OFFICE OF THE SURVEYOR GENERAL OF THE FEDERATION (SOGOF) has floated a tender for Acquisition of Large Format Digital Plotter with Training. The project location is Nigeria and the tender is closing on 23 Oct 2019. The tender notice number is , while the TOT Ref Number is 36396965. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Acquisition of Large Format Digital Plotter with Training

Deadline : 23 Oct 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 36396965

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : OFFICE OF THE SURVEYOR GENERAL OF THE FEDERATION (SOGOF)
Office of the Surveyor General; D (Procurement) Office, 1 Floor, No.8, Yawuri Street Garki II Abuja
Nigeria

Tender Details

Tenders are invited for Acquisition of 2no. Large Format Digital Plotter with Training.

3. ELIGIBILITY REQUIREMENTS
In order to be considered, interested and competent contractors and service providers who wish to carry out any of the projects listed above are required to submit the following documents, which will be subjected to verification and due diligence by the Office of the Surveyor-General of the Federation.
i. Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) including forms CAC2 and CAC7.
ii. Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years valid till 31 December, 2019.
iii. Evidence of current Pension Compliance Certificate valid till 31 December, 2019.
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till31 December, 2019.
v. Certificate of Compliance from Nigeria Social Insurance Trust Fund (NSITF) valid till31 December, 2019.
vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring 31/1/2020 or valid Certificate issued by BPP.
vii. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Office of the Surveyor-General of the Federation or 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 none of the Directors 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
viii. Company’s 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 facility for the execution of the project when needed.
x. Company’s profile with the curriculum vitae of key staff to be deployed for the project, including copies of their Academic/Professional Certificates (SURCON, ARCON, COREN, CORBON, ICAN, TOPREC, etc.).
xi. Any company bidding for a Survey job should have a SURCON CERTIFICATE in the name of the Company.
xii. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards, valuation certificate, job completion certificate and photographs of projects.
xiii. List of Plants/Equipment with proof of Ownership/Lease (Category B only).
xiv. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (all the eligibility requirements are compulsory for each JV partner).
xv. For procurement of Motor Vehicles, only Companies included in the National Automotive Design and Development Council’s approved list for local manufacturers of vehicles or other authorized representatives should bid for the procurement.
xvi. For insurance, only insurance companies duly registered with the National Insurance Commission (NAICOM) should bid for the insurance.
xvii. Letter of Authorization from Original Equipment Manufacturers (where applicable)
xviii. Evidence of Registration with Computer Registration Council of Nigeria (CPN), and National Information Technology Development Agency (NITDA), (Lots C2, C3 & C4).
xix. All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number(RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Numbers (preferably GSM No.), and e-mail 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 Company; and
NOTE: All Contractors should arrange and submit their bid documents sequentially as listed above.

4. COLLECTION OF BID DOCUMENTS FOR CATEGORY A & B – GOODS & WORKS
Interested and eligible bidders may obtain further information and collect Bidding Documents from the Procurement Unit between 9:00am and 3:30pm Monday – Friday except public holidays at the following address:

Office of the Surveyor General;
D (Procurement) Office, 1 Floor,
No.8, Yawuri Street Garki II Abuja
Upon payment of non-refundable Tender Fee of N10, 000.00 (Ten Thousand Naira), only per Lot for Goods and Works in favour of Office of the Surveyor General to the Treasury Single Account (TSA). Thereafter use the TSA reference number/bank teller to obtain Treasury Receipt at the cash office of the Office of the Surveyor General in order to obtain the Bidding Document.

5. SUBMISSION OF BID DOCUMENTS FOR CATEGORY A & B – GOODS & WORKS
The completed Technical and Financial bids are to be submitted in one (1) soft copy and Two (2) hard copies each, which include one (!) original copy. The documents should be in two (2) separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” (including the name of the company and the Lot number clearly written on both the technical and financial bid) and both sealed in a third envelope marked with the appropriate Project Title and Lot Number at the top right hand corner with the company name written behind and addressed to the Secretary Tenders Board, Office of the Director (Procurement), 1 Floor, Office of the Surveyor General of the Federation No.8, Yawuri Street, Garki II, Abuja and deposit in the Tender Box at the address in 2.1 above not later than 12:00 noon on Wednesday 23 October, 2019.

6. PUBLIC OPENING OF BID DOCUMENTS FOR CATEGORY A & B – GOODS & WORKS
Only Technical Bids will be publicly opened immediately following the deadline for submission at 12:00 noon on Wednesday 23 October, 2019 in the presence of Bidders or their representatives at the Conference Room, 3 Floor, Office of the Surveyor General of the Federation No.8, Yawuri Street, Garki II, Abuja. Non-Governmental Organizations NGOs) and Anti-Corruption Agencies who are invited to witness the bid opening. Only successful technical Bidders will be invited for the Financial Bids at a later date.

7. GENERAL INFORMATION
a. Bids must be in English language and signed by an official authorized by the bidder.
b. Bid submitted after the deadline for submission would be returned un-opened.
c. OSGOF will not be responsible for any cost or expenses incurred by any interested party (ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry.
d. No contractor is allowed to bid for more than two (2) Lots. Failure is automatically disqualification
e. All bids submitted must be signed by the bidder
f. Contractors who do not follow the instructions in the advertisement strictly (including the requirements) will automatically be disqualified
g. Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened
h. OSGOF is not bound to award contract(s) to 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.

AG. DIRECTOR PROCUREMENT
FOR: SURVEYOR-GENERAL OF THE FEDERATION.

Documents

 Tender Notice