
FEDERAL MINISTRY OF ENVIRONMENT
HYDROCARBON POLLUTION REMEDIATION PROJECT (HYPREP)
No 8 Ken Saro Wiwa,
Port Harcourt, Rivers State, Nigeria.
PREQUALIFICATION OF CONTRACTORS/INVITATION FOR TENDERS FOR WORKS, GOODS AND EXPRESSION OF INTEREST (EoI) FOR CONSULTANCY AND NON-CONSULTANCY SERVICES
- 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, Goods and Services under its 2025 Budget as below;
S/N | LOT NO. | PROJECT TITLE |
CATEGORY A – WORKS | ||
1. | HYP/W2/2025/1 | Construction and Furnishing of Six (6) Nos Classroom with Toilets for Ekporo |
2. | HYP/W2/2025/2 | Construction of 1km Centre of Excellence for Environmental Restoration (CEER) Access Road |
3. | HYP/W2/2025/3 | Access Road to HYPREP Project Sites |
CATEGORY B – GOODS | ||
4. | HYP/G2/2025/4 | Procurement of 4 No. Hilux for officials of CEER |
5. | HYP/G2/2025/5 | Procurement of GIS Field Equipment |
6. | HYP/G2/2025/6 | Procurement of Laptops |
7. | HYP/G2/2025/7 | Provision of Support Items to 600 Pupils in 5 Primary Schools in Gokana LGA |
8. | HYP/G2/2025/8 | Provision of Support Items to 600 Pupils in 5 Primary Schools in Khana LGA |
9. | HYP/G2/2025/9 | Provision of Support Items to 600 Pupils in 5 Primary Schools in Eleme LGA |
10. | HYP/G2/2025/10 | Provision of Support Items to 600 Pupils in 5 Primary Schools in Tai LGA |
CATEGORY C – CONSULTANCY/NON-CONSULTANCY SERVICES | ||
11. | HYP/C2/2025/11 | Installation, Calibration. Training on REMSCAN |
12. | HYP/C2/2025/12 | Engagement of business Consultants for the training of beneficiaries of HYPREP Business Support Program (New, Nano, Small and Medium Scale Business owners and Cooperatives) across Ogoniland. |
13. | HYP/C2/2025/13 | Design and Programming of UI/UX for Litigation database |
14. | HYP/C2/2025/14 | Design and Programming of UI/UX for FOI database |
15. | HYP/C2/2025/15 | Agri-skill Enhancement and Empowerment of Ogoni Communities on Commercial, Climate-smart and Sustainable Agriculture along Cassava, Rice, Mushroom, Rabbitry, Snailery, Aquaculture and Agroforestry Value Chains for Food Security |
16. | HYP/C2/2025/16 | Retainer for Expert Photogrammetry Mapping and Survey Consultant |
- ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC1.1 or CAC2, CAC2.1 and CAC7;
b. Evidence of the Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025;
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025;
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or a valid Certificate issued by BPP.
g. 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;
h. Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024;
i. Reference Letter from a reputable Commercial Bank in Nigeria, 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.
k. 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;
l. 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);
m. Bidders must ensure that all EoI/tender documents are duly signed.
n. 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 Number), and e-mail address. The Letterhead paper must bear the names and nationalities of the company’s directors at the bottom of the page and be duly signed by the chief executive or an authorized officer of the Firm.
o. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company’s/Firm’s Letterhead 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 company/firm.
3.0 COLLECTION OF BID DOCUMENTS – (CATEGORY B, ITEMS 4 TO 11)
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 account details below:
Account Name : Hydrocarbon Pollution Remediation Project
Bank : Keystone Bank
Account Number : 1012136002
3.1 SUBMISSION OF TENDER DOCUMENTS – (CATEGORY B, ITEMS 4 TO 11),
Prospective bidders are to submit two (2) hard copies of technical documents enclosed in a separate sealed envelope (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 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,
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 on Wednesday, 25th June 2025. 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 submissions.
3.2 OPENING OF TENDER DOCUMENTS – (CATEGORY B)
Technical bids (Invitation to Tender) will be opened immediately after the submission deadline on on Wednesday, 25th, June 2025 in the Conference Room of the Hydrocarbon Pollution Remediation Project (HYPREP) No. 8, Ken Saro Wiwa Road, Port Harcourt, Rivers State.
4.0 SUBMISSION OF PREQUALIFICATION AND EXPRESSION OF INTEREST (EoI) DOCUMENTS – (CATEGORY A AND CATEGORY C)
Prospective bidders are required to prepare two (2) hard copies and One (1) soft copy of the Prequalification documents (Category A) and Expression of Interest (EoI) documents (Category C) with the necessary information/documents arranged in the order in which they appear in 2 above, with dividers to separate each section, and with each sheet duly signed and paginated.
All submissions must be in English 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 on Wednesday, 11th June 2025.
4.1 OPENING OF EXPRESSION OF PREQUALIFICATION AND EXPRESSION OF INTEREST (EoI) DOCUMENTS – (CATEGORY A AND CATEGORY C)
The documents will be opened immediately after the submission deadline at 12:00 noon on Wednesday, 11th June 2025, at the HYPREP Conference Hall, Ground Floor, No. 8, Ken Saro Wiwa Road, Port Harcourt, Rivers State.
All enquiries are to be directed to the Head of Procurement through the following contact details: Phone Number: +2348148426448, Room 107/108, No. 8, Ken Saro Wiwa Road, Port Harcourt, Rivers State or via the HYPREP’s official email address: procurement@hyprep.org or hyprep.procurement@hyprep.gov.ng.
5.0 NOTE:
a. HYPREP will not be liable for any failure or disqualification arising from the provision of incorrect or illegible information/documents;
b. Note that documents/information must be arranged and submitted in the sequence/order as listed above.
c. Documents submitted after the deadline for submission will be returned unopened.
d. The Applicants will bear all costs related to the preparation and submission of the document.
e. HYPREP shall verify any or all documents and claims made by Bidder and shall disqualify any Bidder whose claims are found to be false.
f. 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.
g. 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; an invitation link will be sent to the bidder who chooses to join the bid opening online.
h. Only pre-qualified bidders who passed the technical evaluation will be invited at a later date to collect the tender documents.
i. 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 under section 28 of the Public Procurement Act, 2007.
Signed: Project Coordinator
Hydrocarbon Pollution Remediation Project (HYPREP).