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

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.