Lindii Peace Foundation (LPF) has received a grant for the implementation of the humanitarian WASH intervention entitled “Strengthening resilience of vulnerable population through provision of WASH services in Pulka, Gwoza LGA, of Borno State”. Part of this operation is the – Construction of 3x2 Compartment of 8 blocks of latrine and Shower space in Pulka, Gwoza LGA. Maiduguri Borno State Nigeria. Therefore, LPF requests you to submit price bid(s) for the list on the attached LPF Bid Form Annex A. (see ANNEX A for the Lots and breakdown of requisition).

TENDER DETAILS

The Tender details are as follows:




Line
Item
Time, date, address as appropriate


1
Invitation to Bid published Date
16th December 2024


2
Closing date for clarifications
22nd December 2024, 1600 hrs. West Africa Time


3
Closing date and time for receipt of Tenders
22nd December 2024, 1700 am. West Africa Time


4
Tender Opening Location
LPF OFFICE (No 1 Waziri Kolo Crescent Near Nursing  Old GRA, Maiduguri, Borno State ‐ Nigeria) 


5
Tender Opening Date and time  
23 December 2024, 1100‐1200 West Africa Time




PLEASE NOTE: NO BIDS WILL BE ACCEPTED AFTER THE ABOVE CLOSING TIME AND DATE; incomplete Bidding documentation will be considered as incomplete Bid and will be Rejected.

IMPORTANT INFORMATION REGARDING THIS ITB:


This tender is one Lot only.
LPF may choose to split the contract award to more than one supplier.=although will pass the administrative criteria to be evaluated before the financial evaluation. The submitted samples of non‐awarded bidders may be returned to the bidder at its own cost after the award is completed. The samples of the selected bidder will remain with LPF as part of the bid.
The delivery time of the Services shall be according to time of Contract. LPF may terminate the contract or impose other penalties if contractor fails to deliver items within this period.
All construction shall be undertaken at implementing Camp location.
No advance payment will be paid to the awarded contractor. The awarded contractor is expected to mobilize its own resources to deliver the agreed material.


SELECTION AND AWARD CRITERIA

The evaluation process consists of three stages: 1) Administrative, 2) Technical and 3) Financial. Each stage requires information and documents mentioned in this ITB from the bidder.

This tender will be awarded to the lowest cost technically compliant bid. The technical evaluation criteria are as per the specifications stated in Annex A (for all the Lots).  

Administrative Evaluation

A bid shall pass the administrative evaluation stage before being considered for technical and financial evaluation. Bids that are deemed administratively non‐compliant may be rejected. Documents listed below shall be submitted with your bid.





Annex # 
Document 
Instructions 



A.1 (Lot Applying for)
Bid Form (Technical) 

Complete ALL sections in full, sign, stamp. Must be submitted in a sealed envelope on the company letterhead paperas per LPF Tender 

Process Instructions. 

Mandatory 




A.2 (Lot Applying for)
Bid Form (Financial)  

Complete ALL sections in full, sign, stamp. Must be submitted in a sealed envelope on the company letterhead paper as per LPF Tender Process Instructions. 

Mandatory 





Tender and Contract Award Acknowledgement Certificate 
Complete ALL sections in full, sign, stamp and submit Mandatory 




General Conditions of Contract 

Read & understand the General Conditions of 

Contract for the Procurement of Goods 





LPF Supplier Code of Conduct 
Sign and stamp Mandatory 




Supplier Profile & Registration Form  
Complete ALL sections in full of Supplier Profile & Registration form, sign, stamp and submit Mandatory 




Reference form 
Fill the Form Mandatory 



N/A 
Business Registration/ MOU or equivalent proof of registration to show local presence in Nigeria  

Submit a copy of registration in the country. Submit MoU or dealership certificate if a representative of an 

international company in Nigeria. Mandatory 





Technical Evaluation

To be technically acceptable, the bid shall meet or exceed the stipulated requirements and specifications in the Invitation to Bid (ITB). A Bid is deemed to meet the criteria if it confirms that it meets all mandatory conditions, procedures and specifications in the ITB without substantially departing from or attaching restrictions with them. If a Bid does not technically comply with the ITB, it will be rejected.

The technical criteria are stipulated in Annex A.1 (for the Lot applying for) – Technical Bid Form. 

The technical evaluation will be carried out based on the following aspects: 


Compliance with specifications: Offered specifications & quality must match with desired specifications ‐ Complete all offered specifications Annex A.1 (for the Lots applying for)
Sample Quality: LPF will call for samples from suppliers those that pass the administrative evaluation. Supplier that offers samples must match with stipulated quality & specifications mentioned in Annex A.1 (for the Lots applying for). Those Contractor whose sample quality does not match with desired specifications & quality will be disqualified for the next bidding stage (Financial evaluation).
Delivery Lead Time and Destination: All stipulated quantity must be delivered at LPF sites within the time of contract Bidder should mention the delivery lead time and offered delivery destination Annex A
Experience: Bidder must have previous experience / contract(s) with either UN, INGO, NNGO, Governments– Mention reference in Annex F, or copy of previous contract, or recommendation letter.


Financial Evaluation

All bids that pass the Technical Evaluation will proceed for Financial Evaluation. Bids that are deemed technically noncompliant will not be financially evaluated.

TENDER PROCESS

The following processes will be applied to this Tender:


Tender Period
Tender Closing
Tender Opening
Administrative Evaluation
Technical Evaluation
Financial Evaluation
Contract Award
Notification of Contract Award


SUBMISSION OF BIDS

Bidders are solely responsible for ensuring that the full bid is received by LPF in accordance with the ITB requirements, prior to the specified date and time mentioned above. LPF will consider only those portions of the bids received prior to the closing date and time specified.

All responsive Bids shall be written on the LPF Bid Form (Annex A.1 and A.2

Beyond the LPF Bid Form “Annex A”, the following documents shall be contained with the bid: 


Annex B “Tender & Contract Award Acknowledgment Certificate” 
Annex C “General Conditions of Contract” 
Annex D “Supplier Code of Conduct” 
Annex E “Supplier Profile and Registration form” 
Annex F “References” 
Business Registration in Nigeria
Annex E Latrine Design


Bids not submitted on Annex A, or not received before the stipulated time and date as stated on page 1, or delivered to any other email address, or physical address will be disqualified. 

Bids submitted by mail, email or courier is at the Bidders risk and LPF takes no responsibility for the receipt of such 

Bids. 

Bidders are solely responsible for ensuring that the full Bid is received by LPF in accordance with the ITB requirements.
  • Building and Construction