CONTRACT AWARDED FOR THE PROCUREMENT OF CONTRACTORS FOR THE...

CROSS RIVER STATE NIGERIA EROSION & WATERSHED MANAGEMENT PROJECT

Nơi làm việc

Cross River

Chi tiết công việc

CROSS RIVER STATE NIGERIA EROSION & WATERSHED

MANAGEMENT PROJECT (NEWMAP)

WORLD BANK ASSISTED

STATE PROJECT MANAGEMENT UNIT (SPMU)

Plot 248c, Bishop Moynagh Avenue, State Housing Calabar, Cross River State. Phone: 07069433731, 08068055521.

Email: crsnewmap@gmail.com

PUBLIC DISCLOSURE OF CONTRACT AWARD

Employer: Ministry of Environment, Calabar Cross River State, Nigeria Project: Cross River State Nigeria Erosion and Watershed Management Project

Contract title: PROCUREMENT OF CONTRACTORS FOR THE CONSTRUCTION OF REMEDIATION WORKS AT IKOT NKEBRE AND LEMNA FEDERAL AGRIC AT CALABAR CROSS RIVER STATE -CONTRACT NO: CRS/NEWMAP/NCB/WKS/16/01 – LOT 1 &2

Country: Nigeria.

Loan No. /Credit No. / Grant No.:51050 – NG

RFB No: CRS/NEWMAP/NCB/WKS/16/01

LOT 1: IKOT NKEBRE
• The successful Bidder

Name:
AKPAVEN INTERGRATED SERVICES LTD

Address:
245 MURTALA MOHAMMED HIGHWAY BESIDE SAMPET FILLING STATION, 8 MILES CALABAR, CROSS RIVER STATE

Contract price:
N1,038,618,984.86

OTHER BIDDERS AND REASONS FOR DISQUALIFICATION – LOT 1

S/NO
NAME OF BIDDER
BID PRICE
EVALUATED PRICE IF APPLICABLE
REASONS FOR REJECTION

1
RAYCON & CO. NIG. LTD
1,988,358,464.00

(a) Bidder submitted photocopy of tender security which is not in accordance with ITT sub-clause 30.1 which states:

• The Tenderer shall furnish as part of its Tender, a Tender Security in original form (Form IV-J) and in the amount specified in the SIT. Tender Submission Sheet, in accordance with ITT Sub-Clause 20.1;

(b) The Bid security is valid for 30days instead of 148 days as required as stated in accordance with ITT -Sub-Clause 30.1(c) which state that: the tender security shall remain valid for a period of twenty eight (28) days beyond the original validity period of Tenders, or beyond any period of extension subsequently requested under ITT Sub-Clause 29.2.Please see Appendix 4(a) for details

2
LUBRIK

CONSTRUCTION COMPANY LTD
1,755,921,487.50

(a) Bidder did not provide a bid security in accordance with ITT Sub Clause 30.3which states: A Tender not accompanied by a valid Tender Security in accordance with ITT Sub -Clause 30.2 shall be rejected by the Employer as non-responsive.

(b) Bidder did not submit Power of Attorney in accordance with ITT Sub – Clause 31.2 which states: The original and each copy of the Tender shall be typed or written in indelible ink and shall be signed by the person duly authorized to sign on behalf of the Tenderer. This authorization shall consist of a written authorization and shall be attached to the Tenderer Information Sheet (Form W -2). The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the original and of each copy of the Tender, except for un -amended printed literature, shall be numbered sequentially and signed or initialed by the person signing the Tender.

3
FOUNTAIN CONSTRUCTION COMPANY LTD
622,998,884.00

(a) Fidelity Bank did not respond to request for the confirmation of the bid security provided by the bidder even after several attempts by courier and email with courier delivery document s and acknowledgement of email attached. Please see attached Appendix 4(b) for details.

4
DEMABOG LTD
1.141,153,050.00

(a) Bidder did not provide a bid security in accordance with ITT Sub-Clause 30.3which states: A Tender not accompanied by a valid Tenders security in accordance with ITT Sub -Clause 30.2 shall be rejected by the Employer as non-responsive.

(b) The bid form was not submitted in accordance with ITT Sub-clause 20.1 which states: The Tenderer shall submit the Tender Submission Sheet (Form W -1) furnished in Section 5: Tender and Contract Forms. This document shall be completed without any alterations to its format, filling in all blank spaces with the information requested, failing which the Tender may be rejected as being incomplete.

(c) Bidder did not submit Power of Attorney in accordance with ITT Sub – Clause 31.2 which states: The original and each copy of the Tender shall be typed or written in indelible ink and shall be signed by the person duly authorized to sign on behalf of the Tenderer. This authorization shall consist of a written authorization and shall be attached to the Tenderer Information Sheet (Form W-2). The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the original and of each copy of the Tender, except for un -amended printed literature, shall be numbered sequentially and signed or initialed by the person signing the Tender.

5
GOJOPALNIG. LTD
1,800,104,102.00

(a) The bid form was not submitted in accordance with IT T Sub-clause 20.1 which states: The Tenderer shall submit the Tender Submission Sheet (Form W-1) furnished in Section 5: Tender and Contract Forms. This document shall be completed without any alterations to its format, filling in all blank spaces with the information requested, failing which the Tender may be rejected as being incomplete.

(b) Bidder did not submit Power of Attorney in accordance with ITT Sub- Clause 31.2 which states: The original and each copy of the Tender shall be typed or written in indelible ink and shall be signed by the person duly authorized to sign on behalf of the Tenderer. This authorization shall consist of a written authorization and shall be attached to the Tenderer Information Sheet (Form W-2). The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the original and of each copy of the Tender, except for un -amended printed literature, shall be numbered sequentially and signed or initialed by the person signing the Tender.

6
INTERACCESS PROJECT LTD & MOTHERCAT JV
1,557,722,587.00

(a) Fidelity Bank did not respond to request for the confirmation of the bid security provided by the bidder even after several attempts by courier and email with courier delivery documents and acknowledgement of email attached. Please see Appendix 4(c) for details

7
AG VISION CONSTRUCTION LTD
1,471,049,525.00

(a) Fidelity Bank did not respond to request for the confirmation of the bid security provided by the bidder even after several attempts by courier and email with courier delivery documents and acknowledgement of email attached.

(b)The bid security is 30 days less than the required validity period from the date of bid submission and also did not cover the tender validity period of 120 days in accordance with ITT -Sub-Clause 30.1(c) which state that: the tender security shall remain valid for a period of twenty-eight (28) days beyond the original validity period of Tenders, or beyond any period of extension subsequently requested under ITT Sub-Clause 29.2.

(c)The bid form was not submitted in accordance with ITT Sub -clause 20.1 which states: The Tenderer shall submit the Tender Submission Sheet (Form W -1) furnished in Section 5: Tender and Contract Forms. This document shall be completed without any alterations to its format, filling in all blank spaces with the information requested, failing which the Tender may be rejected as being incomplete.

Please see Appendix 4(d) for details.

8
NAIRDA LIMITED
774,925,545.00

(a) The bid security is 31 days less than the required validity period from the date of bid submission and also did not cover the tender validity period of 120 days in accordance with ITT -Sub-Clause 30.1(c) which state that: the tender security shall remain valid for a period of twenty -eight (28) days beyond the original validity period of Tenders, or beyond any period of extension subsequently requested under ITT Sub -Clause 29.2. Please see Appendix 4(e) for details.

9
EAZ-ROC LTD
1,673,237,688.10

a) Fidelity Bank did not respond to request for the confirmation of the bid security provided by the bidder even after several attempts by courier and email with courier delivery documents and acknowledgement of email attached please see attached Appendix 4(f) for details

10
VVL JV
/ 7V,J J.4,,0J 1.17

· The Bidders Clients as at the time of submission of this report have not confirmed the Bidder’s Claims for the completion and or execution of the above stated Contracts.

· The bidder presented an encumbered letter of credit for the sum of N 400M, but has a combined net current asset of about NGN 9.688 B (2015 Audited report).

· The bidder presented Fifty-Seven jobs as either completed or ongoing (find attached list of Jobs). The breakdown shows:

Completed jobs as at 2016 – 28 Contracts Ongoing after 2016 – 29 contracts

11
THOMAS CHASE / IMPULSO INDUSTRIAL ALTERNATIVO SAJV
799,784,913.94

(i) Bidder did not provide any similar job with evidence of bioremediation techniques and use of flexible structures in gully construction works in the last five years (List of Jobs executed are attached in Appendix 6b(i))

(ii) The bidder did not provide any similar and related assignment in the last five years. Personnel: Civil Engineer 1 as provided is not COREN certified and no certificates attached also for Land Surveyor; while Supply Chain Manager, Site Office Manager, Environmentalist and Health and Safety Manager, Quantity Surveyor and Engineering Laboratory Technologist were not provided.

The Requirements for Grader equipment was not provided.

Bidder did not provide any similar job with evidence of bioremediation techniques and use of flexible structures in gully construction works in the last five years (List of Jobs executed are attached in Appendix 6b(i))

(vi) The firm has not executed any similar construction work in the past 5 years

(vii) Personnel: Civil Engineer 1 as provided is not COREN certified and no certificates attached also for Land Surveyor; while Supply Chain Manager, Site Office Manager, Environmentalist and Health and Safety Manager, Quantity Surveyor and Engineering Laboratory Technologist were not provided.

(viii) The Requirements for Grader equipment was not provided as requested

12
KAKATARCELTD.

LTD
1,093,269,637.50

Bid price higher than the recommended Bidder’s price

13
ENERCO NIG
1,217,933,042.85

Bid price higher than the recommended Bidder’s price

14
HARTLAND NIG. LTD
1,264,072,320.50

Bid price higher than the recommended Bidder’s price

15
CCECC NIG. LTD
1,508,299,083.00

Bid price higher than the recommended Bidder’s price

16
ZENITH

CONSTRUCTION LTD
1,725,407,790.00

Bid price higher than the recommended Bidder’s price

17
VITA CONSTRUCTION LTD & CEDRA NIG. LTD
1,747,673,838.73

Bid price higher than the recommended Bidder’s price

18
CHINA ZHONGHAO NIG LTD
1,835,572,500.00

Bid price higher than the recommended Bidder’s price

19
JDP CONSTRUCTION & ASTHROM-BV JV
1,999,889,539.76

Bid price higher than the recommended Bidder’s price

20
SECURA

INVESTMENT LTD
2,192,368,649.87

Bid price higher than the recommended Bidder’s price

21
MEGASTAR TECH. CONSTRUCTION & CO. LTD
2,331,664,767.69

Bid price higher than the recommended Bidder’s price
• LOT 2: LEMNA FED/AGRIC
• The successful Bidder

Name:
HARTLAND NIG. LTD

Address:
HOUSE 23, HOUSE 24, USMAN HALILU STREET, OFF BABANGIDA STREET,LIFE CAMP- ABUJA

Contract price:
N397,141,397.50

OTHER BIDDERS AND REASONS FOR DISQUALIFICATION

S/NO
NAME OF BIDDERS
BID PRICE
EVALUATED BID PRICE if applicable)
REASON FOR DISQUALIFICATION

1
CCECC NIG LTD
512,857,622.50

Bidder’s bid price is higher than the recommended bid price

2
WILLIE ENANG CONSTRUCTION LTD & VISCA

ENGINEERING CO. NIG LTD JV
379,468,950.00

(a) Bidder did not provide a bid security in accordance with ITT Sub-Clause 30.3which states: A Tender not accompanied by a valid Tender Security in accordance with ITT Sub -Clause 30.2 shall be rejected by the Employer as non-responsive

(b) The bid form was not submitted in accordance with ITT Sub clause 20.1 which states: The Tenderer shall submit the Tender Submission Sheet (Form W -1) furnished in Section 5: Tender and Contract Forms. This document shall be completed without any alterations to its format, filling in all blank spaces with the information requested, failing which the Tender may be rejected as being incomplete.

(c) Bidder did not submit Power of Attorney in accordance with ITT Sub-Clause 31.2 which states: The original and each copy of the Tender shall be typed or written in indelible ink and shall be signed by the person duly authorized to sign on behalf of the Tenderer. This authorization shall consist of a written authorization and shall be attached to the – – Tenderer Information Sheet (Form W-2). The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the original and of each copy of the Tender, except for un -amended printed literature, shall be numbered sequentially and signed or initialed by the person signing the Tender.

3
EAZ – ROC LTD
644,266,087.00

Fidelity Bank did not respond to request for the confirmation of the bid security provided by the bidder even after several attempts by courier and email with courier delivery documents and acknowledgement of email attached. Please see attached Appendix 4(h) for details

4
LUBRIK

CONSTRUCTION COMPANY LTD
657,456,487.50

(a) Bidder did not provide a bid security in accordance with ITT Sub-Clause 30.3 which states: A Tender not accompanied by a valid Tender Security in accordance with ITT Sub -Clause 30.2 shall be rejected by the Employer as non-responsive. Bidder did not submit Power of Attorney in accordance with ITT Sub-Clause 31.2 which states: The original and each copy of the Tender shall be typed or written in indelible ink and shall be signed by the person duly authorized to sign on behalf of the Tenderer. This authorization shall consist of a written authorization and shall be attached to the Tenderer Information Sheet (Form W-2). The name and position held by each person signing the authorization must be typed or printed below the signature.

All pages of the original and of each copy of the Tender, except for un – amended printed literature, shall be numbered sequentially and signed or initialed by the person signing the Tender.

5
THOMAS CHASE – COMPULSO JV
463,075,378.30

Bidder’s bid price is higher than the recommended bid price

6
CGC-CHWE JV
314,380,825.61
314,380,825.61
– Tender capacity is in the negative due to the Value of existing commitments and works to be completed within the period of the execution of this assignment as stated in the bid by the bidder

– The project has sought clarified from the bidder but the bidder failed to provide current level of execution of these contracts.

– See the detailed tender capacity as contained in Lot I at page 21-31 if this document.

7
FOUNTAIN CONST. LTD
268,359,808.25

Fidelity Bank did not respond to request for the confirmation of the bid security provided by the bidder even after several attempts by courier and email with courier delivery documents and acknowledgement of email attached. Please see attached Appendix 4(a) for details.

8
RAVAN

TECHNOLOGICAL LTD
524,278,100.00

(a) Bidder did not provide a bid security in accordance with ITT Sub-Clause 30.3which states:

A Tender not accompanied by a valid Tender Security in accordance with ITT Sub -Clause 30.2 shall be rejected by the Employer as non-responsive The authorized signatory in the Power of Attorney did not sign the Bid form and the BEME in accordance with ITT sub-clause 31.2 which states: The original and each copy of the Tender shall be typed or written in indelible ink and shall be signed by the person duly authorized to sign on behalf of the Tenderer. This authorization shall consist of a written authorization and shall be attached to the Tenderer Information Sheet (Form W-2). The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the original and of each copy of the Tender, except for un -amended printed literature, shall be numbered sequentially and signed or initialed by the person signing the Tender. Please see attached Appendix 4(b) for details.

9
MEGASTAR TECH. CONSTRUCTION & CO. LTD
659,894.013.53

Bidder’s bid price is higher than the recommended bid price

10
ZENITH

CONSTRUCTION LTD
408,633,490.90

Bidder’s bid price is higher than the recommended bid price

11
FWE WESTERN ENERGY LTD
575,313,065.25
575,313,065.25
Bidder submitted a fake Bid Security as disowned by the Bank. This is in accordance with ITT Sub-Clause 30.3 which states:

A Tender not accompanied by a valid Tender Security in accordance with ITT Sub-Clause 30.2 shall be rejected by the Employer as non-responsive. Please see attached Appendix 4(c) for details

12
AG VISION CONSTRUCTION NIG. LTD
426,749,417.50
426,749,417.50
(a) Fidelity Bank did not confirm the bid security provided by the bidder after several attempts by courier and email with courier delivery documents and acknowledgement of email attached

(b) The bid form was not submitted in accordance with ITT Sub-clause 20.1 which states:

The Tenderer shall submit the Tender Submission Sheet (Form W -1) furnished in Section 5: Tender and Contract Forms. This document shall be completed without any alterations to its format, filling in all blank spaces with the information requested, failing which the Tender may be rejected as being incomplete.

The bid security is 30 days less than the required validity period from the date of bid submission and also did not cover the tender validity period of 120 days in accordance with ITT-Sub-Clause 30.1(c) which state that: the tender security shall remain valid for a period of twenty-eight (28) days beyond the original validity period of Tenders, or beyond any period of extension subsequently requested under ITT Sub-Clause 29.2. Please see attached Appendix 4(e) for details

13
AKPAVEN INTEGRATED SERVICES LTD
475,363,335.39

Bidder’s bid price is higher than the recommended bid price

14
INTER ACCESS PROJECT

LTD/MOTHERCAT LTD
385,637,987.00

Fidelity Bank did not respond to request for the confirmation of the bid security provided by the bidder even after several attempts by courier and email with courier delivery documents and acknowledgement of email attached. Please see attached Appendix 4(d) for details

15
NAIRDA LTD
774,925,545.00

The bid security is 37 days less than the required validity period from the date of bid submission and also did not cover the tender validity period of 120 days in accordance with ITT -Sub-Clause 30.1(c) which state that: the tender security shall remain valid for a period of twenty-eight (28) days beyond the original validity period of Tenders, or beyond any period of extension subsequently requested under ITT Sub-Clause 29.2. Please see attached Appendix 4(f) for details

16
ENERCO NIG. LTD
525,414,783.00

Bidder’s bid price is higher than the recommended bid price

17
GEMP ENGINEERING LTD
521,729,642.50

(a) The bidder submitted insurance bond instead of a bid security from a reputable commercial bank in accordance with ITT Sub-Clause 30.2(a)ii which state: The tender security shall being the form of an unconditional bank guarantee (Form W-3) issued by a commercial Bank of Nigeria or a foreign bank acceptable to the Employer, in the format furnished in Section 5: Tender and Contract Forms. Please see attached Appendix 4(g) for details

18
STRABIC

CONSTRUCTION LTD
590,609,144.35

Bidder’s bid price is higher than the recommended bid price

19
LOADED GLOBAL NIG LTD
600,312,910.34

(a) No bid submission form submitted in accordance with ITT Sub-clause 20.1 which states: The Tenderer shall submit the Tender Submission Sheet (Form W -1) furnished in Section 5: Tender and Contract Forms. This document shall be completed without any alterations to its format, filling in all blank spaces with the information requested, failing which the Tender may be rejected as being incomplete.

Bidder did not submit Power of Attorney in accordance with ITT Sub-Clause 31.2 which states: The original and each copy of the Tender shall be typed or written in indelible ink and shall be signed by the person duly authorized to sign on behalf of the Tenderer. This authorization shall consist of a written authorization and shall be attached to the Tenderer Information Sheet (Form W-2). The name and position held by each person signing the authorization must be typed or printed below the signature.

All pages of the original and of each copy of the Tender, except for un – amended printed literature, shall be numbered sequentially and signed or initialed by the person signing the Tender.

20
DEMABOG LTD
350,792,872.00

(a) Bidder did not provide a bid security in accordance with ITT Sub-Clause 30.3which states: A Tender not accompanied by a valid Tender Security in accordance with ITT Sub -Clause 30.2 shall be rejected by the Employer as non-responsive

(b) The bid form was not submitted in accordance with ITT Sub – clause 20.1 which states: The Tenderer shall submit the Tender Submission Sheet (Form W -1) furnished in Section 5: Tender and Contract Forms. This document shall he completed without any alterations to its format, filling in all blank spaces with the information requested, failing which the Tender may be rejected as being incomplete.

Bidder did not submit Power of Attorney in accordance with ITT Sub-Clause 31.2 which states: The original and each copy of the Tender shall be typed or written in indelible ink and shall be signed by the person duty authorized to sign on behalf of the Tenderer. This authorization shall consist of a written authorization and shall be attached to the Tenderer Information Sheet (Form W-2). The name and position held by each person signing the authorization must be typed or printed below the signature.

All pages of the original and of each copy of the Tender, except for un-amended printed literature, shall be numbered sequentially and signed or initialed by the person signing the Tender.

SIGNED:

DR.FIDELIS ANUKWA

PROJECT COORDINATOR

CRSNEWMAP

Trang web của chúng tôi sử dụng Cookie với mục đích cải thiện khả năng truy cập và chất lượng của trang web. Vui lòng nhấp vào "Đồng ý" nếu bạn đồng ý với việc sử dụng Cookie của chúng tôi. Để xem thêm chi tiết về cách công ty chúng tôi sử dụng Cookie, vui lòng xem tại đây.