FEDERAL MINISTRY OF WATER RESOURCES SOKOTO RIMA RIVER BASIN DEVELOPMENT AUTHORITY DAMALE KAITA HOUSE, GUSAU ROAD, PMB 2223, SOKOTO OF INVITATION TO TENDER, AND EXPRESSION OF INTEREST (EOI)

INTRODUCTION Sokoto Rima River Basin Development Authority (S.R.R.B.D.A.) in furtherance of its statutory mandate intends to undertake the Procurement of various Works, Goods, and Services under the 2021 Capital Appropriation and in accordance with Extant Provision of Section 25 of the Public Procurement Act, 2007.

The Authority, therefore, invites all experienced and competent Contractors, Suppliers, and Consultants/Service Providers with relevant experience for consideration for the execution of the following projects.

SCOPE OF WORK The Scope of Works/Supply/Service for the projects earmarked for execution is categorized as follows: CATEGORY A-INVITATION TO TENDER (WORKS AND GOODS)

Interested Contractors/Suppliers are invited to submit Technical and Financial Bids for the following Projects:

LOT A PROJECT DESCRIPTION A6 PURCHASE OF PLANTS AND MACHINARIES A16 GULMA EROSION CONTROL AND LAND RECLAMATION, KEBBI STATE A17 EROSION CONTROL PROJECT IN GWANDU KEBBI STATE A18 EROSION CONTROL STRUCTURE AT MORIKI, ZAMFARA STATE CONSTRUCTION OF DRAINAGES AND EROSION CONTROL STRUCTURE AT A21 MARKET AREA BODINGA, SOKOTO STATE FLOOD AND EROSION CONTROL AND RURAL WATER SUPPLY PROJECT IN A22 HAYIN KARA, KAFUR LGA, KATSINA STATE A53 SONGHAI MODEL FARM SOKOTO STATE COMPLETION OF 500 CAPACITY TOWN HALL AT MARADUN LGA. ZAMFARA A54 STATE CONSTRUCTION OF DRAINAGES/EROSION CONTROL AT KANKIYA TOWN, A55 KATSINA STATE A56 CONSTRUCTION/REHABILITATION OF TSANNI EARTH DAM, KATSINA STATE A57 CONSTRUCTION OF BARAWA/BAKIYAWA EARTH DAMS IN KATSINA STATE A59 CONSTRUCTION OF MAJENWAYYA/BEGUWA EARTH DAMS IN KATSINA STATE A77 CONSTRUCTION OF BILBIS IRRIGATION SCHEME, ZAMFARA STATE A78 REHABILITATION OF NASARAWA DAM KANKIA LGA OF KATSINA STATE DESILTING AND EMBARKEMENT IMPROVEMENT OF KWAJALI VILLAGE DAM A79 ZANGO LGA, KASTINA STATE EROSION AND EARTH WORK ALONG MASHAYA/ZAKUWA ACCESS FEEDER A83 ROAD IN SURU LGA, BAGUDO/SURU FEDERAL CONSTITUENCY KEBBI STATE REHABILITATION OF KUSA EARTH DAM AND IRRIGATION PROJECT KATSINA A84 STATE A85 SEMI URBAN WATER SCHEME AT YAN’TUMAKI KATSINA STATE CONSTRUCTION/REHABILITATION OF KANAWA EARTH DAM IN DAN’MUSA A86 LGA KATSINA STATE 92 REHABILITATION OF KUSADA DAM, KATSINA STATE 103 SONGHAI FARM MODEL AT ZARIA KALA-KALA, BAGUDO KEBBI STATE LAND RECLAMATION/EROSION CONTROL IN KATSINA SOUTH, KATSINA 104 STATE FLOOD AND EROSION CONTROL OPPOSITE HIGHCOURT LOW COST AREA AND 110 BAKIN KASUWA-GARKAR LAILABA, ARGUNGU-KEBBI NORTH SENATORIAL DISTRICT, KEBBI STATE CONSTRUCTION OF MOTORIZED BOREHOLES IN D/SHUNI, BODINGA, , 118 , SHAGARI, AND YABO LGAs, SENATORIAL DISTRICT, SOKOTO STATE OPERATIONALIZATION OF THE NATIONAL WATER RESOURCES INFORMATION SYSTEM (NAWIS) DATA BANK AT HQ, SOKOTO, SOKOTO STATE (PAYMENT OF C19 SUBSCRIPTION AND PURCHASE OF COMPUTERS AND INSTALLATION OF SOLAR POWER) (SERVICES/NITDA certificate) CONSTRUCTION OF SMALL EARTH DAM IN ANDARAI COMMUNITY IN A120 MAIYAMA LOCAL GOVERNMENT IN KOKO-BESSE FEDERAL CONSTITUENCY, KEBBI STATE CONSTRUCTION OF SMALL EARTH DAM AT SALAME TOWN, , A125 SOKOTO STATE. 128 SONGHAI MODEL FARM AT MARADUN IN ZAMFARA STATE 129 SONGHAI FARM MODEL AT JIBIA, KATSINA STATE CONSTRUCTION OF TAFKIN SAURI/ABDALLAWA DAM AND IRRIGATION 130 PROJECT, PHASE II-KATSINA STATE

CATEGORY C-EXPRESSION OF INTEREST (CONSULTANCY/NON-CONSULTANCY SERVICES)

Interested Firms are to submit Expression of Interest (EOI) documents to provide thefollowing Services.

LOT C PROJECT DESCRIPTION COST OF PROJECTS IMPLEMENTATIONS FOR MnE AT HEAD QUARTERS C1 SOKOTO INSURANCE POLICIES OF VEHICLES, FIRE BUIDINGS AND FURNITURES C2 ACROSS THE FOUR STATES IN THE CATCHMENT AREAS OF SOKOTO RIMA RBDA CONTRACTING OF SECURITY OF HQS AND PROJECT OFFICES, IN THE 4 STATE C3 IN THE CATCHMENT AREA OF THE AUTHORITY MONITORING AND EVALUATION OF WATER RESOURCES PROJECTS AT HEAD C4 QUARTERS SOKOTO SUPERVISION OF REHABILITATION OF NASARAWA DAM KANKIA LGA OF C5 KATSINA STATE CONSTRUCTION/SUPERVISION OF MOTORIZED BOREHOLES IN D/SHUNI, C6 BODINGA, KEBBE, TAMBUWAL, SHAGARI, TURETA AND YABO LGAs, SOKOTO SOUTH SENATORIAL DISTRICT, SOKOTO STATE CONSTRUCTION/SUPERVISION OF SMALL EARTH DAM IN ANDARAI C7 COMMUNITY IN MAIYAMA LOCAL GOVERNMENT IN KOKO-BESSE FEDERAL CONSTITUENCY, KEBBI STATE SUPERVISION OF CONSTRUCTION & EQUIPING OF BLOCKS OF CLASSROOM C8 IN TAFASHIYA, KANKIA LGA, KATSINA STATE SUPERVISION OF DISTRIBUTION AND INSTALLATION OF AA SOLAR HOME C9 SYSTEM (SHSTECH) SPECIFICATION IN TAFASHIYA, KANKIA LGA, KATSINA STATE SUPERVISION OF CONSTRUCTION/REHABILITATION OF SOLAR POWERED C10 BOREHOLES, SANITARY FACILITIES (VIP TOILETS) AND SMALL IRRIGATION SCHEME IN ARGUNGU, KEBBI NORTH SENATORIAL DISTRICT-KEBBI STATE CONSTRUCTION SUPERVISION OF SOLAR POWERED BOREHOLES WITH C13 OVERHEAD TANKS AND HAND PUMP AT SHAKOGI AND OTHER SELECTED AREAS CONSTRUCTION SUPERVISION OF COMPLETION OF RURAL ROAD PROJECTS C14 IN SABONGARI KUNKURKI-DABA RURAL ROAD KAURAN NAMODA LGA OF ZAMFARA NORTH SENATORIAL DISTRICT, ZAMFARA STATE CONSTRUCTION SUPERVISION OF COMPLETION OF RURAL ROAD PROJECTS C15 IN STORE-MAYASA RURAL ROAD, ZURMI LGA OF ZAMFARA NORTH SENATORIAL DISTRICT, ZAMFARA STATE CONSTRUCTION SUPERVISION OF COMPLETION OF RURAL ROAD PROJECTS C16 IN NASAWARA GODEL--CHIGAMA RURAL ROAD, BIRNIN MAGAJI LGA OF ZAMFARA NORTH SENATORIAL DISTRICT, ZAMFARA STATE FARMERS INSTITUTIONAL DEVELOPMENT AND CAPACITY BUILDING C17 PROGRAMS WITHIN THE CATCHMENT AREA OF SRRBDA (SOKOTO, KEBBI, ZAMFARA & KATSINA STATES) (TRAINING AND SERVICES) GRADUATE YOUTH CAPACITY BUILDING IN AGRIC-BUSINESS (CROPS & C18 LIVESTOCK PRODUCTION) SOKOTO (TRAINING AND SERVICES)

ELIGIBILITY REQUIREMENTS: Interested and Competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the Projects under the above three (3) categories are required to submit the following documents in their Technical Proposals; i. All documents for submission must be transmitted with a covering/forwarding letter under the company/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 No.) and e-mail address. The letter headed papers must bear the names and nationalities of the directors of the companies at the bottoms of the page duly signed by the authorized officer of the firm/company. ii. Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC)including Forms CAC2 and Form CAC7; iii. Evidence of Company’s Income Tax Clearance Certificate for the last three years (2018,2019& 2020); valid till 31stDecember, 2021 with a minimum average turnover of (N50,000,000) for each project, as specified in the Bidding Documents; iv. Evidence of current Pension Compliance Certificate valid till 31stDecember, 2021; v. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2021; vi. Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate (2021) valid till 31st December, 2021; vii. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of the Interim Registration Report (IRR) expiring on 1stJanuary, 2022 or Valid Certificate issued by BPP. viii. Current Sworn Affidavit disclosing whether or not any officer of the relevant Committees of the Sokoto Rima River Basin Development Authority 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. Must be Dated 2021. ix. Company’s Audited Accounts for the last three (3) years (2018, 2019 & 2020). x. Evidence of Financial Capability to Execute the Project including Reference Letter from a reputable commercial Bank indicating willingness to provide credit facility for the execution of the project where the Average Turnover in the bidders Tax Clearance Certificate for the project of choice does not meet the specified average turnover indicated above. xi. Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional Qualifications (in case of construction: company’s or individual staff COREN, QSRBN, ARCON, and CORBON suffices etc.) For Lot A 10 to Lot A 123. xii. Verifiable documentary evidence of at least three (3) similar jobs executed in the lastfive (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and Photographs of the Projects. For Lot A 10 to Lot A 123. xiii. List of Plants/Equipment with proof of ownership/lease (where applicable). Irrevocable lease letter & any lease letter above three (3) years are not accepted. For Lot A 10 to Lot A 123. xiv. For joint Ventures/Partnership, Memorandum of Understanding (MoU) should be provided (all the eligibility requirements are compulsory for each JV Partner); xv. Verifiable Evidence of Certificate of the Firm’s Registration with relevant professional body e.g. NAICOM/Insurance, EHORECON/Cleaning Services, NITDA/CPN/Information Technology, ICAN/ANAN/FinancialReportingService,COREN/QSRBN/ARCON/CORBON/SURCON/Construction, NSCDC/Security, ESVARBON/Estate Surveying etc. xvi. For Procurement of Motor Vehicles and other machines or Equipment, only Original Equipment Manufacturers or their Authorized Representatives should bid for those projects by presenting evidence of being so otherwise they would be excluded from the procurement process.

NOTE that all documents/information required must be paginated, submitted in the Sequence/order as listed in i-xvi above.

COLLECTION OF TENDER DOCUMENTS. Category A. Interested Companies are to collect the Standard Bidding Document (SBD) from the Office of Head of Procurement, Sokoto Rima River Basin Development Authority, DamaleKaita House, Ground Floor, on evidence of payment of a non-refundable fee of N10,000.00 (Ten Thousand Naira) only, per Lot, paid into the Sokoto Rima River Basin Development Authorities’ Remita Account in any Commercial Bank.

SUBMISSION OF TENDER DOCUMENTS CATEGORY A-INVITATION TO TENDER (WORKS AND GOODS) Prospective bidders are to submit bid for each of the lot desired, two (2) hard copies each of the technical and financial bids with softcopy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid. Thereafter put the two sealed envelopes together in a bigger sealed envelope addressed to the Managing Director, Sokoto Rima River Basin Development Authority, KM. 10 Gusau Road Sokoto State and clearly marked with the name of project and the Lot number. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and should be deposited in the Tender Box at the address above, not later than 12.00 noon on Wednesday 11th August, 2021.

CATEGORY C – EXPRESSION OF INTEREST (EoI) CONSULTANCY SERVICES Interested Firms are to submit two (2) bound copies of Expression of interest (EoI) documents, separated by dividers. The documents should be submitted in a sealed envelope and addressed to the Managing Director, Sokoto Rima River Basin Development Authority, KM. 10 Gusau Road Sokoto, Sokoto State, 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 should be deposited in the tender box not later than 12.00 noon on Monday 30th August, 2021.

OPENING OF BIDS DOCUMENTS

CATEGORY A-INVITATION TO TENDER (WORKS AND GOODS) Technical Bids will be opened immediately after the deadline for the submission by 12.00 noon on Wednesday 11th August, 2021. At the Authorities Board Room, in Sokoto in the presence of Bidders or their representatives, while the Financial Bids will be kept unopened. Please ensure that you sign the Bid Submission Register at the address stated above, as the Authority will not be held liable for misplaced or wrongly submitted bids.

CATEGORY C-EXPRESSION OF INTEREST (EOI) Expression of Interest (EoI) documents will be opened immediately after the deadline for submission. By 12.00 noon on Monday 30th August, 2021 at the Authorities Board Room, in Sokoto in the presence of Bidders or their representatives. Please ensure that you sign the Bid Submission Register at the address stated above, as the Authority will not be held liable for misplaced or wrongly submitted bids.

GENERAL INFORMATION a) All bids must be must be in English Language and duly signed by an official authorize by the bidder. b) All bids Submitted after the deadline for submission would be returned un-opened. c) Bidders should not bid for more than two (2) Lots in All the Categories (i.e. A-Invitation to Tender, B-Pre-qualification and C-Consultancy). d) Pre-qualified Bidders for Category A will be contacted at a later date for Financial Bid Opening while Bids of unsuccessful bidders will be returned unopened. e) Shortlisted/Pre-qualified firms for Categories B & C respectively, will be contacted at a later date for collection of Tender Documents and Request for proposal documents (RfPs) to proceed to the next stage of the procurement process. f) All costs will be borne by the bidders as the Authority will not be held responsible for any cost or expenses incurred by any interested party (i.e.) in connection with any response to this invitation. g) Non-Compliance with the conditions stated herein will lead to automatic disqualification of the bidder from the bidding process. h) The Sokoto Rima River Basin Development Authority is not bound to Pre-qualify 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. i) Contractors are advice to comply with instruction as contained In (S.R.R.B.D.A BiddingDocument) failure to comply will lead to disqualification. j) Bids with values of#300Million and above for Works and Bids with value of #100Million and above for Goods must be accompanied with 2% Bid Security. k) Bid security should be provided alongside with financial Bid in a separate envelope clearly labeled “bid security submitted by name of the bidder”. l) Due diligence would be observed as all the documented claims by the contractors are subject to verification. m) Representative of any company should be accompanied with authorization letter and must be included in the bidding documents, failure to comply will lead to disqualification. n) For further enquiries, please contact Procurement Department between 10.00 a.m. to 3.00 pm(Mondays-Fridays) at the following address. Sokoto Rima River Basin Development Authority, DamaleKaita House Km 10, Gusau Road Shuni, Sokoto State

Signed: Engr. BuhariBatureMuhammed Managing Director Sokoto Rima River Basin Development Authority