Procurement Summary
Country : Nigeria
Summary : Establishment and Monitoring of Gurara Dam
Deadline : 16 Dec 2019
Other Information
Notice Type : Tender
TOT Ref.No.: 37766611
Document Ref. No. : LOT NO HYD W3
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Tenders are invited for Establishment and Monitoring of Gurara Dam
Minimum Average Annual Turnover (N):
2 million
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 issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
(ii) Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years till 31st December, 2019;
(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 Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st 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 on 31st January, 2020 or valid Certificate issued by BPP;
(vii) Sworn Affidavit:
• disclosing whether or not any officer of Office of the Surveyor-General of the Federation 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;
• that none of the Directors has been convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation of falsification of acts relating to any matter;
(viii) Company’s Audited Accounts for last 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 qualifications (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 (3) similar jobs executed in the last 5 years including letters of Awards, Valuable Certificates, Job completion certificate and photographs of the 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 (CAC, TCC, PENCOM, ITF, NSITF & Sworn Affidavit are applicable to each JV Partner);
(xv) All Documents for submission must be transmitted with a covering/forwarding letter under the company letter headed paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Phone Number and e-mail Address. The letter headed paper must bear the names and Nationality of the Company at the bottom of the page dully signed by the authorized of the Company; and
(xvi) NOTE: All Contractors should arrange and submit their Bid Documents Sequentially as listed above.
3.1 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, 1st floor No 8, Yawuri Street Garki II Abuja
4 COLLECTION OF BID DOCUMENTS FOR CATEGORY A: WORKS
Interested Bidders are to collect Bidding Document at the address in 2.1 above on submission of evidence of 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) with the GIFMIS CODE 1000103595. Thereafter use the TSA reference payment number/bank teller to obtain Treasury Receipt at the cash office of Office of the Surveyor General in order to obtain the Bidding Document.
5. SUBMISSION OF BID DOCUMENTS FOR CATEGORY A: 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 (1) 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 No at the top right hand corner with the company name written behind and addressed to the Secretary Tenders Board, Office of the Director (Procurement), 1st floor, Office of the Surveyor General Federation No 8, Yawuri Street Garki II Abuja and deposit in the Tender box at the addressed in 2.1 above not later than 12:00 noon on Monday, 16 December, 2019.
6. PUBLIC OPENING OF BID DOCUMENTS FOR CATEGORY A: WORKS
Only Technical Bids will be publicly opened immediately following the deadline for submission at 12:00 noon on Monday, 16 December, 2019 in the presence of Bidders or their representatives at the Conference Room, 3rd floor, Office of the Surveyor General Federation No 8, Yawuri Street Garki II Abuja. Non – Governmental Organizations (NGOs) and Anti-Corruption Agencies who are invited are to witness the bid opening. Only pre-qualified bidders at technical evaluation will be contacted at a later date for financial bids opening, while financial bids of un-successful bidders will be returned un-opened.
7. SUBMISSION OF ExPRESSION OF INTEREST (EOI) FOR CATEGORY B – CONSULTANCY
Interested consultants shall submit one (1) original copy of their Expression of Interest (EoI) Documents with the Project Title and Lot No. clearly written at the Front Top Right corner of the envelope with the company name written behind and addressed to Office of the Surveyor General, D(Procurement) office, 1st floor 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 Tuesday 19 November, 2019.
8. OPENING ExPRESSION OF INTEREST (EOI) FOR CATEGORY B – CONSULTANCY
The EOI will be opened immediately after the deadline for submission at 12:00 noon on Tuesday 19 November, 2019 in the presence of Bidders or their representatives at the Conference Room, 3rd floor, Office of the Surveyor General Federation No 8, Yawuri Street Garki II Abuja. Non – Governmental Organizations (NGOs) and Anti-Corruption Agencies who are invited are to witness the bid opening. Only shortlisted firms will be invited at a later date for collection of Request for Proposals.
9. GENERAL INFORMATION
(a) Bids must be in English Language and signed by an official authorised by the bidder;
(b) Bids submitted after the deadline for submission will 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) SGOF is not bound to award contracts) to any bidder and reserves the right to annul the procurement process at any time without incurring any liability in accordance with Section 28 of the Public Procurement Act 2007.
Documents
Tender Notice