THE FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF WATER RESOURCES (FMWR)
INVITATION FOR TENDERS AND EXPRESSION OF INTEREST (EoI)
TENDER PACKAGE NO. – FMWR/PROC/2021/001
The Federal Government of Nigeria has provided funds in the 2021 Appropriation for the Federal Ministry of Water Resources. The Ministry, in pursuance of its Mandate, desires to utilise part of the funds to procure Goods, Works and Services in various parts of the Country.
2.0 To this end, experienced and reputable Suppliers, Contractors and Consultant/Service Providers are hereby invited to tender for the under-listed projects:
S/N | LOT NO | PROJECT TITLE |
CATEGORY A – GOODS | ||
1. | FA/IA/GD/01:03 | Procurement of Computers: Hardware and Software |
2. | WQ/GD/01 | Procurement of Office Equipment |
3. | ID/GD/01 | Supply of Irrigation Water Pump for Agriculture (Wp20x) to Jigawa North West Senatorial District, Jigawa State |
4. | HR/GD/01 | Procurement of Hi-tech ICT Equipment for Human Capacity Development |
5. | LU/GD/01 | Acquisition of Legal Equipment: Legal Books, Journals etc |
CATEGORY B – WORKS | ||
1. | ID/WK/01 | Construction of Micro Irrigation Project at Selected Sites in Kebbi and Kano States |
2. | WQ/WK/01 | Renovation Works at National Water Quality Reference Laboratory, Zawanciki, Kano State. |
3. | WQ/WK/02 | Construction of Tube Well and Installation of Water Treatment Plant at the National Water Quality Laboratory, Enugu, Enugu State |
4. | WQ/WK/03 | Renovation at the National Water Quality Reference Laboratory, Maiduguri, Borno State |
5. | WQ/WK/04 | Partnership for Expanded Water, Sanitation and Hygiene: Construction of Hygiene and Sanitation Facilities |
6. | WQ/WK/05 | Construction of Sanitation and Hygiene Facilities in IDPS and North East |
7. | WQ/WK/06 | Construction of Sanitation and Hygiene Facilities in Institutions; Schools and Health Centres |
8. | WQ/WK/07 | Construction of Sanitation and Hygiene Facilities in Some Public Places Such as Markets, Transport Hubs, Parks, etc. |
9. | WQ/WK/08 | Construction of Open Defecation (ODF) Campaign Sanitation and Hygiene Facilities in Public Places in the Six Geo-Political Zones |
10. | WRPTSS/WK/01 | Establishment of Electronic Data Management System |
11. | WRPTSS/WK/02 | Printing of NCWR and other documents |
12. | WS/WK/01 | Rehabilitation/Upgrading of Water Supply Scheme at Aminu Kano Teaching Hospital, Kano, Kano State |
13. | WS/WK/02 | Rehabilitation and Upgrading of Water Supply Schemes at Federal University of Health Science, Otukpo, Benue State |
14. | WS/WK/03 | Rehabilitation/Upgrading of Water Supply Scheme at the Nigerian Law School, Lagos Campus |
15. | WS/WK/04 | Rehabilitation/Upgrading of Water Supply Scheme at National Institute for Security Studies Bwari, Abuja |
16. | WS/WK/05 | Rehabilitation/Upgrading of Small Towns Water Supply Schemes in Demsa, Song and Toungo Towns in Adamawa State |
17. | WS/WK/06 | Rehabilitation/Upgrading of Small Towns Water Supply Schemes in Ekakpamre and Owhologbo Towns in Delta State |
18. | WS/WK/07 | Rehabilitation/Upgrading of Small Towns Water Supply Schemes in Erio, Ilasa/Ikun/Araromi, Ipao and Ipole-Iloro Towns in Ekiti State |
19. | WS/WK/09 | Construction of Solar Powered Boreholes in Joerose CSS, Nkpologu, Uzo-Uwani LGA, Enugu North Senatorial District, Enugu State |
20. | WS/WK/10 | Ministerial Water Supply Intervention for Disaster Risk Management Jigawa North West, Jigawa State |
21. | WS/WK/11 | Ministerial Water Supply Intervention for Disaster Risk Management Jigawa North East, Jigawa State |
22. | WS/WK/12 | Special Intervention for North East and IDPS – Provision of Portable Water |
23. | WS/WK/13 | Construction of Water Supply Facilities in Some Federal Establishments (Prisons, Police, Army, Immigration, Customs & NSCDC Barracks) Nationwide |
24. | WS/WK/14 | Construction of Solar Powered Boreholes for Schools, Motor Parks, Markets and Villages Across Iseyin, Itesiwaju Kajola, Iwajowa Federal Constituency Oyo State |
CATEGORY C – CONSULTANCY | ||
1. | DRO/CON/01 | Study and Design of Datsin Hausa Dam |
2. | DRO/CON/02 | Study and Design for the Rehabilitation and Desilting of Sabke Dam |
3. | DRO/CON/03 | Study and Design of Jemadu Retention Dam, Warawa LGA, Kano State |
4. | DRO/CON/04 | Study and Design of Nafrl Dam, Giri, FCT |
5. | FA/CON/01 | Development and Deployment of E-Vote Book Accounting Software |
6. | GS/CON/01 | Provision of Cleaning Services for the Federal Ministry of Water Resources (Block A) |
7. | GS/CON/02 | Provision of Cleaning Services for the Federal Ministry of Water Resources (Blocks B & C) |
8. | ID/CON/01 | Study and Design for the Dredging and Construction of Water Control Gate (Dual Valve) for Irrigation in Yobe State |
9. | ID/CON/02 | Study and Design for Micro Irrigation Project at Selected Sites for the Promotion of Gender/women participation in Irrigated Agriculture for Food Security (Birnin Kebbi, Kebbi State & Yola, Adamawa State) |
10. | ID/CON/03 | Study and Design Review for the Rehabilitation of Jibia Irrigation and Water Supply Project in Jibia, Katsina State. |
11. | ID/CON/04 | Consultancy Service for the Study and Design for the Expansion of Duku-Lade Irrigation Project |
12. | ID/CON/05 | Study and Design for the Construction of Road, Flood and Erosion Control: (SECTION 1) Odonget-Lotuni Stream Section, Obubra LGA, Cross River State |
13. | ID/CON/06 | Study and Design for the Expansion of Adani Irrigation Project in Uzo-Uwani LGA, Enugu State |
14. | ID/CON/07 | Study and Design for Rehabilitation and Expansion of Kampe Irrigation Project, Kwara State |
15. | SD/CON/01 | Consultancy Services for the Development of Climate Change Information Model for the Hydrological Area 5 |
16. | WRPTSS/CON/01 | Engagement of Electronic Document Management System (EDMS) for the Digitization of Ministry’s Files and Records |
17. | WS/CON/01 | Study and Design of Water Supply Scheme at Uturu Isiukwuato LGA, Abia State |
18. | WS/CON/02 | Study and Design of Water Supply at Okpella, Edo State |
CATEGORY D – PRE-QUALIFICATION | ||
1. | DRO/WK/01 | Completion (Rehabilitation) of the Inyishi Dam Project, Imo State |
2. | ID/WK/02 | Supply and Installation of Tube Wells and Water Pumps in Kebbi State |
3.0 ELIGIBILITY REQUIREMENTS:
Interested and competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the projects listed under the above four (4) Categories are required to submit the following documents in their Technical Proposals. Failure to fulfill any of the under-listed requirements shall render a bid, disqualified:
-
- Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7;
- Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2021; with Minimum Average Annual Turnover as stated in the Tender Documents for each Lot in Categories B & D;
- Evidence of current Pension Clearance Certificate valid till 31st December, 2021;
- Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2021;
- Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2021;
- Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2021 or valid Certificate issued by BPP;
- Sworn Affidavit disclosing whether or not any officer of relevant committees of the Federal Ministry of Water Resources or Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars;
- Company’s Audited Account for the last three (3) years, 2018, 2019, 2020;
- Reference Letter from a reputable Commercial Bank indicating willingness to provide credit facility for the execution of the project when needed;
- Company Profile with Curriculum Vitae of relevant Key Staff to be deployed for the projects, including copies of their Academic/Professional Qualifications (e.g. COREN, ARCON, CORBON, SURCON, QSRBN, etc. for Categories B & D );
- Verifiable evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
- List of Plants/Equipment with Proof of Ownership/Lease for Categories B & D – Works;
- For Category C – Consultancy Services: Evidence of Firm’s registration with relevant regulatory professional body(ies) such as COREN, ARCON, CORBON, QSRBN, EHORECON for Cleaning Services etc.
- For Supply of Equipment: Letter of Authorization from Original Equipment Manufacturers (OEMs)’
- For all projects related to Computers: Evidence of current registration/accreditation with Computer Professionals Council of Nigeria and National Information Technology Development Agency (NITDA);
- For Joint Venture/Partnership: Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, National Social Insurance Trust Fund (NSITF), IRR and Sworn Affidavit are compulsory for each Joint Venture Partner)
- All documents for submission must be transmitted with a Covering/Forwarding Letter under the Company/Firm’s Letter Headed Paper bearing amongst others, the Registration Number (RC) as issued to the Companies by the Corporate Affairs Commission (CAC), Contact Address, Telephone Numbers (preferably GSM Numbers), and valid e-mail address. The Letter Headed Paper must bear the Names and the Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the Company; and
- Note that the documents should be arranged and submitted in the order as listed above and clearly separated by dividers and paginated.
4.0 COLLECTION OF BID DOCUMENTS
Categories A & B (Goods and Works):
Interested Companies are to collect the Standard Bidding Document (SBD) from the Ministerial Tenders Board Secretariat, Federal Ministry of Water Resources, Room 114, New Building, Old Federal Secretariat, Area 1 – Garki, Abuja, on evidence of payment of a non-refundable Tender fee of N10,000.00 (Ten Thousand Naira) only, per Lot, paid into the TSA of the Federal Ministry of Water Resources, in any Commercial Bank. (The TSA Account Number is to be obtained from the Ministry’s Central Pay Office).
5.0 SUBMISSION OF TENDER DOCUMENTS
5.1 Categories A & B – Goods and Works:
Prospective Bidders are to submit bid for each of the Lot desired, two (2) hard copies of the Technical Bid and two (2) hard copies of Financial Bid (including soft copy of Financial Bid in MS Excel format), packaged separately in sealed envelopes and clearly marked ‘Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger envelope addressed to the Permanent Secretary, Federal Ministry of Water Resources, Old Federal Secretariat, Area 1 – Garki, Abuja, and clearly marked with the Name of the Project and Lot Number. Furthermore, the reverse of each sealed envelope should have the name and address of the Bidder and should be deposited in the Tender Box at the address in 4.0 above, not later than 12:00 noon on Monday, 21st June, 2021.
5.2 Category C – Expression of Interest:
Interested Firms are to submit two (2) bound copies of Expression of Interest (EoI) documents, separated by dividers. The documents should be submitted in a sealed envelope and addressed to the Permanent Secretary, Federal Ministry of Water Resources, Old Federal Secretariat, Area 1 – Garki, Abuja, and clearly marked with the Name of the Project and Lot Number. Furthermore, the reverse of each sealed envelope should have the name and address of the Bidder and should be deposited in the Tender Box at the address in 4.0 above, not later than 12:00 noon on Monday, 14th June, 2021.
5.3 Category D –Pre-Qualification
Prospective Bidders are to submit Pre-Qualification documents in two (2) hard copies each of the Technical Bids packaged in a sealed envelope and clearly marked as “Prequalification Documents”, and addressed to the Permanent Secretary, Federal Ministry of Water Resources, Old Federal Secretariat, Area 1 – Garki, Abuja, clearly marked with the Name of the Project and Lot Number. Furthermore, the reverse of the sealed envelope should have the name and address of the Bidder and should be deposited in the Tender Box at the address in 4.0 above, not later than 12:00noon on Monday, 14th June, 2021.
6.0 OPENING OF DOCUMENTS
6.1 Categories A & B – Goods and Works:
Only technical Bids will be opened immediately after the deadline for submission at 12:00 noon on Monday, 21st June, 2021, at the Conference Room, Federal Ministry of Water Resources, Old Federal Secretariat, Area 1 – Garki, Abuja, while the Financial Bids will be kept unopened.
6.2 Category C – Expression of Interest:
Expression of Interest (EoI) documents will be opened immediately after the deadline for the submission at 12:00 noon on Monday, 14th June, 2021, at the Ministry’s Conference Room, Federal Ministry of Water Resources, Old Federal Secretariat, Area 1 – Garki, Abuja.
6.3 Category D –Pre-Qualification
The Pre-Qualification documents will be opened immediately after the deadline for submission at 12.00noon on Monday, 14th June, 2021, at Ministry’s Conference Room, Federal Ministry of Water Resources, Old Federal Secretariat, Area 1 – Garki, Abuja.
7.0 GENERAL INFORMATION
-
- Bids and Expressions of Interest must be in English Language and signed by an official authorised by the bidder;
- Bids and Expressions of Interest documents submitted after the deadline for submission would be rejected and returned unopened;
- Bidders should not bid for more than two (2) Lots in all the Categories combined and violators shall be disqualified;
- For Lots GS/CON/01 and GS/CON/02 (Provision of Cleaning Services), Bidders shall bid for either of the two. Violators shall be disqualified.
- Category A & B: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
- Shortlisted bidders for Categories C & D, will be contacted at a later date for collection of Tender Documents/Request for Proposals;
- Bid Document can also be collected in soft copies and Bidders can submit through Post (Courier) provided the Bid is received before submission deadline;
- Further details on the Specific Locations of the projects are as specified in the Bidding Documents and each shall be evaluated and awarded as separate Lot/Project as indicated;
- All costs will be borne by the bidders as the Ministry will not be held responsible for any cost or expenses incurred by any interested party(ies) in connection with any response to this invitation;
- Non-compliance with the Conditions stated herein will lead to automatic disqualification of the bidder from the bidding process;
- Contractors/Service Providers who have worked for the Ministry and have history of poor performance, abandonment or prolonged contract execution/extension need not apply as they will be disqualified;
- Presence of Members of the public and bidders or their representatives shall not be required during the bid opening ceremonies in compliance with COVID-19 Guidelines. The Bids Opening will be covered by video recording (link will be sent to bidders) in the presence of two (2) credible persons, one (1) person each representing a Private Sector Professional Body and Civil Society Organization in the areas of Anti-Corruption/Transparency;
- The Ministry is not bound to pre-qualify/shortlist any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act 2007;
- For further enquiries, please contact Procurement Department between 9.00 am to 3.30 pm (Mondays – Fridays) at the following address:
Federal Ministry of Water Resources,
Ministerial Tender Board Secretariat,
Old Federal Secretariat,
Room 114, New Building, Area 1 – Garki,
E-mail – procurement_fmwr2021@yahoo.com
(Tel :+234 09134777770)
Signed
Permanent Secretary