Invitation for Pre-qualification/Expression of Interest for the Project Under the 2013 Appropriation at Federal Ministry of Water Resources

Federal Republic of Nigeria

Federal Ministry of Water Resources

Invitation for Pre-qualification/Expression of Interest for the Project Under the 2013 Appropriation of the Ministry 

1.0     Introduction

1.1.    This publication supersedes the earlier publication in the Punch and The Guardian of Monday, 6th May 2013 and the Federal Tenders Journal of Tuesday, 7th May 2013 respectively.

1.2     The Federal Ministry of Water Resources through its Departments intends to carry out procurement of the various projects under its 2013Appropriation

1.3     The Ministry therefore, wishes to invite pre-qualification/expression of interest documents from competent bidders for the following projects under the Ministry’s 2013 Appropriation.

i.        Lot 1:         Water Supply Consultancy

a)       The scope under this lot includes feasibility study, design and production of the Bills of Engineering Measurement and Evaluation (BEME) and supervision of Urban, Semi-Urban and Rural Water Supply works;

(b)     Zonal Consultancy Services for Management and Supervision of Nationwide    Rural Water Supply Projects:

(c)      Census of Water Points in the 774 LGAs of the Federation (Nationwide)

ii.       Lot 2: Water Supply Work.

The   scope   of works   under   this  lot   includes   mobilization   to   site,   site   clearing,   and construction of trunk main and associated structures, water treatment plants, solar powered motorized borehole, water rehabilitation projects at the following locations:

(a)  Fugar Water Supply Scheme:

(b) Implementation of Owena/Akure Water Trunk Main and Associated Structures:

(c)  Nguru / Potiskum Water Supply Scheme:

(d) Nembe Water Supply Scheme:

(e)  Abraka University Water Supply Treatment Plant:

(f)   Solar Powered Boreholes for Primary/Secondary Schools Nationwide;

(g)  Silga Water Supply Scheme;

(h) Ekeremo Water Supply Scheme;

(i)    Rehabilitation/Expansion and Development of Aguata Water Supply Scheme;

(j)    Solar Powered Boreholes Nation Wide:

(k) Umunakanu Town Water Supply Project. Ehime Mbano, Imo State;

(l)    Construction of Abonnema Water Supply Scheme:

(m)  Construction of Solar Powered motorized Borehole in Urhiomwon LGA. Edo State;

(n) Construction  of  Solar  Powered   Borehole  with  Standard  Overhead  Tank  in  Ikoro-Ekiti, Ijero LGA, Ekiti State;

(o) Solar Powered Borehole for Markets Nation Wide;

(p) Ubulu Okiti Water Supply Scheme;

(q) Construction of Talata Mafara Water Supply Treatment Plant;

(r)   Ministerial Intervention in Emergency Projects in Water:

(s)  Ministerial  Intervention   for  the   Disaster  Risks  Management  in  Water  Resources Nationwide,

(t)   Rehabilitation of Dysfunctional Boreholes Nationwide.

iii.      Lot 3: Dams and Reservoirs Operation Consultancy.

The scope of works under this lot includes feasibility study, design and production of the Bills of Engineering Measurement (BEME), preparation / production of required tender documents and construction (Engineering) supervision of Dams works at the following locations:

(a)     Study, design and production of the Bills of Engineering Measurement and Evaluation (BEME), preparation / production of required tender documents for Lafia/Zigau earth dam at Shira LGA, Bauchi State:

(b)     Study,   design   and   production   of   the   Bills  of   Engineering   Measurement   and Evaluation   (BEME),   preparation   /   production   of   required   tender   documents   for Ugene Ehaje earth dam at Ohimini LGA. Benue State:

(c)      Study,   design   and  production   of  the   Bills  of   Engineering   Measurement  and Evaluation   (BEME),   preparation   /   production   of   required   tender  documents  for Irawo small earth dam in Shaki West LGA, Oyo State:

(d)     Study, design and production of the Bills of Engineering Measurement and Evaluation (BEME), preparation / production of required tender documents for Kwal dam and hydropower in Plateau State;

(e)      Engineering Supervision of Ibusa Small Earth Dam in Oshimilli North LGA, Delta State

iv. Lot 4:    Dams and Reservoirs Operation Work.

The scope of works under this lot includes mobilization to site, site clearing, construction of embankment, fitters. spillway, intake and conveyance structure and any other works that may be specified in the tender documents at the following location:

 

(a)              Construction of Ibusa small earth dam in Oshimili North LGA, Delta State.

v. Lot 5:     Irrigation and Drainage Consultancy.

The scope of works under this lot includes feasibility study, design and production of the Bills of Engineering Measurement (BEME) and Supervision of irrigation and drainage works at the following locations:

(a)     Borkin Ladi Irrigation Project;

(b)    Sepeteri Irrigation Project;

(c)      Duku Lade Irrigation Project:

(d)     Longkat Irrigation Project;

(e)      Rehabilitation of Expansion of Jibiya Irrigation Scheme by 1000Ha;

(f)      Isapa Irrigation Project:

(g)     Fuwukari Irrigation Project

vi. Lot 6: Irrigation and Drainage Work.

The scope of works under this lot includes mobilization to site, site clearance, irrigation, drainage and land reclamation works at the following locations:

(a)     Kano River Irrigation Project;

(b)     Ejule-Ojebe Irrigation Project;

(c)      Sepeteri Irrigation Project;

(d)     Duku Lade Irrigation Project;

(e)      Longkat Irrigation Project;

(f)      Rehabilitation of Expansion of Jibiya Irrigation Scheme by 1000Ha;

(g)     Barkin Ladi Irrigation Project.

vii. Lot 7:   Water Quality Control Work.

Procurement of Laboratories Equipment Chemicals and Reagents for Water Quality works:

(a)     Laboratory Chemicals / Reagents

(b)    Laboratory Equipment:

(i)     Palintest Photometer 7100 and associated reagents 5Nos

(ii)     GPS Geoexplorer 3000 series-5Nos

(iii)    Multi 3420 Digital Ph /meter -5Nos.

2.0     Eligibility Criteria:

Bidders are to provide the following as minimum prequalification requirement for the project of their choice

2.1     For Consultancy Services

a)       Evidence of  registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of incorporation: Article of Association: up to date Annual Returns: form CO2: and form CO7.

b)      The Company must show evidence of the following:

i.        Tax Clearance Certificate for the last 3 years (2010, 2011 & 2012) with the Company tax Identification of ITF Number (TIN)

ii.       Evidence of ITF Clearance Certificate

iii.      Evidence of Pencom registration and Clearance Certificate

c)       Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last ten (10) years with verifiable letters of contract award and certificates of job completion.

d)      Evidence of financial capability (Statement of Account or Turnover and reference letter from a reputable bank.

e)      Minimum turnover for lot 1,3,5 ,& 7 is N100,000.000.00

f)      Minimum credit facility for lots 1, 3, 5 & 7 is N200,000,000.00

g)      For joint Venture, include Memorandum of Understanding.

h)      Evidence of registration with relevant regulatory professional bodies such as ARCON, COREN, ICCON or IPAN, etc.

i)       Possession of satisfactory Quality Assurance/Quality Control Manual

j)       Evidence of qualification of key staff and their registration with the relevant         regulatory professional bodies.

k)      Provide Annual Auditors Report for the last 3 years (2010, 2011 & 2012).

NB: Original of documents 2.1(a-k) above must be produced for sighting on request /during the opening session. Please Note that Submission of Fake Documents is a Fraudulent practice which is punishable under the Relevant Laws. All companies will be assessed strictly on proofs of documents submitted

2.2 For Goods:

a)       Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of incorporation: Article of Association: up to date Annual Returns: form CO2: and form CO7.

b)      The Company must show evidence of the following:

i.        Tax Clearance Certificate for the last 3 years (2010, 2011 & 2012) with the Company tax Identification of ITF Number (TIN)

ii.       Evidence of ITF Clearance Certificate

iii.      Evidence of Pencom registration and Clearance Certificate

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 certificates of job completion.

d)      Evidence of financial capability (Statement of Account or Turnover) and reference letter from a reputable bank.

e)      For joint Venture, include Memorandum of Understanding.

f)      Possession satisfactory Quality Assurance/ Quality Control Manual

g)      Provide Annual Auditors Report for the last 3 years (2010, 2011 & 2012).

NB:

Original of documents 2.2 (a-h) above must be produced for sighting on request / during the opening session. Please Note that Submission of Fake Documents is a Fraudulent practice which is Punishable under the relevant Laws. All companies will be assessed strictly on proofs of documents submitted

2.3     For Goods:

a)       Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of incorporation: Article of Association: up to date Annual Returns: form CO2: and form CO7.

b)      The Company must show evidence of the following:

i.        Tax Clearance Certificate for the last 3 years (2010, 2011 & 2012) with the Company tax Identification of ITF Number (TIN)

ii.       Evidence of ITF Clearance Certificate

iii.      Evidence of Pencom registration and Clearance Certificate

c)       Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last ten (10) years with verifiable letters of contract award and certificates of job completion.

d)      Evidence of financial capability (Statement of Account or Turnover) and reference letter from a reputable bank.

e)      Minimum turnover for lot 2,4,6 ,& 8 is N300,000,000.00

f)      Minimum credit facility for lots 2, 4, 6 & 8 is N500,000,000.00

g)      Evidence of verifiable list of major construction Equipment and facilities including registration numbers, location (where they can be inspected) and remark on whether these are owned, hired or leased.

h)      For joint Venture, include Memorandum of Understanding.

i)       Possession of satisfactory Quality Assurance/Quality Control Manual

j)      Provide Annual Auditors Report for the last 3 years (2010, 2011 & 2012).

NB:

Original of documents 2.3 (a-h) above must be produced for sighting on request / during the opening session. Please Note that Submission of Fake Documents is a Fraudulent practice which is Punishable under the relevant Laws. All companies will be assessed strictly on proofs of documents submitted.

3.0     Collection of Pre-qualification/Expression of Interest Documents

3.1     Qualified companies shall on written application collect prequalification  Documents Prequalification/Expression of Interets, from

Office of the Director, (Procurement)

Federal Ministry of Water Resources.

Block A, Room 202

Old Secretariat, Area 1. Garki, Abuja.

4.0     Submission of Documents

4.1     Completed Prequalification/Expression of Interest documents shall be submitted two (2) sets of hard copy and One (1) Electronic copy in compact disk and Microsoft office format) in on envelope and labeled “Technical” with Project category and “Lot Number” at the top right hand corner: addressed to and submitted at:-

The Office of the Director, (Procurement)

Federal Ministry of Water Resources

Federal Secretariat Mock A, Room 202,

Area 1, Garki, Abuja.

4.2     The closing date for submission in respect of all projects is on or before 12.00noon on Monday 1st July 2013.

4.3     Prequalification and Expression of interest will be opened same day by 1.00p.m. at the Ministry’s Conference Room.

4.4     Only firms whose prequalification and expression of interest documents fulfill the minimum requirements would be considered for the next stage.

4.5     All inquires should be directed to:

The Director, Procurement

Federal Ministry Water Resources

Federal Secretariat Block A Room 201,

Area 1, Garki, Abuja.

5.0     Contracts of small values for goods, works and services (small assignments / Consultants) will be advertised on the notice board of the Ministry from time to time based on needs.

6.0     Disclaimer and Conclusion

6.1     This announcement is published for Information purposes only and does not constitute an offer by 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.

6.2     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.

6.3     The Ministry is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabillies and assigning any reason the roof.

Signed:

Baba Umar Faruk, OON,

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