Tenders are invited for Provision of Sewing Machine, Grinding Machine and Water Plumbing Machine (I) Provision of Sewing Machine, Grinding Machine and Water Plumbing Machine to Nguru/Yusufari/Machina/Karasuwa Federal Constituency. Yobe State (Lot 1) (Ii) Provision of Sewing Machine, Grinding Machine and Water Plumbing Machine to Nguru/Yusufari/Machina/Karasuwa Federal Constituency. Yobe State (Lot 2) (Iii) Provision of Sewing Machine, Grinding Machine and Water Plumbing Machine to Nguru/Yusufari/Machina/Karasuwa Federal Constituency. Yobe State (Lot 3) Date Added: April 10, 2025 Deadline: 29/04/2025 Category: Construction & Engineering, Consultancy, Solar and Renewable, Training Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Procurement Unit Room No. 101, Admin Block, PRODA Headquarters, Emene, Enugu State on evidence of payment of a non-refundable tender fee of NT0,000.00per Lot, paid into the Projects Development Institutes Remita account in any reputable Commercial Bank in Nigeria. Prospective bidders should submit the following documents: a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7; Business Name is also acceptable for Consultancy Services; b. Evidence of Companys 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 31 December, 2025; c. Evidence of Personal Clearance Certificate valid till 31 December, 2025 (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 31 December, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidders annual turnover is N50m and above); e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31 December, 2025; f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP; g. Evidence of Firm Registration with relevant regulatory professional body(ies) such as CMD, COREN, etc.; h. Sworn Affidavit. disclosing whether or not any officer of the relevant committees of the Projects Development Institute Enugu 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; i. Companys Audited Accounts for the last three (3) years 2022, 2023 & 2024; j. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed; k. Companys Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as CMD, COREN, etc.; l. Verifiable documentary evidence of all 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; m. Works: List of Plants/Equipment with proof of Ownership/Lease Agreement; n. For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (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/Firms 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 authorized officer of the firm. The EOI and the Technical bids will be opened immediately after the deadlines for submission at 12:00 noon Tuesday, 15 April, 2025 and 12:00 noon Tuesday 29 April, 2025 respectively at the PRODA Canteen, PRODA Headquarters Emene, Enugu State in the presence of bidders or their representatives, while the Financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register in the office of the Procurement Unit, Room 101, Admin Block, PRODA Headquarters, Emene, Enugu State, as the Projects Development Institute (PRODA) will not be held liable for misplaced or wrongly submitted bids. For further enquiries contact the Procurement Unit, on info@proda.gov.ng General Information a. Bids and EOI must be in English Language and signed by an official authorized by the bidder; b. Bids and EOI submitted after the deadline for submission would be returned un-opened; c. Applicants should not bid for more than two (2) Lots or sub-Lots; d. All costs will be borne by the holders; e. The Technical Bids and EOI will be opened in the presence of Bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and Private Professional Bodies; f. Services: Only shortlisted firms will be invited at a later date for collection of Request for Proposals; g. Goods and Works: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of unsuccessful bidders will be returned un-opened; h. PRODA is under consideration whatsoever to select contractor from submissions received if none meets the requirements for the project; i. Any submission of bidding document other than one given shall be disqualified; j. This advertisement shall not be construed as a commitment on the part of PRODA nor shall it entitle responding companies to seek any indemnity from PRODA by virtue of such companies having responded to the advertisement; k. Duplicate bids of a LOT by a company shall be rejected except a written notification is made before the Bid opening date and addressed to Director General/CEO through Head Procurement Unit with the above address. In the case of notification, the second bid shall be clearly labeled as Corrected Bid. l. Failure to comply with the above stated instructions will automatically disqualify the tenderer; m. The Projects Development Institute, Enugu is not bound to pre-qualify/shortlist any Applicant 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. Tender Link : https://etenders.com.ng/projects-development-institute-proda-enugu-invitation-for-tenders-and-expression-of-interest-for-the-execution-of-projects/
|