Tenders are invited for Procurement of Bee Apparels for Bee Keepers in Selected States Tender payment of a non refundable Tender fee of N10 000 00 Ten Thousand Naira only paid into the Remita Account TSA of the Federal Ministry of Agriculture and Rural Development in any reputable Commercial Bank in Nigeria The TSA Account Number is to be obtained from the Ministry s Central Pay Office Eligibility Requirements Interested and competent Contractors Suppliers and Service Providers Consultants wishing to carry out any of the projects listed above are required to submit the following documents Failure to fulfill any of the under listed requirements will render a bid disqualified a Evidence of Certificate of Incorporation issued by Corporate Affairs Commission CAC including Forms CAC2 and CAC7 or CAC 1 1 or Business Name where applicable b Evidence of Company s Income Tax Clearance Certificate or Personal Income Tax Clearance Certificates for all the Partners for the last three 3 years valid till 31st December 2020 with a minimum average annual turnover as stated in Category B D c Evidence of current Pension Compliance Certificate valid till 31st December 2020 d Evidence of current Industrial Training Fund ITF Compliance Certificate valid till 31stDecember 2020 e Evidence of current Nigerian Social Insurance Trust Fund NSITF Compliance Certificate valid till 31stDecember 2020 f Evidence of Registration on the National Database of Federal Contractors Consultants and Service Providers by submission of Interim Registration Report IRR expiring on 30 June 2020 or valid Certificate issued by BPP g Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Federal Ministry of Agriculture Rural Development or the Bureau of Public Procurement is a former or present Director Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars h Company s Audited Account for the last three 3 years 2017 2018 2019 i 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 facility for the execution of the project when needed j Company s Profile with Curriculum Vitae of relevant Key Staff to be deployed for the project including copies of their Academic Professional Qualifications e g COREN ARCON CORBON SURCON QSRBN etc for Works k Verifiable documentary evidence of at least three 3 similar jobs executed in the last five 5 years including Letters of Award Valuation Job Completion Certificates and Photographs of the projects l List of Plants Equipment with Proof of Ownership Lease Agreement for Works m For Consultancy Services Evidence of Firm s registration with relevant professional body ies n For Supply of Equipment Letter of Authorization from Original Equipment Manufacturers OEMs o For Joint Venture Partnership Memorandum of Understanding MoU should be provided CAC Tax Clearance Pension Compliance Certificate ITF Compliance Certificate NSITF IRR and Sworn Affidavit are compulsory for each Joint Venture partner p For offtakers of Briquetting Machines Name Address Phone Numbers of the farm or Rice Milling Site Membership of Rice Millers Farmers Association of Nigeria or relevant Registered Association The recommended square meters for installation is 5m x 10m and the entrance of installation place should be 2m high and 3m wide q 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 Number and E mail Address The Letter Headed 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 Company and Note that documents information must be arranged and submitted in the sequence order as listed above General Information i Bids and Expressions of Interest must be in English Language and signed by an official authorized by the bidder ii Further details are as specified in the Bid Documents and each shall be evaluated and awarded as a separate Lot Project iii Bidders are to note that turnover for each separate lot project is specified in the bid document iv Bids and Expressions of Interest submitted after the deadline for submission would be returned unopened v Bidders should not bid for more than two 2 Lots vi Pre qualified bidders for Categories A B will be contacted at a later date for Financial Bid Opening while Financial Bids of unsuccessful bidders will be returned unopened vii Only shortlisted firms for Category C D will be contacted at a later date for collection of Tender Documents viii All costs will be borne by the bidders as the Ministry will not be held responsible for any cost or expenses incurred by any interested party ies in connection with any response to this invitation ix Non compliance with the Conditions stated therein will lead to automatic disqualification of the bidder from the bidding process x The Ministry 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 xi Further enquiries please contact Procurement Department between 9 00 am to 3 30 pm Mondays Fridays
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 : 29954834
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.