Invitation for Prequalification/Expression of Interest for the Projects Under The 2012 Appropriation of the Authority at Lower Niger River Basin Development Authority, Ilorin Kwara State

Federal Republic of Nigeria

Lower Niger River Basin Development  Authority, Ilorin Kwara State

 

Invitation for Prequalification/Expression of Interest for the Projects Under The 2012 Appropriation of the Authority

 

1.0       Introduction

1.1       The Lower Niger River Basin Development Authority, a parastatal under the  Ministry of Water Resources(FMWR) hereby invites application from interested and competent companies to bid for pre-qualification and expression of interest for the execution of various projects of the Authority under the 2012 Appropriations.

 

Scope of Works

LOT 1 Rural Water supply/Borehole Drilling

LOT 2 Hydromet Data collection Equipment

LOT 3 Irrigation & Drainage Works

LOT 4 Consultancy for Irrigation Works and El A reports

LOT 5 Irrigation Equipment and associated works

LOT 6 Rehabilitation of Existing Boreholes

LOT 7 Dams and Reservoirs Operation works

LOT 8 General works

LOT 9 Genera/Goods

LOT 10  Genera/ Services

 

 

2.0       Eligibility Criteria For Consultancy Services

Interested Bidders wishing to express interest in providing consultancy services for the Authority projects are to provide the following as minimum pre-qualification requirements-requirement for the project of their choice

(a)       Evidence of Registration with Corporate Affairs Commission ( CAC) by inclusion            of Certificate of Incorporation and Article of Association

(b)       Last 3 years 2009,2010 and 2011 Tax Clearance Certificates

(c)        Evidence of Pension and Social Security Contribution and evidence of remittances of employee pension.

(d)       VAT Registration and Remittance

(e)       Detailed Company Profile

(f)        Evidence of experience in at least (5) jobs of similar nature and Complexity executed within the last years with verifiable letters of contract award, evidence of payment and certificate of job completion.

(g)       Evidence of financial capability/reference letter from a reputable bank for joint venture, include memorandum of understanding

(i)         Evidence of Registration with relevant professional bodies such as ARCON COREN, ICCON or IPAN etc

(j)         Full account details  including SORT code

(k)        Possession of satisfactory quality Assurance/ Quality control Manuals

(l)         Annual Report for the last  3 years (2009, 2010 & 2011)

 

2.2       Eligibility for Supply of Goods and Services

a)         Evidence of Registration with Corporate Affairs Commission (CAC).

b)         Last 3 years 2009,2010 and 2011 Tax Clearance Certificates

c)         Evidence of Pension and Social Security Contribution and evidence of remittances of employee pension.

d)         VAT Registration and Remittance

e)         Detailed Company Profile

f)          Evidence of experience in at least (5) jobs of similar nature and complexity executed within the last years with verifiable letters of contract award, evidence of payment and certificate of job completion

g)         Evidence of financial capability/reference letter from a reputable bank

h)        For joint venture, include memorandum of understanding

i)          Full account details including SORT code.

j)          Possession of satisfactory Quality Assurance/Quality Control Manuals;

k)         Annual Reports for the last 3 Years (2009,2011 & 2011)

 

2.3       Eligibility for Works

a)         Evidence of Registration with Corporate Affairs Commission ( CAC)

b)         Last 3 years 2009,2010 and 2011 Tax Clearance Certificates

c)         Evidence of Pension and Social Security Contribution and evidence of remittances of employee pension.

d)         VAT Registration and Remittance

e)         Detailed Company Profile

f)          Evidence of experience in at least (5) jobs of similar nature and complexity executed within the last years with verifiable letters of contract award, evidence of  payment and certificate of job completion

g)         Evidence of financial capability/reference letter from a reputable bank

h)        For joint venture, include memorandum of understanding

i)         Evidence of Registration with relevant Professional bodies such as ARCON,

COREN, ICCON OR IPAN etc

j)          Full account details including SORT code.

k)         Possession of satisfactory Quality Assurance/Quality Control Manuals;

l)          Annual Reports for the last 3 Years (2009,2010 & 2011)

m)        Bidders are to provide evidence of ownership/lease of relevant construction  equipment. Non compliance will lead to disqualification

 

1.0       Collection of Pre-Qualification/Expression of Interest Documents

3.1       Interested companies are to collect bid documents upon presentation of written application and evidence of payment of the prescribed non-refundable Tender Fee of N20,000.00 for Works and N10,000.00 for Goods /Services at the Procurement Unit of the Authority.

 

3.2       All terms and conditions in the collected pre-qualification must be strictly adhered to please.

 

2.0       Submission of Documents

 

4.1      Completed Technical and Financial bids (Two sets of hard copy and One

Electronic copy in compact disk or Flash Drive) shall be submitted in sealed envelopes labeled with ‘PRE-QUALIFICATION/EXPRESSION OF INTEREST marked ‘LOT NUMBER ‘being bided for at the top right hand corner and addressed to.

 

The Managing Director,

Lower Niger River Basin Development Authority,

P.M.B.1529,Ilorin.

 

Attention:   Procurement Unit,

Lower Niger River Basin Development Auth.,

P.M.B. 1529, Ilorin.

 

The Closing Date for the Submission of bids

4.2       The closing date for the submission of Bid/Expression interest document shall be on Friday the 8th  June, 2012.

 

Opening Of Bids

4.3       Bids for Prequalification and Expression of Interest shall be opened at the Authority Headquarters on Monday 11th June, 2012.

Only successful bidders at the technical stage shall have their tender bid open on a date to be communicated to such successful bidders. Financial Bid document shall be returned upon open to any non pre-qualified bidder if required.

 

All Bidders shall be expected to bring along original COPIES OF THE DOCUMENTS attached to their bids as evidence of their eligibility.

 

5.0       Disclaimer and Conclusion

5.1       This announcement is published for information purposes only and does not constitute an  offer to transact with any party for the project, nor does it constitute a commitment or obligation on  the part of concession services.

 

5.2       The Authority will not be responsible for any cost or expenses incurred by any party(ies) in connection with any response to this invitation and or the preparation or  submission in response to any enquiry.

 

4.4       All inquiries should be directed to the address below:

The Deputy Director (Procurement Unit),

Lower Niger River Basin Development  Authority,

P.M.B, 1529, IIlorin Kwara State

 

Signed

Engr. A. T.A. Aduragba

Managing Director.

 

 

Subscribe / Share

  • Just a moment...
    " title="Tweet this!">
  • 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