Tenders Are Invited For Construction Of Hand Pump Boreholes At Gidan Baba Kaigum Gidan Gani Gagdi Ecwa Churc ...
Tender Notice
TenderID
23016022
Tender Brief
Tenders Are Invited For Construction Of Hand Pump Boreholes At Gidan Baba Kaigum Gidan Gani Gagdi Ecwa Church Dengi Masalacin Dengi Gwamlar Kasuwa In Kanam Lga Plateau State
Tenders Are Invited For Construction Of Hand Pump Boreholes At Gidan Baba Kaigum Gidan Gani Gagdi Ecwa Church Dengi Masalacin Dengi Gwamlar Kasuwa In Kanam Lga Plateau State 3 Eligibility RequirementsInterested 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 Proposals Failure To Fulfil Any Of The Under Listed Requirement Will Render A Bid Disqualified I Evidence Of Certificate Of Incorporation With Corporate Affairs Commission Cac Including Forms Cac2 And Form Cac7 Ii Evidence Of CompanyS Income Tax Clearance Certificate For The Last Three 3 Years 2016 2017 2018 Valid Till 31St December 2019 With A Minimum Turnover For Each Project As Specified In The Bidding Document Iii Evidence Of Current Pension Compliance Certificate Valid Till 31St December 2019 Iv Evidence Of Current Industrial Training Fund Itf Compliance Certificate Valid Till 31St December 2019 V Evidence Of Current Nigeria Social Insurance Trust Fund Nsitf Compliance Certificate Valid Tilt 31St December 2019 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 31 1 2020 Or Valid Certificate Issued By Bpp Vii Sworn Affidavit Disclosing Whether Or Not Any Officer Of The Relevant Committees Of Lower Benue River Basin Development Authority Makurdi 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 Viii CompanyS Audited Accounts For The Last Three 3 Years 2016 2017 2018 Ix Evidence Of Financial Capability To Execute The Project By Submission Of Reference Letter From A Reputable Commercial Bank In Nigeria Indicating Willingness To Provide Credit Facilities For The Execution Of The Project When 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 Qsrbn Arcon Corbon Surcon Etc Xi Verifiable Documentary Evidence Of At Least Of Three 3 Similar Works Executed In The Last Five 5 Years Including Letters Of Award Valuation Certificates And Job Completion Certificates And Photographs Of The Projects Xii List Of Plants Equipment With Proof Of Ownership Lease Where Applicable Xiii Consultancy Service Evidence Of FirmS Registration With The Relevant Professional Body Ies Xiv For Ict Evidence Of Registration With National Information Technology Development Agency Nitda And Computer Professionals Registration Council Of Nigeria Xv For Equipment Letter Of Authorisation From Original Equipment Manufacturers Oems Xvi 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 Xvii 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 Category A B 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 Km10 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 Lower River Basin Development AuthorityS Remita Account In Any Reputable Commercial Bank In Nigeria 5 Submission Of Tender Documents Category A B 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 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 Have The Name And Addresses 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 22 October 2019 6 Opening Of Bid Category A B The Technical Bids Will Be Opened Immediately After The Deadline For Submission At 12 Noon On Tuesday 22 October 2019 At The Authority 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 Km10 Makurdi Otukpo Road Makurdi As Lower Benue River Basin Development Authority Makurdi Will Not Be Held Liable For Misplaced Or Wrongly Submitted Bids 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 Only Pre Qualified Bidders For Category A And B Will Be Contacted At A Later Date For Financial Bids Opening While Financial Bids Of Unsuccessful Bidders Will Be Returned Unopened V Shortlisted Bidders For Category C Will Be Contacted At A Later Date For Collection Of Tender Documents Vi 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 Vii The Lower Benue River Basin Development Authority Makurdi Is Not Bound To Pre Qualify 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 Viii For Further Enquiries Please Contact The Procurement Unit Between 10 00 A M To 3 00 P M Mondays To Fridays At The Following Address The Lower Benue River Basin Development Authority Makurdi
Contact Information
Other Detail
View Notice Now...
Fill Detail for Getting Instant Access
Download Tender Document / Tender Notice
Dear Sir,
Warm Greetings from TenderDetail.com !!
We have received Tender Document request for the TDR No : 23016022
Tender Notice along with it's Attachments ( Tender Document / Scan Image of News Paper)
sent to your Email Address :.
Please check your email for Tender Document.