Join NGO Procurement Telegram Channel

Chad Basin Development Authority-Invitation To Tender For The Execution Of 2024 Mainline Capital Development Projects


FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF WATER RESOURCES AND SANITATION
CHAD BASIN DEVELOPMENT AUTHORITY
KM 6 DIKWA ROAD MAIDUGURI, BORNO STATE
INVITATION TO TENDER FOR THE EXECUTION OF 2024 MAINLINE CAPITAL DEVELOPMENT PROJECTS

1. INTRODUCTION
The Chad Basin River Development Authority in furtherance to achieving its Statutory mandate intends to undertake the procurement of various works/goods under the 2024 Appropriation Mainline Capital Projects domiciled to be implemented through the Authority in accordance with the provision of part IV Section 25-2(ii) of the Public procurement Act, 2007 ( as amended).
The Chad Basin Development Authority therefore wishes to invite competent, interested contractors with relevant experiences and technical expertise, financial capabilities and good track record to submit Technical and financial Bids for the execution of various projects as follows:

2. SCOPE OF WORKS

LOT 1PROJECT DESCRIPTION
A1Construction of One Block Three Classrooms with Furniture at Jali-Pahur Primary School, Miringa, Borno State

The scope of works and the specifications are as contained in the Standard Bidding Document (SBD) to be issued to bidders.

3. ELIGIBILITY REQUIREMENTS
Bidders are to provide the following documents as eligibility requirements;
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7;
b) Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till 31st December 2024;
c) Evidence of Pension Clearance Certificate valid till 31st December, 2024 (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, 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 current Nigeria Social Insurance Trust Fund (NSITF) Compliance 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 Chad Basin River 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;
• The director(s) of the firms has/her 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 receivership.
h) Company’s Audited Accounts for the last three years ( 2021, 2022 & 2023);
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 such as COREN, QSRBN, ARCON, CORBON 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) Works: List of plants/equipment with proof of ownership/lease agreement;
m) Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorized representatives should bid for the vehicles;
Note: 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);
Note: 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: that all documents/information required must be paginated, submitted in the sequence/order as listed above. Non-compliance will lead to disqualification.

4. COLLECTION OF TENDER DOCUMENTS
Prospective bidders shall collect Standard Bidding Documents from the Procurement Office, Chad Basin Development Authority, Mohammed Lawan Building, km 6, Dikwa road, Maiduguri, Borno State.
Upon the presentation of evidence of payment of non-refundable tender fee of N10, 000.00 per lo, paid into Chad Basin Development Authority’s TSA Central account in any reputable commercial Bank in Nigeria.

5. SUBMISSION OF TENDER DOCUMENTS
Completed Technical and Financial Bids shall be submitted separately in 2 sets of hard copy and 1 soft copy in sealed envelopes and labeled “technical bid” and “financial bid” and both placed in a third envelope. All he two envelopes should bear the name of the company with the project name boldly written at the top right hand corner and addressed to
The Managing Director
Chad Basin Development Authority,
Mohammed Lawan Building,
Km 6, Dikwa road
Maiduguri, Borno State
All technical and financial bids must be submitted on or before 12:00 noon 13th May, 2024 to
Managing Director’s Office, Chad Basin Development Authority, Mohamet Lawan Building, Km 6, Dikwa Road, Maiduguri, Borno State.

6. OPENING OF TECHNICAL BIDS
Only the technical bids shall be opened immediately after the deadline for submission at 12:00 noon 13th May 2024, at the conference Hall of the Chad Basin Development Authority, Maiduguri, while the financial bids will be kept unopened.

7. ENQUIRIES
All enquiries on this advertisement are to be directed to:
Head of Procurement Unit,
Chad Basin Development Authority,
Mohammed Lawan Building,
Km 6, Dikwa road
Maiduguri, Borno State
08032511683

8. IMPORTANT INFORMATION
a. Chad Basin Development Authority reserves the right to verify the authenticity of any claims on the documents submitted by companies.
b. Failure to comply strictly with the instructions above and to provide any required documents may result in the disqualification of the company.
c. Original documents under item 3.0 above may be requested for sighting.
d. Tender documents submitted after the closing date and time shall be returned un-opened.
e. Bids documents can also be collected in soft copies and bidders can submit through Post (Courier Services); however bids submitted through post must be received before the deadline for submission otherwise the bids will be rejected.
f. 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;

9. DISCLAIMER
a. 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.
b. The Authority will not be responsible for nay costs or expenses incurred by any interested party(ies) in connection with any response to this invitation.
c. The 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.

SIGNED
ENGR. MOHAMMED ZANNAH, MNSE
Ag. MANAGING DIRECTOR/CEO