Execution of Projects at Federal Ministry of Water Resources

FEDERAL REPUBLIC OF NIGERIA

FEDERAL MINISTRY OF WATER RESOURCES

(A) CONSULTANCY: REQUEST FOR PROPOSALS FOR CONSULTANCY SERVICES FOR LOT Al, A2, A3, A4.

(B) GOODS: PROCUREMENT OF GOODS FOR LOTS B1, B2, B3, B4, B5.

(C) WORKS: CONSTRUCTION WORKS FOR LOT C1.

1.0     INTRODUCTION

1.1     The Federal Ministry of Water Resources through the Department of Water Supply Quality control and Inspectorate intends to carry out procurements for consultancy services, goods and works for various projects under Water Quality, Sanitation, ADB-Rural Water and FGN/UNICEF projects.

1.2     The Ministry therefore wishes to invite as follows:

(A) Consultancy:

Reputable Consulting firms Including Joint Venture (JV) to submit technical and financial proposals in response to the Request for Proposals to be issued by the Ministry for Consultancy Services for the following projects:

LOTA1:

Architectural Consulting Firms; Review designs of existing drawings, and prepare tender documents for the construction of Laboratory complex and associated staff quarters, access roads, external drainage, yard lighting, external landscaping, electricity and water supply. The successful consulting firms will upon award of the construction works, be expected to supervise the project execution.

LOTA2:

Engineering Consulting Firms: Production of Engineering designs for the construction of Laboratory complex and associated staff quarters, access roads, external drainage, yard lighting, external landscaping, electricity and water supply services. The successful consulting firms will upon award of the construction works, be expected to supervise the project execution.

LOT A3:

Management Consultancy Services:

Conduct laboratory audit and gap analysis for ail the existing laboratories; build the capacity necessary to manage laboratory facilities and equipment; provide advisory services for required facilities, equipment, chemicals and reagents; provide gravity management services to the six laboratories (Supervise in-situ data gathering, sampling, analysis and reporting);etc

LOTA4

Data Gathering Consultancy Services:

Gather baseline data for the Ministry in all her water concessions; produce comprehensive description of the existing water resources; geo-reference all water concessions and sampling points for future reference; design Monitoring Plan for the laboratories, etc.

(B)     GOODS:

Water Quality Laboratories and Monitoring Network project

LOT B1:

Supply of computers and office equipment to the laboratories and headquarters.

AfDB_assisted Rural Water supply and Sanitation project

LOTB2:

Supply and installation of computers and accessories

LOTB3:

Supply and installation of IT Equipment.

LOTB4:

Supply and installation of office equipment

FGN/UNICEF Water Supply and Sanitation project

LOTB5:

Supply and installation of Computers, accessories and IT Equipment

(C)    WORKS:

Water Quality laboratories and Monitoring Network project

LOT C1: Construction of Water Quality Laboratory complex and associated staff quarters, provision of access roads, external drainage, yard lighting, external landscaping, electricity and water supply services at six  (6) different locations in the 6 geopolitical zones of the country.

Bidders may bid for all the 6 lots in the above projects but no bidder would be given more than one (1) tot.

2.0     ELEGIBILITY CRITERIA:

2.1     FOR CONSULTANCY SERVICES

a)     Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certificate of incorporation and Article of Association,

b)    Last 3years Tax Clearance Certificates

c)     Detailed Company Profile

d)    Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last five years with verifiable letters of contract award and certificate of job completion.

e)     Evidence of financial capability/reference letter from a reputable bank

f)      For JVs include MOU.

g)     Evidence of registration with professional bodies such as ARCON or COREN or ICCON and IPAN, etc.

h)    Full accounts details including SORT code

i)       Evidence of pension and Social Security Contribution

j)       Possession of satisfactory Quality Assurance/Quality Control Manual

2.2     FOR GOODS:

a)           Evidence of Registration with Corporate Affairs Commission by inclusion of certificate of incorporation and Article of Association.

b)          Last 3 years Tax Clearance profile

c)           Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last five years with verifiable letters of contract award and certificate of job completion.

d)          Evidence of financial capability/reference letter from a reputable bank

e)           For JVs include MOU.

f)            Full accounts details including SORT code

g)           Evidence of pension and Social Security Contribution

h)          Possession of satisfactory Quality Assurance/Quality Control Manual

2.3     FOR WORKS

a)           Evidence of Registration with Corporate Affairs Commission by inclusion of certificate of incorporation and Article of Association.

b)          Last 3 years Tax Clearance Certificate

c)           Detailed Company profile

d)          Possession of experience as a Prime Supplier in at least five (5) projects of similar nature and complexity with verifiable letter of contract award and certificates of job completion within the last 5 years (to comply with this requirement, works quoted should be at least 70% physically completed). Evidence of at least 2 No, completed similar projects in the last 3years of each value not less than N50million.

e)           Having liquidity and/or evidence of access to or availability of confirmed credit facilities of not less than N50, 000,00.00 (Fifty Million Naira) from a reputable Bank

f)            For JVs include MOU.

g)           Evidence of registration with ARCON or COREN or ICCON and IPAN

h)          Full accounts details including SORT code

i)             Evidence of pension and Social security Contribution

j)             Possession of satisfactory Quality Assurance/ Quality Control Manual

k)          Having annual Auditors Report in construction works of at least Nl00million (One Hundred million, Naira only) value in any of the last 3years;

l)             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 Three Million Naira (N3million), Non compliance will lead to disqualification.

3.0     COLLECTION OF TENDER DOCUMENTS

3.1  Qualified companies shall on application collect (Standard Bidding Documents Technical and financial), from 12nooo Monday June 7, 2010 from Office of the Director, (Procurement)

Federal Ministry of Water Resources,

Block A, Room 202, Old Secretariat, Area 1, Gorki, Abuja. upon the presentation of evidence of payment of non-refundable tender fee of N30,000.00 Into the Ministry’s account as follows;

Account Name:   Federal Ministry of Water Resources,

Account Number.         6115107794

Bank:                            Zenith Bank Plc

Abmadu Bello Way Garki 2, Abuja.

The Request for proposal (RFP) for projects under (A) will be collected at no cost

4.0     SUBMISSION OF BIDS

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

The Office of the Director Procurement

Federal Ministry of Water Resources

Federal Secretariat Stock A Room 202, Area 1 Garki, Abuja.

4.2     The closing date for the submission for all the project is on or before 12.00noon Monday July 5, 2010.

4.3     Technical bids will be opened same day by 1,00p.m. at the Ministry’s Conference Room Area 1 Garki, Abuja.

4.4     Only firms whose technical bids fulfill the minimum requirements would have their financial bids considered.

4.5     All inquiries should be directed to:

The Director, Water Supply Quality Control & Inspectorate

Federal Ministry Water Resources

Federal Secretariat Block A Room 230, Area 1 Garki, Abuja.

5.0     DISCLAIMER AND CONCLUSION

5.1     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 concession services.

5.2     The Ministry will not be responsible for any costs or expenses incurred by any interested party (ies) In connection with any response to this invitation and or the preparation or submission in response to an inquiry.

5.3     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 any reason thereof.

SIGNED

Amb. (Dr.) Godknows Boladei Igali, OON.

Permanent Secretary

Federal Ministry of Water Resources.

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