Tender Requirements:

Bidders/Suppliers should submit the following bidding documents to the contract awarding committee of ADO:

  • A quotation or proforma Invoice covering the products to be supply
  • A letter of Intent stating suppliers ability to handle the contract
  • A letter authorizing and appointing a local company as agent/representative for the tender process
  • Completed copy of the company Application/ registration form
  • Certificate of standard for the product to be supplied(if any)
  • Quotation of Products: Bidding companies quotations must be on Ex-Works or FOB basis.
  • Company Profile/Introduction: Bidders should in writing officially introduce their company for the Tender Procurement Committee to know them comprehensively.
  • Full Description of Bidding Products: Bidders should provide adequate information about their bidding products (Including lucid photos where necessary.
  • Bidding Companies are to bid with their standard product specification and best quality. Bidding documents must be drawn up preferably on the Tenderer's headed paper endorsed by the company president/CEO for Authentication purposes and must be addressed to our official address.
  • Quotations from companies that are experiencing financial flop will be rejected as such company may not utilize government funds for the purpose for which it was meant for.
  • Evidence of company registration: Each Tenderer must provide a documentary evidence of their registration or incorporation as a legal organization in their country of origin.
  • Other relevant documents/Information that may enhance the company's chances.

Provincial Preference:

Tender evaluation and award of Contract will be done in accordance with the procedures outlined in the latest Guidelines and Instructions for the Implementation of Provincial Preference Policy and in accordance with the Public Tender Act, 2003 (Act 663), the Provincial Preference Act and associated Regulations.

Un-Acceptable Policies:

  • Tenders not submitted with the completed copy of the registration form
  • Tenders not submitted along with a proof of payment of the registration fee
  • Tenders containing additional clauses to the Tender Application/registration form
  • Tenders submitted with deviation to the requirement of this Board

Contract Payment:

Successful Company(s) will receive their contract payment in their preferred bank account within Five (5) working days of Contract Agreement Endorsement

AFRICAN DEVELOPMENT ORGANIZATION (ADO): - PRE-QUALIFICATION/INVITATION TO TENDER (ITT) FOR GOODS AND WORKS AND EXPRESSION OF INTEREST (EOI) FOR CONSULTANCY SERVICES FOR THE COMMISSION’S 2025 PROJECTS AND PROGRAMMES

1. INTRODUCTION 1.1 The African Development Organization (ADO) in line with its statutory mandate and the ADO Regional Development Master Plan (ADORDMP) wishes to procure various Goods, Works and Services in its nine (11) mandate Countries of the Region. The full lists of the intended procurement are as listed below. 1.2 Consequently, the Commission wishes to engage the services of experienced and qualified contractors and consultants to undertake the procurement of the below-listed Goods, Works and Services.

2. SCOPE OF THE SERVICES The procurement is categorized as shown below and their specific scope is as shown in their respective lists below; 2.1 CATEGORY 1A: PRE-QUALIFICATION FOR GOODS 2.2 CATEGORY 1B: ITT FOR GOODS 2.3 CATEGORY 2A: PRE-QUALIFICATION FOR WORKS 2.4 CATEGORY 2B: ITT FOR WORKS 2.5 CATEGORY 3: EOI FOR SERVICES

3. ELIGIBILITY REQUIREMENTS This solicitation for Tender shall be based on meeting the following minimum eligibility criteria:
(a) Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of Incorporation, Form CAC 1.1 or CAC 2 and CAC 7;
(b) Evidence of current Company’s Income Tax Clearance Certificate (TCC) for the last three (3) years valid till 31 December 2025;
(c) Evidence of current Pension Clearance Certificate valid till 31 December, 2025;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2025;
(e) Evidence of current Togo Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31 December, 2025;
(f) Sworn Affidavit:
• that the firm is not in receivership, insolvency or bankruptcy;
• that none of the directors of the company has any criminal conviction relating to fraud or financial impropriety or criminal misrepresentation and falsification of facts in any country;
• Sworn Affidavit that none of the directors of the company are officers of the Federal Service 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;
(g) Company’s Audited Accounts for the last three (3) years-2022, 2023, 2024;
(h) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable Commercial Bank in Togo, indicating willingness to provide credit facility for the execution of the project when needed;
(i) Company’s Profile with C.V. of Key Staff to be deployed for the project including copies of Academic and Professional Certificates;
(j) For Services: Evidence of current registration with relevant regulatory professional body(ies);
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the area of interest in the last five (5) years including Letters of Awards, Job Completion Certificates and Photographs of the projects. In case of on-going projects, valuation certificates;
(l) List of Plants/Equipment/Instruments/Warehouse including proof of Ownership/Lease (where applicable);
(m) Letter of Authorisation as representative of the Original Equipment Manufacturer (for Category 1A and 1B and where necessary);
(n) Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorised representatives should bid for vehicles.
(o) For ICT jobs: Evidence of current registration/accreditation with Computer Professionals Registration Council of Togo and National Information Technology Development Agency (NITDA);
(p) For Training Programmes: Evidence of Firm’s Registration with the Centre for Management Development (CMD);
(q) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance, Pension Compliance, ITF Compliance Certificate, NSITF Compliance Certificate, IRR ∓ Sworn Affidavit are compulsory for each JV partner);
(r) All documents for submission must be transmitted with a Cover/ 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 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 authorised officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS For Category 1B and 2B, interested companies are to collect the Standard Bidding Document (SBD) from the office stated below:
The Director, Procurement Unit,
Office of the Interim Administrator/CEO,
8th Floor, Head Office Building,
African Development Organization,
on the evidence of payment of refundable fee.

5. SUBMISSION OF TENDER DOCUMENTS
5.1 For Category 1B and 2B
Prospective bidders are to submit their Bid for the desired Lot in two (2) hard copies each of the Technical and Financial Bids with softcopy of Financial Bid in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two (2) sealed envelopes together in a bigger sealed envelope addressed to: The Director, Procurement Unit, Office of the Interim Administrator/ 8th Floor, Head Office Building, African Development Organization, and clearly marked with the category, serial number, project description and Lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the Bidder and dropped in the designated Tamper Proof Tender Boxes located at:
Procurement Unit, Office of the Interim Administrator/ 8th Floor, Head Office Building, African Development Organization;

Our Mission

THE ADO MISSION FOR THE TOGO REGION

To offer a lasting solution to the socio-economic difficulties of the Togo Region and to facilitate the rapid and sustainable development of the Togo into a region that is economically prosperous, socially stable, ecologically regenerative and politically peaceful.

LATEST TWEETS
CONTACT US
FOLLOW US