Request for Proposal For Installation Of Solar Powered Boreholes In Some Selected Communities

Tender Detail

96670802
LOT 59/WS/25
Self-Funded
Request for Proposal For Installation Of Solar Powered Boreholes In Some Selected Communities
NCB
Western Africa
Economic Community of West African States, ECOWAS,African Union
10-06-2025

Work Detail

Tenders are invited for Installation of Solar Powered Boreholes in some Selected Communities in Akwa Ibom North East Senatorial District. 3. ELIGIBILITY REQUIREMENTS Interested and Competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the Projects listed under the above Three (3) categories are required to submit the following documents in their technical bids/EOI, failure of which will render a bid disqualified: i. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7. Business Name is also acceptable for Services; ii. 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 (2022, 2023 & 2024); valid till 31st December, 2025; iii. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (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, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidders annual turnover is N50m and above); v. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025; vi. Evidence of Registration on the National Data Base of Federal Contractors, Consultants and Service Providers by Submission of Interim Registration Report (IRR) expiring on 31st December, 2025 or valid Certificate issued by BPP; vii. Sworn Affidavit: disclosing whether or not any officer of the relevant committees of the Lower Benue River Basin Development Authority 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; that the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months; viii. Companys Audited Accounts for the last three (3) years (2022, 2023 & 2024); ix. Reference Letter from a reputable Commercial Bank in Nigeria indicating willingness to provide credit facilities for the execution of the project when needed; x. Companys Profile with the Curriculum Vitae of key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, ARCON, CORBON, SURCON etc, in case of construction/rehabilitation work. xi. Verifiable documentary evidence of at least three (3) similar works executed in the last five (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and Photographs of the Projects; xii. Works: List of Plants/Equipment with proof of Ownership/Lease; xiii. Consultancy Service: Evidence of Firms current registration with the relevant regulatory professional body(ies) such as COREN, QSRBN, ARCON, CORBON, SURCON etc., for Management Development (CMD); xiv. For Training Programmes: Evidence of Firms current accreditation issued by the Centre xv. For ICT: Evidence of Registration with National Information Technology Development Agency (NITDA) and Computer Professionals Registration Council of Nigeria; xvi. For Equipment: Letter of Authorisation from Original Equipment Manufacturers (OEMs); xvii. Only Companies included in the National Automotive Design and Development Councils approved list of local manufacturers of vehicles or their authorised representatives should bid for the vehicles; xviii. Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA); xix. For Joint Ventures/Partnership, Memorandum of Understanding (MoU) should be provided. Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner; and xx. All documents for submission must be transmitted with a covering/forwarding letter under the company/firms letter headed 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 headed papers must bear the names and Nationalities of the Directors of the companies at the bottoms of the page duly signed by the authorized officer of the firm. NOTE: All documents/Information required must be paginated, submitted in the sequence/order as listed above. 4. COLLECTION OF TENDER DOCUMENTS GOODS AND WORKS Interested Companies are to collect the Standard Bidding Documents (SBD) from the office of the Head of Procurement 1st Floor, Room 7, Lower Benue River Basin Development Authority, Km 10, Makurdi-Otukpo Road Makurdi, on evidence of payment of a non-refundable tender fee of N10, 000.00 (Ten thousand Naira) only per Lot paid into the Treasury Single Account of Lower Benue River Basin Development Authority Remita Account in any reputable Commercial Bank in Nigeria. Firms interested in Services will not pay at this stage until after short listing. 5. SUBMISSION OF DOCUMENTS 5.1 CATEGORY (A & B) WORKS AND GOODS Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies of each of the technical and financial bids with softcopy of financial bid only in MS Excel format, packaged separately in sealed envelopes clearly marked as Technical Bid or Financial Bid. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to the Managing Director, Lower Benue River Basin Development Authority, Km 10, Makurdi-Otukpo Road Makurdi, Benue State 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 should be deposited in the Tender Box at Lower Benue River Basin Development Authority, Km 10, Makurdi-Otukpo Road Makurdi, not later than 12:00 noon on Tuesday, 10th June, 2025. 6. OPENING OF TECHNICAL BIDS: WORKS AND GOODS Only the Technical bids will be opened immediately after the deadline for submission at 12:00 noon on Tuesday, 10th June, 2025, at the Authoritys Conference Hall, Lower Benue River Basin Development Authority, Km 10, Makurdi-Otukpo Road Makurdi, in the presence of bidders or their representatives, while the financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register in the office of the Head of Procurement 1st Floor, Room 7, Lower Benue River Basin Development Authority, Km 10, Makurdi-Otukpo Road, Makurdi, as Lower Benue River Basin Development Authority will not be held liable for misplaced or wrongly submitted bids. 7. SUBMISSION OF EOI FOR CONSULTANCY AND NON-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 addressed to the Managing Director, Lower Benue River Basin Development Authority, Makurdi. Furthermore, the reverse of each envelope should bear the name and address of the bidder and dropped in the Tender Box at Lower Benue River Basin Development Authority, Km 10, Makurdi-Otukpo Road Makurdi, not later than 12:00 noon on Monday 26th May 2025. 8. OPENING OF EXPRESSION OF INTEREST DOCUMENTS The EOI documents will be opened immediately after the deadline for submission at 12:00 noon on Monday 26th May 2025 at the Conference Hall Lower Benue River Basin Development Authority, Makurdi in the presence of bidders or their representatives. Please, ensure that you sign the Bid Submission Register at the office of Head of Procurement 1st Floor, Room 7, Lower Benue River Basin Development Authority, Makurdi, as the Lower Benue River Basin Development Authority, will not be liable for misplaced or wrongly submitted bids. 9. GENERAL INFORMATION i. Bids and Expression of Interest (EoI) must be in English Language and signed by an official authorised by the bidder; ii. Bids and Expression of Interest (EoI) submitted after the deadline for submission would be returned unopened; iii. Bidders should not bid for more than two (2) Lots; iv. Goods & Works: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening while the financial bids of unsuccessful bidders will be returned unopened; v. Services: Only shortlisted firms will be invited at a later date for collection of Request for Proposals; vi. The Technical Bids will be opened in the presence of CSOs and Professional bodies and covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online. vii. All costs will be borne by the bidders as the Authority will not be held responsible for any cost or expenses incurred by any interested party(ies) in connection with any response to this invitation; viii. The Lower Benue River Basin Development Authority, Makurdi 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; ix. For further enquiries, please contact the Procurement Unit between 10:00 Tender Link : https://etenders.com.ng/lower-benue-river-basin-development-authority-makurdi-invitation-to-tender-and-expression-of-interest-eoi-for-year-2025-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 © 2025 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail