Procurement Summary
Country : Nigeria
Summary : Supply of Empowerment Materials (Water Pumping Machine & Generator KWN)
Deadline : 21 Oct 2019
Other Information
Notice Type : Tender
TOT Ref.No.: 36193502
Document Ref. No. : 2019ZIP1429
Competition : ICB
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Purchaser : NATIONAL BOUNDARY COMMISSION, ABUJA
Commission’s office located at No. 54 Aguiyi Ironsi Street,
Maitama,
Abuja
Email : xox@ox.govng
Nigeria
Email :xox@ox.govng
Tender Details
Tenders are invited for Supply of Empowerment Materials (Water Pumping Machine & Generator KWN).
3. ELIGIBILITY REQUIREMENT FOR BIDDERS
The following requirements shall be submitted along with detail company profile
i. Verifiable certificate of Incorporation with Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
ii. Verifiable Evidence of valid Tax Clearance certificate for the last three (3) years valid till 31st December, 2019
iii. Verifiable current pension compliance certificate valid till 31st December, 2019;
iv. Verifiable current Industrial Training Fund (ITF) Compliance Certificate with industrial Training Fund (ITF) Act, 2005 valid till 31st December 2019;
v. Verifiable current Nigeria Social Insurance Trust Fund (NSITF) Compliances Certificate valid till 31st December, 2019;
vi. Evidence of Registration on the National Database of Federal Contractor, Consultant and service Providers by submission of interim Registration Report (IRR) expiring on 1/1/2020 or valid certificate issued by Bureau of Public Procurement
vii. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the National Boundary Commission 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. Current Company’s Audited company Accounts for the past three years (2016, 2017 and 2018), duly stamped and signed by ANAN/ICAN licensed Auditors
ix. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years (2014 to date) including letters of Award, Valuation Certificates Job Completion certificates and Photographs of projects
x. 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;
xi. Company profile with Curriculum Vitae (CV) of key Staff to be deployed for the project including copies of their Academic and Professional qualifications such COREN, CORBON, QSRBN, etc.
xii. Evidence of ownership or lease agreement for relevant equipment, machines, tools and workshop were necessary etc. (for category A-works projects)
xiii. For Joint Venture(JV) partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSIITF Compliance Certificate, IRR &Sworn Affidavit are compulsory for each JV partner)
xiv. All documents for submission must be transmitted with a covering/ forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by 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.
Note: Arrangement of Technical documents in hard copies should follow the order in the list above and appropriately paged. The Technical documents should have a table of content indicating the pages on which these items are to be found
4. COLLECTION OF TENDER DOCUMENTS (GOODS WORKS)
Interested firms are to collect bid documents from the Secretariat, Tenders Board Head of Procurement upon presentation of evidence of payment of a nonrefundable tender fee of Ten Thousand Naira (N 10, 000. 00) per Lot in favour of National Boundary Commission (NBC) by using the Central Bank of Nigeria (CBN) payment gateway platform that can be accessed from the REMITA website at www.remita.net
a. Click “Pay Federal Government Agency
b. Enter “National Boundary Commission as the name of MDA and select the service type Tender Fee
c. Enter amount N 1000000
d. Submit to generate a Remita Retrieval Reference (RRR), unique payment reference for your transaction
e. This unique code should be presented at any of this payment Channels
1. At any branch of any commercial bank nationwide
2. With debit credit cards (MasterCard, Verve Visa)
3. Your internet banking site
4. Digital wallet Mobile money
5. Your Remita Profile for registered Remita Users
f. Select your preferred payment channels to make payment
If you have any inquiry or complaint, kindly contact our helpdesk via telephone or Email
5. SUBMISSION OF BID DOCUMENTS
For Expression of Interest
Interested and qualified tenderers are expected to submit Two 2) bound tender documents which should be sealed in an envelope and clearly marked ‘Expression of Interest. The name of the company programme and Lot no should be boldly written on the reverse side of the envelope and should be dropped in box Marked Expression of Interest at the Secretariat of the Tenders Board at the Commission’s office located at No. 54 Aguiyi Ironsi Street, Maitama, Abuja. The closing date for the submission is 12:00 noon on Sunday, 23rd September, 2019.
For Invitation to Tender:
Two (2) Technical requirements should be packaged in sealed envelopes and clearly marked Technical Bid. The financial bid should be sealed in separate envelope and clearly marked Financial Bid. The two (2) envelopes should be put into a bigger envelope and clearly marked Technical/Financial Bid. The name of the company programme and Lot no should be boldly written on the reverse side of all the envelopes (All documents should be in ring binding and paged)
All documents should be addressed to
The Secretary, Tenders Board, National Boundary Commission (NBC). No.54 Agu Ironsi Street, Maitama, Abuja and should be dropped in a box at the Commission’s office. The closing date for the submission is at 12:00 noon on Monday 21st October, 2019
6. OPENING OF BIDS
The EOI and technical bids will be opened immediately after the deadline for submission 12.00 noon on Monday, 23rd September, 2019 and 12:00 noon on Monday 21st October 2010, in the presence of bidders or their representatives, while the Financial bide will be kept un-opened. Please ensure that you sign the Bid Submission Register as the NBC will not be held liable for misplaced or wrongly submitted bids.
For further enquiries, please contact the “xxx (Procurement on email xox@ox.govng
7. GENERAL INFORMATION
i. Incorrect address or labeling of submitted bids shall be rejected
ii. All bids received after the deadline for the submission of bids shall be returned unopened
iii. This advertisement of invitation to tender shall not be construed as a commitment on the part of National Boundary Commission nor shall it entitle any company to make any claim whatsoever or compensation having responded to this advertisement
iv. All expenses incurred in preparing pre-Qualification responses and expenses otherwise associated with this exercise shall be borne solely by the prospective company
v. Goods & Works: only pre-qualified bidders at technical evaluation will be invited at later date for financial bid opening, while bids of un-successful bidders will be returned un-opened.
vi. Services: only shortlisted firms will be invited at a later date for collection of Request for proposal.
vii. The NBC 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
Signed:
Director-General
NATIONAL BOUNDARY COMMISSION, N0 54, AGUIYI IRONSI STREET MAITAMA, ABUJA
Documents
Tender Notice