PUBLICATION OF NOTIFICATION OF AWARD OF CONTRACT 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

PUBLICATION OF NOTIFICATION OF AWARD OF CONTRACT

EMPLOYER: MINISTRY OF ENVIRONMENT, CROSS RIVER STATE

PROJECT: CROSS RIVER STATE NIGERIA EROSION AND WATERSHED MANAGEMENT PROJECT

CONTRACT TITLE: PROCUREMENT OF CONTRACTORS FOR THE CONSTRUCTION OF REMEDIATION WORKS AT IKOT EKPO, ATAKPA, NYAGASANG AND EDIM OTOP GULLY EROSION SITES IN CALABAR CROSS RIVER STATE-CONTRACT NO: CRS/NEWMAP/NCB/WKS/14/01 – LOT 1, 2, 3, & 4

COUNTRY: NIGERIA.

LOAN NO. /CREDIT NO./ GRANT NO.:51050 – NG

RFB NO.: CRS/NEWMAP/NCB/WKS/14/01

LOT 1

The successful Bidder

Name:
CHEZ -AVIV NIG. LTD

Address:
PLOT 23/25 UNIJIE STREET, INDEPENDENCE LAYOUT, ENUGU, NIGERIA

Contract price:
N853,745,026.00

OTHER BIDDERS AND REASON FOR DISQUALIFICATION – LOT 1

S/NO
Name of Bidder
Bid Price
Evaluated Bid Price (If Applicable)
Reasons for Disqualification

1
Amitech Inter Global Ltd
785,059,506.00
785,059,506.00
(a) Blank tender submission sheet was signed without name and address of Employer or tender amount stated which is not in accordance with ITT sub-clause 43.2(a) which state:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or information is missing the offer shall be rejected.

Tender Submission Sheet, in accordance with ITT Sub -Clause 20.1:

(b) Bid was Addressed to Edo NEWMAP

2
Building & Environmental
911,522,073.06
911,522,073.06
(a) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following document and information have been provided in the tender If any of these documents or information is missing, the offer shall be rejected.

Tender Submission Sheet, in accordance with ITT Sub -Clause 20.1:

(b) Tender validity was for 56 days rather than 120days which is not in accordance with ITT sub-close 29.1 which states:

Tenders shall remain valid for the period specified in the SIT after the date of Tender submission prescribed by the Employer pursuant to ITT Clause 33. A Tender valid for a shorter period shall be rejected by the Employer as non-responsive.

(c) Tender Security validity period was 90days instead of 148 days.

According to ITT sub-clause 302c, 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 292’.

3
Grandeur

Engineering Services Ltd
708,082,891.90
708,082,891.90
(1) The Company has not completed nor earned out any assignment of similar nature, complexity and construction technology over the last four years.

(2) The CRS-NEWMAP’s investigation into the only similar World Bank project presented by the bidder confirms that the work was unnecessarily delayed until the close of the project

(3) No evidence of key personnel.

4
Arbico Plc
1,308,174,768.61
1,308,174,768.61
Evaluated Bid Price higher than the winning bid

5
John Davis Construction Ltd.
1,497,425,968.50
1,497,425.968.50
Reasons for Rejection

(a) Tender Security beneficiary is provided as the Government of Cross River Sate 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 being invoked’

(b) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or information is missing, the offer shall be rejected.

· Tender Submission Sheet, in accordance with ITT Sub -Clause 20.1;

(c) Tender Security validity period was 92 days instead of 148 days.

According to ITT sub-clause 30.2c. 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’.

6
A.G Vision Construction Nig. Ltd.
968,008,387.50
968,008,387.50
Evaluated Bid Price higher than the winning bid

7
Schwartz Kristophel Nig. Ltd.
1,468,088,265.00
1,468,088,265.00
Reason for Rejection

(a) Scanned copy of tender security from Zenith Bank was presented at variance to the provision in the tender document ITT sub-clause 30.1 that state:

The Tender shall furnish as part of its Tender, a Tender Security in original form (Form W-3) and in the amount specified in the SIT.

8
ALHUDA Construction
432,825,878.10
432,825,878.10
Reasons for Rejection

(a) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which stales:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or information is missing, the offer shall be rejected

· Tender Submission Sheet in accordance with ITT Sub -Clause 20.1

(b) Tender Security beneficiary is provided as the Government of Cross River State erosion and Watershed Management Project making it impossible for the project to claim in ease 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 being invoked”

9
Mudirah Nig. Ltd
1,176,255,021.50
1,176,255,021.50
Reasons for Rejection

(a) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or information is missing, the offer shall be rejected.

· Tender Submission Sheet, in accordance with ITT Sub-Clause 20.1:

(b) Scanned copy of tender security from Zenith Bank was presented at variance to the provision in the tender document ITT sub-clause 30.1 that states:

The Tenderer shall furnish as part, of its Tender, a Tender Security in original form (Form W-3) and in the amount specified in the SIT.

10
Consolidated Contractors Nig. Ltd
905,405,655.00
905,405,655.00
(i) The similar works provide are same nature, complexity and construction technology over the last four years.

11
Abou, Ghazale Construction Nig. Ltd
968,008,387.50
968,008,387.50
Evaluated Bid Price higher than the winning bid

12
Havage Engineering Services Ltd
577,374,105.00
577,374,105.00
(1) The Company has not completed nor carried out any assignment of similar nature, complexity and construction technology over the last four years 2 Years;

(2) Years of experience is 8 years rather than 10 years that is required

13
Rasio-Technical Services Ltd
517,278,993.00
517,278,993.00
(1) The similar works provide are same nature, complexity and construction technology over the last four years.

(2) Mandatory personnel and equipment list were not complete

14
GCOS Universal Ltd
1,272,810,000.00
1,272,810,000.00
Evaluated Bid Price higher than the winning bid

15
Marlum Nig Ltd
1,310,805,219.57
1,310,805,219.57
Reasons for Rejection

(a) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or information is missing, the offer shall be rejected.

· Tender Submission Sheet, in accordance with ITT Sub -Clause 20.1;

(b) The bid and the BFME were not signed.

(c) Scanned copy of tender security from Zenith Bank was presented at Variance to the provision in the tender document ITT sub-clause 30.1 that states;

The Tenderer shall furnish as part of its Tender, a Tender Security in original form (Form W-3) and in the amount specified in the SIT.

(d) No Written confirmation of authorization to commit the Tenderer, 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

16
CAD

Developmental

Ltd.
730,355,724.75
730,555,724.75
Evaluated Bid Price higher than the winning bid

17
Paul B. Nig. Plc.
890,596,360.50
890,596,360.50
Reasons for Rejection

(a) Tender security from Diamond Bank was addressed to the National project Coordinator instead of State coordinator 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 being invoked’

18
U.G.O Tech Nig. Ltd
752,420,130.00
752,420,130.00
(a) No Written confirmation of authorization to commit the Tenderer, 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

(b) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following documents and information have bam provided in the tender. If any of these documents or information is missing, the offer shall be rejected.

· Tender Submission Sheet, in accordance with ITT Sub-Clause 20.1;

(c) The bid and the BEME were not signed

19
Agonic Associates Nig. Ltd
1,111,468,050.00
1,111,468,050.00
Evaluated Bid Price higher than the winning bid

20
Shelther & Roads Construction Ltd
789,689,673.00
789,689,673.00
(a) Bid Bond presented in different format instead of Tender Guarantee Bank in accordance with the requirement of the tender document – 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.

(b) Tender Security validity period was 28 days instead of 148 days. According to ITT sub-clause 30.2c. 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) No Written confirmation of authorization to commit the Tenderer, in accordance with ITT Sub-Clause 312 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

21
Zenith Construction
992,0177,141.50
992,0177,141.50
Evaluated Bid Price higher than the winning bid

LOT 2: ATAKPA GULLY EROSION SITES

The successful Bidder

Name:
AGONIC ASSOCIATES NIG. LTD

Address:
10 Effanga Mkpa Street, State Housing Estate, Calabar Cross River State

Contract price:
N686,458,542.00

OTHER BIDDERS AND REASON FOR DISQUALIFICATION – LOT 2

S/NO
Name of Bidder
Bid Price
Evaluated Bid Price (If Applicable)
Reasons for Disqualification

1
Marlum Nig. Ltd
612,068,913.61
612,068,913.61
Reasons for Rejection

(a) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or Information is missing, the offer shall be rejected.

· Tender Submission Sheet, in accordance with I1T Sub-Clause 20.1

(b) The bid and the BEME were not signed.

(c) Scanned copy of tender security from Zenith Bank was presented at variance to the provision in the tender document ITT sub-clause 30.1 that states:

The Tenderer shall furnish as part of its Tender, a Tender Security in original form (Form W-3) and in the amount specified in the SIT.

(d) No Written confirmation of authorization to commit the Tenderer, 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 und position held by each person signing the authorization must be typed or printed below the signature

2
Mujib S. Mark Nig. Ltd
941,553,459.00
941,553,459.00
Scanned copy of tender security from Zenith Bank was presented at variance to the provision in the tender document ITI sub-clause 30.1 that states:

The Tenderer shall furnish as part of its Tender, a Tender Security in original form (Form W-3) and in the amount specified in the SIT.

(b) No tender submission sheet filled, signed and submitted with the tender which in not in accordance with ITT sub-clause 43.2(a) which suites:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or Information is missing, the offer shall be rejected.

· Tender Submission Sheet, in accordance with ITT Sub -Clause 20.1

3
Schwartz Kristophet Nig Ltd
1,099,958,937.00
1,099,958,937.00
Reasons for Rejection

(a) Scanned copy of tender security from Zenith Bank was presented at variance to the provision in the tender document ITT sub-clause 30.1 that states:

The Tenderer shall furnish as part of its Tender, a Tender Security in original form (Form W-3) and in the amount specified in the SIT.

4
Amitech Inter Global Engineering Ltd
512,395,191.00
512,395,191.00
Reasons for Rejection

(a) Blank tender submission sheet was signed without name and address of Employer or tender amount stated which is not in accordance with ITT sub-clause 20.1 which stales:

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) Bid is Addressed to Edo NEWMAP

5
Grandeur Engineering Services Ltd
708,082,891.09
708,082,891.09
Reasons for Rejection

(1) The Company has not completed nor carried out any assignment of similar nature, complexity and construction technology over the last four years.

(2) The CRS-NEWMAP’s investigation into the only similar World Bank project presented by the bidder shows that the work was unnecessarily delayed until the close of the project

(3) No evidence of key personnel

6
Swaleys Nig. Ltd
455,508,300.95
455,508,300.95
Reasons for Rejection

The Company has not completed nor carried out any assignment of similar nature, complexity and construction technology over the last four years

7
GEMP Engineering Ltd
552,178,761.75
552,178,761.75
Reasons for Rejection

Evaluated Bid Price higher than the winning bid

8
Paul B. Nig. Ltd
501,337,914.00
501,337,914.00
Evaluated Bid Price higher than the winning bid

9
Land & Water Partner Ltd
330,149,069.25
330,149,069.25
(1) The Company has not completed nor carried out any assignment of similar nature, complexity and construction technology over the last four years

(2) No evidence of source of mandatory equipment required.

10
Asbesco Nig. Ltd
1,023,130,878.00
1,023,130,878.00
Evaluated Bid Price higher than the winning bid

11
Consolidated Contractors
678,069,315.00
678,069,315.00
Evaluated Bid Price higher than the winning bid

12
Arbico Plc.
809,638,783.47
809,638,783.47
Evaluated Bid Price higher than the winning bid

13
Hadishab Nig. Ltd
716,976,887.55
716,976,887.55
Evaluated Bid Price higher than the winning bid

14
Abou Gazalch Construction Nig. Ltd
717,009,412.35
717,009,412.35
Evaluated Bid Price higher than the winning bid

15
Al Huda Construction Nig. Ltd
340,255,705.02
340,255,705.02
(a) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which state:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or information is missing, the offer shall be rejected.

Tenderer submission sheet, in accordance with ITT Sub-clause 20.1.

(b) Tender Security beneficiary is provided as the Government of Cross River state 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 being invoked’

16
AG Vision Nig. Ltd
717,009,412,35
717,009,412,35
Evaluated Bid Price higher than the winning bid

17
John Davids Construction Ltd
90,752,058.60
90,752,058.60
Evaluated Bid Price higher than the winning bid

LOT 3: NYAGASANG GULLY EROSION SITE
• The successful Bidder

Name:
ASBECO NIG LTD

Address:
10 EFANGA MKPA , STATE HOUSING ESTATE

Contract price:
N408,915,772.65

OTHER BIDDERS AND REASON FOR DISQUALIFICATION – LOT 3

S/NO
Name of Bidder
Bid Price
Evaluated Bid Price (If Applicable)
Reasons for Disqualification

1
FAAB

Construction Nig. Ltd
425,888,579.00
425,888,579.00
Evaluated Bid Price higher than the winning bid

2
Techno Sarplast Engr. Ltd
202,626,454.08
202,626,454.08
(1) The Company has not completed nor carried out any assignment of similar nature, complexity and construction technology over the last four year.

(2) Team leader proposed is not a Civil Engineer

3
Hudson & Ifeanyi Nig. Ltd.
424,994,262.00
424,994,262.00
(a) (a) Performance Security provided rather than Bid Security which shows that the document is not genuine, since Banks would see Award letters before giving performance security. 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

4
Akpaven

Integrated

Services Ltd
450,602,168.94
450,602,168.94
Evaluated Bid Price higher than the winning bid

5
Consolidated Contractors Ltd
388,258,967.25
388,258,967.25
(1) The Company has not completed nor carried out any assignment of similar nature, complexity and construction technology over the last four years.

6
Arbico Plc.
494,728,277.17
494,728,277.17
Evaluated Bid Price higher than the winning bid

7
Living Stone Consultants
472.651,179.00
472,651.179.00
Reasons for Rejection

(a) No Tender 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) No Written confirmation of authorization to commit the Tenderer, 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 he typed or printed below the signature

8
Hadiza Global International Ltd
486,714,562.95
486,714,562.95
Reasons for Rejection

(a) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the fallowing documents and information have been provided in the tender. If any of these documents or information is missing, the offer shall be rejected.

· Tender Submission Sheet, in accordance with ITT Sub-Clause 20.1

(a) Scanned copy of tender security from Zenith Bank was presented at variance to the provision in the tender document ITT sub-clause 30.1 that states:

The Tenderer shall furnish as part of its Tender, a Tender Security in original form (Form W-3) and in the amount specified in the SIT.

No Written confirmation of authorization to commit the Tenderer, 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

9
Hazaokas west African Ltd
466,079,624.01
466,079,624.01
(a) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or information is missing, the offer shall be rejected.

· Tender Submission Sheet, in accordance with ITT Sub-Clause 20.1

(a) Bid Bond presented in different format instead of Tender Guarantee from Bank in accordance with the requirement of the tender document – 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

(b) No Written confirmation of authorization to commit the Tenderer, 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

10
GEMP

Engineering Ltd
442,417,926.72
442,417,926.72
(a)Tender Security validity period was 87 days instead of 148 days.

According to ITT sub-clause 30.2c, 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’

(a) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or information is missing, the offer shall be rejected.

11
Probity & Vision Ltd
421,778,141.00
421,778,141.00
Evaluated Bid Price higher than the winning bid

12
John Davis Nig. Ltd
738,494,884.05
738,494,884.05
(a)Tender Security beneficiary is provided as the Government of Cross River State 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 being invoked’

(a) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or information is missing, the offer shall be rejected.

• Tender Submission Sheet, in accordance with ITT Sub-Clause 20.1

(b)Tender Security validity period was 92 days instead of 148 days.

According to ITT sub-clause 30.2c, 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’.

13
Land & Water Partnership Ltd
212,099,164.20
212,099,164.20
(1) The Company has not completed nor carried out any assignment of similar nature, complexity and construction technology over the last four years.

No evidence of source of mandatory personnel and equipment required

14
Grandeur Engr. Services Ltd
708,082,891.09
708,082,891.09
Reasons for Rejection

(1) The Company has not completed nor earned out any assignment of similar nature, complexity and construction technology over the last four years.

(2) No evidence of key personnel

15
A.G. Vision Nig. Ltd
423,339,666.75
423,339,666.75
Evaluated Bid Price higher than the winning bid

16
Abou Ghazaleh Const. Nig. Ltd
423,487,044.75
423,487,044.75
Evaluated Bid Price higher than the winning bid

17
Megalo

Construction
409,942,579.20
409,942,579.20
Evaluated Bid Price higher than the winning bid

18
Schwartz Kristophel Nig Ltd
468,092,897.60
468,092,897.60
(a) Scanned copy of tender security from Zenith Bank was presented at variance to the provision in the tender document ITT sub-clause 30.1 that states:

The Tenderer shall furnish as part of its Tender, a Tender Security in original form (Form W-3) and in the amount specified in the SIT

19
Nic & Nic Engineering Ltd
451,164,021.00
451,164,021.00
Evaluated Bid Price higher than the winning bid

20
Escore Nig. Ltd
427,810,972.05
427,810,972.05
Evaluated Bid Price higher than the winning bid

21
Ekeson Global Services Ltd
581,671,744.50
581,671,744.50

.
(a)Scanned copy of tender security from First Bank was presented at variance to the provision in the tender document ITT sub-clause 30.1 that states:

The Tenderer shall furnish as part of its Tender, a Tender Security in original form (Form W-3) and in the amount specified in the SIT.

22
Amitech Inter Global Engr. Ltd
357,086,175.60
357,086,175.60
(a) Blank tender submission sheet was signed without name and address of Employer or tender amount stated which is not 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 Bid is Addressed to Edo NEWMAP

23
UGO Tech Nig. Ltd
290,784,070.50
290,784,070.50
Reasons for Rejection

(a) No Written confirmation of authorization to commit the Tenderer, 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

(b) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

24
Aesosil

Engineering Nig Ltd
375,256,485.98
375,256,485.98
Reasons for Rejection

(a) No Tender 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) No Written confirmation of authorization to commit the Tenderer, 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

25
Chez Aviv Nig Ltd
396,232,879.35
396,232,879.35
Be attached to the Tenderer Information Sheet (Form W-2). The name and

The bidder presented same team of professionals for Lot 1 and Lot 3, but has been recommended for Lot 1

LOT 4: EDIM OTOP GULLY EROSION SITE The successful Bidder

Name:
AG. Vision Construction Nig. Ltd

Address:
PLOT 348 J. C. OBADE CLOSE UTAKO – ABUJA

Contract price:
A543,129,683.25

OTHER BIDDERS AND REASONS FORDISQUALIFICATION – LOT4

S/NO
NAME OF BIDDER
BID PRICE
EVALUATED BID PRICE (IF APPLICABLE)
REASONS FOR DISQUALIFICATION

1
Dorcumar Engr. Services Ltd
513,055,665.05
513,055,665.05
(a) No Written confirmation of authorization to commit the Tenderer, 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

(b) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or information is missing, the offer shall be rejected.

· Tender Submission Sheet, in accordance with ITT Sub-Clause 20.1

2
Okewested Nig. Ltd
205,065,826.00
205,065,826.00
(a) No Written confirmation of authorization to commit the Tenderer, 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

(b) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or informations missing, the offer shall be rejected.

· Tender Submission Sheet, in accordance with ITT Sub-Clause 20.1

(c) BEME was not signed

3
Hard Core Project Nig. Ltd
622,022,527.67
622,022,527.67
(a) No Written confirmation of authorization to commit the Tenderer, 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

(b) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or information is missing, the offer shall be rejected.

· Tender Submission Sheet, in accordance with ITT Sub-Clause 20.1

(c) BEME was not signed

(d) Scanned copy of tender security from Zenith Bank was presented at variance to the provision in the tender document ITT sub-clause 30.1 that states:

The Tenderer shall furnish as part of its Tender, a Tender Security in original form (Form W-3) and in the amount specified in the SIT

4
John Davids Construction Ltd
816,223,192.79
816,223,192.79
(a) Tender Security beneficiary is provided as the Government of Cross River State 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 being invoked’

(b) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following document s and information have been provided in the tender. If any of these documents or information is missing, the offer shall be rejected.

· Tender Submission Sheet, in accordance with ITT Sub-Clause 20.1

(c) Tender Security validity period was 92 days instead of 148 days.

According to ITT sub-clause 30.2c, 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’.

5
E. Ekeson Global Resources Ltd
371,302,123.50
371,302,123.50
(a) Scanned copy of tender security from First Bank was presented at variance to the provision in the tender document ITT sub-clause 30.1 that states:

The Tenderer shall furnish as part of its Ten der, a Tender Security in original form (Form W-3) and in the amount specified in the SIT.

6
Schwartz Kristophel Nig. Ltd
511,654,143.00
511,654,143.00
(a) Scanned copy of tender security from Zenith Bank was presented at variance to the provision in the tender document ITT sub-clause 30.1 that states:

(b)The Tenderer shall furnish as part of its Tender, a Tender Security in original form (Form W-3) and in the amount specified in the SIT

7
Techno Sarplast Engr. Ltd
256,480,801.50
256,480,801.50
(a) The Company has not completed nor carried out any assignment of similar nature, complexity and construction technology over the last four years.

Project Manager proposed is not a Civil Engineer

8
Nic & Nic Engineering Ltd
287,800,590.00
287,800,590.00
(l) The Construction of River Embankment Soil/Gully Erosion at Kebbi State (Farm Access Rd. at Kebbi State was confirmed not to have been executed by them as claimed in their documents

9
Michika Investment Ltd
883,037,982.75
883,037,982.75
Reasons for Rejection

(a) Tender Security beneficiary is provided as the Government of Cross River State 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 being invoked’

(b) No Written confirmation of authorization to commit the Tenderer, in accordance with ITT Sub-Clause 31.2 which states:

The original and each copy of the Tender shall he 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.

10
Arbico Plc.
677,868,846.73
677,868,846.73
Evaluated Bid Price higher than the winning bid

11
GojoPaul Engineering Ltd
525,840,719.00
525,840,719.00
Reasons for Rejection

(a) No tender submission sheet filled, signed and submitted with the tender which is not in accordance with ITT sub-clause 43.2(a) which states:

The Employer shall confirm that the following documents and information have been provided in the tender. If any of these documents or information is missing, the offer shall be rejected.

· Tender Submission Sheet, in accordance with ITT Sub-Clause 20.1

(b) Bid not signed

12
Chez Aviv Nig.
645,222,847.50
645,222,847.50
Evaluated Bid Price higher than the winning bid

13
Hudson & Ifeanyi Nig Ltd
543,359,990.25
543,359,990.25
Reasons for Rejection

(a) Performance Security provided rather than Bid Security which shows that the document is not genuine, since Banks would see Award letters before giving performance security. 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

14
Abou Ghazaleh Construction Nig. Ltd
543,880,433.25
543,880,433.25
Evaluated Bid Price higher than the winning bid

15
African Dev. Co Ltd
351,552,778.50
351,552,778.50
No evidence of similar works done and also evidence of Liquid Assets.

16
Dawnwatch Ltd
529,085,772.60
529,085,772.60
(a) The Company has not completed nor carried out any assignment of similar nature, complexity and construction technology over the last four years

Did not give any credit facilities as Liquid Assets

17
Newmakes Engineering Services Ltd
293,484,795.45
293,484,795.45
(l) The Company has not completed nor carried out any assignment of similar nature, complexity and construction technology over the last four years

18
FAAB

Construction Nig. Ltd
540,625,031.00
540,625,031.00
(a) Did not submit any evidence of Liquid Assets or Credit facilities

(b) Letter from Ondo State Government confirmed 54% completion on work done as against an earlier submitted letter of 100% completion. This is (false information and hence rejected).

(c) Letter from Elizade University confirmed t

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.