FEDERAL COLLEGE OF FISHERIES AND MARINE TECHNOLOGY, LAGOS has floated a tender for Provision of Fish Ponds and Farming Imputes. The project location is Nigeria and the tender is closing on 04 Mar 2024. The tender notice number is A62, while the TOT Ref Number is 97216046. 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 : Provision of Fish Ponds and Farming Imputes

Deadline : 04 Mar 2024

Other Information

Notice Type : Tender

TOT Ref.No.: 97216046

Document Ref. No. : A62

Competition : ICB

Financier : Self Financed

Purchaser Ownership : Public

Tender Value : Refer Document

Purchaser's Detail

Purchaser : FEDERAL COLLEGE OF FISHERIES AND MARINE TECHNOLOGY, LAGOS
Wilmot Point Road, PMB 80063, Victoria Island, Lagos
Nigeria
Email :chuksosamor01@yahoo.com.

Tender Details

Tenders are invited for Provision of Fish Ponds and Farming Imputes at Ajegunle, Sango-Ota and Yewa North Communities, Ogun State

Date Added: February 19, 2024
Deadline: 04/03/2024
Category: Construction & Engineering, Consultancy, General Supplies & Services

Interested and competent contractors wishing to carry out any of the projects listed are required to submit the following documents in their technical bids/EOI. Failure to fulfill any of the under listed requirements will render the bid disqualified.
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7; business name with form BN1 is also consultancy services;
b) Evidence of Company-s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years valid till 31st December 2023; with minimum average annual returns of N50 million for works, N30 million for Goods & services;
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023(this requirement is only applicable to bidders whose number of staff is 15 and above),
d) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2023 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder-s annual turnover is N50m and above).
e) Evidence of Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2023
f) Evidence of Registration with the National Database of Federal Contractors, Consultants and service providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP.
g) Sworn affidavit:
• disclosing whether or not any officer of the relevant committees of the Federal College of Fisheries and Marine Technology, or Bureau of Public Procurement (BPP) 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 no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
• That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
h) Company Audited Statement of Accounts for the last three [3] years (2021, 2022, 2023);
i) 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 the Curriculum Vitae of key staff to be deployed for the project including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON etc-
k) Verifiable documentary evidence of at least three (3) similar jobs executed in the Five (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and Photographs of the projects.
l) Works: List of Plants/Equipment with proof of ownership/Lease;
m) For supply of equipment: Letter of authorization as representatives of the Original Equipment Manufacturer (OEMs);
n) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA)
o) Services: evidence of firms- registration with relevant professional body(ies) such as Centre for Management Development for training
p) Only companies included in the National Automotive design and development Councils approved list of Local manufacturers of vehicles or their authorized representatives should bid for the vehicles;
q) Payment of grant: Evidence of CBN-s current payment solution service providers license.
r) Medical outreach: Evidence of Firm-s current registration with the Medical & Dental Council of Nigeria
Note: All documents for submission must be transmitted with a Coverage /Forwarding letter under the Company/Firm-s Letter Head paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affair-s Commission (CAC), contact address, telephone number (preferably GSM No.) and email 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 firm.

Interested Companies are to collect the Standard Bidding Document (STD) from the Procurement Department on the ground floor of the Administrative building, Federal College of Fisheries and Marine Technology, Victoria Island, Lagos on evidence of payment of a non-refundable tender fee of N10, 000 (Ten thousand naira only) per Lot, paid into Federal College of Fisheries and Marine Technology-s Remita account in any reputable Commercial Bank in Nigeria.

Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies each of the technical bids packaged In sealed envelopes and clearly marked as invitation to pre-qualification and addressed to the Provost, FEDERAL COLLEGE OF FISHERIES AND MARINE TECHNOLOGY, LAGOS STATE and clearly marked with (the name of the project and the LOT Number), Financial bids with soft copy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated Tender Box in the Procurement Department not later than 12:00 noon Wednesday, 20th March, 2024

Note:
i. EOI/Bids must be in English Language and signed by an official authorized by the bidder.
ii. EOI/Bids submitted after the deadline of submission would be returned un-opened.
iii. Bidders should not bid for more than two (2) Lots,
iv. All costs will be borne by bidders.
v. The EOI/Technical Bids Opening in the presence of CSOs and professional bodies and will covered by video recording and invitation link will be sent to bidders who choose to join the bid opening online;
vi. Goods & works: Only pre-qualified bidders will be contacted at a later date for financial bid opening, while bids of un-successful bidders will be returned un-opened.
vii. Services: Only shortlisted Consultants will be invited at a later date for collection of Request for Proposals.
viii. The Federal College of Fisheries and Marine Technology, Lagos 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