Invitation to Tender for the Drilling of Tubewells and Provision of Water Pumps to Rice Farmers of Tungulawa of Argungu LGA of Kebbi State at the Sokoto Rima River Basin Development Authority (S.R.R.B.D.A.)

Posted by Kordinichi on Mon 17th Feb, 2025 - nigeriantenders.com


The Sokoto Rima River Basin Development Authority (S.R.R.B.D.A.) invites experienced and competent Contractors, Suppliers and Consultants/Service providers to Tender for the Drilling of Tubewells and Provision of Water Pumps to Rice Farmers of Tungulawa of Argungu LGA of Kebbi State. Interested contractors should possess relevant qualifications and experience.




Sokoto Rima River Basin Development Authority (S.R.R.B.D.A.) in furtherance of its statutory mandate intends to undertake the Procurement of various Works, Goods and Services under the 2024 Capital Appropriation projects in accordance with Extant Provision of Section 25 of the Public Procurement Act, 2007. The Authority therefore invites all experienced and competent Contractors, Suppliers and Consultants/Service providers with relevant experience for consideration for the execution of the following project:
 
Title: Invitation to Tender for the Drilling of Tubewells and Provision of Water Pumps to Rice Farmers of Tungulawa of Argungu LGA of Kebbi State

Lot No.: S-5
Location:
Kebbi

Eligibility Requirements
Interested and Competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out the Project above are required to submit the following documents in their Technical Proposals:
  • Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7.
  • Evidence of Company's Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2024
  • Evidence of Pension Clearance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 15 and above)
  • Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024 (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)
  • Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2024
  • Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2024 or valid Certificate issued by BPP.
  • 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
    • that no Director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter
    • that the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings
    • that the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last three (3) months
  • Company's Audited Accounts for the last three (3) years- 2021,2022&2023,duly acknowledged by the Federal Inland Revenue Service (FIRS)
  • Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed
  • 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.
  • Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects
  • Works: List of Plants/Equipment with proof of Ownership/Lease Agreement. Irrevocable lease letter & any lease letter above two (2) years from the date of submission of tender in response to this advertisement are not acceptable
  • For Joint Venture/Partnership, Memorandum of Understanding (MOU) should be provided indicating among others the Lead Partner (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner).
  • Note: 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 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 authorised officer of the firm. Note that all documents/information required must be paginated, submitted in the Sequence/order as listed above.
Collection of Tender Documents
  • Interested Companies are to collect the Standard Bidding Document (SBD) from the Office of Head of Procurement, Sokoto Rima River Basin Development Authority, Damale Kaita House, Ground Floor, on evidence of payment of a non-refundable tender fee of N10,000.00 (Ten Thousand Naira) only, per Lot, paid into the Sokoto Rima River Basin Development Authorities' Remita Account in any reputable Commercial Bank in Nigeria.
Closing Date
Tuesday, 18th March, 2025.

Submission of Tender Documents
Prospective bidders are to submit bid for each of the lot desired in two (2) hard copies each of the technical and financial bids with softcopy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as "Technical Bid" or "Financial Bid". Thereafter put the two sealed envelopes together in a bigger sealed envelope addressed to the Managing Director, Sokoto Rima River Basin Development Authority, KM. 10 Gusau Road Sokoto State and clearly marked with the Name of the Project and the Lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and should be deposited in the Tender Box at the address below, not later than Tuesday 18th March, 2025:
The Office of Head of Procurement,
Sokoto Rima River Basin Development Authority,
Damale Kaita House, Ground Floor.
Km 10, Gusau Road Shuni,
Sokoto State.


Opening of EOI and Technical Bids 
  • The Technical Bids will be opened immediately after the deadline for the submission at 12:00 noon on Tuesday 18th March 2025, at the Authorities Board Room, in Sokoto in the presence of Bidders or their representatives, while the Financial Bids will be kept unopened. 
  • Please ensure that you sign Bid Submission Register when submitting your bids at the address stated in 4.0 above, as the Authority will not be held liable for misplaced or wrongly submitted bids.
General Information
  • Bids and Expression of Interest (EOI) must be in English Language and signed by an official authorised by the bidder
  • Bids and Expression of Interest submitted after the deadline for submission would be returned un-opened;
  • Bidders should not bid for more than two (2) Lots;
  • 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.
  • Non-Compliance with the conditions stated herein will lead to automatic disqualification of the bidder from the bidding process
  • Bids with values of N300 Million and above for Works and Bids with value of N100 Million and above for Goods/Services must be accompanied with 2% Bid Security.
  • Bid Security should be provided alongside with financial Bid in a separate envelope clearly labelled "Bid security submitted by name of the bidder".
  • Due diligence shall be carried out as all the documented claims by the contractors are subject to verification.
  • Representative of any company should be accompanied with authorisation letter and must be included in the bidding documents, failure to comply will lead to disqualification.
  • Bidders should note that detailed scope of works and specifications for projects in categories A are contained in the Standard Bidding Documents.
  • Technical Bids will be opened in the presence of Bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and Private Professional bodies; and will be covered by video recording.
  • Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened
  • 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
  • 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, Damale Kaita House Km 10, Gusau Road Shuni, Sokoto State.




Industry

;
Category

;
State

;