Invitation to Tender at the Chad Basin Development Authority (CBDA)

Posted by Future on Tue 26th Oct, 2021 - nigeriantenders.com


The Chad Basin Development Authority (CBDA) invites competent, interested contractors with relevant experience and technical expertise, financial capabilities and good track record to indicate interest by submitting tender documents for the following works:




The Chad Basin Development Authority (CBDA) was established by Federal Government of Nigeria with the mission of facilitating the rapid, even and sustainable development of the North Central States comprising of Benue, FCT, Kogi, Kwara, Nasarawa, Niger, Plateau into a region that is economically prosperous, socially stable, ecologically regenerative and politically peaceful.

Applications are invited for:

Title: Invitation to Tender for Technical and Financial Bids from Contractors for the Execution of 2021 Mainline Capital Development and Zonal Intervention Projects

Preamble
The Chad Basin River Development Authority in furtherance to achieving it's statutory mandate intends to undertake the procurement of various works /goods under the 2021 mainline capital Appropriation and Zonal Intervention Projects domiciled to be implemented through the Authority in accordance with the provision of part VI section 25-2(ii) of the Public Procurement Act,2007.

The Chad Basin Development Authority therefore wishes to invite competent, interested contractors with relevant experience and technical expertise, financial capabilities and good track record to submit Technical and Financial proposals in response to the bid documents to be issued to them for the execution of various projects categorized as follows.

Scope of Work
The scope of works and the specifications is contained in the Standard Bidding Document (SBD) to be issued to bidders in respect of each project:

Category : CBDA Mandate Core Projects

 
Works:
Lot A  Project Description
Α1  Development of Integrated Farm Center (Songhai Model) in Borno Central Senatorial District, Borno State.
A2  Development of Integrated Farm Center (Songhai Model) in Yobe East Senatorial District, Yobe State.
 




B: Goods:
Lot B  Project Description
B1 River Training and Channelization Works on Hadejis Jamaare Kumodugu Yobe River (HJKYR) (Procurement of 1No. Excavator) 
B2 Rehabilitation/Replacement of Heavy Duty Earth Moving Machines (Procurement of 1No. Excavator).
B3 Replacement of HeavyDuty Vehicles (Procurement of 1No. 30 TON Tipper Truck and 1No. 75HP Tractor with Implement).
 
Category 2. Zonal Intervention Projects

A: Goods:
Lot B Project Description
1
Supply of Bulldozer/Excavator to Gogaram Flood Plain Farming Communities (Procurement of 1No. Excavator and 1No. Bulldozer). 
 
Eligibility Criteria
  • Bidders are to provide the following documents as minimum requirement for consideration:
  • Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7.
  • Evidence of Company Income's Tax Clearance Certificate for the last three (3) years valid till 31 December, 2021.
  • Evidence of Pension Clearance Certificate valid till 31 December, 2021 (this requirement is only applicable to bidders whose number of staff is 15 and above).
  • Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2021 (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).
  • Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31 December, 2021.
  • Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2021 or valid Certificate issued by BPP.
  • Sworn Affidavit:
    • Disclosing whether or not any officer of the relevant committees of the Chad Basin River 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 in all particulars;
    • The Director(s) of the firms has/have never been convicted in any court of law within or outside Nigeria.
    • None of the company's directors or the company itself is bankrupt.
    • The Company is 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 project when needed.
  • 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 etc.
  • Goods: Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Job Completion Certificates and Photographs of the projects
  • Works: Possession of experience as a Prime Contractor in at least Three (3) projects of similar nature and complexity with verifiable letters of contract award and certificates of job completion within the last 3 years (to comply with this requirement, works quoted should be at least 70% physically completed).
  • List of Plants/Equipment with proof of Ownership/Lease Agreement of relevant construction equipment.
  • Evidence of satisfactory Quality Assurance/Quality Control Manual
  • For Procurement of Motor Vehicles:
    • Only Companies included in the National Automotive Design and Development Council's approved list of Local manufacturers of vehicles or their authorised representatives should bid for the procurement's; and
    • Evidence of Service Agreement with OEM;
  • 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)
  • 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 No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm
N/B: That all documents/information required must be paginated, submitted in the Sequence / order as listed above. Non-compliance will lead to disqualification.

Application Closing Date




12:00 noon Monday, 22nd November, 2021. 

Opening of Technical Bids
Only the technical bids will be opened immediately after the deadline for 12:00 nd noon on Monday, 22 November, 2021 in the Conference Room of Chad Basin Development Authority, MohametLawan Building, Km 6, Dikwa Road, Maiduguri, Borno State, while the financial bids will be kept un-opened.
 
Please, ensure that you sign the Bid Submission Register in the office of Head of Procurement Office, West Wing Ground Flour, Chad Basin Development Authority, MohametLawan Building, Km 6, Dikwa Road, Maiduguri, Borno State), as the Authority will not be held liable for misplaced or wrongly submitted bids. 

Collection of Tender Documents
Interested companies are to collect the Standard Bidding Document (SBD) from the office of the (Head of Procurement Office, East Wing Ground Flour No. 48, Chad Basin Development Authority, MohametLawan Building, Km 6, Dikwa Road, Maiduguri, Borno State) on evidence of payment of a non-refundable tender fee of N10,000.00 per Lot, paid into the Chad Basin Development Authority's Remita account in any reputable commercial bank in Nigeria.

Submission of 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 clearly marked with (the name of the project and the Lot number and addressed to:
The Managing Director, 
Chad Basin Development Authority, 
MohametLawan Building, 
Km 6, Dikwa Road,
Maiduguri - Borno State.

Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box at Open Registry of Chad Basin Development Authority. For further enquiries, please contact the “08034443461 (Procurement)” on e-mail: chadbasinmaiduguri@gmail.com

General Information




  • Bids must be in English Language and signed by an official authorised by the bidder.
  • Bids submitted after the deadline for submission would be returned un-opened;
  • Bidders should not bid for more than two (2) Lots.
  • All costs will be borne by the bidders.
  • 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 Bids 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 in the areas of Anti-Corruption/Transparency and shall be made available to bidders upon request.
  • Bid documents can also be collected in soft copies and 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.
  • The Chad 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.
  • 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 services.
  • Chad Basin Development Authority reserved the right to verify the authenticity of any claims on the documents submitted by companies.
  • Chad Basin Development Authority reserved the right to verify the company address/location indicated in the expression of interest.
  • Failure to comply strictly with instructions above and to provide any required documents may result in the disqualification of the company.
  • Original documents under item 3.0 above must be produced for sighting.
Industry

;
Category

;
State

;