Construction of Dams at Federal Ministry of Water Resources

FEDERAL REPUBLIC OF NIGERIA

FEDERAL MIINISTRY OF WATER RESOURCES

PROJECT (A): REQUEST FOR PROPOSAL FOR CONSULTANCY SERVICES FOR FEASIBILITY STUDIES, DESIGN AND CONSTRUCTION SUPERVISION OF DAMS AND IRRIGATION PROJECTS

PROJECT (B): REQUEST FOR PROPOSALS FOR THE CONSTRUCTION SUPERVISION OF DAMS AND IRRIGATION PROJECTS

PROJECT (C): INVITATION FOR TECHNICAL AND FINANCIAL BIDS FOR THE CONSTRUCTION OF DAMS AND IRRIGATION PROJECTS

1.0     INTRODUCTION:

The Federal Ministry Water Resources invites suitably qualified, interested and reputable companies including joint ventures (JVs) for the following projects

1.1     Project (A) – Feasibility Study, Design and Construction Supervision of the underlisted dams and irrigation projects:

Lot 1:                   Construction of Wannune Dam, Tarka LGA Benue State

Lot 2:          Otukpo Multi-purpose Dam to Benue state

Lot 3:          Construction of irrigation facilities in Odume Rice complex in Aninri, LGA,           Enugu State LGA Enugu State.

Lot 4:          Water Impounding and Expansion of irrigation facilities in Amagunse Rice Product Farm, Enugu East LGA Enugu State.

Lot 5:                   Komadugu/Yobe channelization (river improvement works)

1.2     Project (B) – Construction Supervision of the following projects:

Lot 1:                   Adada River Dam and Associated Works in Eungu State

Lot 2:                   Qua Falls Dam & Irrigation Projects in Cross River State

1.3     Project (C) Construction of the following projects

Lot 1:                   Adada River Dam and Associated works in Enugu State,

Lot 2:                   Qua Falls Dam & Irrigation Projects in Cross River State,

Lot 3:          Completion of Nkari Earth Dam in Akwa Ibom State

Lot 4:          Construction of double valve water gate at Bululu Village in Yobe State.

Lot 5:          Marawaji flow control structures in jigawa and Yobe States.

2.0     TERMS OF REFERENCE AND SCOPE OF WORKS

2.1     FOR PROJECT (A) THE TERMS OF REFERENCE (TOR) OF THE PROJECTS

i. THE FEASIBILITY STUDIES, DESIGN AND CONSTRUCTION SUPERVISION OF: WANNUNC DAM, OTUKPO MULTI-PURPOSE DAM.

The Consultant is expected to carry out the following services diligently and within the prescribed time. The services to be rendered include but not limited to:

  • Review and Evaluate preliminary studies (If any) on the location;
  • Carryout and confirm the dam site location and feasibility.
  • Carryout detailed geotechnical and geophysical studies to confirm the suitability of the chosen dam axis for the dam foundation:
  • Carryout necessary land survey of the dam for the contour mapping of the dam and reservoir area in the scale of 1,2000 and 1,5000 respectively;
  • Carryout soil investigation within the vicinity of the dam site for location of suitable materials for construction of the dam embankment
  • Carryout detailed engineering design/construction drawing of the dam
  • Carryout Environmental and Social impact Assessment of the protect
  • Prepare Bill of Engineering Measurement and Evaluation (BEME) and Tender Documents in Ten Hard copies and one electronic copy;
  • Design report and Final design drawings shall be in 3 Hard copies and 1 electronic copy
  • Prepare project completion report

ii.  TERMS OF REFERENCE FOR IRRIGATION FACILITY OF ODUME RICE FARM COMPLEX AND AMAGUNZE RICE

PRODUCTS FARM

The consultant is required among other things to:

Identify downstream area of the dam, suitable for successful irrigation scheme

  • Carryout detail topographical survey of the irrigation area including contour maps and mapping out of layout to determine the character of the drainage basin.
  • Determine the geology of the soil during field test such as field permeability and infiltration test and recommend the type of canals to be designed.
  • Determine the method of delivering water for irrigation to the fields and root zone of crops from the reservoir, the cost and duration of one irrigation.
  • Locate the outlet (intake pipe) or structure for the release of irrigation water such that the head provides enough velocity for the discharge to reach all the canals during one irrigation.
  • With the reservoir as source of water, the consultant is expected to Design a regulated flow regime from the dam and determine the discharge (Q) able to cover the area in one duration of irrigation,
  • Detail Design of Irrigation structures and layout such as main canals, secondary canals, tertiary canals including control structures such as cross drains, turnouts, gates and drop points. Carryout Environmental and Social impact Assessment of the project
  • Prepare Bill of Engineering Measurement and Evaluation (BEME) and Tender Documents in Ten Hard copies and one electronic copy;
  • Design report and Final design drawings shall be in 3 Hard copies and 1 electronic copy
  • Prepare project completion report.

iii. TERMS OF REFERENCE FOR THE KOMADUGU/YOBE RIVER IMPROVEMENT WORKS (CHANNEUZATION)

The consultant shall submit technical and financial proposals for the rivers improvement works (River Training) and reservoir operation guidelines for Tiga and Challawa Dams which will include amongst other things:

  • Colgate hydrological, meteorological and ocean-atmospheric data at daily and monthly time scales
  • Collate water resources infrastructures data.
  • Collate hydraulic data through satellite imagery and field survey
  • Study climatic scenarios and develop stream flow forecasting model for Hadejia, Jama’are, Komadugu Yobe and Gana Sub-basins in a changing hydrology.
  • Develop reservoir operation model operating possible climatic scenarios, development strategy and operational efficiency,
  • Determine the river profile from Tiga dam to Lake Chad based on (4) and (5). Identify flood prone areas and determine the impact of present intervention
  • 7. Training workshop for water managers on practical use of project outputs
  • Determine the propagation of the releases from the Tiga and Challawa reservoirs along various reaches up to Gashua and beyond
  • Engineering survey along various reaches of the downstream of dams from Wudil up to Hadajia barrage
  • Determine the Hydrological regime of the river- at various reaches
  • Determine the effect of upstream facilities on the sections under study.
  • Determine the State of the rivet course/channel and catchment morphology
  • Locate portions of the river with bends forming deltas or gradients resulting to erosion of the banks for channel re-alignment/diversion and constructions of riparian structures respectively
  • Carry out detailed Design/drawings of the riparian structures such as dykes and method for removal of river bed deformation, bed loads, to achieve a stable normal flow that meet the hydrographic conditions for conserving or forming the natural landscape of the river (depth and flow rate, etc)
  • Prepare project completion report.

2.2     FOR PROJECT (B) TERM OF REFERENCE AND SCOPE OF WORKS

2.2.1  The obligation of the Consultants includes but not limited to the following:

  • Site supervision of works executed by the contractor, review of Outline Design, checking and scrutinizing and approval of detailed design, design drawings and drawings of permanent works as completed ( “as built” drawings) prepared by the Contractor, and training of Nigerian Engineers and Technicians in construction management.
  • The construction drawings prepared by the contractor shall be checked and scrutinized by the Consultant to ensure they are in accordance with the approved project: applicable specifications for construction materials and workmanship are appropriate, and the works as-shown in the construction drawings conform to the standards of safely, durability and economy.
  • The drawings shall be approved by the Consultant prior to commencement of construction. The number of copies as required in the Construction Contracts shall be forwarded to the Employer
  • Advice the Employer from time to time on all significant matters relating to the administration of the construction contract and technical control of the works especially with regards to suitability of sub-contractors to carry out sub-work under the construction contract: and Adequacy of field and laboratory tests for construction materials and quality control with measures necessary for improvement.
  • Submit  a report in six (6) copies at monthly intervals to advice the Employer on the significant matters relating to the administration of the construction contract and on technical control of the works. The Consultant shall convene meetings between the Employer, Consultant and contractor to discuss the progress of the works at monthly intervals and to settle outstanding disputes and take such as the Employer may the general and special conditions of the construction contract.

2.3      FOR PROJECT(C): SCOPE OF ENGINEERING WORKS

i.        SCOPE OF WORKS FOR PROJECT (C) Lot 1- Lot 3

The scope of work for she projects includes but not limited to:

  • Preliminaries
  • Earthworks
  • Drainage system
  • Spillway/Stilling Basin
  • Development of irrigation facilities
  • Intake Works.

The details are in the Standard Bidding Documents (5BD),

ii.       SCOPE OF WORK FOR PROJECT (C ) Lot 4

Construction of double valve water gate at Bululu village

  • Preliminaries
  • Earthworks
  • Gabion Mattress Works
  • Sand asphalt mastic works

IV.    SCOK OF WORK FOR PROJECT (C) Lot 5 –Marawaji flow control structure

  • Preliminaries
  • Earthworks
  • Gabion Mattress Works
  • Sand asphalt mastic works

Consisting of the following:

(a)    New lower Burum Gona cut channel

(b)     Yar Guri closure Bund and Access road

(C)     Marma channel head regulator structure

(d)     Lower Burum Gana Head Regulator structure

(e)      Gasowa channel Head Regulator structure,

3.0     QUALIFICATION REQUIREMENT

3.1     For Projects (A and B) Consultancy Services:

The minimum technical and responsive requirements are as follows:

  • Interested firms or joint ventures (JV) are expected to collect, fill and submit standard request for proposal (RFP) for the selection of consulting firms (small assignment time-based), from the Secretary Ministerial Tenders Board. In addition to the following minimum requirements;
  • Evidence of Incorporation with Corporate Affair Commission (CAC) of Nigeria, including Articles and Memorandum of Association and up-to date Returns with the CAC
  • Copy (not personal) of tax clearance and VAT registration certificate for the last three consecutive years namely 2007, 2008 and 2009 respectively
  • Evidence of VAT Registration, FIRS PIN Number, and receipts of payment,
  • Registration with professional bodies particularly COREN
  • Statement of annual turnover for the preceding three years
  • Evidence of financial capability and or banking support to execute the contract without delay if awarded
  • Verifiable evidence of experience and relevant qualification of key personnel; Submission of (3) three years audited account,

3.2     For Projects (C) Construction:

The minimum technical and responsive requirements are as follows:

  • Evidence of Incorporation with Corporate Affair Commission (CAC) of Nigeria, including Articles and Memorandum of Association and up-to date Returns with the CAC
  • Copy (not personal) of tax clearance and VAT registration certificate for the last three consecutive years namely 2007, 2008 and 2009 respectively
  • Evidence of VAT Registration, FIRS PIN Number, and receipts of payment,
  • Possession of experience as a prime Contractor on at least five (5) projects of similar nature and complexity within the (to comply with this requirement, works quoted should be at least 70% physically completed the Evidence of at least 2 No. completed similar project in the last 3 years of each value not less than N50million.
  • Having a project Manager with at least 10 years experience including not less than 5 years as a manager in the construction works of similar nature and equivalent in volume among the core staff;
  • Possession of substantial proportion of the construction equipment as specified in the SBD required to successfully execute the contract;
  • Having annual turnover and Auditors Report in water supply and/or related construction works of at least N100million (One Hundred million, Naira only) from a reputable Bank;
  • Possession satisfactory Quality Assurance/Quality Control Manuals;
  • Bidders are to provide confirmable bid security in the format of standard Bid security specified in the SBD or bank draft in the sum of Six Million Naira (N6million), Non compliance will lead to disqualification.

4.0     COLLECTION OF TENDER DOCUMENTS

41      Qualified companies shall on application collect (Standard Bidding Documents Technical and financial) AND/OR request for Proposals (RfP), from Monday June 7, 2010 from

Office of the Director, (Procurement)

Federal Ministry of Water Resources, Block A, Room 202,

Old Secretariat, Area 1, Garki, Abuja.

upon the presentation of evidence of payment of non-refundable tender fee of N50,000.00 into the Ministry’s account as follows;

Account Name:   Federal Ministry of Water Resources,

Account Number: 6115107794

Bank;                   Zenith Bank Plc, Ahmadu Bello Way Garki 2, Abuja

Interested bidders shall collect SBD for Protect (A and B) at no cost,

5.0     SUBMISSION OF PROPOSALS:

5.1 Completed Technical and Financial proposes (Two sets of hard copy and One Electronic copy in compact disk and Microsoft office) shall be submitted in two different sealed envelope and labeled “Technical Proposal” and “Financial Proposal” and both sealed in a third envelope marked “Project Name” at the top right hand corner and addressed to:

Office of the Director, (Procurement)

Federal Ministry of Water Resources,

Block A, Room 202, Old Secretariat, Area 1, Garki, Abuja.

To reach him on or before Monday 5, July 2010

The technical proposals will be opened on the same closing date at the ministry’s Conference Room Area 1 Garki Abuja. Only firms whose proposals fulfill the minimum requirements would be considered

6.1     ENQUIRIES:

6.1 All enquiries on this advertisement are to be directed to.

The Director,

Daws, Irrigation and Drainage

Federal Ministry of Water Resources,

Block A, Old Secretarial, Area 1, Garki, Abuja

7.0     DISCLAIMER AND CONCLUSION:

This announcement is published for information purposes only and does not constitute an offer by the Ministry to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the Ministry to procure services.

7.2     The Ministry will not be responsible for any costs or experience incurred by any interested party(ies) in connection with any responses to this invitation and or the preparation or submission in response to an RfP

7.3     The Ministry is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning and reason thereof.

Signed:

Amb.GodKnows Igali

Permanent Secretary

Subscribe / Share

tendersnigeria tagged this post with: , , Read 4546 articles by

Leave a Reply

Your email address will not be published. Required fields are marked *

Search for Tenders

Subscribe to Email Alerts