OGUN-OSHUN RIVER BASIN DEVELOPMENT AUTHORITY, OGUN STATE has floated a tender for Supply and Installation of 300KVA Transformer at Epe Farm Settlement in Lagos State. The project location is Nigeria and the tender is closing on 22 Oct 2019. The tender notice number is , while the TOT Ref Number is 36238268. 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 : Supply and Installation of 300KVA Transformer at Epe Farm Settlement in Lagos State

Deadline : 22 Oct 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 36238268

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : OGUN-OSHUN RIVER BASIN DEVELOPMENT AUTHORITY, OGUN STATE
Alabato Road, Abeokuta Phone: +234 803 347 9021
Nigeria

Tender Details

Tenders are invited for Supply and Installation of 300KVA Transformer at Epe Farm Settlement in Lagos State

ELIGIBILITY REQUIREMENTS
Interested and competent Contractors, Suppliers and Service Providers/ Consultants wishing to carry out any of the Projects under the above two (2) categories are expected to submit the following documents in their Technical Proposals.
(i) Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
(ii) Evidence of Company Income’s Tax clearance certificates for the last three (3) years (2016, 2017 & 2018) valid till 31st December, 2019;
(iii) Evidence of current Pension Commission Compliance Clearance 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 Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2019;
(vi) Evidence of current registration on the National Database of Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st January 2020 or valid certificate issued by Bureau of Public Procurement (BPP);
(vii) A sworn affidavit disclosing whether or not any officer of the relevant committees of Ogun-Oshun 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;
(viii) Company’s Audited Account for the last three (3) years (2016, 2017 and 2018):
(ix) 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 when needed:
(x) Detailed Company Profile and Organization structure with Curriculum Vitae of key staff to be deployed for the project including copies of their Academic/Professional qualification such as COREN, ARCON, ACEN as applicable (Photocopies of Academics and Professional Certificate attached);
(xi) Verifiable documentary evidence of experience in at least three (3) jobs of similar nature and complexity, executed in the last five (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
(xii) List of Plants/Equipment with proof of Ownership/Lease (where applicable);
(xiii) For Joint Ventures/Partnership Article of Association/Memorandum of Understanding (MOU) should be provided; (CAC, Tax Clearance Certificate. Pension Compliance Certificates, Job Completion Certificates, and ITF Compliance Certificate, NSITF Compliance Certificate. IRR & Sworn Affidavit are Compulsory for JV Partner).
(xiv) Consultancy Service: Verifiable Evidence of Certificate of the firm’s registration with relevant professional body e.g. COREN/QSRBN/ARCON/CORBON/SURCON- Construction, ESVARBON-Estate Surveying etc; is applicable.
(xv) Letter of Firm’s Accreditation by the Centre for Management Development (CMD) for Lot 67 and 68.
(xvi) Letter of Authorisation as representative of Original Equipment Manufacturers (DEM’s) for Lot 25, 26, 62 and 63.
(xvii) All documents for submission must be transmitted with a Covering/ Forwarding letter under the Company/Firm’s Letter Head Paper bearing among other 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 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.
YOU MAY WISH TO PLEASE NOTE THAT ALL DOCUMENTS/ INFORMATION REQUIRED MUST BE PAGINATED AND SUBMITTED IN THE SEQUENCE/ORDER AS LISTED IN I-XV ABOVE.

4.0 COLLECTION OF TENDER DOCUMENTS: CATEGORY A
4.1 Interested companies on presentation of an evidence of payment of a NON- REFUNDABLE tender fees of N10, 000, 00 per Lot into the OORBDA Remita E-Collection Account Number 025204500100 with GIFMIS Reference Code 1000114209 in any Commercial Banks shall collect bidding documents (Standard Bidding Documents) between 9:00am and 3:30pm from Mondays to Fridays, except Public Holidays, at the:
Procurement Unit. (Rooms 32 & 33),
Office of the Managing Director/CEO
Ogun-Oshun River Basin Development Authority,
Headquarters,
Alabato Road, Abeokuta,
Ogun State.
4.2 Note that Consultants/Service Providers for Category B-Expression of Interest (EoI) are not required to pay for bidding document until after shortlisting
4.3 All Terms and Conditions in the collected Documents MUST be strictly adhered to please.

5.0 SUBMISSION OF TENDER DOCUMENTS:
5.1 Category A-Invitation to Tender (Works and Goods)
Prospective bidders are to submit bid for each of the Lot desired. Two (2Nos) hard copies (one original and one other copy) each of the technical and financial bids with softcopy of financial bid in MS Excel formal, packaged separately in sealed envelopes and clearly marked “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in o bigger sealed envelope, with the Project Name and Lot number clearly written on the top right-hand corner, addressed and returned to:
The Managing Director/CEO.
Ogun-Oshun River Basin Development Authority.
Alabata Road, PMB 2115,
Abeokuta, Ogun State.

Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated Tender box at The Managing Director/CEO‘s Office not later than 12:00 noon on Tuesday 22 October, 2019.

5.2 Category B-Expression of Interest (EoI) Consultancy Services
Interested Firms are to submit two (2) bound copies of Expression of Interest (EoI) documents in a sealed envelope and clearly marked “Expression of Interest (EoI)”., with the Project Name and Lot number clearly written on the top right-hand corner, addressed and returned to:
The Managing Director/CEO,
Ogun-Oshun River Basin Development Authority.
Alabata Road, PMB 2115.
Abeokuta, Ogun State.

Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and dropped in the designated Tender box at The Managing Director/CEO’s Office not later than 12:00 noon on Monday, 23 September, 2019.

6.0 OPENING OF BID DOCUMENTS:
6.1 Category A-Invitation to Tender (Works and Goods)
Technical Bids will be opened publicly and immediately after the deadline for submission (at 12:00 noon on Tuesday 22 October, 2019) at the Training School Auditorium of Ogun-Oshun River Basin Development Authority, Alabata Road, Abeokuta, in the presence of bidders or their representative, while the Financial Bids will be kept un-opened.
6.2 Category B-Expression of Interest (EoI) Consultancy Service
Expression of Interest (EoI) documents will be opened immediately after the deadline for submission (at 12:00 noon on Monday 23 September, 2019) at the Training School Auditorium of Ogun-Oshun River Basin Development Authority, Alabata Road, Abeokuta, in the presence of bidders or their representatives.
6.3 For further enquiries please contact The Executive Director (Engineering), Q-ORBDA or call any of these mobile telephone numbers: 08033306540, 08038413530, 08033475414 and 08030642833.
6.4 Bidders, relevant Non-Governmental Organizations (NGOs) and the General Public are hereby invited to witness the Bid Opening Exercise.

7.0 GENERAL INFORMATION
(a) Bids must be in English Language and signed by an official authorized 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, violation shall lead to automatic disqualification;
(d) All cost will be borne by the bidders;
(e) Category A: Only pre-qualified bidders will be contacted at a later date for financial bid opening, while Financial bids of un-successful bidders will be returned un-opened;
(f) Category B: Only shortlisted firms will be invited at a later date for collection of Request for Proposals;
(g) All Bidding Documents submitted will be subjected to Due Diligence (registration with CAC, tax clearance certificates, etc.) checks in accordance with the Public Procurement Act (PPA) 2007.
(h) The final conclusion of the Procurement Process for all Projects listed above is subject to Budgetary Releases from the Treasury under the FY 2019 Appropriation;
(i) Ogun-Oshun River Basin Development Authority is not bound to pre-quality 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