UPPER BENUE RIVER BASIN DEVELOPMENT AUTHORITY, YOLA, ADAMAWA STATE-INVITATION TO TENDER AND EXPRESSION OF INTEREST FOR THE SUPPLY AND INSTALLATION OF 3-IN-1 SOLAR POWERED STREET LIGHT IN VARIOUS MOTOR PARKS IN IBADAN NORTH-EAST/IBADAN SOUTH-EAST FEDERAL CONSTITUENCY, OYO STATE.


FEDERAL GOVERNMENT OF NIGERIA
FEDERAL MINISTRY OF WATER RESOURCES
UPPER BENUE RIVER BASIN DEVELOPMENT AUTHORITY
MBAMBA – FUFORE ROAD, P.M.B 2086, YOLA
INVITATION TO TENDER AND EXPRESSION OF INTEREST

1.0 INTRODUCTION
1.1 The Upper Benue River Basin Development Authority (UBRBDA), a Parastatal of the Federal Ministry of Water Resources in furtherance to its statutory mandate intends to undertake the Procurement of Work under the 2025 Capital Appropriation (amendment) and in accordance with extant Provisions of Section 25 of the Public Procurement Act, 2007 and Section 68 (2) (b) of the Finance Act, 2020.
1.2 The Authority therefore invites experienced and competent Contractors with relevant experience to tender for the Project for execution under approved 2025 capital appropriation (amendment).

2.0 SCOPE OF WORK
The Scope of Works for the project earmarked for execution are as contained in the Standard Bidding Documents (SBDs) and Bills of Quantities (BoQ)/BEME prepared by the Authority. The summary of the project are as follows:

2.1 WORKS
Interested Contractors are invited to submit Technical and Financial Bids for the Project:

LOT NO: A86
PROJECT DESCRIPTION: SUPPLY AND INSTALLATION OF 3-IN-1 SOLAR POWERED STREET LIGHT IN VARIOUS MOTOR PARKS IN IBADAN NORTH-EAST/IBADAN SOUTH-EAST FEDERAL CONSTITUENCY, OYO STATE.

3.0 ELIGIBILITY REQUIREMENTS
Interested and Competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out the above Project are required to submit the following documents in their Technical Bids:
i. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 & 7. Business Name is also acceptable for Category C;
ii. 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 years (2022, 2023, 2024); valid till 31st December 2025.
iii. Evidence of current Pension Clearance Certificate valid till 31st December 2025.
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025.
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate (2025) valid till 31st December 2025;
vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers; by submission of the Interim Registration Report (IRR) Expiring on 31st December, 2025 or valid Certificate issued by BPP;
vii. Sworn Affidavit disclosing whether or not any officer of the relevant Committees of the Upper Benue River Basin Development Authority, Yola 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 Accounts for the last three (3) years (2022, 2023, 2024);
ix. Reference Letter from a reputable commercial Bank indicating willingness to provide credit facility for the execution of the project when needed;
x. 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.;
xi. Verifiable documentary evidence for at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and Photographs of the Projects;
xii. Works: List of Plants/Equipment with proof of Ownership or Lease Agreement;
xiii. For Supply of Equipment: Evidence of being Original Equipment Manufacturer or Authorized Representative
xiv. Evidence of Firm’s current registration with relevant regulatory professional body(ies);
xv. For Joint Venture/Partnership, Memorandum of Understanding (MoU) 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);
xvi. All documents for submission must be transmitted with a covering/forwarding letter under the company/firm’s letter headed 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 letter headed papers must bear the names and nationalities of the Directors of the Companies at the bottoms of the page duly signed by the authorized officer of the firm.

NOTE that all documents/information required must be paginated, submitted in the Sequence/order as listed in i – xv above.

4.0 COLLECTION OF TENDER DOCUMENTS
Interested Companies are to collect the Standard Bidding Document (SBD) from 20th April, 2026, upon presentation of evidence of payment of tender fee from:
The Office of the Head of Procurement,
Upper Benue River Basin Development Authority,
Mbamba – Furore Road
P.M.B, 2086
Yola,
Adamawa State
Interested bidders are advised to contact their respective Banks for the code upon which payment of a non-refundable tender fee of N10,000.00 (Ten Thousand Naira) only, is to be paid into the Treasury Single Account of the Upper Benue River Basin Development Authority, Yola (UBRBDA).

5.0 SUBMISSION OF TENDER DOCUMENTS
5.1 Invitation to Tender (Works, and Goods)
Prospective bidders are to submit bid for the lot, 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, Upper Benue River Basin Development Authority, Mbamba – Furore Road, Yola, Adamawa State and clearly marked with the Name of the Project and the Lot number. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and should be deposited in the Tender Box at the address above, not later than 12:00 noon on Monday, 18th May, 2026.

6.0 OPENING OF TECHNICAL BIDS
The Technical Bids will be opened immediately after the deadlines for submission at 12:00 on Monday, 18th May, 2026 respectively, at the Authority’s Conference Hall, while the Financial Bids will be kept unopened. Please ensure that you sign the Bid Submission Register at the address stated in 4.0 above, as the Authority will not be held liable for misplaced or wrongly submitted bids.

7.0 GENERAL INFORMATION
i. Bids must be in English Language and signed by an official authorised by the bidder.
ii. Bid Submission must be submitted unopened.
iii. 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(ies) in connection with any response to this invitation;
iv. Non-Compliance with the conditions stated herein will lead to automatic disqualification of the bidder from the bidding process.
v. Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services);
vi. Works: 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
vii. The Upper Benue River Basin Development Authority is not bound to pre-qualify/shortlist 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.
viii. For further enquiries, please contact The Procurement Department between 10.00 a.m. to 3.00 pm (Mondays – Fridays) at the following address:

Upper Benue River Basin Development Authority,
Mbamba – Furore Road
P.M.B, 2086
Yola,
Adamawa State

Signed:
Dr Mahmud Sanusi Mohammed
Managing Director
Upper Benue River Development Authority

Comments

Leave a Reply

Your email address will not be published. Required fields are marked *