Execution of Various Projects at Benin-Owena River Basin Development Authority

Federal Government of Nigeria

Benin-Owena River Basin Development Authority

Obayantor, Benin City

Invitation for Technical and Financial Bids – Phase III

Introduction

The Benin-Owena River Basin Development Authority, a Parastatal of the Federal Ministry of Water Resources, is desirous of executing various projects in the water resources sub-sector. In compliance with the Public Procurement Act, this Authority hereby invites interested Consultants/Contractors/Suppliers to submit Technical and Financial Tenders for the implementation of her Capital Projects in 2010 Budget Appropriation as follows: –

Works:

Lot A1 (III) Provision of Water Drainage at Both Side of Gapiona Avenue

Lot A2 (III) Supply/Installation of Hydropower Turbine at Itapaji Dam, Ikole

LGA, Ekiti State

Lot A3 (III) Iju-Itaogbolu Irrigation Project (Phase II)

Lot A4 (III) Construction of Motorized Boreholes at Erhurhun

Lot A5 (III) Construction of Motorized Borehole at Ileteju Makeke

Lot A6 (III) Construction of Motorized Borehole at Esan Central LGA

Lot A7 (III) Construction of Motorized Borehole at Oba-Akoko (Oba’s Palace),

Akoko South-West LGA

Lot A8 (III) Construction of Motorized Borehole at Ibaka-Oka Akoko, Akoko

South West LGA

Lot A9 (III) Construction of Motorized Borehole at Oke-Afo, Ose LGA, Ondo

State

Lot A10 (III) Construction of Motorized Borehole at Dr. Oluwole Ameyan Street,

Akusa-Agba, Akoko South West Ondo State.

Lot A11 (III) Construction of Motorized Borehole at Ikese, Oka-Akoko, Akoko

South West Ondo State

Lot A12 (III) Construction of Two (2nos.) Motorized Boreholes at Itapaji Ikole

LGA, Ekiti State

Lot A13 (III) Construction of Dam and Irrigation Infrastructures at Erio-Ekiti,

Ekiti State

Lot A14 (III) Construction of Handpump Borehole(S) at Aiyetoro

Lot A15 (III) Construction Handpump Borehole(S) at Ikiran-Oke

Lot A16 (III) Construction of Four (4) Handpump Boreholes at the Following

Locations: Emure-Ekitilga: (i) Ijaloke Grammar School, (ii) Near Sunrise Hotel, (iii)Oke-Emure, (iv) Odo-Emure

Eligibility Criteria:

For Works

  1. Evidence of registration with Corporate Affairs Commission (CAC) by   inclusion of certificate of Incorporation and Article of Association.
  2. Last three (3) years Tax Clearance Certificate.
  3. Detailed Company Profile.
  4. Possession of experience as a Prime Contractor in at least three (3) projects of similar nature and complexity with verifiable letters of contract award and certificates of job completion within the last five (5) years (to comply with this requirement, works quoted should be at least 70% physically completed)
  5. Having liquidity and/or evidence of access to or availability of confirmed credit facilities from a reputable Bank.
  6. For JVs include MOU.
  7. Full accounts details including SORT code.
  8. Evidence of Pension and Social Security Contribution.
  9. Possession of satisfactory Quality Assurance/Quality Control Manual.
  10. Audited Accounts of the Bidders for the last three (3) years duly endorsed by a Firm of Chartered Accountant.
  11. Financial bids should be accompanied with Standard Bid Security or Bank Draft which should be at least 2% of the financial tender sum of N10, 000, 000 .00 (Ten Million Naira) and above.

Non compliance will lead to disqualification.

Bidders are requested to also provide a Sworn Affidavit certifying as follows:

  • The Company is not in receivership, insolvency or Bankruptcy.
  • The Company does not have any Director who has been convicted in any Court in Nigeria and any other Country for Criminal Offence in relation to fraud or   financial impropriety.
  • That no officer of the Authority or BPP is a former or present Director or Shareholder of the Company.
  • That there has been no promise of a gift in any form to any of the Authority, or BPP staff.

Collection of Tender Documents

Qualified Companies shall on application collect (Standard Bidding Documents Technical and Financial), between 9:00a.m and 3:00p.m., Monday, September 13th, 2010 from:

The Procurement Unit,

Benin-Owena River Basin

Development Authority,

KM. 24, Benin/Sapele Road,

P. M. B. 1381, Obayanator, Benin City

Upon the presentation of the evidence of e-payment of the non refundable tender fee of N50, 000.00 for the project Lot A1 (III); N35, 000.00 for LOT A2 (III) -Lot A 1 3 (III) and N10, 000.00 For Lot A14 (III) – Lot A16 (III) in favour of Benin-Owena River Basin Development Authority, to First Bank of Nigeria Plc – Account Number: 3532040000064, Sort Code: 011043535.

Submission of Bids

Completed Technical and Financial Bids (Two sets of hard copy and One Electronic copy in non writable compact disk in Microsoft Office) shall be submitted in two different sealed envelopes and labeled “Technical Bid” or “Financial Bid” and both sealed in a third envelop marked “Project Name” at the top right hand corner and addressed to:

The Managing Director,

Benin-Owena River Basin

Development Authority,

KM. 24, Benin/Sapele Road,

P. M. B. 1381, Obayanator, Benin City

The closing date for the submission for all the project is on or before 12:00noon   Monday, October 4th, 2010.

Technical bids will be opened same day by 1:00p.m at the Benin-Owena   Conference Mall, Obayantor, Benin City.

Only firms whose technical bids fulfill the minimum requirements would have their financial bids considered. All inquiries should be directed to:

The Acting Executive Director

(Operations),

Benin-Owena River Basin

Development Authority,

KM. 24, Benin/Sapele Road,

P. M. B. 1381, Obayanator, Benin City

Tel: 08056154501 and 08023298812

Disclaimer and Conclusion

  • This announcement is published for information purposes only and does not constitute an offer by the Authority to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the Basin to procure concession services.
  • The Basin Authority will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry.
  • The Basin is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning any reason thereof.

Signed:

Managing Director

Subscribe / Share

tendersnigeria tagged this post with: , , Read 4546 articles by

Leave a Reply

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

Search for Tenders

Subscribe to Email Alerts