Construction of 2 Nos of Solar Powered Borehole & Reticulation, Community Secondary School Wadata, Makurdi Lga Benue State

This tender is from the country of Nigeria in African region. The tender was published by NATIONAL BIOTECHNOLOGY DEVELOPMENT AGENCY on 05 Jun 2023 for Tenders are invited for Construction of 2 Nos of Solar Powered Borehole & Reticulation, Community Secondary School Wadata, Makurdi Lga Benue State (Bioresource Development Centre, Makurdi, Benue State) Qualified interested and eligible contractors must submit Technical tender bid document supported with the following; a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 business name where applicable; b) Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till 31st December 2023; c) Evidence of Pension Clearance Certificate valid till 31st December, 2022 (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 31st December, 2022 (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); e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2022; f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate issued by BPP; g) An affidavit • disclosing whether or not any officer of the relevant committees of the National Biotechnology Development Agency or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter. • That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding • That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months. h) Company’s Audited Accounts for the last three years (2020, 2021 & 2022); i) 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, QSDRBN, ARCON, CORBON etc; j) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed; k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards, valuation certificates, job completion certificates and photographs of the projects; l) Works: List of Plants/Equipment with proof of Ownership/Lease agreement; m) For supply of equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs) n) Consultancy of Services: evidence of firm’s current registration with relevant regulatory professional body(ies) such as NITDA, CPN, COREN, QSRBN, ARCON, CORBON etc; o) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA) p) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner); q) All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head 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: a. All expenses incurred in the preparation and submission of any response to this invitation shall be borne solely by the interested participating company. b. Submission of bids through email or fax will not be accepted. c. Category A and B: Only qualified bidders at technical evaluation will be invited at a later date for financial bid opening, while the financial bids of unsuccessful bidders will be returned unopened. d. Category C: Only shortlisted firms will be invited at a later date for collection of Request for Proposal; e. This advertisement shall not be construed as a commitment on the part of NABDA nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from NABDA by virtue of such company having responded to the advertisement. f. NABDA is not bound to prequalify/shortlist any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities in accordance with Section28 of the Public Procurement Act, 2007. Submission: a. Bid must be in English and signed by an official authorized by the bidder. b. Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies each of the technical and financial bids packaged separately in sealed envelopes and clearly marked as “Technical Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to Director General, National Biotechnology Development Agency Umar Musa Yar Adua Express Way, Lugbe, Abuja, FCT. c. Combining Technical and Financial Bid in the same Envelope will lead to automatic Disqualification. d. Each Bid Package should be clearly marked with the following on both sides of the envelope. e. Technical Bid marked NABDA/SBD/LOT XXX/TECHNICAL/2023at the top right-hand corner for Category A and B while NABDA/LOT XXX/EO1/2023for Category C f. Financial Bid NABDA/SBD/LOT XXXX/FINANCIAL/2023 at the top right-hand corner. (Please note that XXX Denotes the Lot Number) for Category A and B. g. Furthermore, the reverse of each sealed envelope should bear the name, email, phone number address of the bidder. h. All copies of the bids shall be duly signed by an authorized representative of the Bidder In the event of any discrepancies between copies, the original shall govern. i. Interested party shall not bid for more than two (2) Lots of all 2023NABDA projects. j. NABDA will assume no responsibility for the content of tamper evident bids or for non- compliance with this instruction. Bids that do not comply shall be disqualified. k. Kindly note that submissions shall be subjected to verification from relevant authorities. l. The Deadline for Submission is 12:00 noon Monday 10th July 2023. Interested bidders are to collect the Standard Bidding Document from the office of the Procurement Unit, National Biotechnology Development Agency, Umar Musa Yar’Adua Express Way, Lugbe-Abuja, FCT on the evidence of payment of a non-refundable fee of N10, 000.00 per Lot, paid into National Biotechnology Development Agency’s Remita account in any reputable Commercial Bank with GIFMIS Code: 0228008001. Tender Receipt must clearly state the Lot Number, Title of the Project and the Name of the Company purchasing the bid. Tender Receipt must be presented to the Procurement Unit for the collection of the bid document.. The last date to submit your bid for this tender was 10 Jul 2023. This tender is for the companies specializing in Construction work and similar sectors.

*The deadline for this tender has passed.

Tender Organisation:

NATIONAL BIOTECHNOLOGY DEVELOPMENT AGENCY

Tender Service:

Worldwide

Tender Region:

Tender Country:

Tender CPV:

45000000 : Construction work

Tender Document Type:

Tender Notice

Tender Description:

Tenders are invited for Construction of 2 Nos of Solar Powered Borehole & Reticulation, Community Secondary School Wadata, Makurdi Lga Benue State (Bioresource Development Centre, Makurdi, Benue State) Qualified interested and eligible contractors must submit Technical tender bid document supported with the following; a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 business name where applicable; b) Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till 31st December 2023; c) Evidence of Pension Clearance Certificate valid till 31st December, 2022 (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 31st December, 2022 (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); e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2022; f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate issued by BPP; g) An affidavit • disclosing whether or not any officer of the relevant committees of the National Biotechnology Development Agency or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter. • That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding • That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months. h) Company’s Audited Accounts for the last three years (2020, 2021 & 2022); i) 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, QSDRBN, ARCON, CORBON etc; j) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed; k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards, valuation certificates, job completion certificates and photographs of the projects; l) Works: List of Plants/Equipment with proof of Ownership/Lease agreement; m) For supply of equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs) n) Consultancy of Services: evidence of firm’s current registration with relevant regulatory professional body(ies) such as NITDA, CPN, COREN, QSRBN, ARCON, CORBON etc; o) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA) p) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner); q) All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head 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: a. All expenses incurred in the preparation and submission of any response to this invitation shall be borne solely by the interested participating company. b. Submission of bids through email or fax will not be accepted. c. Category A and B: Only qualified bidders at technical evaluation will be invited at a later date for financial bid opening, while the financial bids of unsuccessful bidders will be returned unopened. d. Category C: Only shortlisted firms will be invited at a later date for collection of Request for Proposal; e. This advertisement shall not be construed as a commitment on the part of NABDA nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from NABDA by virtue of such company having responded to the advertisement. f. NABDA is not bound to prequalify/shortlist any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities in accordance with Section28 of the Public Procurement Act, 2007. Submission: a. Bid must be in English and signed by an official authorized by the bidder. b. Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies each of the technical and financial bids packaged separately in sealed envelopes and clearly marked as “Technical Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to Director General, National Biotechnology Development Agency Umar Musa Yar Adua Express Way, Lugbe, Abuja, FCT. c. Combining Technical and Financial Bid in the same Envelope will lead to automatic Disqualification. d. Each Bid Package should be clearly marked with the following on both sides of the envelope. e. Technical Bid marked NABDA/SBD/LOT XXX/TECHNICAL/2023at the top right-hand corner for Category A and B while NABDA/LOT XXX/EO1/2023for Category C f. Financial Bid NABDA/SBD/LOT XXXX/FINANCIAL/2023 at the top right-hand corner. (Please note that XXX Denotes the Lot Number) for Category A and B. g. Furthermore, the reverse of each sealed envelope should bear the name, email, phone number address of the bidder. h. All copies of the bids shall be duly signed by an authorized representative of the Bidder In the event of any discrepancies between copies, the original shall govern. i. Interested party shall not bid for more than two (2) Lots of all 2023NABDA projects. j. NABDA will assume no responsibility for the content of tamper evident bids or for non- compliance with this instruction. Bids that do not comply shall be disqualified. k. Kindly note that submissions shall be subjected to verification from relevant authorities. l. The Deadline for Submission is 12:00 noon Monday 10th July 2023. Interested bidders are to collect the Standard Bidding Document from the office of the Procurement Unit, National Biotechnology Development Agency, Umar Musa Yar’Adua Express Way, Lugbe-Abuja, FCT on the evidence of payment of a non-refundable fee of N10, 000.00 per Lot, paid into National Biotechnology Development Agency’s Remita account in any reputable Commercial Bank with GIFMIS Code: 0228008001. Tender Receipt must clearly state the Lot Number, Title of the Project and the Name of the Company purchasing the bid. Tender Receipt must be presented to the Procurement Unit for the collection of the bid document.

Tender Bidding Type:

Publish Date: 05 Jun 2023

Deadline Date: 10 Jul 2023

  • 1 week to go
  • 15 Days to go
  • More than 15 days to go

Get A Callback Within 24 Hours

Fill form below to get callback from Tender Experts.

264084

Explore More Construction work Tenders in Nigeria, African, and Worldwide

Looking for more tenders like this one in Construction work? With over 70 million global procurement opportunities and new tenders added daily, Tender Impulse is your gateway to international and local contracting success. Whether you're targeting the Infrastructure and construction sector in Nigeria, or expanding across regions, we provide live, accurate, and relevant updates every day.

Our platform sources tenders from:

  • National and local government portals
  • International development and funding agencies
  • Municipal corporations and state authorities
  • NGOs, education ministries, and public-private partnerships

Daily Tender Updates Across 200+ Countries

Every day, we add hundreds of new RFPs, RFQs, EOIs, and contract awards across multiple sectors and geographies. This tender from Nigeria is just a sample of what's available right now.

Tender Impulse covers:

  • Public procurement tenders
  • International development projects
  • Local municipal bids
  • Private and PPP contracts
  • Framework agreements and supply tenders

Search Smarter with CPV and Industry Matching

Each listing is categorized using CPV codes like 45000000, enabling precise filtering. Search by:

  • Tender type: RFP, RFQ, EOI, GPN, Contract Awards
  • Location: Nigeria, African, or global
  • Industry: Infrastructure and construction
  • Deadline and issue date
  • Issuing organization or funding agency

Opportunities in Every Industry and Region

While you're viewing a tender in Nigeria, Tender Impulse offers access to tenders across:

  • Asia, Europe, Africa, the Americas, and Oceania
  • Defence, Energy, Healthcare, Construction, Education, IT, Agriculture, and more
  • All CPV categories—from consultancy to infrastructure

Tools to Help You Succeed

Tender Impulse provides more than listings:

  • Custom email alerts by CPV and location
  • Downloadable bid documents and submission support
  • Registration guidance and compliance tools
  • Translation support for non-English tenders
  • Proposal writing tips and examples

Stay Ahead with Real-Time Updates

Thousands of new tenders are added daily-across countries, sectors, and CPV codes. With Tender Impulse, you gain strategic insight, timely alerts, and a competitive edge.

Start your free trial to unlock tenders customized to your Infrastructure and construction, Nigeria, and Construction work categories.

Tender by Region

Tender by Sector

Tender by Country