Invitation to Tender for Projects under the Authority’s Year 2013 Appropriation Act at Upper Niger River Basin Development Authority Minna

Federal Republic of Nigeria

Federal Ministry of Water Resources

Upper Niger River Basin Development Authority

Km5, Minna-Zungeru Road, P.M.B 68, Minna, Niger State

 Invitation to Tender for Projects under the Authority’s Year 2013 Appropriation Act

 1.0     Introduction

Upper Niger River Basin Development Authority Minna is a parastatal under the Federal Ministry of Water Resources.

The Authority wishes to procure the under listed capital projects in its Financial year 2013 Appropriation.

Section A: Project for Expression of Interest (Consultancy)

Lot A1:       Assessment for Rehabilitation of Taina- Nupeko Road in Niger State.

Lot A2:       Design of Chori Small Earth Dam and irrigation Scheme in Kaduna State.

Lot A3:       Comprehensive Assessment of Installed Electrical and Mechanical equipments including Dam break analysis of large Dams in UNRBDA.

Lot A4:       Assessment for the Rehabilitation of Swashi Irrigation Scheme in Niger State.

Lot A5:       Budget monitoring, Evaluation and public Procurement Activities.

Section B:   Projects for Tender (Goods & Works)

B1.0: Goods

Lot B1.1:    Supply of 10,000 bags of NPK/Urea Fertilizer to Rijau and Magama in Niger State.

Lot B1.2:    Supply of 3000 bags of NPK fertilizer to Sakaba LGA of Kebbi State

 

B2: Works

B2.0: Construction of Boreholes

Lot B2.1:    Construction of Hand Pump Boreholes in Niger State within Basement and sedimentary formations at Mokwa/lavun/ Edati, Chanchaga, Bosso/Paikoro Federal constituencies and Niger North Senatorial District.

Lot B2.2:    Construction of Hand Pump Boreholes in Kaduna State within Basement formations at Kudan/Makarfi, Kagarko, Kaura, Igabi, Zaria, Lere, Kaduna North, Kaduna South, Zangon Kataf/Jaba Federal Constituencies.

Lot B2.3:    Construction of Solar Powered motorized Boreholes in Niger State within Basement and sedimentary formations at Mokwa/lavun/ Edati, Bosso/Paikoro Federal constituencies and Niger North Senatorial District.

Lot B2.4:    Construction of Solar Powered motorized boreholes in Kaduna State within Basement formations at Kudan/Makarfi Chikun/kajuru, Soba, Kaduna North, Kaduna South, Zangon Kataf/Jaba Federal Constituencies.

Lot B2.5:    Construction of Solar Powered motorized Boreholes in Zamfara State within Basement and sedimentary formations at Zamfara Central Senatorial district.

B3.0:          Other Construction Works

Lot B3.1:    Lateritic rehabilitation of Taina- Nupeko road in Niger State.

Lot B3.2:     of Culverts in Niger State.

Lot B3.3:    Construction of Small Earthdam/Irrigation Project as in Lot A2 above.

Lot B3.4:    Rehabilitation of Jebba Doko Irrigation Scheme.

Lot B3.5:    Headquarter/ Area Office Development: Production and Installation of Public Identity Panel at 3 locations in the Authority’s Headquarter.

Lot B3.6:    Rehabilitation of Office Building which includes 3No. offices and 1No 3 bedrooms Duplex in Minna.

Lot B3.7:    Construction of Township Drainage to control erosion and flood at Guni Town, Munya LGA, Niger State.

Lot B3.8:    Construction of Solar Powered Street Lights in Niger North Senatorial District of Niger State.

Lot B3.9:    Rehabilitation of Anben-Anka Road in Kaduna State.

3.0     Eligibility Criteria:

Interested bidders for any of the above projects are requested to provide the following as minimum bidding requirement for the project of their choice.

3.1     For Consultancy Services

(a)     Evidence of registration with Corporate Affairs Commission (CAC) The Company must show evidence of the following:

i.        Tax Clearance Certificates for the last 3 years (2010, 201 1& 2012) with the Company Tax Identification Number (TIN).

ii.      Evidence of ITF Clearance Certificate.

iii.     Evidence of Pencom registration and Clearance Certificate.

iv.     Full account details including SORT code.

(c)     Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last five years with verifiable letters of contract award and certificates of job completion.

(d)     For joint Venture, include Memorandum of understanding.

(e)      Evidence of registration with relevant regulatory Professional bodies such as ARCON, COREN, ICCON, IPAN, etc.

(f)      Possession of Satisfactory Quality Assurance/Quality Control Manual.

(g)     Evidence of qualification of key Staff and their registration with the relevant regulatory Professional bodies.

(h)     Provide Annual Auditors report for the last 3years (2010, 2011 & 2012)

3.2     FOR GOODS:

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

(b)      The company must show evidence of the following:

i.        Tax clearance certificates for the last 3 years (2010, 2011 & 2012) with the company tax Identification number (TIN).

ii.       Evidence of registration/contribution to Industrial Training Fund (ITF).

iii.      Evidence registration and clearance with Pension Commission (PENCOM) iv.   Evidence of remittances to pension fund Administrator (PFA).

v.       Full accounts details including SORT Code.

(c)      Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last ten years with verifiable letters of contract award and certificates of job completion.

(d)     Evidence of financial capability/Bank reference letter showing line of credit available to the tune of N70million for project in lot B1.1 and N30million for project in lot B1.2.

(e)      Submission of last 3 years (2010, 2011 & 2012) Audited Accounts with Annual turnover of a verifiable sum of at least N70million for project in lot B1.1 and N30million for project in lot B1.2.

(f)     For joint Venture, include Memorandum of understanding.

(g)     Possession of satisfactory quality Assurance/Quality Control Manual.

(h)     Provide Annual Auditors report for the last 3 years(2010, 2011 & 2012).

3.1.1  For Works

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

(b)     The company must show evidence of the following:

i.        Tax clearance certificates for the last 3 years (2010, 2011 & 2012) with the company tax Identification number (TIN).

ii       Vat registration and remittance

iii.      Evidence of Industrial Training Fund (ITF) Clearance Certificate.

iv.      Evidence of Pencom registration and clearance Certificate.

iv.      Full accounts details including SORT Code.

(c)      Evidence of experience in at least Five (5) jobs of similar nature and complexity executed within the last Five years with verifiable letters of contract award and certificates of job completion.

(d)    Evidence of financial capability/Bank reference letter showing line of credit available to the tune of N100million for projects in lot B3.1, B3.3, N30million for projects in lot B2.3- B2.5, B3.2-B3.9 and N20million for projects in lot B2.1 & B2,2

(e)     Submission of last 3 years (2010, 2011 & 2012) Audited Accounts with Annual turnover of a verifiable sum of at least N150million for project in lot B3.1, B3.3, N50million for projects in lotB1.2, B2.3- B2.5, B3.1-B3.9 and N20million for projects in lot B2.1 & B2.2

(f)     Evidence of remittance of pension contribution of employees and certificate of compliance issued by Pension Commission (PENCOM)

(g)     Evidence of ownership of or access to lease of relevant construction  Equipment and their status (where applicable)

(h)     Full accounts details including SORT Code.

(I)     For Joint Venture, include Memorandum of understanding.

(j)    Possession of satisfactory quality Assurance’ Quality Control Manual.

(k)   Provide Annual Audited report for the last 3years (2010, 2011 & 2012).

4.0:   Collection of Tender Document

4.1              Interested companies on presentation of evidence of payment of a non refundable processing fee of N20,000.00 (Twenty Thousand Naira) only for lot(s) B1.1, B 1.2, B2.3.B2.4, B2.5, B3.2, B3.4, B3.7, B3.8 & B3.9, N10,000.00 (Ten Thousand Naira) only for lot(s) B2.1, B2.2, B3.5 & B3.6 and N30,000.00 (Thirty Thousand Naira) for Lot B3.1, B3,3 shall collect bidding documents as from 12.00 noon on Monday April 22,2013 at the:

Procurement Unit

Upper Niger River Basin Development Authority

Km5, Minna- Zungeru Road Minna, Niger State

Payment of non refundable tender fee should be made into the Account details as follows:

 Name of Bank: Unity Bank Plc

Account  Name: Upper Niger River Basin Development Authority, Minna

Account Number: 0016208773

A copy of evidence of payment is to be attached to each financial bid. 5.0:

Submission of Bid

5.1:    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 labelled ‘Technical and financial’ respectively ‘project category and lot number’ at the top right hand corner and enclosed in a third envelop on which is also indicated project category and lot number, indicate name and address including GSM number on the reverse side.

5.2:    The envelop should be addressed to

The Managing Director,

Upper Niger River Basin Development Authority,

PMB 68,

Km5, Minna- Zungeru Road Minna, Niger State

5.3:    Closing dates for submission of Tenders/ expression of interest documents is on OR Before 10am of the following dates.

(i) Lot A-l-A5                 6thMay2013

(ii) Lot B1.1-B3.9          3rd June 2013

5.4:    Please note that bids will be publicly opened by 11:00am on the same date when submission would close at Authority’s Boardroom. Only firms whose technical submission meets the stipulated minimum requirement would have their financial bids opened. Equally, only shortlisted consultants will be invited to submit Proposal in respect of the consultancy Projects.

All bidders are expected to bring along the original copies of all relevant documents for sighting. Any bid above fifty million naira (N50m) must be accompanied with bid security of 2% of the bid sum valid for 180days

Non-governmental organizations (NGO) and general public are hereby invited to the bids opening

Enquiries

All enquiries should be directed to:

Head of Procurement Unit

Upper Niger River Basin Development Authority

Km5, Minna- Zungeru Road Minna, Niger State

GSM NO, 08066408223         e-mail idrisyusuf83@yahoo.com idrisyusuf83@gmail.com

 

6.0:   Disclaimer and Conclusion

6.1:   This announcement is published for information only and does not constitute an offer by the Authority to transact with any party for the Project(s) nor does it constitute a commitment or obligation on the part of the Authority to procure/concession services.

6.2:   The Authority will not be responsible for any cost(s)/ expenses incurred by arty interested party (ies) in connection with any response to this invitation and/ or the preparation of submission in response to any

6.3:    The Authority is not bound to shortlist any bidder and reserve the right to annul the selection process at anytime without incurring any liabilities and assigning any reason thereof.

Signed:

Management

 

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