Invitation for Technical and Financial Bids for the Fiscal Year 2011 Capital Projects at Federal Ministry of Water Resources

Federal Republic of Nigeria

Federal Ministry of Water Resources

Chad Basin Development Authority P.M.B 1130. Km 6 Dikwa Road Maiduguri

Invitation for Technical and Financial Bids for the Fiscal Year 2011 Capital Projects

 

1.0 Introduction

The Chad Basin Development Authority hereby invites interested  and competent contractors to execute the following projects

 

(A); GOODS

LOT A1: Purchase of Office Furniture

 

LOTA2:   Purchase of Computers & Accessories I, Upgrading of IT Center

 

LOT A3:   PURCHASE OF AGRICULTURAL EQUIPMENT

 

  1. Procurement of cultivation Crawlers D5 – (Through Direct Purchase)
  2. Procurement of Combine Harvesters    – (Through Direct Purchase)
  3. Procurement of Heavy Duty Tractors – (Through Direct Purchase)
  4. Procurement of 120H Motor Grader – (Through Direct Purchase)
  5. Supply & Installation of 4nos, Irrigation Pumps -(Through Direct Purchase)

 

LOT A4: CONSTRUCTION /PROVISION OF WATER FACILITIES

  1. Procurement of Howa 290 Tipper 2nos. – (Through Direct Purchase)
  2. Procurement of Diesel III.   Procurement of Lubricants
  3. Procurement of Lubricants

 

 

LOTA5: REHABILITATION OF WATER CONVEYANCE STRUCTURES AT SOUTH CHAD IRRIGATION PROJECT NEW MARTE.

  1. Procurement of  1no .Sany Grader PQ90 – (Through Direct Purchase)
  2. Procurement of Fertilizer – (Through Direct Purchase)
  3. Procurement of Fire Fighting Equipment 2nos.
  4. Procurement  of  Prado   Jeep   –   (Through   Direct Purchase)

 

LOT A6: REHABILITATION / REPAIRS – WATER FACILITIES

  1. Procurement of 7nos. TS 110 Tractors – (Through  Direct Purchase)
  2. Procurement of Tyres, Batteries for Tractors & Vehicles

LOT A7: REHABILITATION / REPAIRS –AGRICULTURAL FACILITIES.

1. Procurement of Seed & Agro Chemical

 

(B) WORKS

LOT B1: CONSTRUCTION/ PROVISION OF WATER FACILITIES

i. Expansion of 2,000HA
ii. Construction of Canals for 2,000HA
iii. Water Control Equipment for 2,000HA (Gates, weirs & Field Outlet Pipes)
iv. Construction of Wash bores with Pumps for Irrigation.
v. Upgrading 1 no. Hydromet Station
vi. Drilling of 20nos. Motorized Boreholes at Gulani LGA, LGA 3nos, Gujba LGA 3nos, Damaturu LGA 3 nos., Tarmuwa LGA 2nos. Bursari LGA 3nos, Geidam LGA 3nos, & Yunusari LGA 3nos.
vii. Drilling of Motorized Borehole at Garin Gamji in Fika LGA, Yobe State
viii. Drilling of Motorized Borehole at Garin Kolo in Nangere LGA, Yobe State
ix. Drilling of Motorized Borehole at Kukargadu in Fika LGA, Yobe State
x. Drilling of Motorized Borehole at Watinani in Nangere LGA, Yobe State
xi. Drilling of Motorized Borehole at Shogbuga, in Fune LGA, Yobe State

 

LOT B2: REHABILITATION OF WATER CONVEYANCE STRUCTURES AT SOUTH CHAD IRRIGATION PROJECT NEW MARTE

1. Rehabilitation of 20km Water Conveyance Structure
2. Establishment of Fish Hatchery Complex
3. Revitalization  of Poultry Unit
4. Rehabilitation of Walkway at New Marte.
5. Protection Works of Upstream of Garadai & Kirenowa Pump Houses
6. Establishment of Animal Feed Lot
7. Rehabilitation of Forestry Unit
8. Improvement of Water Supply at Baga Community which includes the Construction of 6nos. Lower Aquifer Boreholes, 2million Litre Underground Reservoir, 1 million litre overhead tank.

LOT B3: REHABILITATION/ REPAIRS OF RESIDENTIAL BUILDING

LOT B4: Rehabilitation/ Repairs – Electricity

  1. Replacement of Radiators for 3nos. K5 (Mirrless Blackstone) Gen. Sets Engines- (Through Direct Purchase)
  2. Replacement of Oil Radiators for 3nos. K5 (Mirrless Blackstone). Gen. Sets Engines- (Through Direct Purchase)
  3. Engine Overhaul for 3nos. K5 (Mirrless Blackstone Engines)- (Through Direct Purchase)
  4. Replacement of Electrically Driven  Air Compressors 3nos. 400PSI Capacity- (Through Direct Purchase)
  5. Replacement of Electrical (Consumable Parts)- (Through Direct Purchase)
  6. Replacement of 33KV Power House Insulators- (Through Direct Purchase)

LOT B5: REHABILITATION / REPAIRS- WATER FACILITIES

1. Main Canal Rehabilitation (12.2km)
2. Irrigation Canal Rehabilitation (2km)
3. Rehabilitation of Water Control Structures
4. Canal & Drain Maintenance
5. Rehabilitation of Existing Hydromet Stations
6. Maintenance of Dam Gates
7. Rehabilitation of Flood Control Dykes
8. Rehabilitation Water Supply Pipe Network (6km)
9. Rehabilitation of Poclain Crane
10. Rehabilitation of O & K 18tone Crane
11. Rehabilitation of 120G Motor Grader

 

LOT B6: REHABILITATION/REPAIRS – AGRICULTURAL FACILITIES

  1. Rehabilitation of Irrigation Pumps ( 2nos- 2.5cumecs/sec)
  2. Repairs of Cultivating Plants & Machinery
  3. Rehabilitation of Heavy Duty Tractors ( Procurement of Square Parts for D5k & Others)
  4. Rehabilitation of Combine Harvestors.
  5. Rehabilitation of 4nos. Vehicles for Extension Services

 

 

LOT B7: REHABILITATION/ REPAIRS OF OFFICE BUILDINGS

  1. 1. Rehabilitation of Offices 20nos

 

PROCUREMENT NOTICE

Interested contractors are to submit technical and financial proposals complying with the minimum requirements as stated below:

 

2.0 SCOPE OF WORKS

The Scope of works and the specification will be stated as contained in the Standard Bidding Documents (SBD) in respect of each project

 

3.0 ELIGIBILITY CRITERIA

The minimum technical responsive requirements are as follows:

  1. Evidence of Incorporation with Corporate Affairs Commission ( CAC) of Nigeria, Including Articles and Memorandum of Association and up to date Returns with the CAC
  2. Copy (not personal) of tax clearance and VAT registration certificate for the last three consecutive Years namely 2008, 2009 and 2010 respectively
  3. Evidence of VAT Registration, FIRS PIN Number, and receipt of payment
  4. Possession of experience as prime contractor on at least five (5) projects of similar nature and complexity within the last 5 years (to comply with this requirements, works quoted should be at least 70% completed). Evidence of at least 2 numbers completed similar projects in the Last three (3) years of each value not less than N20 million.
  5. Having annual turnover and Auditors Reports in Supply of Goods and/or related services at least N10 million (Ten million naira) from a reputable Bank.
  6. Having liquidity and/or evidence of access to or availability of confirmed credit facilities of not less than N10, 000,000 (Ten million Naira) from a reputable Bank.
  7. Evidence of compliance with Contributory Pension Scheme.

 

3.2 FOR WORKS

The minimum technical responsive requirements are as follows:

  1. Evidence of incorporation with Corporate Affairs Commission (CAC) of Nigeria, Including Articles and Memorandum of Association and up to date Returns with the CAC.
  2. Copy (not personal) of tax clearance and VAT registration certificate for the last three consecutively Years namely 2008, 2009 and 2010 respectively.
  3. Evidence of VAT Registration, FIRS PIN Numbers, and receipt of payment
  4. Possession of experience as prime contractor on at least five (5) projects of similar nature and complexity within the last 5years (to comply with this requirements, works quoted should be at least 70% completed). Evidence of at least 2 numbers completed similar projects in the last three (3) years of each value not less than N20million
  5. Having a Project Manager with at least 7years  experience including not less than 5years as a manager in the construction works (drilling) of similar nature and equivalent in volume among the core staff
  6. Possession of substantial proportion of the drilling equipment as specified in the SBO required to successfully execute the contract
  7. Having annual turnover and Auditors Report in Supply of Goods and/or related services of at least N50 million (Fifty Million) only value in any of the last 3 years
  8. Having liquidity and/or evidence of access to or availability of confirmed credit facilities or not less than N20, 000,000 (Twenty Million Naira) from a reputable Bank.
  9. Possession of satisfactory Quality Assurance Quality Control Manuals

10.  Evidence of compliance with Contributory Pension Scheme.

 

4.0 COLLECTION OF TENDERS DOCUMENTS

Qualified companies shall on application collect (Standard Bidding Documents Technical and Financial) and/or request for proposal (RFP) from Tuesday 2nd August, 2011 from:

Procurement Office,

Chad Basin Development Authority

Mohammed Lawan Building

Km 6 Dikwa Road

P.M.B 1130 Maiduguri

Borno State

Upon the presentation of evidence of payment of non refundable tender fee of N30, 000 (for works) and N20, 000.00 (for Goods)

 

5.0 SUBMISSION OF TENDER DOCUMENTS

Completed Technical and Financial proposals (three sets of hard copy and 1 soft copy) shall be submitted in two different sealed envelopes and labeled “Technical Proposal” and “Financial Proposals” and both placed in a third envelope. All the 3nos. envelopes should bear the name of the contractor with the “Project Name” at the top right hand corners and addressed to:

 

Procurement Office,

Chad Basin Development Authority,

Mohamet Lawan Building,

Km 6 Dikwa Road,

P.M.B 1130 Maiduguri,

Borno State.

 

All technical and Financial bids must be submitted on/or before 12noon August 23, 2011. Technical Bid Documents shall be opened in public on the same date at the Conference Hall of Chad Basin Development Authority, Maiduguri by 1.00pm while the financial bids of pre-qualified bidders shall be opened on August 30, 2011.

 

6.0 ENQUIRIES

All enquiries on this advertisement are to be directed to:

Executive Directors (Engineering),

Chad Basin Development Authority,

Mohamet Lawan Building,

Km 6 Dikwa Road

P.M.B 1130, Maiduguri,

Borno State

Tel, No.: 08035090120

  1. 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 Authority to procure services.
  2. The Authority will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to this invitation.
  3. The Authority undertakes to treat all participants fairly and not bound to shortlist any bidder and reserves the right to annul the selection process at anytime without uincurring any liabilities

 

Signed

DR. ABUBAKAR G. ILIYA, FNAH

Managing Director/CEO

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