FEDERAL MINISTRY OF WATER RESOURCES has floated a tender for Acquisition of Legal Equipment: Legal Books, Journals etc. The project location is Nigeria and the tender is closing on 21 Jun 2021. The tender notice number is LU/GD/01, while the TOT Ref Number is 53409418. 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 Legal Equipment: Legal Books, Journals etc

Deadline : 21 Jun 2021

Other Information

Notice Type : Tender

TOT Ref.No.: 53409418

Document Ref. No. : LU/GD/01

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : FEDERAL MINISTRY OF WATER RESOURCES
Ministerial Tender Huard Secretariat, Old Federal Secretariat, Room 114, New Building, Area 1 Garki, Tel: +234 09134777770
Nigeria
Email :procurement_fmwr2021@yahoo.com

Tender Details

Tenders are invited for Acquisition of Legal Equipment: Legal Books, Journals etc

Interested and competent Contractor Suppliers and Service Providers/Consultants wishing to carry out any of the projects listed under the above fur (4) Categories are required to submit the following documents in their Technical Proposals. Failure to fulfill any of the under listed requirements shall render a bid, disqualified:
i. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC 2 and CAC 7;
ii. Evidence of Company-s Income Tax Clearance Certificate for the last three (3) yours valid till 31st December, 2021 with Minimum Average Annual Turnover as stated in the Tender Documents for each Lot in Categories B & D;
iii. Evidence of current Pension Clearance Certificate valid till 31st December, 2021;
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2021;
v. Evidence of current Nigerian Social Insurance Trust Fund (NSITF)Clearance Certificate valid till 31st December, 2021;
vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2021 or valid Certificate issued by BPP;
vii. Sworn Affidavit disclosing whether or not any officer of relevant committees of the Federal Ministry of Water Resources or 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;
viii. Company-s Audited Account for the last three (3) years, 2018, 2019, 2020;
ix. Reference Letter from a reputable Commercial Bank indicating willingness to provide credit facility for execution of the project when needed;
x. Company-s profile with CV of the relevant staff to be deployed for the projects, including copies of their Academic/Professional Qualifications (e.g. COREN, ARCON, CORBON, SURCON, QSRBN etc. for Category B & D);
xi. Verifiable documentary evidence of at least three similar jobs executed in the last five years including letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the Projects;
xii. List of Plants/Equipment with proof of ownership/lease for category B&D- works;
xiii. For category C - Consultancy Services: evidence of firm-s registration with relevant regulatory bod(ies) such as COREN, ARCON, CORBON, QSRBN, EHORECON for cleaning services etc.
xiv. For Supply of Equipment: letter of authorization from the Original Equipment Manufacturers (OEMs);
xv. For all projects related to Computers: evidence of current registration/accreditation with computer Professionals Council of Nigeria and National Information Technology Development Agency (NITDA);
xvi. For joint Venture/Partnership: Memorandum of Understanding (MoU) should be provided including CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, National Social Insurance Trust Fund (NSITF), IRR and Sworn Affidavit are compulsory for each JV Partner);
xvii. All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firm-s Letter Headed Paper bearing amongst others, the Registration Number (RC) as issued to the Companies by the Corporate Affairs Commission (CAC), Contact Address, Telephone Numbers (preferably GSM Number) and valid e-mail address. The Letter Headed Paper must bear the Names and the Nationalities of the Directors of the Company at the bottom of the page duly signed by the authorized officer of the Company;

Interested Companies are to collect the Standard Bidding Document (SBD) from the Ministerial Tenders Board Secretariat, Federal Ministry of Water Resources, Room 114, New Building, Old Federal Secretariat. Area 1-Garki, Abuja, on evidence of payment of a non-refundable Tender fee of N10, 000.00 (Ten Thousand Naira) only, per Lot, paid into the TSA of the Federal Ministry of Water Resources, in any Commercial Bank (The TSA Account Number is to be obtained from the Ministry-s Central Pay Office)

General Information:
i. Bids and Expressions of Interest must be in English Language and signed by an official authorized by the bidder
ii. Bids and Expressions of Interest documents submitted after the deadline for submission would be rejected and returned un-opened;
iii. Bidders should not bid for more than two (2) Lots in all the Categories combined and violators shall be disqualified;
iv. For Lots GS/CON/01 and GS/CON/02(Provision of Cleaning Services), Bidders shall bid for either of the two. Violators shall be disqualified
v. Category A & B: 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;
vi. Shortlisted bidders for Categories C& D. will be contacted at a later date for collection of Tender Documents/Request for Proposals;
vii. Bid Document can also be collected in soft copies and Bidders can submit through Post (Courier) provided the Bid is received before submission deadline;
viii. Further details on the Specific Locations of the projects are as specified in the Bidding Documents and each shall be evaluated and awarded as separate Lot/Project as indicated;
ix. 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;
x. Non-compliance with the Conditions stated herein will lead to automatic disqualification of the bidder from the bidding process;
xi. Contractors/Service Providers who have worked for the Ministry and have history of poor performance, abandonment or prolonged contract execution/extension need not apply as they will be disqualified;
xii. Presence of Members of the public and bidders or their representatives shall not be required during the bid opening ceremonies in compliance with COVID-19 Guidelines. The Bids Opening will be covered by video recording (link will be sent to bidders) in the presence of two (2) credible persons, one (1) person each representing a Private Sector Professional Body and Civil Society Organization in the areas of Anti-Corruption/Transparency;
xiii. 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.

Documents

 Tender Notice