UPPER NIGER RIVER BASIN DEVELOPMENT AUTHORITY, MINNA, NIGER STATE-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS
FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF WATER RESOURCES
UPPER NIGER RIVER BASIN DEVELOPMENT AUTHORITY
KM 5, MINNA-ZUNGERU ROAD, P.M.B 68, MINNA, NIGER STATE
INVITATION TO TENDER
1. INTRODUCTION
Upper Niger River basin development authority (UNRBDA) is a parastatal under the federal ministry of water resources saddled with the responsibility of harnessing and developing both surface and underground water resources for multi-purpose use. In line with its mandate and in furtherance of the goal of the federal government as it relates to renewed hope agenda, the authority wishes to procure works, goods and services in the financial year 2024. The authority, therefore, invites all experienced and competent contractors and suppliers’ to tender for the execution of the following projects:
2. SCOPE OF WORKS/SUPPLY
The scopes of works/supply for the projects earmarked for the execution are as follows:
A. WORKS (BOREHOLES)
A5 construction of hand pump boreholes in selected community in Niger north senatorial district, Niger state
B. WORKS (CONSTRUCTIONS)
B38 construction of various sizes of box culverts in Agaie/lapai federal constituency, Niger state
B39 Erosion protection works in lere federal constituency Kaduna state
B40 construction of classroom blocks in makarfi/kudan federal constituency, Kaduna state
B41 construction of classroom blocks in Bebeji/Kiru federal constituency, Kano state
B42 construction of classroom blocks in Katsina federal constituency, Katsina state
B43 supply and installation of solar street lights in Lagos island 1 federal constituency, Lagos state
B44 supply and installation of solar street lights in shomolu federal constituency, Lagos state
B45 provision of solar street lights in some communities in ede north/ede south/egbedore/ejigbo federal constituency, osun state
B46 provision of solar street lights in some communities in Ibadan noth-east/ibadan south-east federal constituency, oyo state.
B47 Enhancing irrigation potential in Niger state through land clearing and dredging of waterways.
B48 Enhancing irrigation potential in Kaduna state through land clearing and dredging of waterways.
B49 Enhancing irrigation potential in FCT through land clearing and dredging of waterways
B50 provision of harvest equipment, farm power machinery, Agricultural inputs and farmers training along river Niger and major tributaries at various locations
C. GOODS
C5 supply of motorcycle (Bajaj) to farmers in Agaie/lapai federal constituency to ease mobility and access to farm
C6 supply of rice to people of IIIela/gwadabawa federal constituency sokoto state
C7 supply of millet to people of IIIela/gwadabawa federal constituency sokoto state
C8 supply of Maize to people of IIIela/gwadabawa federal constituency sokoto state
C9 provision of farm implements in ogoja and yala local government areas of ogoja/yala federal constituency, Cross river state
C10 provision of farm Equipment in ogoja and yala local government areas of ogoja/yala federal constituency, Cross river state
C11 supply of empowerment materials in surulere 1 federal constituency, Lagos state
3. ELIGIBILITY REQUIREMENTS
a. Evidence of certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC2 and CAC7 (or CAC1.1)
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2024;
c. Evidence of pension Clearance Certificate valid till 31st December, 2024 (this requirements 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 Nigerian social Insurance Trust Fund (NSITF) Clearance 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 Niger river basin development authority, minna or the Bureau of Public Procurement 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. Company’s Audited Accounts for the last three (3) years (2021,2022 and 2023);
i. Reference letter from a reputable commercial bank in Nigeria, 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(in size, nature & complexity) executed in the last five (5) years including letters of awards, valuation certificates, job completion certificates and photographs of the projects.
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, QSRBN, ARCON, CORBON, SURCON, etc.
l. Works: list of plants/equipment with proof of ownership/lease agreement;
m. For supply of equipment: letter of authorization as representative of the original equipment manufacturers (OEMs);
n. Electricity jobs: evidence of current license issued by Nigerian electricity management services agency (NEMSA);
o. For joint venture/partnership, memorandum of understanding (MoU) should be provided (CAC, Tax clearance certificate, 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 transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Headed Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM NO.) and e-mail 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/order as listed above
4. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the standard biding documents (SBD) from the office of head of procurement, upper Niger river basin development authority, Km5, minna-zungeru road, minna, on evidence of payment of a nonrefundable tender fee of ten thousand naira (N10,000.00) only per lot, paid into the upper Niger river basin development authority’s REMITA account.
5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bids in two (2) hard copies each of the technical and financial bids with soft copy 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 managing director, upper Niger river basin development authority, KM5, minna-zungeru road, minna and clearly marked with the lot bided for. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated tender box in the office of the head of procurement not later than 12:00 noon, Monday 28th October.
6. OPENING OF TECHNICAL BIDS
Only the technical bids will be opened immediately after the deadline for submission at 12:00noon Monday, 28th October, 2024 at the authority’s conference room at minna in the presence of bidders or their representatives, while the financial bids will be kept unopened. Please ensure that you sign the bid submission register as the authority will not be held liable for misplaced or wrongly submitted bids.
7. GENERAL INFORMATION
a. Bids must be in English Language and signed by an official authorized by the bidder;
b. Bids submitted after the deadline for submission would be returned un-opened;
c. All costs will be borne by the bidders.
d. 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;
e. only pre-qualified bidders at a 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;
f. The upper Niger 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 Procurement Act, 2007.
g. For further enquiries, please contact the procurement unit between 10.00am to 3:00pm (Mondays-Fridays) at the following address: upper Niger River basin development authority, Km5, minna-zungeru road, minna.
Signed:
Managing director
Upper Niger basin development authoritySave this Tender
No Comments