Request for Proposal For Provision Of Ict Equipment To Diyo Skills Acquisition Centre Idi-Isin, Kwara State

Tender Detail

79049921
WB55
Self-Funded
Request for Proposal For Provision Of Ict Equipment To Diyo Skills Acquisition Centre Idi-Isin, Kwara State
ICB
Western Africa
Economic Community of West African States, ECOWAS,African Union
30-04-2024

Work Detail

Tenders are invited for Provision of Ict Equipment to Diyo Skills Acquisition Centre Idi-Isin, Kwara State Date Added: April 5, 2024 Deadline: 30/04/2024 Category: Construction & Engineering, General Supplies & Services, Rehabilitation/Renovation Prospective applicants should submit the following documents in their EOI/technical bids; a. Evidence of Certificate of incorporation issued by Corporate Affairs Commission (CAC) including forms CAC 1.1 or CAC2 and CAC7 or Business Name is also acceptable in case of services; b. Evidence of companys 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 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 Nigerian building and Road Research Institute 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 h. Companys Audited Accounts for the last three (3) years- 2021, 2022 & 2023; i. Reference letter from a reputable commercial bank in Nigeria, indicating a willingness to provide credit facility for the execution of the project when needed; j. Companys profile with the curriculum vitae of key staffs to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, 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. Evidence of Labour based and light equipment road technology will be required; m. Works: List of plant/Equipment with proof of ownership/lease; n. Only companies included in the National Automotive Design and Development Councils approved list of local manufacturers of vehicles or their authorized representatives should bid for the Vehicles o. For Supply of Equipment: Letter of Authorization as representatives of Original Equipment Manufacturers (OEMs); p. For ICT: evidence of firms registration with the National Information Technology Development Agency (NITDA) and computer professionals Registration Council of Nigeria q. Electricity jobs: evidence of current license issued by Nigerian Electricity Management Services Agency (NEMSA); r. Services: Evidence of firms current registration with the relevant regulatory professional body(ies) such as Centre for Management Development Training Services; s. For Joint venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension clearance certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner) Certificate of incorporation and Tax applicable to foreign firms; Note: All documents for submission must be transmitted with a Coverage /Forwarding letter under the Company/Firms 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 email address. The letterhead 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 Standard Bidding Documents (SBD) from the Procurement Unit, First floor, NBRRI Administrative Headquarters, No.10 NBRRI Road/I.T Igbeni Street, Off Obafemi Awolowo Way, Jabi Abuja on evidence of payment of non-refundable tender fee of N10, 000 per lot, paid into the Nigerian Building and Road Research Institutes Remita account (GIFMIS CODE 1000111668) in any reputable commercial Bank in Nigeria. Prospective bidders are to submit two (2) for each of the lot desired, two (2) hard copies each of the technical and financial bids with softcopy of the financial bid in MS Excel format, packaged separately in sealed and clearly marked as Technical Bid and Financial Bid. Thereafter, the two sealed envelopes should be put together in a bigger sealed envelopes addressed to the Director-General/Chief Executive Officer, Nigerian Building and Road Research Institute NBRRI Administrative Headquarters, No.10 NBRRI Road/I.T Igbeni Street, Off Obafemi Awolowo Way, Jabi Abuja 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 procurement unit not later than: 10:00am on Tuesday 30th April, 2024. Interested firms are to submit the prequalification/Expression of Interest for each of the lot desired, in three (3) hard copies each (one original & two copies). The Prequalification/EOI should be addressed as indicated above and submitted not later than 10:00am Tuesday 16th April, 2024. The Prequalification/Expression of interest and technical bids will be opened immediately after the deadline for submission as follows: Prequalification/EOI: 10:00am Tuesday 16th April, 2024. Invitation to tender: Technical bids 10:00am on Tuesday 30th April, 2024. At NBRRI permanent office No. 10 NBRRI Road/I.T Igbani Drive, Jabi Abuja, in the presence of bidders or their representatives, while the financial bids will be kept un-opened. Please, ensure you sign the bid submission register in the Procurement Unit Office, as NBRRI will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please call the following numbers; 8. GENERAL INFORMATION a. Bidders should not bid for more than two (2) Lots; violation is disqualified in all the lots; b. Due diligence shall be conducted on the recommended bidders before award of the contracts. c. Bids must be in English Language and signed by an official authorized by the bidder; d. All cost will be borne by the bidders; e. The EOIs/prequalification documents will be opened in the presence of Bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and Private professional bodies and covered by video recording. Invitations links will be sent to bidders who choose to join the EOI/bids opening online. f. Invitation for Tender: 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; g. Consultancy services: Only shortlisted applicants at EOIs evaluation will be invited at a later date for collection of Request for Proposal; h. Invitation to Prequalification: Only pre-qualified bidders will be invited at a later date for collection of tender documents; i. The Nigerian Building and Road Research Institute is not bound to prequalify/shortlist any 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/nigerian-building-and-road-research-institute-nbrri-abuja-invitation-for-tender-prequalification-for-2024-direct-line-capital-zonal-intervention-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