Construction of Flood and Erosion Control Structure at Agbanje Street, off Jakpa... Tender

NIGER DELTA BASIN DEVELOPMENT AUTHORITY has floated a tender for Construction of Flood and Erosion Control Structure at Agbanje Street, off Jakpa Road. The project location is Nigeria and the tender is closing on 26 Jun 2023. The tender notice number is , while the TOT Ref Number is 83837707. 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 : Construction of Flood and Erosion Control Structure at Agbanje Street, off Jakpa Road

Deadline : 26 Jun 2023

Other Information

Notice Type : Tender

TOT Ref.No.: 83837707

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : Public

Tender Value : Refer Document

Purchaser's Detail

Name :Login to see tender_details

Address : Login to see tender_details

Email : Login to see tender_details

Login to see details

Tender Details

Tenders are invited for Construction of Flood and Erosion Control Structure at Agbanje Street, off Jakpa Road, Effurun, Uvwie Lga, Delta State

Interested companies are to collect the Standard Bidding Document (SBD) from the Office of the Head of Procurement, Block F, Niger Delta Basin Development Authority, 21, Azikwe road, PMB. 5676 Port Harcourt, on evidence of payment of a non-refundable tender fee of N10, 000.000 naira only per lot, paid into the Treasury Single Account of the Niger Delta Basin Development Authority (Niger Delta RBDA - 025204400100 Remita account in any reputable commercial Bank in Nigeria.

Interested and competent contractors, suppliers and service providers/consultants wishing to carry out any of the projects under the above three (3) categories are required to submit the following documents;
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 or business name is also acceptable for services;
b) Evidence of Company-s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years valid till 31st December 2023;
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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, 2023 (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, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP;
g) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Niger Delta 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
h) Company-s Audited Accounts for the last three years (2020, 2021 & 2022);
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 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) List of Plants/Equipment with proof of Ownership/Lease agreement;
m) For supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs)
n) For procurement of vehicle: Only companies included in the National Automotive design and development Councils approved list of Local manufacturers of vehicles or their authorized representatives should bid for the vehicle;
o) ICT Jobs: evidence of firm-s registration with the National Information Technology Development Agency (NITDA) and computer professionals Registration Council of Nigeria;
p) 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);
q) 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:
i. Bids must be in English Language and signed by an official authorized by the bidders
ii. late submission will be returned unopened;
iii. Bidders should not bid for more than three (3) Lot
iv. All cost 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. The EOIs/Technical bids will be opened in the presence of CSOs and professional bodies and covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online;
vii. Bids documents can also be collected in soft copies and bidders can submit through Post (Courier Services);
viii. Goods & Works: 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;
ix. Services: Only shortlisted firms will be invited at a later date for collection of Request for Proposals
x. The Niger Delta 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.
xi. For further enquiries, please contact the Procurement department 10:00am and 3:00pm (Mondays - Fridays) at the following address.
Niger Delta Basin Development Authority
21 Azikwe Road, PMB 5676
Port Harcourt, Rivers State
Or visit our website at www.ndrbda.org and email address: procurement@ndrbda.org

Documents

 Tender Notice


Procurement Documents for Nigeria

Access a comprehensive library of standard procurement documents specific to Nigeria. Here, you'll find all the essential forms, guidelines, and templates required for tender applications and submissions in Nigeria

Explore Procurement Documents for Nigeria


Want To Bid in This Tender?

Get Local Agent Support in Nigeria and 60 More Countries.

View All The Services


View Tenders By


Publish Tenders


Have Any Dispute With The Purchaser?