PRE-QUALIFICATION OF CONTRACTORS /INVITATION FOR TENDERS FOR WORKS, GOODS AND EXPRESSION OF INTEREST (EOI)

FEDERAL MINISTRY OF ENVIRONMENT

HYDROCARBON POLLUTION REMEDIATION PROJECT (HYPREP)

No 8 Ken Saro Wiwa Road,

Port Harcourt, Rivers State, Nigeria.

               

PRE-QUALIFICATION OF CONTRACTORS /INVITATION FOR TENDERS FOR WORKS, GOODS AND EXPRESSION OF INTEREST (EOI)

  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, Consultants and Service Providers for Procurement of Works, Goods and Services under its 2023 Budget.

2. SCOPE OF WORKS/GOODS/SERVICES                                                                           The projects to be undertaken are as summarized in the following tables:

2.1 CATEGORY A: WORKS

S/NLOT NOPROJECT TITLE
 HYP/W/2023/01Prequalification for Construction of Windmill Powered Water Schemes
 HYP/W/2023/02Prequalification for Construction of Water Scheme at K-Dere
 HYP/W/2023/03Prequalification for Procurement and Installation of Solar Power System at Phase 1 Water Project Schemes in Ogoniland.
      4HYP/W/2023/04Procurement and Installation of Data Centre Equipment
      5HYP/W/2023/05Procurement of Data Management and Repository Project

2.2      CATEGORY B: GOODS

S/NLOT NOPROJECT TITLE
  HYP/G/2023/01 Procurement of Desktop Computers
  HYP/G/2023/02 Procurement of Laptop Computers
 HYP/G/2023/03Procurement of Field Data Capturing device
 HYP/G/2023/04Procurement of Personal Protective Equipment (PPEs)
 HYP/G/2023/05Procurement of Field Equipment and Accessories
 HYP/G/2023/06Procurement of Photocopiers
 HYP/G/2023/07Procurement of Work Safety Materials for SCAT  (A & B)
 HYP/G/2023/08Prequalification for Procurement of Environmental Surveillance and Monitoring Equipment.

2.4      CATEGORY C: Expression of Interestfor Consultancy and Non-Consultancy Services

S/NLOT NOPROJECT TITLE
 HYP/C/2023/01Engagement of External Auditors
 HYP/C/2023/02Engagement of Consultant for Accounting and Tax Matters
 HYP/C/2023/03Socio-Economic Study of Ogoniland
 HYP/C/2023/04Training for Specialised Skill (Seafarers)
 HYP/C/2023/05Training for Specialised Skill (Mechatronics)
 HYP/C/2023/06Training for Specialised Skill (Creative Skills)
 HYP/C/2023/07Training for skills on sustainable electricity distribution for the Ogoni Power Project
 HYP/C/2023/08Provision of Cleaning Services for PCO Headquarters
  • Pre-Qualification /TENDER/ EXPRESSION OF INTEREST REQUIREMENTS

All submissions are to be attached with the underlisted documents:

  1. Company Data:
    1. Company name
    1. Business address (not P.O. Box)
    1. Name and phone number (must be capable of receiving text messages) of primary contact person
    1. Email address
  2. Evidence of Incorporation/Registration issued by the Corporate Affairs Commission (CAC) including Form CO2 and Form CO7).
  3. Evidence of Current Income Tax Clearance Certificate for the last three (3) years valid till 31st December 2023. 
  4. Evidence of current PENCOM Compliance Certificate valid till 31st December 2023.
  5. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2023.
  6. Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2023.
  7. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) not expiring before 31st December 2023 or valid certificate issued by BPP;
  8. For Category B (Goods), items 2 and 3: Evidence of Firm’s Current registration with NITDA.
  9. For Category C (Services): Evidence of Firm’s Current registration with relevant Regulatory Professional Body(ies) such as Centre for Management Development, NITDA/CPN, ICAN/ANAN COREN, etc.
  10. Company’s audited accounts for the last three years (2020, 2021 & 2022), with minimum average turnover of NGN500 million for HYP/G/2023/08(Environmental Surveillance and Monitoring Equipment). 
  11. Evidence of experience in similar works/services.
  12. Evidence of ownership of relevant equipment or lease agreement (For category A only).
  13. Evidence of financial capability to execute the project including reference letter from a licensed reputable commercial bank indicating willingness to provide credit facility for the execution of the project.
  14. Company profile with complete curriculum vitae of key professional staff to be deployed on the project, detailing their experience and expertise relevant to the assignment, current contact information (telephone and email address), and copies of academic qualifications, professional registration certificates and current practice licenses.
  15. Affidavit disclosing:
  16. whether any officer of the relevant committees of HYPREP 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.
  17. 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.
  18. 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.
  19. attesting that all information presented in the bid are correct and authentic.
  20. For Joint Venture/Partnership, Memorandum of Understanding (MOU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR and Sworn Affidavit are compulsory for each Joint Venture Partner); and
  21.  All documents for submission must be transmitted with a Covering/Forwarding Letter under the Company’s/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 Number), and E-mail Address. The Letter Headed 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 Company.

4.0      COLLECTION OF BIDDING DOCUMENTS

ForCategory A (Items; 4 & 5) and Category B (Items 1 to 7), 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 the Remita E-Collection Account/TSA of HYPREP in any reputable Commercial Bank in Nigeria.

5.0        PREPARATION OF PRE-QUALIFICATION AND EXPRESSION OF INTEREST DOCUMENTS

For Category A (Items 1, 2 & 3) Category B (Item 8) and Category C, bidders are required to prepare two (2) hard copies and One (1) soft copy of the Pre-Qualification/ Expression of Interest Documents, 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 authorized by the company/Firm.

6.0      SUBMISSION OF TENDER DOCUMENTS:

For category A (Items 1 to 3), Category B (Item 8) and Category C, bidders are to submit two (2) hard copies of technical documents enclosed in a separate sealed envelope (clearly marked Technical Original and Duplicate), while bidders for Categories A (Items 4 and 5) & B (Items 1 to 7) are to submit two (2) hard copies of technical documents enclosed in a separate sealed envelopes (clearly marked Technical Original and Duplicate), and Financial Bid documents in another envelope (marked Financial Original and Duplicate). The two separate envelopes shall 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.

Prequalification documents – Category A (Items 1, 2 & 3), Category B (Item 8) and Expression of Interest (EoI) – Category C  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 4th October 2023 while, documents for works and goods: Categories A (Items 4 & 5) and B (Items 1 to 7) are to be submitted on or before 12.00 noon on Wednesday 1st November, 2023.

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.

7.0      OPENING OF TECHNICAL BIDS

Prequalification documents – Category A (Items 1, 2 & 3), Category B (Item 8) and Expression of Interest (EoI) – Category C  documents will be opened immediately after the deadline for submission at 12.00 noon on Wednesday 4th October, 2023 at HYPREP Conference Hall, Ground Floor, No. 8, Ken Saro wiwa Road, Port Harcourt, Rivers State, while, only the technical bids of works and goods (Categories A Items 4 & 5 and B Items 1 to 7) will be opened immediately after the deadline for submission at 12.00 noon on Wednesday 1st November, 2023 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:+2348050879408, 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.org, hyprep.procurement@hyprep.gov.ng.

8.0      NOTE:

  •  HYPREP will not be liable for any failure or disqualification arising from the provision of incorrect or illegible information/documents;
  • Note that documents/information must be arranged and submitted in the sequence/order as listed above;
  •  Documents submitted after the deadline for submission will be returned unopened;
  • All costs related to the preparation and submission of document will be borne by Applicants;
  • Shortlisted/Successful Prequalified bidders will be contacted later and issued instructions for collection of Requests for Proposals (RFPs);
  • HYPREP is not bound to 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;
  • HYPREP shall verify any or all documents and claims made by Bidder and shall disqualify any Bidder whose claims are found to be false;
  • 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.

All clarifications and additional information sort by bidders will be posted on HYPREP website www.hyprep.gov.ng

Signed:

Project Coordinator

Hydrocarbon Pollution Remediation Project (HYPREP)

                                                                                                             

Scroll to Top