Procurement Summary
Country : Nigeria
Summary : Partnership for Expanded Water, Sanitation and Hygiene (PEWASH)
Deadline : 07 Oct 2019
Other Information
Notice Type : Tender
TOT Ref.No.: 35849313
Document Ref. No. :
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Tenders are invited for Partnership for Expanded Water, Sanitation and Hygiene (PEWASH).
3.0 ELIGIBILITY REQUIREMENTS:
3.1 The Ministry, in compliance with the provisions of the Public Procurement Act, 2007 and the Public Procurement Regulations for Works, Goods and Services, will carry out pre- qualification/shortlisting of companies/consultants that respond to this advertisement based on the following requirements;
(i) Verifiable Evidence of Certificate of Registration with Corporate Affairs Commission (CAC) including Form CAC2 and Form CAC7;
(ii) Evidence of current Tax Clearance Certificate for the last three years (2016, 2017 & 2018); valid till 31 December, 2019; with minimum average turnover of (N250, 000, 000) Two Hundred and Fifty Million Naira Only for LOT B ONLY;
(iii) Evidence of current Pension Compliance Certificate valid till 31st December, 2019;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2019;
(v) Evidence of current National Social Insurance Trust fund (NSITF) Compliance Certificate (2019) valid till 31st December, 2019;
(vi) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers; by submission of the Interim Registration Report (IRR)Expiring by 1a January, 2020 or valid Certificate issued by BPP;
(vii) Sworn Affidavit:
• disclosing whether or not any officer of the relevant committees of the of the Federal Ministry of Water Resources or the Bureau of Public Procurement 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 Partner/Director has been convicted in any country for criminal offences related to fraudulent or corrupt practices, or criminal misrepresentation or falsification of facts relating to any matter;
• that the company does not at the time of this bid have any existing loan or financial liability with a bank, other financial institutions or third party that is classified as doubtful, non performing, bad or whose repayment portion has been outstanding for the last three (3) months;
• that all submitted documents are GENUINE AND UP TO DATE;
(viii) Unabridged Company’s Audited Annual Report for the immediate past three (3) years (2016, 2017 &2018);
(ix) For joint ventures/partnership, Memorandum of Understanding (MoU) should be provided (all the eligibility requirements are compulsory for each JV Partner);
*Proposal must be paginated and items required above to be arranged in the order of sequence as listed.
3.2 SPECIFIC REQUIREMENTS FOR EVALUATION
In addition to the requirements stipulated in 3.1, bidders are to fulfil the under listed requirements:
FOR ALL LOTS
(a) Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional Qualifications (in case of construction: COREN, QSRBN, ARCON, CORRON etc.);
(b) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates and Job Completion Certificates and Photographs of the projects;
( c) List of Plants/Equipment with verifiable evidence of proof of ownership and/or lease (where applicable) required for the successful execution of the project;
( d) Evidence of financial capability by submission of letter of reference from a reputable Commercial Bank in Nigeria, indicating commitment to fund the project when awarded;
( e) Verifiable Evidence of Certificate of the Firm’s Registration with relevant professional body e.g. COREN/QSRBN/ARCON/CORBON/SURCON etc. FOR Lot C ONLY:
( f) All document 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 by the Corporate Affairs Commission (CAC), contact address, telephone number (preferably GSM No.) and E-mail address. The letter headed papers must bear the names and nationalities of the directors of the companies at the bottom of the page duly signed by the authorized officer of the firm.
ADDITIONAL REQUIREMENTS FOR PROJECTS UNDER LOT B – PRE- QUALIFICATION FOR LARGE INFRASTRUCTURAL WATER PROJECTS
LOCAL CONTENT
(a) Indicate the quantum of verifiable employment to be generated stating projected numbers and specialties for skilled (Professional) and unskilled (Non professional) Manpower;
( b) Submit verifiable key Management positions that are Nigerian Nationals and the percentage of the company’s total workforce that will be beneficial to youth employment and community development in Nigeria.
( c) Submit a plan on how to give first consideration to services provided from within Nigeria, raw materials and manufactured goods of Nigerian origin in line with the requirements of Nigerian Content.
ADDITIONAL REQUIREMENTS FOR LOTS B1 LOT B4
( a) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates and Job Completion Certificates and Photographs of the projects;
(b) Bidders must have an average annual turnover of (N250, 000, 000.00) Two Hundred and Fifty Million Naira, only (as evidenced in Tax Clearance Certificate) in the last three (3) years (2016, 2017 and 2018).
( c) Bidders must have in their Project Team, a Project Manager with a minimum qualification of a BSc Degree/HND in Civil Engineering and at least 15 years’ experience in works similar nature and complexity as the proposed contract.
( d) The Key Personnel with qualifications and experience required for the projects shall be as follows:
• 2 Civil/Water Engineers with BSc Degree of equivalent and 10 years’ experience in works of similar nature and complexity as the proposed project;
• 2 Mechanical/Electrical Engineers with BSc Degree of equivalent and 10 years’ experience in works of similar nature and complexity as the proposed project;
• 1 Process Engineers with BSc Degree of equivalent and 10 years’ experience in works of similar nature and complexity as the proposed project;
• 1 Land Surveyor with BSc Degree of equivalent and 10 years’ experience in works of similar nature and complexity as the proposed project.
( e) List of Plant/Equipment with verifiable evidence of proof of ownership and/or lease (where applicable) required for the projects are as follows:
• Construction Equipment including: Excavators, Dump trucks, Crane, Bulldozers, Dril l wagons. Graders and Form work
• Minimum of 2 sets of Civil, Mechanical and Electrical test equipment and 2 sets of Mechanical and Electrical toolkits
• Minimum of 2 site generators, minimum of 2 site pumps and transport vehicles.
( f) 2% Bid Security is required for all projects in this category.
( g) Bidders with two (2) or more ongoing projects with the Ministry, of similar nature and complexity as the proposed project need not apply.
ADDITIONAL REQUIREMENTS FOR LOTS B5 LOT B9
( a) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates and Job Completion Certificates and Photographs of the projects
( b) Bidders must have an average annual turnover of (N250, 000, 000.00) Two Hundred and Fifty Million Naira, only (as evidenced in Tax Clearance Certificate) in the last three (3) years (2016, 2017 and 2018).
( c) Bidders must have in their Project Team, a Project Manager with a minimum qualification of a BSc Degree/HND in Civil Engineering and at least 15 years’ experience in works similar nature and complexity as the proposed contract.
( d) 2% Bid Security is required for all projects in this category.
( e) Bidders with two (2) or more ongoing projects with the Ministry, of similar nature and complexity as the proposed project need not apply.
4.0 COLLECTION OF TENDER DOCUMENTS FOR LOT A – INVITATION TO TENDER (WORKS AND GOODS)
Interested Companies are to collect the Standard Bidding Document (SBD) from the Office of the Director of Procurement, Federal Ministry of Water Resources, Block B, 1st floor, Room 102, New office Extension, Old Secretariat, Area 1,
Garki Abuja, on evidence of payment of a non-refundable fee of N10, 000.00 (Ten Thousand Naira) only, per Lot, paid into the Federal Ministry of Water Resource’s Remita Account 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 FOR LOT A INVITATION TO TENDER (WORKS AND GOODS)
Prospective bidders are to submit bid for each of the lot desired, two (2) hard copies each of the technical and financial bids with softcopy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter put the two sealed envelopes together in a bigger sealed envelope addressed to the Permanent Secretary, Federal Ministry of Water Resources, Old Secretariat, Area 1, Garki, Abuja, and clearly marked with the Name of the Project and the 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 7, October, 2019.
6.0 OPENING OF BID DOCUMENTS FOR LOT A INVITATION TO TENDER (WORKS AND GOODS)
Technical Bids will be opened immediately after the deadline for the submission by 12.00 noon on Monday 7, October, 2019 at the Ministry’s Court Yard, Area 1, Garki Abuja, in the presence of Bidders or their representatives, while the Financial Bids will be kept unopened. Please ensure that you sign the Bid Submission Register at the address stated in 4.0 above, as the Ministry will not be held liable for misplaced or wrongly submitted bids.
7.0 SUBMISSION OF BID DOCUMENTS FOR LOTS B AND C (PRE QUALIFICATION AND ExPRESSION OF INTEREST)
Prospective Bidders are to submit Pre-qualification and Expression of Interest documents for each desired Lot in two (2) hard copies each of the Technical Bids Packaged in Sealed envelopes and clearly marked as “Technical Bids” and addressed to the Permanent Secretary, Area 1, Garki, Abuja, and clearly marked with the name of the Project and the 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 Mondayl6’h September, 2019.
8.0 OPENING OF BID DOCUMENTS FOR LOTS B AND C PRE- QUALIFICATION AND ExPRESSION OF INTEREST
Technical Bids submitted for Pre-qualification and Expression of Interest (Eol) will be opened immediately after the deadline for submission By 12.00 noon on Monday, 16 September, 2019 at the Ministry’s Court Yard, Area 1, Garki Abuja, in the presence of Bidders or their representatives. Please ensure that you sign the Bid Submission Register at the address stated in 4.0 above, as the Ministry will not be held liable for misplaced or wrongly submitted bids.
9.0 PAYMENT FOR TENDER DOCUMENTS FOR LOTS B AND C PRE- QUALIFICATION AND ExPRESSION OF INTEREST
Interested Bidders for Lots B and C (Pre qualification and Expression of Interest) are requested to pay a Tender Fee of N10, 000.00 (Ten Thousand Naira) only, after pre-qualification. This is for the collection of Financial Bid Documents and Request for Proposal (RFP). This payment is to be made into the Federal Ministry of Water Resource’s Remita Account in any Commercial Bank. (The TSA Account Number is to be obtained from the Ministry’s Central Pay Office.
10.0 ADDITIONAL INFORMATION
(i) Bids and Expression of Interest (Eol) must be in English Language and signed by an official authorize by the bidder.
(ii) Bids and Expression of Interest Submission would be returned unopened.
(iii) Bidders should not bid for more than two (2) Lots in a Category (i.e A Invitation to Tender, B Pre-qualification, C Consultancy);
(iv) Pre-qualified Bidders for Category A will be contacted at a later date for Financial Bid Opening while Bids of unsuccessful bidders will be returned unopened;
( v) Shortlisted arid Pre-qualified bidders for Categories B & C respectively, will be contacted at a later date for collection of Tender Documents;
(vi) 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;
(vii) Non-Compliance with the conditions stated therein will lead to automatic disqualification of the bidder from the bidding process.
(viii) The Federal Ministry of Water Resources is not bound to Pre-qualify any bidder and reserves the right to annul the Procurement Process at any time without incurring any liabilities in accordance with Section28 of the Public Procurement Act, 2007.
(ix) For further enquiries, please contact Procurement Department between 10.00 a.m. to 3.00 pm (Mondays Fridays) at the following address:
Federal Ministry of Water Resources, Is’ Floor, Room 106, New Office Extension, Old Federal Secretariat, Area 1, Garki Abuja
(x) A verification of Procurement Documentation may be carried out where Contractors, Suppliers and Service Providers maybe required to present the original copies of their CAC, VAT, PENCOM, TAx, ITF, FRCN, NSITF Certificates and may thereafter refer any/all to the relevant Security Agencies and issuing bodies for verification.
(xi) All bidders are to use their Company’s Letter Heads papers in all correspondences for this procurement bearing the followings:
• Corporate Affairs Commission (CAC) Registration Number;
• Phone Number (s); and
• Names of Board of Directors of the Company
11.0 DISCLAIMER AND CONCLUSION:
(i) This advertisement shall not be construed as a commitment on the part of the Ministry to award any or all of the above listed projects;
(ii) The Ministry will not be responsible for any costs or expenses incurred by any Bidder in connection with the preparation of their documents;
(iii) The Ministry is not bound to shortlist any bidder and reserve the right to annul the selection process at any time without incurring any liabilities to any Bidder.
SIGNED
EKARO COMFORT C. (MRS)
PERMANENT SECRETARY
Documents
Tender Notice