Invitation for Technical/Financial Bids from Interested Bidders for Projects and Services under 2013 Appropriation Act at Niger Delta Basin Development Authority (NDBDA)

Federal Government of Nigeria

Niger Delta Basin Development Authority

21 Azikiwe Road, P.M.B 5676 Port Harcourt, Rivers State

Invitation for Technical/Financial Bids from Interested Bidders for Projects and Services under 2013 Appropriation Act

1.0     Introduction

1.1     Niger Delta Basin Development Authority (NDBDA) is a Parastatal of the Federal Ministry of Water Resources charged with the responsibility for Comprehensive Development of Surface and Ground Water Resources, Flood and Erosion Control etc in Bayelsa, Delta and Rivers States. The Authority intends to carry out Procurement for the various Projects and Services under its 2013 Appropriation.

1.2     Niger Delta Basin Development Authority hereby invites submission for Technical and Financial bids from interested and competent Contractors and Consultants for the Projects and Services in the 2013 Appropriation under the following categories:

Lot 1: Water Supply Consultancy which includes underground water studies and report, geophysical, geotechnical studies and design of the water supply infrastructure. The locations are: Abraka and Buguma.

Lot2: Water Supply Works which includes borehole drilling/construction, civil, mechanical and electrical works etc. The locations are : Sabagreia, Uyo, Ojobo, Emohua, Opolo, Ophorigbala.Omerwe, Otorwhereko, Edhemoko, Owherido, Mereje, Enewari, Ikebiri 1, Ikebiri 11, Okpotuwari, Ayama-Ogbia Otuokpoti, Port Harcourt, Otamiri, Ajinapa, Orire Lga, Abraka, Ezebiri, Surulere Area of Lagos, Egberu/Oyigbo and Sime/Tai, Okpai-Obieze, Amorji, Onitcha- Ukwuani, Umuno Ossisa, Obi-Obeti, Kokori, Edjekuta-Gor, Ikot- Udoma, Buguma, Bodo, Nwebiara, Kpor, Nweol, Nyor-Khana, Ken-Khana, Baabe Bori, Etsako, Agbura, Agbobiri, Bomoundigbene, Diobu, Olugbobiri, Kaluama 1, Egbedi, Opokuma, Erowha, Ayamassa, Obirigbene, Amabobou, Ogono-Edeoha, Edeoha, Aniocha North/South, Ogundu, Akuku-Toru/Asari-Toru, Ogwashi-Uku and Bolou- Ndoro

Lot 3: Erosion/Flood Control Consultancy which includes topographic, Hydrographic/hydrological, soil and environmental studies and design of appropriate structure for the mitigation flood and erosion in Abonnema, River State.

Lot 4: Erosion/Flood Control Works which includes construction of inter alia, construction of flood and erosion mitigation structure in specified locations. The locations are Sagbama, Elibrada, Rumuche, Mgbo-Osi mission road, Eteama, Agbarho, Torugbene, Ode-Ishekiri, Isiokpo and Enewari.

Lot 5: Irrigation and Drainage Consultancy which includes soil studies hydrological, water requirements, sources and mode of drainage in the fields in specified locations for the purpose of establishment of sustainable irrigation/drainage system for Agriculture production in specified locations. The locations are Opuokede and Foutorugbene.

Lot 6: Irrigation and Drainage Works which involves construction of irrigation/drainage (water control) infrastructure for agriculture production in specified locations. The locations are Enewari, Isiokpo, Kpong, Egberu, Koko, Isampou, Peremabiri, Ekporo, Ondewari, Onwhe, Bodo, Sama and Isiokolo.

Lot 7: Water Quality Control Works which includes establishment of Sustainable water treatment plants/facilities infrastructure in specified locations with the Authority’s area of jurisdiction. The locations are: Ebedebiri, Agbere, Odoni, Aleibiri, Madu-Zion, Monothic- zion, Isampou, Tamogbene, Angalabiri, Bolo Orua, Tooru-Orua, Amabolu Tamigbe, Azagbene and Torugbene

Lot 8: General Works: this encompasses civil, mechanical electrical and other works not covered by the one specified in the foregoing. The locations are Opuokede, Foutorugbene, Sagbama, Tungbo Ebedebiri, Agbere, Odoni, Trofani, Ekeremor, Aleibiri, Madu-Zion,Monothic- zion, Ayamassa, Isampou, Peretorugbene, Ndoro, Tamugbene, Foutorugbene, Obrigbene, Agge, Ogbotobo, Angalabiri, Adagbabiri, Ofoni, Angiama, Akede, Toru-Ebeni, Okumabiri, Ossiama, Asimabiri, Amabolu Egbema-Angalabiri, Aghoro, Angalaweigbene, Agge and Ogbotobo.

Lot 9: Rural Electrification Consultancy which includes route survey Geotechnical/topographic studies and installation of solar street light facilities in the specified locations.

The locations are: Sagbama, Tungbo .Ebedebiri, Agbere, Odoni, Trofani, Ekeremor, Aleibiri, Madu-Zion,Monothic- zion, Ayamassa,Isampou, Peretorugbene, Ndoro, Tamugbene, Foutorugbene.Obrigbene, Amabolu, Egbema Angalabiri, Aghoro, Angalaweigbene, Agge, Ogbotobo, Angalabiri, Adagbabiri, Ofoni, Angiama, Akede, Toru-Ebeni, Okumbiri, Ossiama.Asimabiri

Lot 10: General Goods includes supply of agric plants and machinery, other inputs and equipment as appropriately specified. It also includes supply of other general store items at the Headquarters Port Harcourt.

Lot 11: General Services which includes rendering of services such as repairs, installations, maintenance and rehabilitations which are purely of services rendering in nature at the Headquarters Port Harcourt.

 

2.0     Eligibility Criteria

Bidders are to provide the following as minimum technical and financial requirements for the project and services of their choice.

2.1     For Consultancy Services

a)       Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certificate of Incorporate and Article of Association.

b)      Last 3 years 2010, 2011 and 2012 Tax Clearance Certificates with Tax Identification Number (TIN)

c)      Evidence of Pension and Social Security contribution and evidence of remittance of employee Pension.

d)      VAT Registration with evidence of remittances

e)      Detailed Company Profile

f)      Evidence of experience in at least five (5) jobs of similar nature and completely executed within the last five (10) years with verifiable letters of contract award, evidence of payment and certificates of job completion.

g)      For Joint Venture (JVs), include Memorandum of Understanding (MOU)

h)      Evidence of Registration with relevant professional bodies such as ARCON, COREN, ICCON and IPAN, etc.

i)      Possession of satisfactory Quality Assurance/Quality Control manuals.

j)       Evidence  of qualification of key staff and their registration with the relevant regulatory professional bodies.

k)      Having annual Auditors reports for the last 3 years (2010, 2011 & 2012).

l)       Evidence of registration with Industrial Training Fund (ITF)

NB: Original of documents 2.1 (a c) above should be produced for sighting on request/during the opening session. Please Note that Submission of Fake Documents is a Fraudulent Practice which is Punishable under the relevant Laws. All companies will be assessed strictly on proofs of documents submitted.

2.2.      For Goods

a)       Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certificate of Incorporate Article of Association.

b)      Last 3 years, 2010, 2011 and 2012 Tax Clearance  Certificates with Tax Identification Number (TIN)

c)       Evidence of Pension and Social Security contribution and evidence of remittance of employee Pension

d)      VAT Registration with evidence of remittances

e)       Detailed Company Profile which should include list of key personnel, their qualifications (certificates and CVs) and experience in similar works)

f)       Evidence of experience in at least five (5) jobs of similar nature and completely executed within the least three (3) years with verifiable letters of contract award evidence of payment and certificates of job completion.

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

h)      For joint Ventures (JVs), include Memorandum of Understanding (MOU)

i)       Possession of satisfactory Quality Assurance/Quality Control manuals.

j)       Having annual Auditors reports for the last 3 Years (2010, 2011 & 2012).

k)     Evidence of registration with Industrial Training Fund (ITF)

NB: Original of documents 2.2 (a c) above should be produced for sighting on request/during the opening session. Please note that Submission of Fake Documents is a Fraudulent Practice which is Punishable under the relevant Laws. All companies will be assessed strictly on proofs of documents submitted.

2.3      For Works

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

b)     Last 3 years, 2010, 2011 & 2012 Tax Clearance Certificates with Tax Identification Number (TIN)

c)       Evidence of Pension and Social Security contribution and evidence of remittance of employee Pension

d)     VAT Registration with evidence of remittances

e)      Detailed Company Profile which should include list of key personnel, their qualifications (certificates & CVs) and experience in similar jobs

f)      Evidence of experience in at least five (5) jobs of similar nature and completely executed within the last five (10) years with verifiable letters of contracts of award, evidence of payment and certificates of completion.

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

h)      Evidence of verifiable list of major construction equipment and facilities including registration numbers, location (where they can be inspected) and remark on whether these are owned, hired or leased.

i)      For Joint Ventures (JVs), include Memorandum of Understanding (MOU).

j)      Full accounts details including SORT code.

k)      Possession of satisfactory Quality Assurance/Quality Control manuals

l)       Having annual Auditors reports for the last 3 Years (2010, 2011 & 2012).

m)     Evidence of registration with Industrial Training Fund (ITF)

NB: Original of documents 2.3 (a c) above should be produced for sighting on request/during the opening session. Please note that Submission of Fake Documents is a Fraudulent Practice which is Punishable under the relevant Laws. All Companies will be assessed strictly on proofs of documents submitted.

3.0     Collection of Technical and Financial Documents

Collection from 12 noon on Monday 6th May 2013 upon the presentation of evidence of payment of non-refundable tender fee of N50,000.00 (Fifty Thousand Naira) only, for Works Project, Consultancy Services N10,000.00 (Ten Thousand Naira for Financial bid) only, and N25,000.00 (Twenty Five Thousand Naira) only, for Goods and General Services into the Authority’ Account as follows:

Account Name:   Niger Delta Basin Development Authority

Bank:                   First Bank Plc, Main Branch, Port Harcourt,

Account Number: 2013528677

Sort Code:           011214348

3.2     All terms and conditions in the collected Technical/Financial Documents must be strictly adhered to, please.

4.0     Submission of Completed Technical/Financial Documents

4.1     Completed Technical and Financial bids shall be submitted in Two (2) hard copies and One (1) Electronic copy (Non rewritable compact disk/DVD) in two different sealed envelopes and labeled ‘Technical and Financial’ respectively with ‘project category and Lot Number” at the top right hand corner of the envelope and enclosed in a third envelop on which is also indicated the Project category and Lot Number and addressed to:

The Managing Director

Niger Delta Basin Development Authority

P.M.B. 21 Azikiwe Road, 5676 Port Harcourt,

Rivers State,

And drop in the bidding boxes at the Authority’s Conference Hall, Headquarter premises, Port Harcourt.

4.2     All Technical and Financial bid documents must be accompanied with duly signed submission letter by the bidders

4.3     All bidding documents submitted shall be subjected to Due Diligence in accordance with the Public Procurement Act (PPA) 2007.

5.0     Closing Date for Submission of Bids

5.1     The closing date for the submission in respect of all projects is on or before 12 noon, Monday, 17th June, 2013. Any bid submitted after this date and time will be rejected.

6.0    Opening of Bids

6.1     Bids shall be opened same day immediately after deadline of submission at the Authority’s Conference Hall, Headquarter premises, Port Harcourt.

6.2     Only firms whose Technical bids fulfill the minimum requirements would have their financial bids opened while unsuccessful technical bidders would have their financial bids returned.

6.3     All bidders are expected to bring along the original copies of all relevant documents for sighting.

6.4    Non Governmental Organization (NGO) and the general public are hereby invited to witness the bids opening

7.0    Note: All financial bids must be accompanied with 2% bid security. Non submission of this will lead to rejection of the bid.

8.0     Enquiries

8.1     All enquiries should be directed:

Head of Procurement

Niger Delta Basin Development Authority

P.M.B. 21 Azikiwe Road, 5676, Port Harcourt,

Rivers State

Phone: 08056026971

E-Mail: olatubosun_quadri@yahoo.com

9.0     Disclaimer and Conclusion

9.1     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 and services listed, nor does it constitute a commitment or obligation on the part of the Authority to procure/ concession services.

9.2     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 and or the preparation or submission in response to an inquiry.

9.3     The Authority pledges fair and equal treatment of all participants but is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liability whatsoever.

Signed: The Managing Director

Niger Delta Basin Development Authority

Port Harcourt,  Rivers State.

 

 

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