BORDER COMMUNITIES DEVELOPMENT AGENCY (BCDA) has floated a tender for Procurement of 3” Water Pumping Machines for Empowerment of Youth and Women in Monguno Local Government. The project location is Nigeria and the tender is closing on 19 Aug 2019. The tender notice number is , while the TOT Ref Number is 35181074. 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 : Procurement of 3” Water Pumping Machines for Empowerment of Youth and Women in Monguno Local Government

Deadline : 19 Aug 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 35181074

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : BORDER COMMUNITIES DEVELOPMENT AGENCY (BCDA)
Office of the Head of Procurement, First Floor Border Utako District, adjacent Chida Hotel, Abuja Attn: Head of Procurement Tel: +234-9-2900752 Fax: +234-9-2900752
Nigeria
Email :contact@bcda.gov.ng/ gabriel.amaebite@bcda.gov.ng
URL :https://bcda.gov.ng

Tender Details

Prequalifications are invited for Procurement of 3” Water Pumping Machines for Empowerment of Youth and Women in Monguno Local Government. Monguno, Marte and Nganzai Federal Constituency Borno State.

(3) ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
(b) Evidence of Company’s incomes Tax Clearance Certificate for the last three (3) years valid till 31st December, 2019;
(c) Evidence of current Pension Compliance Certificate valid till 31st December, 2019;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2019;
(e) Evidence of Current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2019;
(f) Evidence of registration on the National Database of Federal Contractors, Consultants and Service providers by submission of Interim Registration Report (IRR) expiring on 31/1/2020 or valid Certificate issued by BPP;
(g) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Border Communities Development Agency or the 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;
(h) Company’s Audited Accounts for the last three (3) years (2016, 2017, 2018);
(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 facilities for the execution of the project when needed;
(j) Company’s profile with the Curriculum Vitae of key staff to be deployed for the project, including copies of their Academic / Professional qualifications (in case of construction; COREN, QSRBN, ARCON, CORBON, MNSE etc.);
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the Projects;
(l) For Training/Empowerment programmes: Evidence of Registration with Centre for Management Development (CMD)
(m) List of Plants/Equipment with proof of ownership/lease (where applicable);
(n) For Joint Ventures/Partnership, Memorandum of Understanding (MoU) should be provided. (All the mandatory/statutory requirements are compulsory for each JV partner);
(o) All documents for submission must be transmitted with a Covering/ Forwarding letter under the Company’s/Firm’s Letter Head bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No) and e-mail address. The letterhead must bear the name and nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

4.0 COLLECTION OF TENDER DOCUMENTS (GOODS & WORKS)
Interested companies (for Goods and Works) are to collect the Standard Bidding Document (SBD) from the office of the Head of Procurement, First Floor Border Utako District, adjacent Chida Hotel, Abuja, on evidence of payment of a non-refundable fee of Ten Thousand Naira (N10, 000.00) only per Lot paid into the Border Communities Development Agency’s GIFMIS Code as stated below.
PAYMENT CODE FOR THE TENDER FEES
All contractors are advised to proceed to the bank for payment of the tender fees through the GIFMIS Code. Please find below the details:
GIFMIS Code: 1000095904
Name: Tender Fees
Organization: Borders Communities Development Agency
Account: Tender Fee
Fund: Retained Internally Generated Revenue
Region: Abuja

NOTE THAT:
(i) Interested bidders for Consultancy Services are not expected to pay at this state until after short-listing.
(ii) Interested bidders for Lots A42 and A78 are not expected to pay for tender document except when prequalified.

5.0 SUBMISSION OF INTERESTED (EOI) FOR SERVICES
Interested Firms are to submit two (2) bound of Expression of Interest (EOI) documents Separated by dividers. The documents should be submitted in a Sealed Envelope and addressed to the Executive Secretary, Border Communities Development Agency, Plot 238, No 4 Augustus Aikhomu Street Utako District Beside Chida Hotel, Abuja; and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated Tender Box at the Reception of the Agency’s Headquarters not later than 12:00noon on Monday, 12 August, 2019.

6.0 SUBMISSION OF PREQUALIFICATION DOCUMENTS:
Prospective bidders for documents for Lots A42 and A78 are to submit pre-qualification documents for each of the Lot desired; two (2) hard copies each of the technical bids packaged in sealed envelopes and clearly marked as “Technical Bid”; and addressed to THE EXECUTIVE SECRETARY, BORDER COMMUNITIES DEVELOPMENT AGENCY, PLOT 238, NO 4 AUGUSTUS AIKHOMU STREET, UTAKO DISTRICT BESIDE CHIDA HOTEL, ABUJA, and clearly marked with (the name of the project, category and the Lot number). Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated Tender Box at the Reception of the Agency’s Headquarters not later than 12:00 noon on Monday, 19 August, 2019.

7.0 SUBMISSION OF TENDER DOCUMENTS (GOODS AND WORKS)
Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies each of the Technical and Financial bids with softcopy of financial bids only in MS Excel format, packaged separately in sealed envelopes and Clearly marked as “Technical Bid” or Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to:

THE EXECUTIVE SECRETARY,
BORDER COMMUNITIES DEVELOPMENT AGENCY PLOT 238,
NO 4 AUGUSTUS AIKHOMU STREET,
UTAKO DISTRICT BESIDE CHIDA HOTEL ABUJA;

and clearly marked with the name of the project and the Lot number. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated Tender Box at the Reception of the Agency’s Headquarters not later than 12noon on Monday, 9 September, 2019.
Every bidder should ensure a tender submission form receipt is issued accordingly.

8.0 OPENING OF EOI AND BIDS
EXPRESSION OF INTEREST (EOI)
The EOI will be opened immediately after the deadline for submission at 12:00noon on Monday, 12 August, 2019 in the Conference Room of the Agency in the presence of bidders or their representatives.

PREQUALIFICATION DOCUMENTS
Prequalification documents i.e. Lots A42 and A78 will be opened immediately after the deadline for submission at 12:00noon on Monday, 19 August, 2019 in the Conference Room of the Agency in the presence of bidders or their representatives.

INVITATION TO TENDER
Technical bids will be opened immediately after the deadline for submission at 12:00noon on Monday, 9 September, 2019, in the Conference Room of the Agency in the presence of bidders or their representatives.

Bidders should please ensure that they sign the Bid Submission Register in the Office of the Head Procurement, Room first floor, Border Communities Development Agency, Plot 238 No 4 Augustus Aikhomu Street Utako District, beside Chida Hotel, Abuja as the Agency will not be held liable for misplace or wrongly submitted bids. For further enquiries, please contact the Head of Procurement on gabriel.amaebite@bcda.gov.ng
NOTE: Lots A42 and A78 are for pre-qualification.

9.0 GENERAL INFORMATION
(a) Bids must be in English Language and signed by an official authored by the bidder
(b) Bids submitted after the deadline for submission would be returned un-opened
(c) Bidders should not bid for more than two (2) Lots
(d) All costs will be borne by the bidders
(e) All prequalified bidders will be contacted at a later date for financial bid opening, while bids of unsuccessful bidders will be returned un-opened
(f) The Procurement Unit is not bound to pre-qualify 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.
(g) Failure to comply with any of the above requirements will form the basis for the disqualification of the bidders.

Documents

 Tender Notice