Invitation for Technical and Financial Proposals at Federal Ministry of Water Resources

Federal Republic of Nigeria

Federal Ministry of Water Resources

 

Invitation for Technical and Financial Proposals for Internally Generated Revenue Survey for the River Basin Development Authorities (RBDAs) in Nigeria

 

1.0     Introduction

 

1.1     The Federal Ministry of Water Resources through its Department of River Basin Operations and Inspectorate intend to engage Consultants to conduct Internally Generated Revenue Survey (IGRS) for the River Basin Development Authorities in the six (6) geo-political zones.

 

1.2     The Ministry therefore, wishes to invite technical and financial proposals from competent bidders to carry out the survey.

1.3     The proposals should be prepared by the consultants guided by the following terms of reference which include:

i.        Conduct a detailed desk study on the IGR from 2010 2013 for each of the River Basin Development Authority.

ii.       Compute the total annual generated fund (TAGF).

iii.      Identify possible sources of IGR for each of the River Basin Development Authority based on its assets, projects and programmes.

iv.      Identify shortfall and gaps in the IGR Potential and Actual.

v.       Design a template/ questionnaire to be administered to all River Basin Development Authorities to collect comprehensive information on:

a.       IGR generation potential from their programmes

b.       IGR currently generated by their programmes

c.       Mode of collection of the IGR

d.       Gaps identified and challenges in each of the River Basin Development Authority

e.       Level of Utilization of the IGR and remittances to government

vi.      Coordinate the activities of in-house officers of the Ministry that will administer the questionnaires to the River Basin Development Authorities.

vii.     Collect and collate the returns of the questionnaires for analysis and interpretations.

viii.    Prepare River Basins Development Authorities specific returns on its current IGR potential.

ix.      Make recommendations on how the River Basin Development Authorities can improve on their IGR potentials and

x.       The consultant is expected to submit three (3) sets of hard copy and one electronic copy of the report on quarterly basis and the final comprehensive report in 12 months effective from the date the agreement is finalized with the Ministry

 

2.0     Eligibility Criteria:

Competent Bidders are to provide the following as minimum prequalification requirement.

 

a)       Evidence of registration with Corporate Affairs Commission (CAC) by inclusion Certificate of Incorporation; Article of Association: up to date Annual Returns: form C02; and form C07.

b)      The Company must show evidence of the following:

i.        Tax Clearance Certificates for the last 3 years (2010, 2011 & 2012) with the Company Tax Identification 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 of N 10,000,000.00

g)       For Joint Venture, include Memorandum of Understanding.

h)      Evidence of registration with relevant regulatory professional bodies such as CITICAN, ANAN, etc.

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

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

 

NB:   Original of documents 2.1 (a-j) 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 Prequalification/Expression of Interest Documents

 

3.1     Qualified companies shall on written application and payment of non refundable tender fee of N10, 000 (Ten Thousand Naira) only and obtain a treasury receipt from the Accounts and Finance department collect Request for Proposal /Expression of Interest, from

 

Office of the Director, (Procurement)

Federal Ministry of Water Resources,

Block A, Room 202

Old Secretariat, Area 1, Gorki, Abuja.

 

3.2     Payments of the non-refundable application/tender fee of N10, 000 (Ten Thousand Naira only) must be made into the Ministry’s account as follows:

 

Federal Ministry of Water Resources

Guaranty Trust Bank Plc

Account Number: 0023649139

 

4.0     Submission of Proposals

4.1     Completed Technical and Financial proposals (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 proposals” and “Financial proposals” 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 12.00 noon on Monday, 23rd September, 2013.

 

4.2     Technical and Financial proposals will be opened same day by 1.00p.m at the Ministry’s Conference Room.

4.3     Only firms whose proposals fulfill the minimum requirements would be considered.

 

5.0     Enquiries:

5.1     All enquiries on this advertisement are to be directed to:

The Director,

River Basins Operation & Inspectorate,

Federal Ministry of Water Resources,

Block A, Old Secretariat, Area 1,

Garki, Abuja.

 

6.0     Disclaimer and Conclusion

6.1     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.

 

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 liabilities and assigning any reason thereof.

 

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