Invitation to Tender for Projects under the Authority’s Year 2013 Appropriation Act at Federal Ministry of Water Resources

Federal Republic of Nigeria

 

Federal Ministry of Water Resources

 

Upper Niger River Basin Development Authority, Km5, Minna-Zungeru

Road, PMB, 68, Minna, Niger State

 

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

 

1-0 Introduction:

 

1.1     Upper Niger River Basin Development Authority Minna Is a Parastatal under the Federal Ministry of Water Resources

 

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

 

Section A: Projects 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 Swash’ 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 Pumo 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 motorised Boreholes in Niger State within Basement and sedimentary formations at Mokwa/Lavun/Edati, Bosso/Palkora Federal constituencies and Niger North Senatorial District.

 

L OT 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 motorised Boreholes in Zamfara State within Basement and sedimentary formations at Zamfara Central Senatorial district.

 

 

B3.O: Other Construction Works

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

 

LOT B3.2: Construction 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 bed rooms 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 to 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:

  1. Tax Clearance Certificates for the last 3 years (2010, 2011 & 2012) with the Company Tax Identification Number (TIN).
  2. Evidence of ITF Clearance Certificate.
  3. Evidence of Pencom registration and Clearance Certificate.
  4. Full account details including SORT code.

 

(b)     Evidence of experience in at least five (5) Jobs of similar nature and complexity executed within the last five years with verifiable letter, of contract award and certificates of Job completion.

(c)      For joint Venture, Include Memorandum of understanding

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

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

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

(g)     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:

 

  1. Tax clearance certificates for the List 3 years (2010, 2011 & 2012) with the company tax identification number (TIN).
  2. Evidence of registration/contribution to Industrial Training Fund (ITF).
  3. Evidence registration and clearance with Pension Commission (PENCOM)
  4. Evidence of remittances to pension fund Administrator (PFA).
  5. 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 3years (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:

 

  1. Tax clearance certificates for the last 3 years (2010, 2011 & 2012) with the company tax identification number (TIN).
  2. Vat registration and remittance
  3. Evidence of Industrial Training Fund (ITF) Clearance Certificate.
  4. Evidence of Pencom registration and clearance Certificate.
  5. 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 N150mlllion for project in lot B3. 1, B3.3, N50million for projects in lot B1.2, 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 tee of N20.000.00 (Twenty Thousand Naira) only for lot(s) B1.1, B1.2, 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 22nd, 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 labeled “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,

P.M.B 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 A1-A5                  6th May, 2013

 

(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 bidder, 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 any interested party (ies) in connection with any response to this invitation and/or the preparation or submission in response to any enquiry.

 

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

Call for Proposals for Brood-stock production and Fingerlings Multiplication at West Africa Agricultural Productivity Programme (WAAPP)

West Africa Agricultural Productivity Programme

 

Call for Proposals for Brood-stock production and Fingerlings Multiplication

 

Organizational Overview

 

The West Africa Agricultural Productivity Programme (WAAPP) was initiated by the Economic Community of West African States (ECOWAS), with technical and financial support from the World Bank, to implement the Comprehensive Africa Agricultural Development Programme (CAADP) pillar IV in West Africa.

 

The objective of WAAPP is to increase agricultural productivity. The WAAPP-Nigeria has four components namely; (1) Enabling conditions for sub-regional cooperation in technology generation, dissemination and adoption; (2) National Centre of Specialization in Aquaculture; (3) Funding of demand-driven technology generation and adoption; and (4) Project coordination, management, monitoring and evaluation. The Project is aimed at enhancing the agricultural productivity and competitiveness through the four components.

 

One of the sub-components of component 3 of WAAPP is ‘Facilitating Access to Improved Genetic Materials’. One of the approved channels for access to improved genetic materials is to collaborate with Private Hatchery Operators on Broodstock production and fingerlings multiplication.

 

Regular supply of quality fish seeds of the required species and at the required quantities is one of the paramount factors for increasing aquaculture production. Fingerlings production requires the use of good quality Broodstock that will possess good economic traits. Broodstock management and fish fingerlings production need to be improved, among other factors for the realization of the Agricultural Transformation Agenda.

 

Proposals Invited

WAAPP-Nigeria invites proposals from duly qualified private hatchery operators:

 

i)       To develop and release Broodstock of Catfish, Tilapia and Carp that will possess economic traits such as improved growth rate, higher survival, fecundity, disease resistance and increased dressing percentage.

ii)      To mass produce fast growing fingerlings of Catfish, Tilapia and Carp for large-scale adoption to increase productivity.

 

The proposals, one on Broodstock production and the other on fingerlings multiplication should contain the followings:

i)       Name / detailed background of the Organization

ii)      Location

iii)     Existing facilities

iv)     Present production capacity

v)      Fish species

vi)     Cost (N): According to each item of support required

vii)    Target according to species

 

Procedure for application

Interested parties are requested to send proposals to the following email address: waappnpc@ymail.com on or before 21st of May 2013.

 

 

Invitation for Pre-Qualification for Provision of Insurance Cover for Institute’s Assets at Nigerian Institute of Transport Technology (NITT), Zaria

Nigerian Institute of Transport Technology (NITT), Zaria

 

Invitation for Pre-Qualification for Provision of Insurance Cover for Institute’s Assets

 

Introduction

The Nigerian Institute of Transport Technology, Zaria has provision in its year 2013 budget to provide Insurance Cover for the institute’s assets.

 

The Institute wishes to procure the services of Insurance Brokers and Underwriters with specific expertise and proven track records.

 

2.       Pre-Qualification Requirement

The Institute hereby invites eligible Insurance companies to express their interest in providing the service, by submitting pre-qualification documents consisting of the following:

 

1.       Evidence of Registration with Corporate Affairs Commission

2.       Evidence of Registration with NAICOM

3.       Profile of Insurance/Brokerage and Management staff strength and experience

4.       Evidence of payment of claims in the preceding three (3) years

5.       Tax Clearance Certificate for the preceding three (3) years; including TIN Number

6.       Audited Account of the Company for the preceding three (3) years

7.       Evidence of similar Insurance Cover provided in the preceding three (3)   years

8.       Evidence of Registration with Nigerian Council of Registered Insurance Brokers (for Brokerage firms)

9.       Evidence of Re-Insurance Treaty arrangement both local and international (Underwriters only)

10.     Evidence of Pension contribution for employees

11.     Evidence of compliance with Industrial Training Fund Act 2011

12.     A sworn affidavit indicating that all documents submitted are genuine and verifiable.

 

3.       Duration

The Insurance Cover is for one (1) calendar year.

 

4.       Submission Requirement

The pre-qualification documents duly signed by the Managing Directors of the Companies are to be submitted in sealed envelopes marked “Expression of Interest for Provision of Insurance Cover for Institute’s Assets” at the top left hand corner of the envelope and addressed to:

 

The Director-General/Chief Executive

Nigerian Institute of Transport Technology

P.M.B. 1148,

 

Pre-qualification documents must be hand delivered into the Tender Box in the DG/CE’s office or by Registered mail to the above address; to reach him on or before 12 noon on Monday 6th May, 2013. Pre-qualification documents/submission shall be opened at 2pm same day (6th May, 2013) in the DG/CE’s Conference Room.

 

Notice

a.       Interested companies should specify the nature of service they intend to render (whether as Brokers or Underwrites)

b.       This advertisement is not a commitment on the part of the Institute. Hence        the companies applying cannot make claim(s) whatsoever nor seek any         indemnity from the Institute by virtue of such application in response to this       advertisement.

c.       The Nigerian Institute of Transport Technology shall not enter into correspondences with any unsuccessful company.

 

Signed

Management:

Invitation for Pre-Qualification for Execution of Year 2013 Projects at Nigerian Institute of Transport Technology (NITT), Zaria

Nigerian Institute of Transport Technology (NITT), Zaria

 

Invitation for Pre-Qualification for Execution of Year 2013 Projects

 

Introduction

The Nigerian Institute of Transport Technology (NITT), Zaria intends to undertake the procurement of the under listed projects under the 2013 budget appropriation.

 

Interested contractors with proven competences and experience are hereby invited to apply for pre-qualification for execution of any aspect of works listed below:

 

1.       Purchase of security equipment

2.       Upgrading of Water supply

3.       Rehabilitation of Residential buildings

4.       Provision and Equipping of Sustainable Research Facilities.

5.       Provision/Refurbishing of ICT offices – (Remodeling & Furnishing / Equipping of ICT offices)

6.       Furnishing of Guest Houses

 

Eligibility Criteria

Interested contractors are expected to possess the following requirements:

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

b.       Evidence of valid Tax Clearance certificate for the past three (3) years including TIN Number.

c.       Company profile detailing experience/technical qualification of key staff and list of relevant equipment that are verifiable.

d.       Evidence of compliance with Pension Act.

e.       Evidence of payment of Training contributions to Industrial Training Fund (ITF);

f.       Evidence of having executed similar projects/supplies in the past;

g.       Evidence of financial capabilities/bank support;

h.       Company audited account for the past three (3) years.

i.        Evidence of Registration with relevant professional bodies.

j.        Any other relevant document that could enhance the company’s legibility.

 

Submission of Pre-Qualification Documents

Interested contractors/supplies are requested to submit their pre-qualification documents in sealed envelope marked NITT 2013 Projects’ Prequalification for…..” (indicating aspect of work at the top left hand corner of the envelope to:

 

The Director-General/Chief Executive

Nigerian Institute of Transport Technology

PM.B.1148, Basawa Road

Zaria.

 

To reach him not later than 6th May 2013 by 12noon, Pre-qualification submissions shall be opened same day 6th May, 2013 at 2pm in the DG/CE’s Conference Room.

 

Collection of Tender Documents

Tender documents shall be available for collection by pre-qualified contractors upon payment of a non refundable tender processing fee of N20,000,00.

 

Tender Submission

Completed tenders shall be submitted to the Director-General/Chief Executive within two (2) weeks from the date of commencement of collection of tender documents. Bids shall be open on the day of expiration of the tendering period.

 

Appropriate notice details shall be given to pre-qualified contractors.

 

Important Notice:

Interested companies wishing to bid for more than one aspect of the work must make separate pre-qualification submission for each aspect(s),

i.        Tenderers and the general public/civil society organizations shall be invited to Witness the bid opening.

ii.       The name of the companies should be indicated on the reverse side of the envelope.

iii.      Nothing in this advert shall be construed to be a commitment by NITT to award any or all of the above listed Projects

iv.      Only pre-qualified companies would be contacted.

 

Signed:

Management

Invitation to Submit Technical and Financial Proposals for Projects in the 2013 Appropriation at Federal Ministry of Water Resources

Federal Republic of Nigeria

 

Federal Ministry of Water Resources

Sokoto Rima River Basin Development Authority

Damale Kaita House, Gusau Road, PMB 2223, Sokoto

Sokoto State of Nigeria

 

Invitation to Submit Technical and Financial Proposals for Projects in the 2013 Appropriation

 

Introduction:

 

The Sokoto Rima River Basin Development Authority wishes to carry out procurement of construction of motorized boreholes, small irrigation schemes, small and medium earth dams, water supply schemes and consultancy on study and design of various projects with provisions in the 2013 Appropriation.

 

1.1     This Authority therefore wishes to invite as follows:

 

A)      Consultancy:

Reputable consulting firms including Joint Venture (JV) to submit technical and financial proposals in response to the Request for Proposal to be issued by the Authority for Consultancy Services of the following project:

 

Lot A1:       Study and Design of Musawa earthdam, Musawa LGA, Katsina South Senatorial District, Katsina State.

 

LotA2:        Comprehensive assessment of installed Electrical and Mechanical Equipments including Dam Break analysis of Large Dams of SRRBDA Bakolori, Jibia, Goronyo and Zobe in Zamfara, Katsina and Sokoto States.

 

Lot A3:       Study and Design of Tukusha Multipurpose Dam and Water Supply Scheme at Faskari, Katsina state

 

Lot A4:       Study and Design of Earth Dam and Irrigation Scheme in Yandoton Daji, Tsafe LGA, Zamfara State

 

B)      Goods:

Lot B1:       Supply of Fertilizer (NPK/UREA) in Birnin-Kebbi/Kalgo/Bunza Federal Constituency, Kebbi State.

 

Lot B2:       Supply of Improved Seeds, Bulls, and Fertilizer in Gada/Goronyo Federal Constituency, Sokoto State.

 

Lot B3:       Supply of Irrigation pumps in 8LGAs of Sokoto North Senatorial District, North-West Sokoto

 

Lot B4:       Supply of Fertilizer in Yauri, Shanga and Ngaski LGAs, Kebbi State

 

Lot B5:       Supply of Irrigation Water Pumps in Koko-Besse/Maiyama Federal Constituency, Kebbi State.

 

Lot B6:       Supply of Irrigation Water Pumps in Bagudo/Suru Federal Constituency Kebbi State

 

Lot B7:       Supply of Motor Cycles for Youth Enpowerment in Aleiro/Gwadu/Jega Federal Constituency, Kebbi State.

 

Lot B8:       Supply of Irrigation Pumps for Birnin-Kebbi/Kalgo/Bunza Federal Constituency, Kebbi State.

 

Lot B9:       Supply of Motor Cycles for Youth Empowerment in Aleiro/Gwadu/Jega Federal Constituency

 

Lot B10:     Supply of 2” Irrigation Pumps at Aleiro/Gwadu/Jega, Aleiro, Gwadu, Jega LGAs, Kebbi State.

Lot B11:     Supply of Pumping Machines in Isa/Sabon-Birni Federal Constituency, Sokoto State

Lot B12:     Supply of Tri-cycles in following LGAs of Kebbi North: Augie, Argungu, Dandi,  Arewa Suru and Bagudo LGAs, Kebbi State.

 

Lot B13:     Supply of Motor-cycles in following LGAs of Kebbi North: Augie, Argungu, Dandi,  Arewa Suru and Bagudo LGAs, Kebbi State.

 

Lot B14:     Supply of Fertilizers (NPK/Urea) at Aleiro/Gwandu/Jega Federal constituency, Kebbi State.

 

C)      Works:

Lot C1:       Headquarters Development (Rehabilitation of office, housing units and establishment of web site)

Lot C2:       Construction of Irrigation Boreholes in 8LGAs of Sokoto North Senatorial District, Sokoto State

Lot C3:       Construction of Romo, Gindi District Water Supply scheme North-West Sokoto Tambuwal LGA, Sokoto State.

Lot C4:       Construction of motorized Boreholes at Tabude Zango LGA, Katsina State

Lot C5:       Construction of Handpumps at Zamfara North Senatorial District, Zamfara State

Lot C6:       Construction of Solar Boreholes at Bagudo/Suru LGAs. Kebbi State

Lot C7:       Construction of Drainages/ Culverts at Funtua/Dandume LGAs, Katsina State

Lot C8:       Construction of motorized boreholes at Federal Science College Dayi, Fegi -BatsariLGA, Salihawa-Charanchi LGA, Sheik Gummi Secondary School and New Day Secondary School (Bye-pass) Funtua and Irrigation Schemes in Dandume, Katsina State.

Lot C9:       Construction of Minor Irrigation Schemes in Danja/Bakori, Katsina State

Lot C10:     Construction of Small Scale Irrigation Scheme at Jabo, Sokoto State.

Lot C11:     Construction of Minor Irrigation Scheme on Jare River, Katsina State.

Lot C12:               Construction of Motorized Boreholes in Funtua/Dandume LGAs, Katsina

 

Lot C13:     Construction of Batagarawa Earth Dam/Irrigation Project, Batagarawa LGA, Katsina State

Lot C14:               Construction of small earth Dam at Kafur/Sulma Earth Dam, Kafur LGA, Katsina State.

Lot C 15:    Construction of Dakingari/Oroba small Irrigation Scheme, Dakin-gari LGA, Kebbi State.

Lot C 16:    Rehabilitation of Gwaigwaye Bridge in Funtua LGA, Katsina state

Lot C 17:    Construction of Community Based Water Supply Scheme in Kurkuja, Musawa LGA, Katsina State

Lot C 18:    Construction of Handpumps Boreholes in Musawa LGA Katsina State

Lot C 19:    Construction of Handpumps Boreholes in Matazu LGA, Katsina State

Lot C 20:    Construction of Motorized Borehole at BayawaAugie LGAs Kebbi State.

Lot C 21:    Construction Solar Boreholes at Modaci Gulma Argungu LGA, Kebbi State

Lot C 22:    Construction of Bangala-KauraSani Road in Kebbi State.

Lot C 23:    Rural Electrification Scheme involving Solar Street Light in Kamba, Dandi LGA, Kebbi State

Lot C 24:    Rural Electrification Scheme involving Installation of Solar Street Light in Kangiwa, Arewa LGA, Kebbi State

Lot C 25:    Rural Electrification Scheme involving Installation of Solar Street Light in GorunAngoArewa LGA, Kebbi State

Lot C 26:    Rural Electrification Scheme involving Installation of Solar Street Light in Anguwar Hassan, Dandi LGA, Kebbi State

Lot C 27:    Rural Electrification Scheme involving Installation of Solar Street Light in Fanna, Dandi LGA, Kebbi State

Lot C 28:    Rural Electrification Scheme involving Installation of Solar Street Light in BaniZumbu, Dandi LGA, Kebbi State

Lot C 29:    Construction of Minor Irrigation Scheme in Kamba, Dandi LGA, Kebbi State

Lot C 30:    Rural Electrification Scheme involving Installation of Solar Street Light at Yeldu, Kebbi State

Lot C 31:    Rural Electrification Scheme involving Installation of Solar Street Light in Bachaka, Arewa LGA, Kebbi State

Lot C 32:    Rural Electrification Scheme involving Installation of Solar Street Light in Buma, Dandi LGA, Kebbi State

Lot C 33:    Rural Electrification Scheme involving Installation of Solar Street Light in Kyengakwai, Dandi LGA, Kebbi State

Lot C 34:    Rural Electrification Scheme involving Supply and Installation of Solar Light at Koko Besse/Maiyama Federal Constituency, Kebbi State

Lot C 35:    Rural Electrification Scheme involving Supply and Installation of Solar street Light at Maiyama Town, Maivama LGA, Kebbi State

Lot C 36:    Rural Electrification Scheme involving Supply and Installation of Solar street Light at Kaoje Town, Bagudo LGA, Kebbi State

Lot C 37:    Rural Electrification Scheme involving Supply and Installation of Solar street Light, Bagudo LGA, Kebbi State

Lot C 38:    Construction of TownShip Road in Diggi Town, Kebbi State

Lot C 39:    Rural Electrification Scheme involving Supply and installation of Solar Street Lights in Birnin- Kebbi/Kalgo/Bunza Federal Constituency, Kebbi State.

Lot C 40:    Construction of Access Road to General Hospital Jega, Jega LGA, Kebbi State.

Lot C 41:    Rural Electrification Scheme involving Supply and Installation of Solar Street Light in Aleiro and Gwandu, Aleiro and Gwandu Kebbi State.

Lot C 42:    Construction of Community Based Water Supply Scheme with Reticulation at Dabagin Amajo in Gwadabawa LGA, Sokoto State.

Lot C 43:    Construction of Community Based Water Supply Scheme with Reticulation at Darna Sabon Gari in Illela LGA, Sokoto State.

Lot C 44:    Construction of Handpumps at Silame LGA, Sokoto State

Lot C 45:    Construction of Romo, Gindi District Water Supply Project,

Sokoto state

Lot C 46:    Construction of Motorized Boreholes in Kware LGA, Sokoto

State

Lot C 47:    Construction of Motorized Borehole in Wamakko LGA, Sokoto State

Lot C 48:    Construction of Community Based Water Supply Scheme with Public Stand Post (Solar Powered) in Waziri ‘C’ Ward, Sokoto North LGA, Sokoto State.

Lot C 49:    Construction of Community Based Water Supply Scheme with Public Stand Post (Solar Powered) in MagajinGari ‘A’ Ward, Sokoto North LGA, Sokoto State.

Lot C 50:    Construction of Community Based Water Supply Scheme with Public Stand Post (Solar Powered) in Magajin Rafi ‘B’ Ward, Sokoto North LGA, Sokoto State.

Lot C 51:    Construction of Community Based Water Supply Scheme with Public Stand Post (Solar Powered) in Waziri ‘A’ Ward, Sokoto North LGA, Sokoto State.

Lot C 52:    Construction of Community Based Water Supply Scheme with Public Stand Post (Solar Powered) in TudunWada, Sokoto South LGA, Sokoto State.

Lot C 53:    Construction of Community Based Water Supply Scheme with Public Stand Post (Solar Powered) in Sarkin Adar Kwanni Wada, Sokoto South LGA, Sokoto State.

Lot C 54:    Construction of Tube Wells in Isa/Sabon-Birni Federal Constituency, Sokoto State.

Lot C 55:    Construction of Minor Irrigation Schemes in Gada/Goronyo Federal Constituency, Sokoto State.

Lot C 56:    Farmers Support Programme “A” in Kauran Namoda/Birnin Magaji Federal Constituency, Zamrafa State.

Lot C 57:    Construction of Boreholes across Bungudu/Maru, Zamfara State.

Lot C 58:    Construction of Motorized Borehole at Yauri/Shanga/Ngaski North West Kebbi State.

Lot C 59:    Construction of Handpumps Boreholes at Chancha, Gwadabawa LGA, Sokoto State.

Lot C 60:    Farmers Support Programme in Anka and Talata-Mafara Federal Constituency, Zamfara State.

Lot C 61:    Farmers Support Programme “B” inKauran-Namoda/Birnin Magaji Federal Constituency, Zamrafa State.

Lot C 62:    Construction of Boreholes Bungudu/Maru LGAs, Zamfara State.

Lot C 63:    Construction of Handpumps in the Following Wards of Shagari LGA, Yanduwatsu, Hausare, Takalafia in Sokoto South Senatorial District, Sokoto State.

Lot C 64:    Construction of Handpumps in the Following Wards of Dange Shuni LGAs: Hauwa Maiwa, Rudu Gidan Dikko, Kadabale in Sokoto South Senatorial District, Sokoto State.

Lot C 65:    Construction of Handpumps Boreholes in Sokoto East Senatorial District, Sokoto State.

Lot C 66:    Construction of Tube Wells for each Eight (8) LGAs of Sokoto East Senatorial District, Sokoto State

Lot C 67:    Construction of Handpumps Boreholes in SabonBirni LGA, of Sokoto East Senatorial District. Sokoto State

Lot C 68:    Construction of Handpumps Boreholes in Following LGAs of Sokoto East Senatorial District, Isa Goronyo, Illela, Gada, Gwadabawa. Wurno. Raba, Sokoto State.

Lot C 69:              Construction of Tube Wells in Following LGAs of Sokoto East Senatorial District, Sabon Birni, Isa Goronyo, Illela, Gada, Gwadabawa, Wurno, Raba, Sokoto State.

Lot C 70:              Construction of Minor Irrigation Schemes at Kebbi Central, Bunza LGA, Kalgo LGA, Gwandu LGA, of Kebbi Central, Kebbi State.

Lot C 71:              Construction of Minor Irrigation Schemes at Kebbi Central, Birnin-Kebbi LGA, of Kebbi Central, Kebbi State.

Lot C 72:              Construction of Minor Irrigation Schemes at Kebbi Central, Jega LGA, Aleiro LGA, in Kebbi Central Senatorial District, Kebbi State.

Lot C 73:              Construction of Minor Irrigation Schemes at Kebbi Central, Maiyama LGA, Koko-Besse LGA, in Kebbi Central Senatorial District, Kebbi State.

Lot C 74:              Construction of Motorized Borehole at Kebbi Central, Kebbi State.

Lot C 75:              Construction of Minor Irrigation Projects in Zuru and Yauri Emirates, Kebbi State.

Lot C76:               Construction of Tube Wells (complete scheme) in following LGAs: Augie, Argungu, Dandi, Arewa, Suru and Bagudo, Kebbi State.

Lot C 77:              Construction of Tube Wells (complete scheme) in Katsina Central Senatorial District, Katsina State.

Lot C 78:              Construction Boreholes in 117 Wards, Katsina South Senatorial District, Katsina State.

Lot C 79:              Construction of Earth Dam and Irrigation Scheme in YandotonDaji, Tsafe LGA, Zamfara State

Lot C 80:   Construction of small scale Irrigation scheme at Filin Gwamna Phasell, Argungu, Kebbi State

Lot C 81:              Construction of Solar Boreholes at Bakori and Danja LGAs, Katsina State

Lot C 82:    Construction of Solar Boreholes at Anka and Talatar-Mafara LGAs, Zamfara State

Lot C 83:              Construction of Water Supply Scheme and Reticulation Phase II at Barikin-Gari, Kebbi State

Lot C 84:              Construction of Solar Boreholes in various Primary Schools in Jibia LGA, Katsina State

Lot C 85:              Construction of Handpumps Boreholes in Dutsinma/Kafur LGAs, Katsina State

Lot C 86:    Construction of Motorized Borehole(Electrical) with Overhead Tank in Sandamu LGA, Katsina State.

Lot C 87:              Construction of Handpumps Boreholes in Baure/Zango LGAs, Katsina State

Lot C 88:    Construction of Community Based Water Scheme in Gidan Bukka, Matazu LGA, Katsina State

Lot C 89:              Construction of Handpumps Boreholes in Danmusa,  Safana & Batsari LGAs, Katsina State

Lot C 90:    Construction of Handpumps Boreholes in Funta/Dandume LGAs, Katsina State

Lot C 91:    Construction of Handpumps Boreholes in each of 21 Wards of in Kaita/Jibia LGAs, Katsina State

Lot C 92:    Construction of Handpumps Boreholes in Kankia, Kusada, Ingawa LGAs, Katsina State

Lot C 93:    Construction of Barmo-Kahutu Rural Road in Danja LGA Katsina State.

Lot C 94:              Construction of Drainage at Umara, Argungu LGA, Kebbi State

Lot C 95:      Construction of Drainage at B/kasuwa Gulma, Argungu LGA, Kebbi State

Lot C 96:              Construction of Handpumps Boreholes at Zugana, Gwadabawa LGA, Sokoto State.

Lot C 97:              Construction of Sulma Dam in Kafur LGA, Katsina South Senatorial District, Katsina State.

Lot C 98:              Farmers Support Programme in Zamfara West Senatorial District, Zamrafa State.

Lot C 99:    Construction of Handpumps in the following Wards Yabo LGA: Lambar Bojo, Fakka, Saura in Sokoto South Senatorial District, Sokoto State.

Lot C 100:            Construction of Handpumps in the following wards of Tureta LGA: Lofa. GidanAdarawa, FuraGirge, Sokoto State.

Lot C 101:  Construction of Handpumps in the following Wards of Tambuwal LGA, Ganuwa, Kagara, Mandera, Kaurare, in Sokoto South Senatorial District.

Lot C 102:  Construction of Handpumps in the following Wards of Bodinga LGA: Gorkon Dikko, Bagalawa, Dingyadi, Danchadi in Sokoto South Senatorial District, Sokoto State.

Lot C 103:  Construction of Handpumps in the following Wards of Kebbe LGA:, KauraYako, Garartulu, Nasagudu, Murtunu in Sokoto South Senatorial District, Sokoto State.

Lot C 104:  Construction of Handpumps Boreholes in Wards across the 11 LGAs in the Senatorial District, Katsina North, Katsina.

Lot C 105:  Construction of Small Irrigation Scheme in Zamfara West Senatorial District. Zamfara State.

Lot C 106:  Construction of Zamfara Area Office, Gusau LGA, Zamfara

Lot C 107:  Construction of Musawa Dam, Musawa LGA, Katsina South Senatorial District, Katsina State.

Lot C 108:  Construction of Tukusha Multi Purpose Dam Project in Faskari, Irrigation and Water Supply in Katsina South Senatorial District, Katsina State

Lot C 109: Operation and Maintenance of Goronyo Dam Project, Sokoto State

Lot C 110: Operation and  Maintenance of Zobe  Irrigation Project, Dutsinma, Katsina State.

Lot C 111:  Operation and Maintenance of Niger Valley Irrigation Project, Bagudo, Kebbi State

 

Eligibility Criteria for Consultancy Services

  • Detailed company profile with copy of Article of Association/ Memorandum of Understanding (if Joint Venture) and Company’s Registration with relevant professional bodies such as COREN, ARCON etc.
  • Submission of three (3) years Audited Accounts (2010-2012).
  • Evidence of registration with CAC
  • Last 3years Tax Clearance Certificate(2010-2012) with Tax Identification Number(TIN)
  • Evidence of financial capability/ reference letter from reputable bank.
  • For JVs include MOU and each Company must have a separate registration with CAC
  • Full accounts details including SORT code
  • Evidence of Pension remittance of employees and Certificate of Compliance from PENCOM
  • VAT Registration with evidence of remittances
  • Evidence of experience in at least five jobs of similar nature and complexity executed within the last ten years with verifiable letters of contract award and certificate of job completion.
  • Evidence of registration with professional bodies such as COREN etc
  • Evidence of payment of Industrial Training Contribution to the Industrial Training Fund (ITF)
  • Evidence of personnel capability including list of key professionals, curriculum vitae of each professional and evidence of registration of these personnel with relevant bodies such as COREN,ARCON etc.

 

2.2     For Goods

  • Evidence of experience in at least (5) jobs of similar nature and complexity executed within the last ten years with verifiable letters of contract award and certificates of job completion
  • Detailed company profile with copy of Article of Association/ Memorandum of Understanding (if Joint Venture) and Company’s Registration with relevant professional bodies such as COREN, ARCON etc
  • Submission of three (3) years Audited Accounts (2010-2012)with Annual Turnover of a verifiable sum of at least N50million for Projects in Lots C and N25million in Lot B
  • Evidence of registration with CAC
  • Last 3years Tax Clearance Certificate (2010-2012) with Tax Identification Number (TIN)
  • Evidence of financial capability/ reference letter from reputable bank.
  • Full accounts details including SORT code
  • Evidence of Pension remittance of employees and Certificate of Compliance from PENCOM
  • VAT Registration with evidence of remittances
  • Evidence of payment of Industrial Training Contribution to the Industrial Training Funf (ITF)

 

2.3     For Works

 

  • Evidence of experience as main Contractor in at least (5) jobs of similar nature and complexity executed with verifiable letters of contract award and certificate of job completion within the last ten years.
  • Detailed company profile with copy of Article of Association/ Memorandum of Understanding (if Joint Venture) and Company’s Registration with relevant professional bodies such as COREN, ARCON etc
  • Submission of three (3) years Audited Accounts (2010-2012) with Annual Turnover of a verifiable sum of at least N50milllon for Projects in Lots C and  N25rmllion in Lot B Evidence of registration with CAC.
  • Last 3years Tax Clearance Certificate (2010-2012) with Tax Identification Number(TIN)
  • Evidence of financial capability/ reference letter from reputable bank.
  • For JVs include MOU and each Company must have a separate registration with CAC.
  • Full accounts details including SORT code
  • Evidence of Pension remittance of employees and Certificate of Compliance from PEN COM
  • VAT Registration with evidence of remittances
  • Evidence of payment of Industrial Training Contribution to the Industrial Training Fund (ITF)
  • Evidence of personnel capability including  list of key professionals, curriculum vitae of each professional and evidence of registration of these personnel with relevant bodies such as COREN, ARCON etc.

 

 

Collection of Financial Document

Interested companies can, on presentation of written application and evidence of payment of tender fee, =N=30,000.00, to be paid in SKYE Bank with Account No 1771029413, collect tender documents(Consultants are exempted from payment of tender fees) from 12.00 noon, Monday 29th April, 2013 from the office of:

 

The Managing Director

Sokoto Rima River Basin development Authority,

DamaleKaita House, PMB 2223,

KM 10, Gusau Road, Sokoto

 

Submission / Opening of Documents

Completed Technical and Financial proposals for the project of interest shall be submitted in two (2) hard copies and one (1) electronic copy (non rewritable compact disk/DVD) in Microsoft and enclosed in separate sealed envelopes marked ‘Technical’ and Financial’ with ‘Project category and Lot Number and both in a third envelope with the project’s name marked clearly on top right hand corner and addressed to:

 

The Managing Director,                                  

Sokoto Rima River Basin Development Authority,

DamaleKaita House, PMB 2223

KM 10, Gusau Road, Sokoto

 

To reach him on or before Monday 3rd June, 2013 at 12.00 noon. Bids with values of more than =N=50,000,000.00 must be accompanied with a 2% Bid Security

 

Only the Financial bids for pre-qualified bidders shall be opened. Bid Opening exercise shall be conducted publically in the Board Room of the Sokoto Rima River Basin Development Authority on the closing date of submission at 12.00 noon.

 

All Bidders are expected to bring along the ORIGINAL COPIES of all relevant documents, for sighting.

 

All Nor- Governmental Organization (NGOs) are invited to witness the

 

Enquires:

All enquires to be directed to

Head of Procurement

Sokoto Rima River Basin Development Authority,

DamaleKaita House, PMB 2223

KM 10, Gusau Road, Sokoto

08035044701

dmallamawa@gmail.com

 

Disclaimer:

Late submission shall be rejected.

This invitation is published for information purposes and does not constitute an offer by this Authority with any party for the projects, nor does it constitute a commitment or obligation on the part of this Authority to procure concession services.

 

This Authority will not be responsible for any costs or expenses incurred by any interested party in connection with any response to this invitation and or the preparation or submission in response to any inquiry.

 

This Authority pledges fair treatment to all participants but are not bound to short list any bidder and reserves the right to annul the bidding process at any time without incurring any liabilities and assigning any reason thereof

 

Signed

Management