Background Image

NEW PARTNERSHIP FOR AFRICA’S DEVELOPMENT (AUDA-NEPAD)-

INVITATION TO TENDER AND EXPRESSION OF INTEREST FOR CONSTRUCTION PROJECT (WORKS)

AFRICAN UNION DEVELOPMENT AGENCY,
NEW PARTNERSHIP FOR AFRICA’S DEVELOPMENT (AUDA-NEPAD)
NO 12, FARANAH STREET WUSE ZONE 2, ABUJA FCT
INVITATION TO TENDER AND EXPRESSION OF INTEREST FOR CONSTRUCTION PROJECT (WORKS)

1. INTRODUCTION
The African Union Development Agency New Partnership for African Development (AUD-NEPAD) tends to execute her capital projects and zonal/intervention/constituency as provided for in the 2024 Appropriation Budget, in compliance with the Public Procurement Act, 2007.
The African Union Development Agency New Partnership for African Development (AUD-NEPAD) hereby invites all interested experienced competent contractors/suppliers and reputable service providers to submit tenders for the following construction projects;

2. SCOPE OF WORKS/SERVICES
CATEGORY C: WORKS

LOT NOPROJECT DESCRIPTION
C1Construction of Mgbuchi Town Hall, Rukpoku
C2Construction of D Palace Center of Eze Elelenwo in Oropotoma, Rivers State
C3Renovation of the community townhall in Idanre/Ifedora Federal Constituency, Ondo State
C4Re-construction & Renovation of blocks of quarters, offices and classes at Degema National College Degema LGA in Rivers West Senatorial district, Rivers State
C5Construction of multipurpose conference hall Oguta, Imo West Senatorial district, Imo State
C6Construction of a block of 4 classroom in selected schools in Enugu West Senatorial district, Enugu State
C7Construction of administrative classroom block at community secondary school Nkwe, Awgu LGA, Awgu LGA, Enugu West Senatorial District, Enugu State
C8Fence and furnishing of Obio-Akpor CBT centre

CATEGORY D: SERVICES

D1Architectural designs and BEME of construction of Mgbuchi Town Hall, Rukpoku
D2Architectural designs and BEME of construction of D Palace Center of Eze Elelenwo in Oropotoma, Rivers State
D3Renovation of the community town hall in Idanre/Ifedora Federal Constituency, Ondo State
D4Architectural designs of Re-construction & Renovation of blocks of quarters, offices and classes at Degema National College Degema LGA in Rivers West Senatorial district, Rivers State
D5Architectural designs of Construction of multipurpose conference hall Oguta, Imo West Senatorial district, Imo State
D6Architectural designs of Construction of a block of 4 classroom in selected schools in Enugu West Senatorial district, Enugu State
D7Architectural designs of Construction of administrative classroom block at community secondary school Nkwe, Awgu LGA, Awgu LGA, Enugu West Senatorial District, Enugu State
D8Architectural design of fence and furnishing of Obio-Akpor CBT centre

3. ELIGIBILITY REQUIREMENTS
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7; business name is also acceptable for consultancy services;
b) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years valid till 31st December 2024; with minimum average annual turnover of N25 million.
c) Evidence of Pension Clearance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 15 and above).
d) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
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 Citizenship and Leadership Training Centre 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;
• That no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
h) Company’s Audited Accounts for the last three years (2021 , 2022 & 2023);
i) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
j) 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; 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;
k) Consultancy services: evidence of firm’s current registration with the relevant regulatory professional body(ies) such as ARCON etc;
l) Works: List of Plants/Equipment with proof of Ownership/Lease agreement;
m) 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);
Note: 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. COLLECTION OF TENDER DOCUMENTS (WORKS)
Interested companies are to collect the Standard bidding document (SBD) from the office of the Secretary Tender Board 2nd floor, AUD NEPAD PROCUREMENT OFFICE, No 12 FARANAH street, Maitama on evidence of payment of a non-refundable tender fee of N10,000 into AUD NEPAD’s TSA in any commercial Bank in Nigeria.

5. SUBMISSION OF TENDER DOCUMENTS (WORKS)
Prospective bidders are to submit two (2) hard copies each of the technical and financial bids with softcopy of the financial bid in MS Excel format, packaged separately in sealed and clearly marked as “Technical Bid” and “Financial Bid”. Thereafter, the two sealed envelopes should be put together in a bigger sealed envelope addressed to the National Coordinator/Chief Executive, No 12. Faranah Street Wuse Zone 2 Abuja FCT and clearly marked with the name of the project and lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated tender Box located at the Visitor’s reception of the AUDA-NEPAD not later than 12:00 noon on Monday 24th June, 2024.

6. SUBMISSION OF EOI
Interested firms in services are to submit the Expression of interest (EOI) for each of the lot desired, in three (3) hard copies each (one original & two copies). The EOI should be addressed as indicated above and submitted not later than 12:00 noon Monday, 10th June, 2024.

7. OPENING OF EOI & TECHNICAL BIDS
The EOI and technical will be opened immediately after the deadline for submission at 12:00 noon Monday, 10th June, 2024 and 12:00 noon Monday 24th June, 2024 respectively, at the AUDA-NEPAD Secretary’s tender board office while the financial bids will be kept un-opened. Please, ensure that you sign the bid submission register as the College will not be held liable for any misplaced or wrongly submitted bids. For further enquiries, please contact the Head Procurement.

8. GENERAL INFORMATION
a. EOIs/Bids and Expression of interest must be in English Language and signed by an official authorized by the bidders.
b. EOIs/Bids and expression of interest submitted after the deadline for submission would be returned unopened;
c. Bidders should not bid form than two (2) lots.
d. All cost will be borne by the bidders;
e. 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;
f. Works: Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
g. Consultancy services: only prequalified bidders at technical evaluation will be invited at a later date for collection of tender documents;
h. Consultancy services: Only shortlisted firms will be invited at a later date for collection of Request for Proposals.
i. The African Union Authority Development, New Partnership of Africa Development Authority is not bound to prequalify and bidder 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
Daikwo Lami Bako
For: National Coordinator/Chief Executive
AUDA-NEPAD

Tags
admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights