Tenders Are Invited For General Maintenance Repairs Of Ikole Links Road In Ekiti StateThe Scope Of Work Includes But Not Limited To Site Clearance Desilting Of Existing Drains And Culverts Construction Of New Drains And Culverts Scarification Of Failed Sections Earth Works On Completely Failed Areas General Bridge Maintenance Protective Works Kerbs Laterite Cement Stabilized Sub Base Crushed Stone Base Course Asphaltic Concrete Binder And Wearing Courses Surface Dressing Side Drains Road Markings And Other Road Furniture Prospective Bidders Must Possess The Following Eligibility Criteria To Be Able To Participate In The Bidding Process I Colour Copy Of Evidence Of Incorporation With Corporate Affairs Commission Cac As A Limited Public Liability Company Including Copy Of Certified Memorandum And Articles Of Association As Well As Forms Cac 2 And Cac 7 Ii Colour Copy Of Company Tax Clearance Certificate For The Last Three 3 Years 2019 2020 2021 Valid Till 31St December 2022 Iii Colour Copy Of Evidence Of Current Pension Compliance Certificate Valid Till 31St December 2022 Iv Colour Copy Of Current Itf Industrial Training Fund Compliance Certificate Valid Till 31St December 2022 V Colour Copy Of Nsitf Clearance Certificate Valid Till 31St December 2022 Vi Evidence Of Registration On The National Database Of Contractors Consultants And Service Providers By Inclusion Of Interim Registration Report Irr Issued By Bpp Valid Till 31St December 2022 Vii A Sworn Affidavit Dated Not Earlier Than4 April 2022 Indicating That All Documents Submitted Are Genuine And Verifiable Viii A Sworn Affidavit Dated Not Earlier Than 4 April 2022 That None Of The Directors Or The Company Itself Been Convicted Of Any Criminal Offence In Any Country Including Financial Impropriety Ix A Sworn Affidavit Dated Not Earlier Than 4 April 2022 That The Bidder Is Not In Receivership The Subject Of Any Form Of Winding Up Petition Or Proceeding X Inclusion Of Verifiable Evidence Of Equipment And Technology Capacity Or Lease Agreement Relevant To The Project Xi Inclusion Of Verifiable List Of Previous Similar Works Successfully Carried Out Within The Last Three Years With Names Of Client Evidence Of Award Letter S Last Interim Certificate Of Valuation For Project Or Job Completion Certificate Xii CompanyS Profile Including Organizational Structure Key Professional Staff With Their Names And Telephone Numbers Emails At Least One Of Which Must Be Registered With Their Relevant Bodies I E Coren Qsrb Corbon Arcon Ccna Etc With 2022 Practicing License Xiii Audited Annual Financial Report Of The Company For The Last Three Years 2019 2020 And 2021 Xiv Reference Letter From Reputable Bank Indicating Willingness To Provide Credit Facility For The Execution Of The Project In Addition To Evidence Of A Turnover Of At Least N50m In The Last Three Years 2019 2020 And 2021 Xv For Joint Venture Partnership Memorandum Of Understanding Mou Should Be Provided Where Necessary All Eligibility Requirement Are Compulsory For Each Joint Venture Partner Xvi The Offer Must Be Properly Signed Xvii All Schedules Provided In Bid Documents Must Be Completed Xviii All Bids Must Be Submitted In English Language Xix Inclusion Of The Complete Ferma Standard Bidding Document Correctly And Completely Filled And Signed Appropriately Interested Bidders Are To Obtain Gifmis Code Per Lot That Will Enable Them To Generate Remita To Process Its Payment In The Commercial Bank This Gifmis Code Will Be Generated At The Finance And Account Department Revenue Section Ground Floor Of The Agency Headquarters Before Proceeding To Make Payment Of A Non Refundable Sum Of Ten Thousand Naira N10 000 00 Only Per Lot In Favour Of Federal Roads Maintenance Agency Consequent Upon Which A Treasury Receipt Is To Be Issued At The Revenue Office Accounts Department Ground Floor Of The Ferma Headquarters After Presentation Of Evidence Of Payment From Any Of The Cbn Licensed Commercial Banks Note I Category A Is Divided Into Parts I And Ii Due To Logistic Reasons Ii All Jobs For Category A Will Not Attract Bid Security Iii Bidders Should Not Bid For More Than Two 2 Lots In This Category Iv The Works May Not Attract Advance Payment V Contractors Who Have Worked For The Agency And Have History Of Abandonment Termination And Or Lack Capacity Need Not Apply Vi All Beme Boq Issued By The Agency Must Be Clearly Hand Filled Without Alteration Or Modification Vii The Agency Will Carry Out Due Diligence On The Companies To Verify Claims Included In Their Submissions When Necessary Viii All Documents For Bids 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 Not P O Box Telephone Number Preferably Gsm Number And E Mail Address The Letter Headed Paper Must Bear The Names And Nationalities Of The Directors Of Company Duly Signed By The Authorized Officer Of The Company Ix Only Correctly Addressed Bids Will Be Received X The Agency Will Not Enter Into Unnecessary Correspondence With Any Contractor Except When Deemed Fit And In The Interest Of The Bid Xi All Costs Incurred By Any Company In Respect Of This Advertisement Are At Her Own Expense And The Agency Shall Not Entertain Any Claim Whatsoever In This Regard Xii The Agency Reserves The Right To Verify Any Claim Made By Any Of The Bidders Xiii The Agency Reserves The Right To Annul The Bidding Process At Any Stage If And When The Ne Arises In Line With Section 28 Of The Public Procurement Act 2007 Xiv Late Submissions Will Be Rejected And Returned Unopened Xv The Use Of Face Mask During Bid Opening Exercise Is Mandatory No Face Mask No Entry
Dear Sir,
Warm Greetings from TenderDetail.com !!
We have received Tender Document request for the TDR No : 50160506
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.