PUBLICATION OF AWARDED CONTRACT FOR THE PROCUREMENT OF CONTRACTORS...
CROSS RIVER STATE NIGERIA EROSION & WATERSHED MANAGEMENT PROJECT UNIT
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
PUBLICATION OF NOTIFICATION OF AWARD OF CONTRACT
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/15/01
LOT 1: IKOT ANWATIM
(4) The successful Bidder
Name:
AG VISION CONSTRUCTION LTD
Address:
PLOT 348 J. C. OBADE CLOSE UTAKO – ABUJA
Contract price:
N1,544,453,433.60
OTHER BIDDERS AND REASON FOR DISQUALIFICATION
S/N
NAME
BID PRICE
EVALUATED BID PRICE (IF APPLICABLE)
REASON FOR DISQUALIFICATION
1
Zenithconst. Limited
1,999,981,641.00
Bidder’s bid price is higher than the recommended bid price
2
Johndavidsconst.
Nig. Ltd.
1,498,857,475.50
(a) No Bid Security provided:
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 and the BEME were not signed.
3
Cccconstruction
Nig. Ltd.
1,874,237,762.25
Bidder’s bid price is higher than the recommended bid price
4
Megaloconst. Ltd.
1,939,848,603.00
1,939,848,603.00
No Bid Security provided:
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 and the BEME were not signed.
5
Schwart-
Kristaffel.
Eng. Serv.
1,267,596,145.20
1,267,596,145.20
Bidder’s bid price is higher than the recommended bid price
6
H&MNIG. LTD.
1,310,037,729.00
1,310,037,729.00
(a) Two requests for confirmation letters for contract awards and project completion clarifications were sent from our Project Office to the Permanent Secretary Ministry
Of Works, Kano, Kano State, and Permanent Secretary Ministry of Lands & Physical PI anning, Kano, Kano State on the 27th May 2014. Both letters were duly received & signed for.
– The only response was from the Permanent Secretary of Lands & Physical Planning, confirming the contract has been achieved to 82% completion level.
– Our visit to the above site in Kano confirmed that the N11.8bn infrastructure were not trunk heavy traffic roads and bridges but large housing estate road layouts, building duplexes, bungalows, having controlled low volume & low traffic with drainages, culvert, and small bridges. This infrastructure is not similar in nature, complexity & construction technology as the proposed erosion assignment.
(b) Bidder submitted conflicting and misleading annual turnovers in its audited accounts in 2011 & 2012 for 2011 annual turnover.
7
Smace Nig. Ltd.
1,394,901,469.50
1,394,901,469.50
(a) Tender Security beneficiary is provided as the Cross River State Government, Ministry of Environment, CRS Nigeria Erosion
and Watershed Management Project making it impossible for the project to
claim in case of default as stated in ITT sub-clause 30.2b: That the tender security ‘Be payable promptly upon written demand by
the Employer in the case of the conditions listed in ITT Sub-Clause 30.5 (The Tender security may be forfeited) being invoked’.
(See Annexure 1a & 1b).
8
Samchase Nig. Ltd.
1,708,267,869.00
1,708,267,869.00
(a) The Bid security is not in the name of Cross River State Erosion and Watershed Management Project, as requested.
Rather it is in the name of Cross River State Government, Ministry of Environment, CRS Nigeria, making it impossible for the project to claim in case of default as stated in ITT sub-clause 30.2b: That the tender security ‘Be payable promptly upon written demand by the Employer in the case of the conditions listed in ITT Sub-Clause 30.5 (The Tender security may be forfeited) being invoked (See Annexure 2a & 2b).
9
IECSLTD./PAULIZA
LTD.
1,712,617,887.75
Bidder’s bid price is higher than the recommended bid price
10
COTABSENG.LTD.
1,639,279,488.00
(a) No Bid Security provided:
A Tender not accompanied by a valid Tender Security in accordance with ITTSub-Clause30.2 shall be rejected by the Employer as non-responsive
11
RHINOMARITIMESER. &C0NST. LTD.
1,569,010,327.00
Bidder’s bid price is higher than the recommended bid price
SIGNED
• FIDELIS ANUKWA
Project Coordinator
CRSNEWMAP