
PLOT 447/448 CONSTITUTION AVENUE, CENTRAL BUSINESS DISTRICT, ABUJA
INVITATION TO TENDER FOR THE SUPPLY AND INSTALLATION OF BUILDING MANAGEMENT SYSTEM (BMS) AT THE CORPORATION’S HEAD OFFICE ABUJA

1. INTRODUCTION
The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite competent companies with good track records of performance and experience to tender for the supply and installation of Building Management System at the Corporations Head Office. Please note that the previous advert on the subject building Management System (BMS) was wrongly titled as development of software for BMS instead of Supply and Installation of BMS. This error has now been corrected.

2. SCOPE OF WORKS
Supply and Installation of Building Management System (BMS) at the Corporation’s Head Office Abuja.
A. The contractor shall furnish and install a complete building automation system including all necessary hardware and all operating and applications software necessary to perform the control sequences of operation as called for in this specification. All components of the system – workstations, servers, application controllers etc shall communicate using the BAC net protocol, as defined by ASHRAE standard 135-2007, EIA standard 709. 1, the Lon Talk protocol, or Mod bust protocol. No gateway shall be used for communication controllers furnished under this section. At a minimum, provide Sauter controls IPV6 or any approved equivalent for the following:
1. Air Handling units
2. Return air fans
3. Exhaust and supply fans
4. Chilled waters system including pumps, chillers, and cooling towers
5. Variable refrigerant flow systems
6. Data centre precision cooling systems
7. Refrigerant leak detection systems
8. Smoke evacuation sequence of AHU sand return fans including smoke control dampers and fire command over ride panel
9. Variable volume and constant volume box control including interlocks with finned tube radiation
10. Monitoring points for packaged equipment’s such as emergency generators
11. Power wiring to DDC devices, smoke control dampers and BMS panels except a otherwise specified
B. Except otherwise noted, the control system shall consist of all necessary Ethernet Network Controllers, Standalone, Digital Control Units, Work stations, software, sensors, transducers, relays, valves, dampers, damper operators, control panels, and other accessory equipment, along with a complete system of electrical interlocking wiring to fill the intent of the specification and provide for a complete and operable system. Except as otherwise specified, provide operators for equipment such as dampers if the equipment manufacturer does not provide these. Coordinate requirements with the various contractors.
C. The BMS contractor shall review and study all HVAC drawings and the entire specification to familiarize themselves with the equipment and system operation and to verify the quantities and types of dampers, operators, alarm etc. to be provided.
D. All interlocking wiring, wiring and installation of control devices associated with the equipment listed below shall be provided under this contract. When the BMS system is fully installed and operational, the BMS contractor and representatives of the Owner will review and carry out the system acceptance and testing. At that time, the BMS contractor shall demonstrate the operations of the system and prove that it complies with the intent of the drawings and specifications.
E. Provide services and manpower necessary for commissioning of the system in coordination with HVAC contractor, Genset contractor, panels contractor and client’s representatives.
F. All work performed under this section of the specifications will comply with all governing codes, laws and governing bodies. If the drawings and/or specifications are in conflict with governing codes, the contractor, with guidance from the engineer, shall submit proposals with appropriate modifications to the project to meet code restrictions. If this specification and associated drawings exceed governing code requirements, the specification will govern. The contractor shall obtain and pay for all necessary construction permits and licenses.
G. Production of installation as-built drawings, project documentation, operation manuals and schedules documents

3. ELIGIBILITY REQUIREMENTS
Interested bidders for the above project are required to provide the following bidding requirements for the project. All bids must be accompanied with the following:
i. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7;
ii. Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years (2019, 2020 and 2021) valid till 31st December 2022; with minimum average annual turnover of N100, 000, 000.00
iii. Evidence of Pension Clearance Certificate valid till 31st December, 2022 (this requirement is only applicable to bidders whose number of staff is 15 and above).
iv. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2022 (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);
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2022;
vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate issued by BPP;
vii. Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Nigeria Deposit Insurance Corporation 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 its bid are true and correct in all particulars;
• That no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
viii. For supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs)
ix. Company’s Audited Accounts for the last three years (2019, 2020, 2021) duly acknowledged by the Federal Inland Revenue Service (FIRS);
x. Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
xi. Detailed Company’s profile with the curriculum Vitae of key staff to be deployed for the project, including copies of their academic/professional qualifications such as COREN, QSRBN, ARCON, CORBON
xii. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards, valuation certificates, job completion certificates and photographs of the projects;
xiii. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
xiv. All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head 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. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from Procurement and Management Service Department, 2nd floor; NDIC Headquarters plot 447/448 Constitution Avenue, Central Business District,
Abuja, on evidence of payment of a non-refundable tender fee of N10, 000 payable into the Nigeria Deposit Insurance Corporation’s Remita account at www.remita.net through any deposit money bank (DMB) in Nigeria.

5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit Three (3) bound copies of technical and financial bids with soft copy of financial bids only in MS Excel format, packaged differently in sealed envelopes clearly marked “Technical Bid” and “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to:
Director,
Procurement & Management Services
Department (PMSD),
Nigeria Deposit Insurance Corporation (NDIC)
Plot 447/448 Constitution Avenue,
Central Business District,
Abuja, Nigeria
Clearly marked “TECHNICAL AND FINANCIAL TENDER FOR THE SUPPLY AND INSTALLATION OF BUILDING MANAGEMENT SYSTEM (BMS) AT THE CORPORATION’S HEAD OFFICE ABUJA”. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box on the Ground floor, reception area at the Head office Building not later than 11:00 am on Monday, 30th January, 2023.

6. OPENING OF TECHNICAL BIDS
Only the technical bids will be opened immediately after the deadline for submission on 11:00am on Monday, 30th January, 2023, at the Ground Floor, Visitors waiting room, NDIC Head Office Building in the presence of the bidders or their representatives, while the financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission register on the 2nd Ground floor, with the Procurement and Management Services Department, as NDIC will not be held liable for misplaced or wrongly submitted bids. Further requisite information required can be obtained from the NDIC website or e-mail address: [email protected]

7. ADDITIONAL INFORMATION
i. Bids must be in English Language and signed by an official authorized by the bidders
ii. Bids submitted after the deadline for submission would be returned un-opened;
iii. All costs will be borne by the bidders;
iv. Only pre-qualified bidders at technical evaluation will be invited at a later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
v. Where a bid is submitted by a joint venture (JV) partners, each member of the JV must fulfill requirements I to VII under eligibility criteria.
vi. NDIC is not bound to prequalify and bidder 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