Background Image

CROSS RIVER BASIN DEVELOPMENT AUTHORITY-

INVITATION FOR TECHNICAL AND FINANCIAL BIDS UNDER 2024 APPROPRIATION OF THE CROSS RIVER BASIN DEVELOPMENT AUTHORITY

FEDERAL GOVERNMENT OF NIGERIA
CROSS RIVER BASIN DEVELOPMENT AUTHORITY
MURTALA MOHAMMED HIGWAY, PMB 1249, CALABAR, CROSS RIVER STATE
INVITATION FOR TECHNICAL AND FINANCIAL BIDS UNDER 2024 APPROPRIATION OF THE CROSS RIVER BASIN DEVELOPMENT AUTHORITY

1. INTRODUCTION
The Cross River Basin Development Authority (CRBDA) is a Parastatal of the Federal Ministry of Water Resources and Sanitation charged with Comprehensive Development of Surface and Ground Water Resources, Flood and Erosion Control, Agricultural Land Development/Dam and Irrigation works etc in Akwa Ibom and Cross River States. The Authority intends to carry out Procurement for the various projects under its 2024 Appropriation.

Cross River Basin Development Authority hereby invites bids from interested, eligible and reputable, contractors/suppliers for the execution of projects in the 2024 Appropriation under the following categories.

WATER SUPPLY AND SANITATIONS WORKS – LOT A
1. Provision and Installation of Solar Boreholes in Communities in the Six States of the South-South Zone.
2. Construction of Solar Powered Borehole, Bama/Ngala /Kala Balge Federal Constituency, Borno State.
3. Provision of Solar Powered Boreholes in selected Communities in Cross River Central Senatorial District.
4. Construction of water schemes in Eight (8) communities in Akwa Ibom and Cross river states.

EROSION/FLOOD CONTROL WORKS – LOT B
1. Erosion control in some towns in Abak, Essien Udim, Etim Ekpo, Ika and Ikono LGA of AKS
a. Etuk Udo street, Abak LGA. AKS
b. Ikot Nya and Nasco Road, Etim Ekpo, Etim Ekpo LGA. AKS.
c. Nyeheiso-Ikot Idomo Road in Ika LGA, AKS
d. Ikot Ekefre Essien Udim LGA, AKS
e. Ikot Oku Ubo Ediene in Ikono LGA, CRS.
2. Erosion Control in Ekeya, Okobo LGA, Akwa Ibom South Senatorial District, Akwa Ibom State
3. Construction of Odonget-Etara/Ekuri Road Flood and Erosion Control Project, Cross River State
4. Agricultural Land Clearing and Preparation at Ikot Ntung Irrigation Project, Nsit Ubium LGA, AKS

GENERAL WORKS – LOT C
1. Construction of Classroom Blocks in Asuma Mpari in Yakurr Local Government Area- Cross River Central
2. Provision and Installation of All-In-One Solar Street Lights in Cross River Central Senatorial District in Cross River State
3. Construction of Palm Oil Processing Centre at Empress Demonstration Farm Nkarasi. CRS
4. Provision of Solar Lights and Solar Boreholes in Вokomo Community. Boki LGA, CRS
5. Provision and Installation of Solar Street lights in Selected Communities across Cross River Central Senatorial District, CRS.

2. COLLECTION OF TECHNICAL AND FINANCIAL DOCUMENTS
Technical and financial bid documents will be available for collection at the office of the Head of Procurement Cross River Basin Development Authority PMB 1249, Basin Town, Calabar from 29th April, 2024 to 29th May, 2024 from 9am to 4pm daily, upon presentation of evidence of payment of non-refundable tender fee of N10, 000 (Ten Thousand Naira) only per lot, into the Authority’s account below;
Account name: Cross River Basin Development Project Account
Account Number: 0050503961021
Bank: Any commercial bank VIA REMITA

3. ELIGIBILITY CRITERIA
Bidders are to provide the following as minimum prequalification requirements for the project of their choice;
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7;
b. Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till 31st December 2024;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2024.
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024.
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2024;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP;
g. Sworn affidavit disclosing whether or not any officer of the relevant committees of the Cross River Basin Development Authority or Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
h. That no Directors has been convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
i. Company’s Audited Accounts for the last three years (2021, 2022 & 2023);
j. Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
k. Company’s profile with the curriculum Vitae of key staff to be deployed for the project, including copies of their academic/professional qualifications such as COREN, QSDRBN, ARCON, CORBON etc;
l. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards, valuation certificates, job completion certificates and photographs of the projects;
m. List of Plants/Equipment with proof of Ownership/Lease agreement;
n. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
o. All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head paper must bear the Names and Nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.

4. SUBMISSION OF BIDS
Two copies each of completed Technical and Financial bid documents (One Electronic copy in Microsoft Excel format) shall be submitted in separately sealed envelopes and labeled “TECHNICAL” & “FINANCIAL” also stating clearly “LOT NUMBER & PROJECT TITLE”. Thereafter put both envelopes into a bigger envelope seal properly and address to;
THE MANAGING DIRECTOR
CROSS RIVER BASIN DEVELOPMENT AUTHORITY MURTALA MOHAMMED HIGHWAY
P.M. B. 1249, BASIN TOWN, CALABAR, CROSS RIVER STATE

The closing date for the submission of bids in respect of all projects is on or before 12 noon 29th MAY, 2024.

5. OPENING OF TECHNICAL BIDS
Only Technical Bids will be opened immediately after the deadline at 12noon on 29 MAY, 2024 at the Authority’s Conference Centre, Basin Town, M/M Highway, Calabar. The bid opening will be covered by video coverage/zoom (link will be sent to bidders). Pre-qualified contractors will be invited on a later date for financial bid opening.

6. ENQUIRIES
All enquiries should be directed to:
THE MANAGING DIRECTOR
CROSS RIVER BASIN DEVELOPMENT AUTHORITY
MURTALA MOHAMMED HIGHWAY
P.M. B. 1249, BASIN TOWN, CALABAR,
CROSS RIVER STATE

7. DISCLAIMER AND CONCLUSION
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 concession 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 and or the preparation or submission in response to an inquiry.
3. The technical bids will be opened in the presence of bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and Private professional bodies; and will be covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online;
4. Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
5. The Cross River Basin Development Authority is not bound to pre-qualify any bidder and reserves the right to annul the Procurement Process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act, 2007.

SIGNED
MANAGING DIRECTOR
CROSS RIVER BASIN DEVELOPMENT AUTHORITY

Tags
admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights