FEDERAL MINISTRY OF AGRICULTURE AND RURAL DEVELOPMENT (FMA&RD) has floated a tender for Procurement and Installation of Street Solar Light & CCTV. The project location is Nigeria and the tender is closing on 22 Jun 2020. The tender notice number is FS-W5, while the TOT Ref Number is 42832555. 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 and Installation of Street Solar Light & CCTV

Deadline : 22 Jun 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 42832555

Document Ref. No. : FS-W5

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : FEDERAL MINISTRY OF AGRICULTURE AND RURAL DEVELOPMENT (FMA&RD)
Federal Ministry of Agriculture & Rural Development, Ministerial Tender Board Secretariat Wing F, Ground Floor, Room F001, FCDA Secretariat Complex, Area 11, Garki – Abuja
Nigeria
Email :fmard_procurement@yahoo.com

Tender Details

Expression of Interest are invited for Procurement and Installation of Street Solar Light & CCTV in FGN retained Silo Complexes.

Tender payment of a non- refundable Tender fee of N10, 000.00 (Ten Thousand Naira) only, paid into the Remita Account/ TSA of the Federal Ministry of Agriculture and Rural Development in any reputable Commercial Bank in Nigeria (The TSA Account Number is to be obtained from the Ministry’s Central Pay Office).

Eligibility Requirements:
Interested and competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the projects listed above are required to submit the following documents. Failure to fulfill any of the under listed requirements will render a bid, disqualified:
(a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 (or CAC 1.1); or Business Name where applicable;
(b) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates for all the Partners) for the last three (3) years valid till 31st December, 2020, with a minimum average annual turnover as stated in Category B&D.
(c) Evidence of current Pension Compliance Certificate valid till 31st December, 2020;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31stDecember, 2020;
(e) Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31stDecember, 2020;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 30 June, 2020 or valid Certificate issued by BPP;
(g) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Federal Ministry of Agriculture & Rural Development 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;
(h) Company’s Audited Account for the last three (3) years, 2017, 2018, 2019;
(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 credit facility for the execution of the project when needed;
(j) Company’s Profile with Curriculum Vitae of relevant Key Staff to be deployed for the project, including copies of their Academic/Professional Qualifications (e.g. COREN, ARCON, CORBON, SURCON, QSRBN etc. for Works);
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation/Job Completion Certificates and Photographs of the projects;
(l) List of Plants/Equipment with Proof of Ownership/Lease Agreement for Works;
(m) For Consultancy Services: Evidence of Firm’s registration with relevant professional body(ies)
(n) For Supply of Equipment: Letter of Authorization from Original Equipment Manufacturers (OEMs);
(o) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance, Pension Compliance Certificate, ITF Compliance Certificate, NSITF, IRR and Sworn Affidavit are compulsory for each Joint Venture partner);
(p) For offtakers of Briquetting Machines: Name, Address, Phone Numbers of the farm or Rice Milling Site, Membership of Rice Millers/Farmers Association of Nigeria or relevant Registered Association (The recommended square meters for installation is 5m x 10m and the entrance of installation place should be 2m high and 3m wide).
(q) All documents for 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, Telephone Number (preferably GSM Number), and E-mail Address. The Letter Headed 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 that documents/information must be arranged and submitted in the sequence/order as listed above*

General Information:
(i) Bids and Expressions of Interest must be in English Language and signed by an official authorized by the bidder,
(ii) Further details are as specified in the Bid Documents and each shall be evaluated and awarded as a separate Lot/Project;
(iii) Bidders are to note that turnover for each separate lot/project is specified in the bid document
(iv) Bids and Expressions of Interest submitted after the deadline for submission would be returned unopened;
(v) Bidders should not bid for more than two (2) Lots;
(vi) Pre-qualified bidders for Categories A&B will be contacted at a later date for Financial Bid Opening while Financial Bids of unsuccessful bidders will be returned unopened;
(vii) Only shortlisted firms for Category C& D will be contacted at a later date for collection of Tender Documents;
(viii) 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;
(ix) Non-compliance with the Conditions stated therein will lead to automatic disqualification of the bidder from the bidding process;
(x) 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
(xi) Further enquiries, please contact Procurement Department between 9.00 am to 3.30 pm (Mondays – Fridays)

Documents

 Tender Notice