Background Image

NIGERIA HYDROLOGICAL SERVICES AGENCY, ABUJA-

INVITATION TO TENDER AND EXPRESSION OF INTEREST FOR THE EXECUTION OF 2024 APPROPRIATION

FEDERAL REPUBLIC OF NIGERIA
NIGERIA HYDROLOGICAL SERVICES AGENCY, ABUJA
FEDERAL MINISTRY OF WATER RESOURCES
INVITATION TO TENDER AND EXPRESSION OF INTEREST FOR THE EXECUTION OF 2024 APPROPRIATION

1. INTRODUCTION
The Federal Government of Nigeria has allocated funds to the Nigeria Hydrological Services Agency (NIHSA), in the 2024 appropriation for the execution of its projects so that the mandate of the agency can be achieved. Accordingly, the agency wishes to invite reputable contractors with relevant proven competence and expertise to submit tenders for the execution of the following projects:

2. SCOPE OF WORKS/GOODS

CATEGORY A (GOODS)

LOT NOPROJECT TITLELOCATION
Lot 1Equipment of water factory in Oguta in Imo West Senatorial DistrictImo State
 CATEGORY B (WORKS) 
Lot 2Provision and installation of solar powered street lights in liabor and Idiobior Quarters in Igbodo of Ika North East, Delta StateDelta State
Lot 3Erosion control and roads works in Amorke to Egbuma in Orlu West and Oguta LGA, Imo West Senatorial District (Wep4)Imo State
Lot 4Construction of solar powered boreholesImo State
Lot 5Motorized borehole in selected communities in Imo West Senatorial DistrictImo State
 CATEGORY C (CONSULTANCY) 
Lot 6Public Awareness/Workshop for youth on fight against Illicit Drugs/Narcotics and Rape. 

Details of locations are as contained in the bid documents.

3. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the under listed requirements to be eligible in this procurement process;
a) Evidence of Certificate of Registration issued by Corporate Affairs Commission (CAC) including forms CAC1.1, CAC2 & CAC7. Business name with form BN1 is also acceptable for consultancy services;
b) Evidence of Company’s Income Tax Clearance Certificates (or personal income tax certificate where acceptable for the last three (3) years valid till 31st December 2024;
c) Evidence of Pension Clearance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 15 and above).
d) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2024;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP;
g) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the National Hydrological Services Agency or Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
• That no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
• That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
h) Company’s Audited Accounts for the last three years (2021, 2022 & 2023);
i) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
j) Company’s profile with the curriculum Vitae of key staff to be deployed for the project, including copies of their academic/professional qualifications such as COREN, QSDRBN, ARCON, CORBON etc;
k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards, valuation certificates, job completion certificates and photographs of the projects;
l) For supply of equipment: letter of authorization as representatives of the Original Equipment Manufacturers (OEMs);
m) Consultancy services: Evidence of firm’s registration with relevant regulatory professional body such as MDCN etc;
n) Works: List of plants/equipment with proof of ownership/lease agreement;
o) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA)
p) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
Note: All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head paper must bear the Names and Nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS (GOODS & WORKS)
Interested companies are to collect the Standard Bidding Documents (SBD) from the procurement unit of the Agency with evidence of payment of non-refundable tender fee of N10, 000.00 per lot, paid into the Nigeria Hydrological Services Agency’s Remita account in any reputable commercial bank in Nigeria.

5. SUBMISSION OF TENDER DOCUMENTS (GOODS & WORKS)
Prospective bidders are to submit two (2) hard copies each of the technical and financial bids with softcopy of the financial bid in MS Excel format, packaged separately in sealed and clearly marked as “Technical Bid” and “Financial Bid”. Thereafter, the two sealed envelopes should be put together in a bigger sealed envelope addressed to the DG, NIHSA and clearly marked with the name of the project and the lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated tender Box at the procurement unit not later than 12:00 noon on Wednesday, 8th May, 2024.

6. SUBMISSION OF EOI
Interested firms in services are to submit the Expression of Interest (EOI) for each of the lot desired, in three (3) hard copies each (one original & two copies). The EOI should be addressed as indicated above and submitted not later than 12:00 noon Wednesday, 8th May, 2024.

7. OPENING OF EOI & TECHNICAL BIDS
The EOI and the technical will be opened in the presence of observers after the deadline for submission of all bids at 12:00 noon Wednesday, 8th May, 2024 in the Agency’s conference room in presence of bidders or their representatives, while the financial bids will be kept un-opened. Please, ensure that you sign the EOI/Bid Submission register in the office of the procurement unit as NIHSA will not be held liable for misplaced or wrongly submitted bids.

8. GENERAL INFORMATION
a. EOIs/Bids must be in English Language and signed by an official authorized by the bidders
b. EOIs/Bids submitted after the deadline for submission would be returned un-opened.
c. Bidders should not bid for more than two (2) lot;
d. All cost will be borne by the bidders;
e. The EOIs/technical bids will be opened in the presence of CSOs and professional bodies and covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online;
f. Goods & works: Only pre-qualified bidders at technical evaluation will be invited at later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
g. Consultancy services: only shortlisted applicants at EOI’s evaluation will be invited at a later date for collection of Request for Proposal; and
h. The Nigeria Hydrological Services, Agency is not bound to prequalify 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

SIGNED
THE DIRECTOR GENERAL
NIGERIA HYDROLOGICAL SERVICES, AGENCY

Tags
admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights