Rehabilitation of Spillway Discharge Channel and Grouting of Auxiliary Dam at Niger Basin Water Resources Development and Sustainable Ecosystems Management Project (NBWRDSEMP)

Federal Government of Nigeria

Niger Basin Water Resources Development and Sustainable Ecosystems Management Project (NBWRDSEMP)

 

Credit No. 43480-UNI

Rehabilitation of Spillway Discharge Channel and Grouting of Auxiliary Dam No. 3 at Jebba Hydro Power Station

 

Bid No.: ICB-JR6

Specific Procurement Notice

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project published in dgMarket/UNDB on January 24, 2008.

 

2.       The Federal Republic of Nigeria has received a credit from the International Development Association of the World Bank toward the cost of the Niger Basin Water Resources Development and Sustainable Ecosystems Management Project (WRDSEMP), and it intends to apply part of the proceeds toward payments under the contract for: Rehabilitation of Spillway Discharge Channel and Grouting of Auxiliary Dam No. 3 at Jebba Hydro Power Station -Bid No.: ICB-JR6.

 

3.       The Power Holding Company of Nigeria now invites sealed bids from eligible and qualified bidders for the Rehabilitation of Spillway Discharge Channel and Grouting of Auxiliary Dam No. 3 at Jebba Hydro Power Station involving, but not limited to: Dewatering during construction, embankment construction and backfill, surface and underwater excavation, rock reinforcement and wire mesh, drilling and grouting, construction of cofferdam and protection walls.

 

The delivery period is twelve (12) months.

 

4.       Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Bidding Documents.

 

5.       Interested eligible bidders may obtain further information from Power Holding Company of Nigeria Plc – Project Management Unit and inspect the Bidding Documents at the address (I) given below from 10:00 a.m. to 5:00 p.m. on week days Nigeria time starting from 23rd May, 2012.

 

6.       Qualifications requirements include:

  • Bidder must have participated in at least Two (2) contracts within the last Five (5) years, each with a value of at least Eight Hundred and fifty Million Naira (NG N850,000,000.00), or equivalent in foreign currency that have been successfully and substantially completed and that are similar to the proposed Works.

 

  • Bidder must possess minimum average annual turnover of Two Billion, Two Hundred and Twelve Million Naira (NGN2, 212,000,000.00), or equivalent in foreign currency calculated as total certified payments received for contracts in progress or completed, within the last five (5) years.

 

  • The Bidder must demonstrate access to, or availability of financial resources to meet the cash-How requirement of Two Hundred and Thirty Seven Million Naira (NG Hundred and Thirty Seven Million Naira (NG N237,000,000.00) or equivalent in foreign currency.

 

A margin of preference for eligible national contractors/joint ventures shall not be applied.

 

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address (I) below and upon payment of a non-refundable fee of fifteen thousand Naira (NG N15,000.00) or one hundred US Dollars (US $100.00). The method of payment will be Certified Bank Cheque in favour of Power Holding Company of Nigeria. The Bidding Documents will be sent by courier upon additional payment of six thousand Naira (NG N6,000.00) for places within Nigeria or fifteen thousand Naira (NG N15,000.00) for Europe and West Africa and twenty-eight thousand Naira (NG N28,000.00) for all other countries as Demand Draft payable to the General Manager -PHCN-PMU at Abuja on or before 16th July 2012 to cover the delivery.

 

8.       Bids must be delivered to the address (I) below at or before 18th July, 2012 by 12:30pm. Electronic bidding shall not be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address (1) below on 18th July, 2012 by 12:30pm.

 

9.       All bids shall be accompanied by a Bid Security of Twenty One Million Five Hundred Thousand Naira (NGN 21,500,000.00) or an equivalent amount in foreign currency.

 

10.     The addresses referred to above are:

 

Address (1)

Engr. B. C. Nwozor

General Manager, Project Management Unit

No. 7 Kampala Street, Off-Adetokunbo Ademola Crescent, Wuse II,

Abuja, Nigeria

Tel/Fax: 234-9-8746412

E-mail: bc_nwozor@yahoo.com

Website: http://www.nepapmu.org

 

Address (2)

Engr. H. S. Labo

Managing Director/CE

Power Holding Company of Nigeria

PHCN Corporate Headquarters

No. 14, Zambezi Crescent, Maitama

Abuja, Nigeria.

Attention: General Manager – Project Management Unit

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