ANAMBRA IMO RIVER BASIN DEVELOPMENT AUTHORITY has floated a tender for Completion of Water Pipeline Extension in MPU/Okpanku Communities Aninri Lga. The project location is Nigeria and the tender is closing on 07 Nov 2019. The tender notice number is LOT A14, while the TOT Ref Number is 36731186. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Completion of Water Pipeline Extension in MPU/Okpanku Communities Aninri Lga

Deadline : 07 Nov 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 36731186

Document Ref. No. : LOT A14

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : ANAMBRA IMO RIVER BASIN DEVELOPMENT AUTHORITY
Officer in-Charge, Procurement, Anambra Imo River Basin Development Authority KM 10, Owerri-Aba Road PMB 1301, Owerri Phone: 07081165303
Nigeria

Tender Details

Tenders are invited for Completion of Water Pipeline Extension in MPU/Okpanku Communities Aninri Lga.

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 its 2019 Appropriation Act. To achieve this, the Authority hereby invites Technical and Financial bids from interested, qualified and competent Companies/Firms Including Joint Ventures (JVs) for the execution of the projects listed below.

3. ELIGIBILITY REQUIREMENTS:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7
b. Evidence of Company Income Tax Clearance Certificate for the last three (3) years valid till 31 December, 2019
c. Evidence of current Pension Compliance Certificate valid till 31? December, 2019
d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid til31 December, 2019;
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2019
f. Evidence of Registration on the National Database of Federal Contractors Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/1/2020 or valid Certificate issued by BPP
g. 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 in all particulars
– All documents/Information presented are genuine and verifiable;
– The Director(s) of the firm has/have never been convicted by any court of law within or outside Nigeria;
– None of the company’s Director or the company itself is bankrupt
– The firm is not in receivership
h. Company’s Audited Accounts for the last three (3)years- 201620172018
i. 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 (in case of construction COREN, QSRBN, ARCON, CARBON etc.): For Works: Project Manager with at least 8 years’ experience including not less than 4 years as manager in the construction of works of similar nature and complexity
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;
k. List of Plants/Equipment with proof of Ownership/Lease (where applicable);
l. For Joint Venture/Partnership, Memorandum of Understanding (MOU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
m. 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 authorized 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.

4. COLLECTION OF TECHNICAL AND FINANCIAL DOCUMENTS FOR CONTRACTORS (INVITATION TO TENDERS)
4.1. Interested companies shall collect Standard Bidding Documents from the;
Procurement Unit,
AIRBDA Headquarters (Room B12),
KM 10, 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 for each project on Category A to F. All payments 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.
4.2. All terms and conditions in the Collected Technical/Financial Documents MUST strictly be adhered to, please.
4.3. Consultancy services is at no cost

5. SUBMISSION OF COMPLETED TECHNICAL AND FINANCIAL DOCUMENTS FOR CONTRACTORS (INVITATION TO TENDERS)
5.1. Completed Technical and Financial Bids (two sets of hardcopies and one (1) Electronic copy (non-rewritable compact disk/DVD) shall be submitted in two different sealed envelopes and 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 Company name written behind the three envelopes addressed to:
The Managing Director
Anambra Imo River Basin Development Authority
KM 10, Owerri-Aba Road
PMB 1301, Owerri, Imo State
And submitted at Room B12 (to be submitted into a secured tamper proof bid-box at room B12 in the Authority’s km 10, Owerri-Aba Office Headquarters) not later than 12:00 noon on Thursday, 7 November, 2019.
5.2. All bidding documents submitted shall be subjected to Due Diligence in accordance with the Public Procurement Act (PPA), 2007

6. SUBMISSION OF EOI DOCUMENT
6.1. Interested firms are to submit hwo (2) bound of Expression of interest (El) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed as indicate above and early marked with the name of the project and the Lot number)
6.2. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and dropped in the designated Tender Box not later than 12:00 noon on Monday, 7 October, 2019,

7. OPENING OF BIDS/EXPRESSION OF INTEREST
7.1. The EOI and the Technical Bids will be opened immediately after the deadlines for submission at 12:00 noon on Monday, 7 October, 2019 and 12:00 noon Thursday, 7 November, 2019. at the Anambra Imo River Basin Development Authority’s Staff Club, Km 10, Owerri-Aba Road office Headquarters
7.2. Only pre-qualified bidders at technical evaluation will be contacted at a later date for financial bids opening, while financial bids of unsuccessful bidders will be returned un opened,
7.3. Only shortlisted bidders at EOI evaluation will be contacted at a later date for collection of Request for Proposals

8. ENQUIRIES
All inquiries should be directed to the address below:
Officer in-Charge, Procurement,
Anambra Imo River Basin Development Authority
KM 10, Owerri-Aba Road
PMB 1301, Owerri
Phone: 07081165303

9. DISCLAIMER AND CONCLUSION
i. 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 /concession services.
ii. The Authority will not be responsible for any costs or expenses incurred by any interested party (parties) in connection with any response to this Invitation and/or the preparation or submission in response to any inquiry.
iii. The Authority pledges fair treatment of all participants but are not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning any reasons thereof

10. IMPORTANT INFORMATION
a. Failure to comply with ALL the above requirements shall automatically result in disqualification
b. Opening of Financial Bids would be at a later date to be communicated to ONLY pre-qualified contractors
c. Anambra Imo River Basin Development Authority, reserves the right to verify claims made in the Technical Bid Document submitted by interested bidders
d. Technical Bid /EOI should be arranged and compiled as listed in the eligibility criteria and duly pages interested companies are by this notice invited to the opening exercise.

SIGNED
MANAGEMENT

Documents

 Tender Notice