FEDERAL GOVERNMENT OF NIGERIA
FEDERAL MINISTRY OF WATER RESOURCES
TRANSFORMING IRRIGATION MANAGEMENT IN NIGERIA (TRIMING) PROJECT
CREDIT NUMBER – 5506-NG
INVITATION FOR BIDS (IFB)
NIGERIA
REHABILITATION AND IMPROVEMENT WORKS FOR BAKOLORI AND ZOBE DAMS IN ZAMFARA AND KATSINA STATES, NIGERIA
IFB NO: FMWR/TRIMMING/2019/NCB/W/02/01
- This Invitation for Bids follows the General Procurement Notice (GPN) for the Transforming Irrigation Management in Nigeria (TRIMING) Project that appeared in Development Business dated February 5, 2015.
- The Federal Government of Nigeria (FGN) has received a financing from the World Bank toward the cost of the Transforming Irrigation Management in Nigeria (TRIMING) Project and it intends to apply part of the proceeds toward payments under the contract for the Rehabilitation and Improvement works for Bakolori and Zobe Dams in Zamfara and Katsina State, Nigeria.
- The Federal Ministry of Water Resources (FMWR) through the Project Management Unit (PMU) of the Transforming Irrigation Management in Nigeria (TRIMING) Project now invites sealed bids from eligible bidders for Rehabilitation and Improvement works for Bakolori and Zobe Dams in Zamfara and Katsina State, Nigeria.
- SCOPE AND LOCATION OF THE WORKS
The two dams required various maintenance and remedial works to prevent any further deterioration of the dam and to ensure that important asset remains in operation for many more years. Bakolori dam is situated about 120km east of the city of Sokoto and about 12km from the town of Talata Mafara in Zamfara State, at about latitude 12° 34′ North and longitude 06 04 East and Zobe dam is situated about 65km south of the city of Katsina in Katsina State, at an approximate latitude of 12 22′ North and longitude of 7 30′ East both in north west Nigeria. Contract completion period twenty four (24) months. - BRIEF DESCRIPTION OF THE CONTRACT WORK
The major components of the works included in the Rehabilitation of Bakolori and Zobe Dams are as follows:
• Remedial works to the embankment dam
• Remedial works to the concrete gravity dam
• Repair and replacement work for the Monitoring System of the dam and development of an Instrumentation Plan
• Refurbishment of the mechanical and electrical (M&E) equipment. - EXPERIENCE and CAPABILITIES
Bidders must demonstrate that they have the necessary financial capability, experience and equipment to successfully carry out the works. Bidders must have the following experiences and capabilities:
a. The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as USD1.4 million (NGN400 Million), net of the Bidders other commitments.
b. Minimum average annual construction turnover of USD17.0 million (NGN5.0 billion) calculated as total certified payments received for contracts in progress and/or completed within the last five (5) years, divided by five (5) years.
c. Experience in construction contracts in the role of prime contractor, JV member, sub-contractor, or management contractor and must have satisfactorily and substantially completed in the last five ) between 1st January 2014 and application submission deadline or a total value of two (2nos) contracts each of a minimum value of
USD$13.6 million (NGN 4.2 million) or 1no contract of minimum value of USD$27.2 million (NGN 8.3 million)
Additional information on experience and capabilities requirement for the works are provided in the Bidding Documents.
- Bidding will be conducted through the National Competitive Bidding procedures as specified in the World Bank’s Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers (January 2011) as revised in July 2014 and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict of interest.
- Interested eligible bidders may obtain further information during the office hours 8:00h to 17:00 Local time from Mondays to Fridays (excluding Public Holidays) by sending an email to the National Project Coordinator through this email address info@triming.org. A virtual pre-bid meeting with potential bidders will hold on 1 July, 2020 at 12.00 hour (local time) and connection detail of this will be communicated to all the bidders.
- A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a non-refundable fee of N50,000.00 (Fifty Thousand Naira) or its equivalent in USD 165 only through ‘REMITA’ web site: www.remita.net to our CBN Account Number: 0020293661163, Transforming Irrigation Management in Nigeria (TRIMING) Project Naira Account A and Service type ‘Sale of Bid document’ and send the payment evidence to the email address below. The Bidding Documents will be available from 10 June, 2020 and will be sent to the bidder through email or through Courier.
- Bids must be delivered to the address below on or before 12.00hour (Local time) on 22 July, 2020. Electronic bids submission will be permitted by e- mail with password protected read-only bids/documents as attachments to an e-mail address specified in the bidding documents and late bids will be rejected. Bids will be opened virtually at 1.00 pm local time on Wednesday 22 July, 2020 at the address below. Connection details will be provided. For password protected read-only bids submitted by e-mail, the bid opening procedure is as follows: within one hour after the bid submission deadline bidders must send the password of their password protected bids to the e-mail address specified in the bidding documents.
- All bids must be valid for a period of 160 days after bid closing date and must be accompanied by a “Bid Security” of USD340,000.00 (Three Hundred and Forty Thousand United States Dollars) or N105,000,000 (One Hundred and Five Million Naira) only. For bids submitted electronically, the original bid security should be sent by courier to the address below on or before the bid’s submission deadline, while the electronic copy should be attached to the bid.
- The address referred to above is
The National Project Coordinator,
Transforming Irrigation Management in Nigeria (TRIMING) Project,
Federal Ministry of Water Resources,
Plot 1402 Abba Kyari Street, off Adesoji Aderemi Street,
Apo-Abuja, Nigeria.
Tel: +234-8038391469 or +2348052048706
E-mail: info@triming.org