SOKOTO RIMA RIVER BASIN DEVELOPMENT AUTHORITY has floated a tender for Purchase of Plants and Machineries. The project location is Nigeria and the tender is closing on 11 Aug 2021. The tender notice number is LOT A6, while the TOT Ref Number is 54943955. 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 : Purchase of Plants and Machineries

Deadline : 11 Aug 2021

Other Information

Notice Type : Tender

TOT Ref.No.: 54943955

Document Ref. No. : LOT A6

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : SOKOTO RIMA RIVER BASIN DEVELOPMENT AUTHORITY
Damale Kaita House, Gusau Road, PMB 2223, Sokoto, Nigeria
Nigeria

Tender Details

Tenders are invited for Purchase of Plants and Machineries.

Interested and Competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the Projects under the above three (3) categories are required to submit the following documents in their Technical Proposals;
i. 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 by the Corporate Affairs Commission (CAC), contact address, telephone number (preferably GSM No.) and e-mail address. The letter headed papers must bear the names and nationalities of the directors of the companies at the bottoms of the page duly signed by the authorized officer of the firm/company.
ii. Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC)including Forms CAC2 and Form CAC7;
iii. Evidence of Company-s Income Tax Clearance Certificate for the last three years (2018, 2019& 2020); valid till 31stDecember, 2021 with a minimum average turnover of (N50, 000, 000) for each project, as specified in the Bidding Documents;
iv. Evidence of current Pension Compliance Certificate valid till 31stDecember, 2021;
v. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2021;
vi. Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate (2021) valid till 31st December, 2021;
vii. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of the Interim Registration Report (IRR) expiring on 1stJanuary, 2022 or Valid Certificate issued by BPP.
viii. Current Sworn Affidavit disclosing whether or not any officer of the relevant Committees of the Sokoto Rima River Basin Development Authority 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. Must be Dated 2021.
ix. Company-s Audited Accounts for the last three (3) years (2018, 2019 & 2020).
x. Evidence of Financial Capability to Execute the Project including Reference Letter from a reputable commercial Bank indicating willingness to provide credit facility for the execution of the project where the Average Turnover in the bidders Tax Clearance Certificate for the project of choice does not meet the specified average turnover indicated above.
xi. Company 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: company-s or individual staff COREN, QSRBN, ARCON, and CORBON suffices etc.) For Lot A 10 to Lot A 123.
xii. Verifiable documentary evidence of at least three (3) similar jobs executed in the lastfive (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and Photographs of the Projects. For Lot A 10 to Lot A 123.
xiii. List of Plants/Equipment with proof of ownership/lease (where applicable). Irrevocable lease letter & any lease letter above three (3) years are not accepted. For Lot A 10 to Lot A 123.
xiv. For joint Ventures/Partnership, Memorandum of Understanding (MoU) should be provided (all the eligibility requirements are compulsory for each JV Partner);
xv. Verifiable Evidence of Certificate of the Firm-s Registration with relevant professional body e.g. NAICOM/Insurance, EHORECON/Cleaning Services, NITDA/CPN/Information Technology, ICAN/ANAN/FinancialReportingService, COREN/QSRBN/ARCON/CORBON/SURCON/Construction, NSCDC/Security, ESVARBON/Estate Surveying etc.
xvi. For Procurement of Motor Vehicles and other machines or Equipment, only Original Equipment Manufacturers or their Authorized Representatives should bid for those projects by presenting evidence of being so otherwise they would be excluded from the procurement process.

Interested Companies are to collect the Standard Bidding Document (SBD) from the Office of Head of Procurement, Sokoto Rima River Basin Development Authority, DamaleKaita House, Ground Floor, on evidence of payment of a non-refundable fee of N10, 000.00 (Ten Thousand Naira) only, per Lot, paid into the Sokoto Rima River Basin Development Authorities- Remita Account in any Commercial Bank.

Note:
a) All bids must be must be in English Language and duly signed by an official authorize by the bidder.
b) All bids Submitted after the deadline for submission would be returned un-opened.
c) Bidders should not bid for more than two (2) Lots in All the Categories (i.e. A-Invitation to Tender, B-Pre-qualification and C-Consultancy).
d) Pre-qualified Bidders for Category A will be contacted at a later date for Financial Bid Opening while Bids of unsuccessful bidders will be returned unopened.
e) Shortlisted/Pre-qualified firms for Categories B & C respectively, will be contacted at a later date for collection of Tender Documents and Request for proposal documents (RfPs) to proceed to the next stage of the procurement process.
f) All costs will be borne by the bidders as the Authority will not be held responsible for any cost or expenses incurred by any interested party (i.e.) in connection with any response to this invitation.
g) Non-Compliance with the conditions stated herein will lead to automatic disqualification of the bidder from the bidding process.
h) The Sokoto Rima River Basin Development Authority 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.
i) Contractors are advice to comply with instruction as contained In (S.R.R.B.D.A BiddingDocument) failure to comply will lead to disqualification.
j) Bids with values of#300Million and above for Works and Bids with value of #100Million and above for Goods must be accompanied with 2% Bid Security.
k) Bid security should be provided alongside with financial Bid in a separate envelope clearly labeled “bid security submitted by name of the bidder”.
l) Due diligence would be observed as all the documented claims by the contractors are subject to verification.
m) Representative of any company should be accompanied with authorization letter and must be included in the bidding documents, failure to comply will lead to disqualification.
n) For further enquiries, please contact Procurement Department between 10.00 a.m. to 3.00 pm(Mondays-Fridays) at the following address.
Sokoto Rima River Basin Development Authority, DamaleKaita House Km 10, Gusau Road Shuni, Sokoto State

Documents

 Tender Notice