Contractors Needed at the Federal Ministry of Water Resource(FMoMR) for the Operation, maintenance and management of the Guara Phase 1, 30MW Hydropower Plant, Kaduna State, Nigeria.

Posted by Rodney on Tue 18th Jul, 2017 - nigeriantenders.com


The Federal Ministry of Water Resource ("FMoWR" or "the Ministry") hereby request for contractors to tender bids for the Operation, maintenance and management of the Guara Phase 1, 30MW Hydropower Plant, Kaduna State, Nigeria.




The Federal Ministry of Water Resource ("FMoWR" or "the Ministry") in partnership with The Federal Ministry of Power Works and Housing("FMPW&H") and in collaboration with Infrastructure Concession Regulatory Commission ("ICRC") hereby request for expressions of interest for the Operation, Maintenance and Management of the Gurara Phase 1,30 MW Hydropower Plant, Kaduna State, Nigeria.

Project Brief

The Ministry is set to engage a world-class Power Sector Operator/Investor("Prospective Bidder") to operate, maintain and manage the Gurara Phase 1; 30MW Hydropower Plant ("the Plant"). The Gurara Hydropower Plant was completed in 2011 and is attached to Gurara Dam that is situated 75km from the FCT.

Objective
The overall objective of the project is to procure a Concessionaire (Operator/Investor) with the technical and financial capabilities to operate, maintain and manage the Plant for optimum power generation all year round,

Eligibility Requirements:
Mandatory Requirements
All firms in a consortium MUST provide evidence of the following statutory documents obtained locally or from the country of origin
Verifiable Evidence of Certificate of Registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of Incorporation of the firm or firms within the consortium;
  • Verifiable Evidence of current Tax Clearance Certificate for the last three years (2014, 2015 & 2016) and Returns to the respective authorities in countries of operation/origin for the last three years;
  • Verifiable Evidence of Compliance with the Industrial Training Fund Amendment Act,2011 by inclusion of Compliance Certificate from the Industrial Training Fund (ITF) for (2017) of the firm or firms within the consortium;
  • Verifiable Evidence of Compliance with Pension Reform Act 2004, by inclusion of Compliance Certificate from the National Pension Commission (PENCOM) for 2017 of the firm or firms within the consortium;
  • Verifiable Evidence of registration on the National Database of Contractors, Consultants and Service Providers with the Bureau of Public Procurement (BPP)’ by submission of the Interim Registration Report (IRR) as evidence of compliance (2017 and above of the firm or firms within the consortium);
  • Verifiable Evidence of Compliance with the Employees Compensation Act which requires all employers of labour to remit 1% of the total annual emolument of workers to the National Social Insurance Trust fund (NSITF) (2017) of the firm or firms within the consortium;
  • Verifiable Evidence of Certificate of the Firm's Registration with COREN of the firm or firms within the consortium;
  • Verifiable Evidence of the Most recent audited financial statements of the firm or firms within the consortium for the last three years (statements must be duly certified by a professional registered with Financial Reporting Council of Nigeria (2014,2015,2016);
  • Sworn Affidavit (2017) of the firm or firms within the consortium:
    • Of the company not being in receivership or insolvency or bankruptcy;
    • Disclosing whether or not any officer of the relevant Committees of the procuring entity or BPP is a former or present Director who has any
    • pecuniary interest in the bidder;
    • Of not having any Director who has been convicted in any country for any criminal offence;
    • Confirming that all information presented in its bid are true and correct in all submission;
    • Of not having any Director current or retired who has any pecuniary interest in the Bidder.
Additional Requirements:
  • Full Name and Nationalities (countries of registration of firms or consortia). Where bidders choose to submit EOIs in consortium, it must clearly indicate the overall lead firm, Each Bidder will be pre-qualified on the strength of members within its consortium; Overall contact person(s), email addresses, facsimile and telephone numbers, Profile of firm or firms
  • (if in a consortium); including ownership structure and role of each firm; with full contact details (including phone numbers and email addresses);
  • Letter of association or participation in the Consortium, and clear role and responsibilities of each firm in the consortium;
  • Evidence of track record of successful operation, maintenance and management of power generation plant and hydropower plant in particular (Detailed Company Profile showing verifiable evidence of possession of experience in the similar job and submission of at least three projects of similar nature and complexity applied for with Letters of award, job completion certificates, payment in the last five years;
  • Evidence of generation license in Nigeria or any other country of operation;
  • Evidence of possession of adequate qualified personnel with their Curriculum Vitae and professional qualification (COREN,) and ability to perform the obligation of the contract and Project Manager of at least 10years experience; and
  • Verifiable evidence of financial capability to execute the project from a reputable Bank of the Firm/Company.
Submission of  Expression of Interest(EoI)  Documents
Each Expression of Interest (EOI) should be submitted in six (6) copies in a sealed envelope dearly marked "Expression of Interest-Gurara Phase I, 30MW Hydropower Plant Concession Project". The lead firm's name should be clearly printed on the reverse side of the envelope. A CD-ROM version should also be included .Each EOI should be addressed and hand-delivered, not later than 12 noon (Nigerian Time) on Monday, July 31, 2017 at the following address:
Office Of The Director Of Procurement,
Federal Ministry Of Water Resources,
1 Floor, Room 106, New Office Extension,
Old Federal Secretariat,
Area 1, Garki,
Abuja.

Prospective bidders and interested applicants may obtain further information at the address above between 9.00am and 4.pm, Mondays through Fridays (except on public holidays), or through the following contact details: Mrs. Esther Ajibewa, 08164274350; esther.ajibewa@gmail.com .

Opening Of Bid Documents

The Technical documents would be opened the same day immediately after the close of submission at the Ministry's Court yard .

Please note:
  • Only Firms who fulfill the requirements would be shortlisted for further consideration;
  • Late submission will be rejected;
  • The Ministry reserves the right to verify the authenticity of any claims made in the documents submitted by the Firms;.
  • Submission via Courier will be accepted if delivered within the submission time shown above;
  • All submissions must be made in English Language;
  • Expression of Interest through email or fax will not be entertained;and
  • Only shortlisted Bidders will be contacted
Disclaimer and Conclusion
  • This advertisement shall not be construed as a commitment on the part of the Ministry to appoint any Firm nor shall it entitle any firm submitting documents to claim indemnity;
  • The cost of participation is to be borne solely by bidders and the FMoWR is not obligated to bidders in any way;
  • 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 or take final decisions on any of the documents received in the EoI;.
Industry

;
Category

;
State

;