Expression of Interest For Procurement Of Equipment For Farmland Clearing And Preparation-D7 Bulldozer And G12 Grader (Supply Of Roller)

Tender Detail

78979483
LOT C1
Self-Funded
Expression of Interest For Procurement Of Equipment For Farmland Clearing And Preparation-D7 Bulldozer And G12 Grader (Supply Of Roller)
ICB
Western Africa
Economic Community of West African States, ECOWAS,African Union
29-04-2024

Work Detail

Tenders are invited for Procurement of Equipment for Farmland Clearing and Preparation-D7 Bulldozer and G12 Grader (Supply of Roller) Date Added: April 4, 2024 Deadline: 29/04/2024 Category: Construction & Engineering, Environment & Erosion Management, Rehabilitation/Renovation Interested companies are to collect the Standard Bidding Document (SBD) from the office of Head of Procurement Unit 4 Room 067, Ground Floor, Benin-Owena River Basin Development Authority, Km 24, Benin/Sapele Road, Obayantor on presentation of evidence of payment of a NON-REFUNDABLE tender fee of N10, 000.00 per Lot, paid into the Benin-Owen River Basin Development Authoritys Remita account in any reputable Commercial Bank in Nigeria. Bidders are to generate Remita Retrieval Reference (RRR) and pay into the BORBOA Remita e-collection IGR Account Number 025203800100 in any commercial bank. The GIFMIS code for the Tender fees is 1000020623. NOTE: firms/contractors for invitation for pre-qualification (LOT A1-A3) and Expression of Interest (Lots D1-D10) are not required to pay any tender fee at this stage. ELIGIBILITY REQUIREMENTS a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC1.1 or CAC2 and CAC7 Business name with form BN1 is also acceptable; b. Evidence of Companys Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years valid till 31st December 2024; c. Evidence of Pension Clearance Certificate valid till 31st December, 2024 (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, 2024 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidders annual turnover is N50m and above); e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2024; f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP; g. Sworn affidavit disclosing whether or not any officer of the relevant committees of the Benin-Owena River Basin Development Authority 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 country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsifications of fact relating to any matter. That 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 proceeding. That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months. h. Companys Audited Accounts for the last three years (2021, 2022 & 2023); i. Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed j. Companys profile with the curriculum Vitae and including copies of academics/professional qualifications of at least 5 key staff to be deployed for the project, registered professionals such as COREN /QSDRBN/ARCON/CORBON etc; k. 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; l. Consultancy services: evidence of firms current registration with the relevant regulatory professional body(ies) such as COREN, QSRBN, ARCON, CORBON etc; m. Works: List of plants/Equipment with proof of Ownership/Lease Agreement; n. Electricity Jobs: Evidence of currents licence issued by Nigerian Electricity Management Services Agency (NEMSA); o. 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); Note: All documents for submission must be submitted with a Covering/Forwarding letter under the Companys 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. Interested companies are to collect the Standard Bidding Document (SBD) from the office of Head of Procurement Unit 4 Room 067, Ground Floor, Benin-Owena River Basin Development Authority, Km 24, Benin/Sapele Road, Obayantor on presentation of evidence of payment of a NON-REFUNDABLE tender fee of N10, 000.00 per Lot, paid into the Benin-Owen River Basin Development Authoritys Remita account in any reputable Commercial Bank in Nigeria. Bidders are to generate Remita Retrieval Reference (RRR) and pay into the BORBOA Remita e-collection IGR Account Number 025203800100 in any commercial bank. The GIFMIS code for the Tender fees is 1000020623. NOTE: firms/contractors for invitation for pre-qualification (LOT A1-A3) and Expression of Interest (Lots D1-D10) are not required to pay any tender fee at this stage. Submission: 1. For Expression of Interest (Eol) interested firms should submit two (2) bound copies Expression of Interest (Eol) documents duly signed, paginated, separated by dividers and arranged in the order outlined in 3.0 above. The reverse side of each sealed envelope should bear the name and address of the bidder and dropped in the designated Tender Box not later than 12:00 noon Monday, 15th April, 2024. 2. Prospective bidders for Invitation for Pre-qualification are to submit Pre-Qualification Documents for each of the Lot desired two (2) hard copies each of the technical bids packaged in scaled envelopes and clearly marked as Technical Bid with the name of the project and the Lot number. Furthermore, the reverse side of the each sealed envelope should bear the name and address of the bidder and dropped in the designated tender box not later 12:00 noon Monday, 22nd April, 2024. 3. Prospective bidders for invitation to tender (B &C) are to submit two (2) hard copies each for technical and financial bids with softcopy of the financial bid only in MS-Excel format, packaged separately in sealed envelopes and marked as Technical Bur or Financial Bid Thereafter, put the two sealed envelopes together in a bigger envelope and clearly marked with the name of the project and the Lot number at the top right corner. Furthermore, the reverse side of each sealed envelope should bear the name and address of the bidder and dropped in the designated Tender Box not later than 12:00 noon Monday, 29th April, 2024. Note: a. Bids must be in English Language and signed by an official authorized by the bidder; b. The authorized official shall be introduced to the Authority by a letter of Authority duly signed by the Director and Secretary of the Company c. Bids submitted after the deadline for submission would be returned unopened; d. Bidders should not bid for more than two (2) lot; violators shall be disqualified from all the lots; e. All cost will be borne by the bidders; f. Invitation for Pre-qualification: Only pre-qualified bidders at technical evaluation will be invited on a later date for collection of tender documents g. Expression of Interest: only shortlisted consultants will be invited at a later date for collection of Request for Proposals; h. Invitation to tender & Non-Consultancy services: Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened; i. The EOIs/Bids Opening in the presence of observers will be covered will by video recording and invitation link will be sent to bidders who choose to join the bid opening online. j. Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services), Bids submitted through post must be received before the deadline for submission of bids, otherwise the bid will be returned un-opened; k. The Benin-Owena River Basin Development Authority 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. Tender Link : https://etenders.com.ng/benin-owena-river-basin-development-authority-invitation-to-tender-for-works-and-services-for-fy-2024-capital-projects/

Key Value

Tender Value
Refer document

Attachment

FileName File Description
Global Tender Document Tender Notice
Attachments
Additional Details Available on Click
✓ Tendering Authority
✓ Publication Document
(Tender Document / Tender Notice )
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail