INVITATION TO TENDER AND INVITATION FOR PREQUALIFICATION

INVITATION TO TENDER AND INVITATION FOR PREQUALIFICATION

No 8 Ken Saro Wiwa Road,

Port Harcourt, Rivers State, Nigeria.

  1. BACKGROUND

As part of its commitment towards implementation of the recommendations of the United Nations Environment Programme (UNEP) Report, on Environmental Assessment of Ogoniland, the Hydrocarbon Pollution Remediation Project (HYPREP) of the Federal Ministry of Environment wishes to procure the services of suitably qualified and experienced Contractors for Works and Goods under its 2024 Budget.

2. SCOPE OF WORKS/GOODS                                                                                                    

The projects to be undertaken are as summarized in the following tables:

2.1 CATEGORY A: INVITATION TO TENDER (WORKS)

S/NLOT NO.PROJECT TITLE
1.HYP/W/2024/01Construction of 160M asphalt access road for the Cottage Hospital in Buan, Khana LGA
2.HYP/W/2024/02Provision and Installation of 30KVA Solar Energy in K-Dere Health Centre
3.HYP/W/2024/03Provision of Document Storage Space (2-Portacabins)

2.2   CATEGORY B: INVITATION TO TENDER (GOODS)

S/NLOT NOPROJECT TITLE
4.HYP/G/2024/04Procurement and Installation of 30KVA Solar Power Systems in additional Health Care Centres in Ogoniland
5.HYP/G/2024/05Upgrade of the Data Management & Repository System to accommodate Environmental Information Management
6.HYP/G/2023/07Procurement of GIS Tools for mapping exercise
7.HYP/G/2023/08Provision of Educational Support Materials to selected pupils in Ogoniland

CATEGORY C: INVITATION FOR PRE-QUALIFICATION (WORKS)

S/NLOT NO.PROJECT TITLE
8.HYP/W/2024/09Procurement and Installation of Medical Equipment and Furniture in Cottage Hospital, Buan, Khana LGA
9.HYP/W/2024/10Renovation of the Admin block of K-Dere Health Centre.
10.HYP/W/2024/11Construction of hostel block in K-Dere Health Centre.
11.HYP/W/2024/12Provision and Installation of Medical equipment at the K-Dere Health Centre
12.HYP/W/2024/13Fencing of Ogoni Specialist Hospital
13.HYP/W/2024/14Provision and Installation of additional laboratory/radiology equipment and supplies, laboratory infrastructure in another 4 facilities in the 4 local Government Areas in Ogoniland (Bodo General Hospital, Taabaa, Nonwa and Onne Primary Health Care Facilities in Ogoniland)
14.HYP/W/2024/15Construction of 4 Nos 2-bedroom flats for Doctors and Nurses at Cottage Hospital, Buan in Khana LGA
  • ELIGIBILITY REQUIREMENTS
  • Evidence of Certificate of Incorporation issued by the 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, 2024; with minimum average annual turnover of N500 million for Lots 1, 9 & 10;
  • 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);
  • 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);
  • Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2024;
  • 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.
  • Sworn Affidavit:
  • disclosing whether or not any officer of the relevant committees of the Hydrocarbon Pollution Remediation Project of the Federal Ministry of Environment 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 Director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
  • that the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings;
  • Company’s Audited Accounts for the last three (3) years -2021, 2022 & 2023;
  • Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
  • 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, QSRBN, ARCON, CORBON etc.;
  • Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
  • Works: List of Plants/Equipment with proof of Ownership/Lease Agreement;
  • Health & Medical Equipment: Letter of Authorisation from the Original Equipment Manufacturers listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria;
  • For Supply of other Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
  • For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, 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 transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head 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 Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

4.0   COLLECTION OF BID DOCUMENTS (INVITATION TO TENDER)

Prospective Bidders are requested to collect Bidding Documents from the Office of the Head Procurement, Room 107/108, Hydrocarbon Pollution Remediation Project No. 8, Ken Saro Wiwa Road, Port Harcourt, Rivers State, upon presentation of payment of non-refundable Tender fee of N10,000.00 (Ten Thousand Naira) only, per Lot, paid into Hydrocarbon Pollution Remediation Project’s TSA in any reputable Commercial Bank in Nigeria.

5.0   SUBMISSION OF TENDER DOCUMENTS (INVITATION TO TENDER)

Prospective bidders are to submit two (2) hard copies of technical documents enclosed in a separate sealed envelopes (clearly marked Original and Duplicate), and Financial Bid in another envelope (marked Original and Duplicate). The two separate envelopes are to be enclosed in another sealed envelope clearly marked “Invitation to Tender stating the “Lot No” and Project Title, Company Name, and addressed to:

The Project Coordinator, Hydrocarbon Pollution Remediation Project
No. 8, Ken Saro Wiwa Road, Port Harcourt, (Formerly Stadium Road)
Rivers State.

The envelopes are to be delivered by hand and deposited at the designated tender box(es) at the Conference Room of the Hydrocarbon Pollution Remediation Project, No.8 Ken Saro Wiwa Road, Port Harcourt, Rivers State, not later than 12:00 noon of Wednesday, 4th September, 2024.

Furthermore, each envelope should bear the same Name and address of the bidder on the reverse side. Bidders should ensure that they sign the Bid Submission Register, as HYPREP will not be held liable for misplaced or inappropriate submission.

5.0   SUBMISSION OF PRE-QUALIFICATION DOCUMENTS (CATEGORY C)

Prospective bidders are required to prepare two (2) hard copies and One (1) soft copy of the Pre-Qualification with the required information/documents arranged in the order in which they appear in 3 above, with dividers to separate each section, and with each sheet duly signed and paginated.

All submissions must be in English language and signed by an official authorised by the Company/Firm. Prequalification documents are to be delivered by hand and deposited at the designated tender box(es) at the Conference Room of the Hydrocarbon Pollution Remediation Project, No.8 Ken Saro Wiwa Road, Port Harcourt, Rivers State, not later than 12:00 noon of Wednesday, 21st August 2024.

6.0   OPENING OF PRE-QUALIFICATION DOCUMENTS AND TECHNICAL BIDS

The Prequalification documents will be opened immediately after the deadline for submission at 12:00 noon of Wednesday, 21st August 2024 at HYPREP Conference Hall, Ground Floor, No. 8, Ken Saro Wiwa Road, Port Harcourt, Rivers State, while, and technical bids (Invitation to Tender) will be opened immediately after the deadline for submission at 12:00 noon of Wednesday, 4th September, 2024, in the Conference Room, Hydrocarbon Pollution Remediation Project (HYPREP) No. 8, Ken Saro Wiwa Road, Port Harcourt, Rivers State.

All enquiries are to be directed to the Head (Procurement) through; Phone Number:+2348055959941, Room 107/108, No. 8, Ken Saro Wiwa Road, Port Harcourt, (Formally Stadium Road) Rivers State. or via the HYPREP’s official e-mail provided at procurement@hyprep.gov.ng

7.0   NOTE:

  1. HYPREP will not be liable for any failure or disqualification arising from the provision of incorrect or illegible information/documents;
  2. Note that documents/information must be arranged and submitted in the sequence/order as listed above;
  3.  Documents submitted after the deadline for submission will be returned unopened;
  4. All costs related to the preparation and submission of document will be borne by Applicants;
  5. HYPREP shall verify any or all documents and claims made by Bidder and shall disqualify any Bidder whose claims are found to be false;
  6. Bidders should not bid for more than two (2) Lots;
  7. This advertisement shall not be construed as a commitment on the part of HYPREP to issue a request for proposals and/or award of contract to any Bidder, nor shall it entitle any Bidder to make any claim of indemnity from HYPREP.
  8. The Technical Bids will be opened in the presence of Bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and Private Professional bodies; and will be covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online;
  9. Invitation to Tender: 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
  10. Invitation for Pre-qualification: Only pre-qualified bidders at technical evaluation will be invited at a later date for collection of tender documents;
  11. The HYPREP is not bound to pre-qualify/shortlist any Applicant and reserves the right to annul the procurement process at any time without incurring any liability in accordance with section 28 of the Public Procurement Act, 2007.

Signed:

Project Coordinator,        

Hydrocarbon Pollution Remediation Project (HYPREP)                                                                                             

Scroll to Top