Invitation to Tender and Expression of Interest for Projects under the 2021 Appropriation at the Anambra Imo River Basin Development Authority

Posted by Future on Wed 21st Jul, 2021 - nigeriantenders.com


The Anambra Imo River Basin Development Authority invited interested, qualified and competent companies/firm's to submit tender documents for the execution of the following projects:




The Anambra Imo River Basin Development Authority, a Parastatal under the Federal Ministry of Water Resources wishes to notify the General Public of her intended procurement under the 2021 Appropriation Act. To achieve this, the authority  hereby invites, Technical and Financial Bids from interested, qualified, competent companies/firm's, including Joint Ventures(JVs) for the execution of the projects listed below:

Title: Invitation to Tender and Expression of Interest for Projects under the 2021 Appropriation

Scope of Work
The projects earmarked for execution/ supervision are categorized as follows:

Category A: Works:
  • Lot W(A2a):/ Gully erosion works in Enuagu, Enugu-Ukwu together with estimated 5km rpad leading to the erosion site which begins from Enuagu to Umuakwu
  • Lot W(A2b):/ Erosion control projects in Njikoka Anambra State
  • Lot W(A3):/ Erosion control projects in Idemili LGAs, Anambra State
  • Lot W(A4):/ Erosion control work on Obinagu/Dike street erosion site Anambra State
  • Lot W(A5):/ Umuogu road spur Okija erosion control works
  • Lot W(A6):/ Construction of roads in OIdoakpu and American Quaters in Onitsha North and South LGA, Anambra State
  • Lot W(A7):/ Erosion control works at T-junction to Ezinne-Agu/ Eziowelle road, Mgbuke village, Umunnachi Dunukofia LGA,Anambra Central Senatorial District
  • Lot W(A8):/ Provision of access road to Inenzu Anambra State
  • Lot W(A9):/ Completion/Asphalting of Emeakyi Umuonemba erosion control Okija
  • Lot W(A10):/ Construction of Atta-Umudim 3.3km road Ikeduru Imo State
  • Lot W(A11):/ Rehabilitation of roads in Owerri North and west Federal Constituency, Imo
  • Lot W(A12):/ Rehabilitation of rural road in Oguama(Phase 1) Oguama, Ahaizu Mbaise, Imo State
  • Lot W(A13):/ Total Rehabilitation of Umuejechi (No 4 Bus-Stop) Umugwueze area H roads in Nekede
  • Lot W(A14):/ Rehabilitation of Ogwuama road Ahiazu Mbaise LGA Imo state
  • Lot W(A15):/ Rehabilitation of Anambra Imo River Basin Development Authority's Police Station
  • Lot W(A16):/ Rehabilitation of Anambra Imo River Basin Development Authority's Multi purpose hall and training center
  • Lot W(A17):/ Construction of community town halls for 5 selected communities in Ohaji/Egbema/Oguta/Oru West Federal Constituency Imo State
  • Lot W(A18):/ Completion of Ogwuama Ultramodern community center (ongoing) in Nkwerre/Isu/Nwangele/Njiaba Federal Constituency, Imo State
  • Lot W(A19):/ Completion/Renovation of Umuaka/Latin & Ogwuama civic center, Umuchoko-Akabor Ndi-Owerri and Umuaghara halls in Ahaizu Mbaise LGA,Imo State
  • Lot W(A20):/ Construction of wood processing skil acquisition center Ideato South LGA, Imo Satate
  • Lot W(A21):/ Construction of youth development center with Mini-Stadium in Ohaji/Egbema/Oguta/ Oru West Federsl Constituency, Imo State
  • Lot W(A22);/ Construction of Block classrooms in Igbere Bende Federal Constituency, Abia State
  • Lot W(A23):/ Installation of solar street lights at Nwafor Orizu street,Otolo Nnewi
  • Lot W(A24):/ Provision/Installation of solar street lights in Nsugbe college, Amumu,Agbalagbo Nsugbe,Anam Akpalgu Nsugbe and nearby communities
  • Lot W(A25):/ Construction and installation of solar street lights at boreholes and other water sources to enhance visibility and aide rural users at night in Ebonyi North Senatorial District
  • Lot W(A26):/ Provision of Transformers to locations in Enugu State
  • Lot W(A27):/ Provision of solar street for Nnewi Ozara, Ubulu and Aji with 2.500kva transformers to Oru West in Ohaji Egebema, Oguta Oru Federal Constituency, Imo State
  • Lot W(A28):/ Hydrology/ Hydrometrological Programme
  • Lot W(A29):/ Road construction of Ogbodi-Ukwu Umuanyia Umuahia South LGA, Abia central senatorial district
  • Lot W(A30):/ Road construction and erosion control of Okwuta road behind P.C Onyegbu avenue, through Hon P.C Nba road to Presbyterian Church and Commissioners Quarters/ New Government house road, Ogurube layout Ibeku,Umuahia North LGA,Abia Central Senatorial District
  • Lot W(A31):/ Erosion control in Umuokatu village, Amapuntihga Isiala Ngwa North, Abia central senatorial district
  • Lot W(A32):/ Amagu Mpu rural road rehabillation project Mpu Aninri LGA, Enugu State
  • Lot W(A33):/ Rehabillation of Ogwuama road (phase 11) Ahaizu Mbaise LGA, Imo state
  • Lot W(A34):/ Rehabillation of Mmaku road
  • Lot W(A35):/ Renouvation of Ola-Elem market at Olaelem Autonomous community, Enyiogugu Aboh Mbaise
  • Lot W(A36):/ Construction of Nigerian Police Headquarters Area Command for Ohaji/ Egbema, Oguta,Oru-West at Ekugba Egbema, Imo State
  • Lot W(A37):/ Construction of Isikwe Town hall
Category B: Goods:
  • Lot G(B1):/ Supply of used Sienna(sue) for Commercial empowerment of youths across Anambra Central Senatorial District
  • Lot G(B2):/ Supply of vehicles(sue) for empowerment across Anambra Central Senatorial District
  • Lot G(B3):/ Provision of Irrigation spray machines with accessories for Dry season farming in Abia State
  • Lot G(B4):/ Empowerment of Tradesmen and vulnerable in Abuja
  • Lot G(B5):/ Training and empowerment of unemployed women amd youths in Umueze, Umuaku, Latin and Umuebe in Ogwuama Ahiazu Mbaise
Category C: Services:
  • Lot S(C1A):/ Project monitoring and evaluation of existing projects in Anambra State
  • Lot S(C1B):/ Project monitoring and evaluation of existing projects in Enugu and Eboyi states
  • Lot S(C1C):/ Project monitoring and evaluation of existing projects in Imo and Abia states
Eligibility Requirements
  • Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
  • Evidence of Company Incomes Tax Clearance Certificate for the last three (3) years valid till 31st December, 2021
  • Evidence of current Pension Compliance Certificate valid till 31st December, 2021;
  • Evidence of current industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2021;
  • Evidence of current Nigeria Social Insurance trust Fund (NSTIF) Compliance Certificate valid till 31st December, 2021;
  • Evidence of Registration on the National Database of Federal Contractors. Consultants and Service Providers by submission of lntreim Registration Report (IRR) expiring on 31/12/2022 or valid certificate issued by BPP.
  • Sworn Affidavit:
    • Disclosing whether or not any officer of the relevant committees of the Anambra-Imo River Basin Development Authority 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 nail particulars;
    • All documents/information presented are genuine and verifiable
    • The Director(s) of the firm has/have never been convicted by any court at law within or outside Nigena
    • None of the company’s Director or the company itself is bankrupt
    • The firm a not in receivership
  • Company' s Audited Accounts for the last three (3)years 2018.2019,2020
  • Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria; indicating willingness to provide credit facility for the execution of the prefect when needed;
  • Company’s Profile with the Curriculum Vitae of Key Staff  to be deployed For the project. including copes of their Academic/Professional qualification (in case of construction: COREN, QSRBN. ARCON. CORBON) For Works; Project Manager with at least 8 years experience including not less than 4 years as a manager in the construction of works of similar nature and complexity 
  • Verifiable documentary evidence of at least three (3) similar jobs executed in the last 5(five) years including letter of Awards, Valuation Certification, Job Completion Certificates and Photographs of the projects.
  • List of Plants/Equipment with proof of Ownership/Lease (where applicable); Only companies included in the National Automotive Design and Development approved list of local manufacturers of vehicles or their authorised represents should bid for the vehiicles;
  • For supply of Equipment, letter of authorization as representative of the Original Equipment Manufacturers (OEMs).
  • Services, Evidence on Firm's account registration with relevant regulatory professional body(ies) such as COREN,CORBON, QSRBN, ARCON,etc.
  • For Joint Ventures/Patnership, Memorandum of understanding (MoU) should be provided (CAC Tax Clearance Certificate, Pension Clerance Certificate,ITF, Compliance Certificate, NSTIF Clearance Certificate, IRR& Sworn Affidavit are compulsory for JV Partners.
  • All documents for submission must be transmitted with a covering/forwarding letter under the company/firm's letter head paper bearing amongst others, the Registration Number(RC) as issued by the Corporate Affairs Commission (CAC) Contact Address, Telephone Number(preferably GSM) and e-mail address. The etter head paper must bear the names and nationalities of the Directors of the company at the bottom page, duly signed by the authorised officer of the firm
  • Please note that all bids/Eois must be paginated and items required above to be arranged in the order of sequence as listed above
Collection of Tender Documents
Interested companies should collect standard Bidding Documents for lots of interest at the:




Procurement Unit,
Airbda Head Quaters (Room B12),
KM10, Owerri-Aba Road,
Owerri, Imo State.
  • Upon the presentation of evidence of payment of a non-refundable tender fee of N10,000.00(Ten thousand Naira) only per lot. All payment upon being issued a clearance from the procurement unit of the Authority be made into the Federation Account (single treasury account)in favour of the Anambra Imo River Basin Development Authority(A.I.R.B.D.A),Owerri in any reputable commercial bank in Nigeria
  • All terms and conditions in the collected Technical/Financial Bid MUST be strictly adhered to please
  • Consultancy service is at no cost
Application Closing Date
Technical and Financial Bids (Works and Goods):
12:00 noon Wednesday, 1st September,  2021.

EOI (Services):
12:00 noon Wednesday, 4th August, 2021.

Submission of Documents 




Completed Technical and Financial Bids(two sets of hard copies and one(1) electronic copy (non-rewitable hard disk / DVD) shall be submitted in two different sealed evvelopes labelled :Technical bid" and "Financial bid" respectively and both sealed in a third envelope marked Project Name and Lot Number" at the top right corner with the company name written behind the three envelopes addressed to:
The Managing Director,
Anambra Imo River Basin Development Authority,
Room B12, KM10, Owerri-Aba Road,
PMB 1301, Owerri,
Imo State.

For enquiries call: 0705663664.

Note
  • Documents should be submitted into a secured tamper proof box
  • All bidding documents submitted shall be subjected to Due Diligence in accordance with the Public Procurement Act (PPA) 2007.
  • All EOIs should be packaged in one(1) envelope .
Disclaimer
  • This announcement is published for information purpose 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 pricure/concession services.
  • The authority will not be responsible for any cost or expenses borne /incurred by any interested party(ies) in connection with any response to this invitation.
  • The authority is not bound to pre-qualify any bidder and reserves the right to annul any selection process in line with section 28 of the PPA,2007. without incurring any liabilities ans assigning any reason thereof.
Important Informations




  • Failure to comply with ALL the above requirements shall automatically result in disqualification
  • Anambra Imo River Basin Development authority reserves the right to verify claims made in the Technical Bid Document submitted by interested bidders
  • Technical Bid/EOI should be arranged and complied as listed in listed eligibility criteria and duly paged
  • Bid documents can also be collected in soft copes and the bidders can submit through Post (Courier- Services) 
  • Presence of bidders/representatives and members of the public shall not be required during the bid opening ceremony in compliance with COVID-19 Guidelines. The Bid Opening will be covered by video recording (link will be sent to bidders) with the presence of two (2) representatives of private sector professional bodies and Civil Society Organisation ln the areas of Anti-Corruption Transparency;
  • Bid documents can also be collected in soft copes and the bidders can submit through Post (Courier- Services);
  • 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.
  • Services,only short listed firms will be invited at a later date for collection of Request for Proposals.
Industry

;
Category

;
State

;