UPPER BENUE RIVER BASIN DEVELOPMENT AUTHORITY, YOLA-
INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS
FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF WATER RESOURCES
UPPER BENUE RIVER BASIN DEVELOPMENT AUTHORITY
MBAMBA – FUFORE ROAD, PMB, 2086, YOLA
INVITATION TO TENDER
1. INTRODUCTION
The Upper Benue River Basin Development Authority (UBRBDA) is a parastatal under the Federal Ministry of Water Resources in furtherance to its statutory mandate intends to undertake the procurement of various works and Goods under the 2024 capital appropriation and in accordance with extant provision of section 25 of the Public Procurement Act, 2007 and section 68 (2) (b) of the Finance Act, 2020.
The authority therefore invites all experienced and competent contractors and suppliers with relevant experience to tender for the core/zonal intervention projects for execution of the following 2024 capital appropriation projects.
2. SCOPE OF WORKS/SUPPLIES
The scope of Works/Supply for the projects earmarked for execution are as contained in the various standard bidding documents (SBDs) and Bills of Quantities (BoQ)/BEME to be issued to prospective bidders. The summary of the projects are as follows:
LOT NO | PROJECT DESCRIPTION |
A1 | Construction of Computer Based Test (CBT) Examination Hall in Jada Town, Adamawa State |
A2 | Expansion of Kumo water supply project in Akko Federal Constituency, Gombe State |
A3 | Construction of storm water drainage and Erosion Control in Shendam LGA of Plateau State |
A4 | Provision of solar powered boreholes with overhead tank, chain link with fence and reticulation at Bako, Yola South LGA |
A5 | Rehabilitation of Tula Wange and Tula Yiri Mega Water Project, Gombe State |
A6-I | Construction of three (3) Nos, Solar Powered Boreholes in some communities in Fufore/Song Federal constituency, Adamawa State |
A6-II | Construction of one 1No. Solar powered Boreholes and Six (6 No.) Hand pump Boreholes in some communities in Fufore/Song Federal constituency, Adamawa State |
A7 | Provision of water system from Hore Dam in Nguroje to Nguroje Town, Taraba Central Senatorial District. |
A8 | Construction of Town Hall in Gembu Sardauna LGA, Taraba Central Senatorial District |
A9 | Provision of water system from Hore Dam in Baisa, Kurmi LGA Taraba Central Senatorial District. |
A10 | Provision of Solar powered borehole and hand pumps for towns in selected locations in Adamawa Central Senatorial District. |
A11 | Upgrade in Shuwe Earth Dam, Gombe State |
A12 | Upgrade Of Peshare Earth Dam, Gombe State |
A13 | Upgrade of Night Storage Reservoir and Development of Irrigation facilities in Wuro-Kesam- Bali/Gassol Federal Constituency, Taraba State |
A14 | Construction of Town hall in Gashaka, Gashaka LGA, Taraba Central Senatorial District, Taraba State |
A15 | Construction of NYSC quarters in Gassol Town, Taraba Central Senatorial District, Taraba State |
3. ELIGBILITY REQUIREMENTS
Interested and competent contractors, suppliers and service providers/consultants wishing to carry out any of the projects under the above two (2) categories are required to submit the following documents in their technical bids:
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 (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 Upper Benue 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;
• 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
• That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
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) 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) 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;
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);
n) 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.
Note that all documents/information required must be paginated, submitted in the sequence/orders as listed above.
4. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) upon presentation of evidence of payment of tender fee from:
The Office of the Head of Procurement,
Upper Benue River Basin Development Authority,
Mbamba-Furore Road
P.M.B, 2086, Yola, Adamawa State.
Interested bidders are advised to contact their respective Banks for the code upon which payment of a non-refundable tender fee of N10,000.00 (Ten Thousand Naira) only, per Lot, is to be paid into the Treasury Single Account of the Upper Benue River Basin Development Authority, Yola (UBRBDA).
5. SUBMISSIONS OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each of the lot desired, two (2) hard copies each of the Technical and Financial bids with softcopy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter put the two sealed envelopes together in a bigger sealed envelope addressed to the Managing Director, Upper Benue River Basin Development Authority, Mbamba Furore Road, Yola, Adamawa State and clearly marked with the Name of the Project and the Lot number. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and should be deposited in the Tender Box at the address above, not later than 12:00 noon Monday, 13th May, 2024.
6. OPENING OF TECHNICAL BIDS
Only the Technical Bids will be publicly opened immediately after the deadline for submission at 12:00 noon Monday, 13th May, 2024, at the Authority’s Conference Hall, in the presence of bidders or their representatives, NGO’s and professionals while the Financial Bids will be kept unopened. Please ensure that you sign the Bid Submission Register at the address stated in 4.0 above, as the Authority will not be held liable for misplaced or wrongly submitted bids.
7. GENERAL INFORMATION
i. Bids must be in English Language and signed by an official authorized by the bidder;
ii. Bid submission must be submitted unopened.
iii. Bidders should not bid for more than two (2) lots;
iv. All costs will be borne by the bidders as the Authority will not be held responsible for any cost or expenses incurred by any interested party(ies) in connection with any response to this invitation;
v. Non-Compliance with the conditions stated herein will lead to automatic disqualification of the bidder from the bidding process.
vi. Bid documents can also be collected in soft copies and Bidders can submitted through Post (Courier Services). However bids forwarded through courier service must be received before the deadline stipulated for the submission of bids.
vii. 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;
viii. The Upper Benue River Basin 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.
ix. For further enquiries, please contact The Procurement Department between 10.00 a.m. to 3.00 pm (Mondays – Fridays) at the following address:
Upper Benue River Basin Development Authority, Mbamba
Furore Road P.M.B, 2086 Yola, Adamawa State
Signed:
Engr. Abubakar H. Mu’azu FNSE, MIHA, MIAHS
Managing Director
Upper Benue River Development Authority, Yola.
No Comments