
HYDROELECTRIC POWER PRODUCING AREAS DEVELOPMENT COMMISSION (HYPPADEC)
INVITATION TO TENDER FOR SPECIAL INTERVENTION PROJECT
1. INTRODUCTION
The HYDROELECTRIC POWER PRODUCING AREAS DEVELOPMENT COMMISSION (HYPPADEC) is a Federal Government Agency that was passed into law in the year 2010 (ACT, 2020, No 87 of 2010), charged with the responsibility of managing the Ecological menace to the operation of Dams; and for related matters.
The commission, in order to effectively deliver on its mandate, is hereby collaborating with the Niger State Government through the Niger State Water Board and Sewage Corporation and the Kebbi State Government through the Kebbi State Water Board, for the rehabilitation and upgrading of urban water scheme in the two major towns resettled as a result of the construction of Kaniji Dam.
2. THE PROJECTS:
A. Rehabilitation and Upgrade of New Bussa Water Works, Niger State
B. Rehabilitation and upgrade of Yauri Water Works, Kebbi State
PROJECT A
NEW BUSSA WATER WORKS REHABILITATION AND EXPANSION PROJECT
Lot 1 | Rehabilitation of intake pump and high lift stations |
Lot 2 | Supply of project vehicles |
Lot 3 | Rehabilitation of laboratory equipment, filter units and electrification of new booster station |
Lot 4 | Construction of 10000M3 Braithwaite galvanized steel tank |
Lot 5 | Supply of water treatment chemicals I |
Lot 6 | Supply of water treatment chemicals II |
Lot 7 | Expansion of 7Km distribution network of booster station |
Lot 8 | Rehabilitation of 3km distribution network , reservoir maintenance, General maintenance and spare parts |
Lot 9 | Renovation of structures and perimeter fencing |
PROJECT B
YAURI WATER WORKS REHABILITATION AND EXPANSION PROJECT
Lot 1 | Rehabilitation of water intake sedimentation, aeration tanks and high lift pump station in Yauri water works |
Lot 2 | Supply of water treatment chemicals I |
Lot 3 | Supply of water treatment chemicals II |
Lot 4 | Rehabilitation of clean water reservoir, backwash overhead tanks and reservoir cleaning |
Lot 5 | Expansion of distribution network I |
Lot 6 | Arrange to relocate pipeline in the following sokoto road-go slow |
Lot 7 | Extension of distribution network II GRA-UTABE Road |
Lot 8 | Rehabilitation of area manager office complex |
Lot 9 | Construction of additional sedimentation tank at intake plant |
Lot 10 | Construction and commission of 2No 1000m3 braitwait galvanized steel tanks |
Lot 11 | Provision of 20mm Di Rising Mains, Gravity Mains 150mm pipes and all accessories of 2 No 1000m3 Braitwait galvanized steel tanks |
Lot 12 | Provision of project vehicles and supplies |
3. ELIGIBILITY REQUIREMENTS
The following requirements shall be submitted:
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC1.1 or CAC2 and CAC7.
b) Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till 31st December 2022; with minimum average annual turnover of N150 million.
c) Evidence of Pension Clearance Certificate valid till 31st December, 2022 (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, 2022 (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, 2022;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate issued by BPP;
g) Sworn affidavit disclosing whether or not any officer of the relevant committees of the Hydroelectric Power Producing Areas development Commission 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;
h) Company’s Audited Accounts for the last three years (2018, 2019, 2020);
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, QSRBN, 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) List of plants/Equipment with proof of ownership/Lease.
m) 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 AND SUBMISSION OF TENDER DOCUMENTS
Interested companies are to collect their tender documents from the Kebbi State Water Board and/or Niger State Water Board and Sewage Agency.
The completed documents are to be submitted in two (2) bound of Expression of Interest (EOI) separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope 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 drop it in the designated tender box at the following locations:
i. Procurement unit, Niger State Water Board and Sewage Corporation, Nnamdi Azikwe Road, Western By-pass, Minna Niger state, Bosso, Niger State.
ii. Procurement Unit, Kebbi State Water Baord, Murtala Muhammed Road, Birnin Kebbi, Kebbi State. The documents should be submitted not later than 12:00 noon on Monday 19th December, 2022.
5. BIDS OPENING
Technical bids will be opened immediately after the deadline for submission at 12:00 noon on Monday 19th December, 2022.
GENERAL INFORMATION
a. The commission shall verify all the claims made by the applicants and shall disqualify any company whose claims are found to be false in addition to other sanctions that may be deemed necessary
b. Bidders who worked for the commission of Niger or Kebbi State or other and have a history of poor performance, abandonment, termination and/or prolonged contract execution period need not apply as their bids shall be excluded from the process in line with section 16(8) (b) of the PPA, 2007
c. All cost incurred in responding to this advertisement shall be borne solely by the bidders;
d. This advertisement to tender shall not be construed to be a commitment on the part of commission to award a contract to any bidder.
e. The commission is not bound to pre-qualify/shortlist 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.
f. All enquiries are to be directed to:
The Acting Head (Procurement) HYPPADEC,
Abdulsalam Abubakar Way, Minna,
Niger State
Signed
Managing Director HYPPADEC