HYDROCARBON POLLUTION REMEDIATION PROJECT (HYPREP), RIVERS STATE-RE: PREQUALIFICATION OF CONTRACTORS/INVITATION FOR TENDERS FOR WORKS, GOODS AND EXPRESSION OF INTEREST (EoI) FOR CONSULTANCY AND NON-CONSULTANCY SERVICES
FEDERAL MINISTRY OF ENVIRONMENT
HYDROCARBON POLLUTION REMEDIATION PROJECT (HYPREP)
NO. 8 KEN SARO-WIWA ROAD PORT HARCOURT, RIVERS STATE
info@hyprep.gov.ng
WITHDRAWAL OF PUBLICATION
RE: PREQUALIFICATION OF CONTRACTORS/INVITATION FOR TENDERS FOR WORKS, GOODS AND EXPRESSION OF INTEREST (EoI) FOR CONSULTANCY AND NON-CONSULTANCY SERVICES
We refer to the publication in the Federal Tenders Journal, of Monday, January 26, 2026, titled “Prequalification of Contractors/Invitation for Tenders for Works, Goods and Expression of Interest (EoI) For Consultancy and Non-Consultancy Services”.
HYPREP wishes to inform the public that the publication has been stepped down and hence should be disregarded.
In view of the above, the public is encouraged to be on the lookout for our next advertisement.
We regret any inconvenience this must have caused.
Signed:
Project Coordinator, HYPREP,
Port Harcourt, Nigeria.
SEE THE ADVERT REFERRED:
FEDERAL MINISTRY OF ENVIRONMENT
HYDROCARBON POLLUTION REMEDIATION PROJECT (HYPREP)
NO 8 KEN SAROWIWA, 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
1. 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/W3/2026/1 | Procurement and Installation of Video Conference Equipment in the Board Room and Project Coordinators Meeting Room. |
| 2. | HYP/W3/2026/2 | Fabrication, Printing, Delivery & Installation of Closeout Signboards |
| 3. | HYP/W3/2026/3 | Procurement and installation of Solar Power systems at Eleme General Hospital, Terabor General Hospital, Bori Zonal Hospital and Kpite Primary Health Care Centre. |
| CATEGORY B – GOODS | ||
| 4. | HYP/B3/2026/4 | Provision of Safety Equipment for HYPREP. |
| 5. | HYP/B3/2026/5 | Work Safety Materials for Scat Activities. |
| CATEGORY C – CONSULTANCY/NON-CONSULTANCY SERVICES | ||
| 6. | HYP/C3/2026/4 | Engagement of a consultant to carry out medical outreach in each of the four LGAs in Ogoniland. |
| 7. | HYP/C3/2026/5 | Engagement of a Service Provider to carry out Cleaning and Environmental Service for the CEER. |
| 8. | HYP/C3/2026/8 | Engagement of Civil Security Service within the CEER Complex |
| 9. | HYP/C3/2026/9 | Computer Training for SS2 Students in the 4 LGAs of Ogoniland. |
| 10. | HYP/C3/2026/10 | Engagement of a broker for the provision of vehicle insurance services for HYPREP. |
| 11. | HYP/C3/2026/11 | Engagement of Health Maintenance Organization (HMO) Services Provider for HYPREP Staff. |
2. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC₁ or CAC₂, CAC₂₁ and CAC₃;
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 the provision of broker for vehicle insurance: Registration and Licensed by National Insurance Commission (NAICOM), Valid Broker’s Certificate and Trained professionals in Chartered Insurance Institute of Nigeria (CIIN)
m. For Health Maintenance Organization (HMO): Must be accredited and licensed by NHIS
n. 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);
o. Bidders must ensure that all EoI/tender documents are duly signed.
p. 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.
3.0 COLLECTION OF BID DOCUMENTS – (CATEGORY A & B)
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 A & B),
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 Monday 23rd February 2026. 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 A & B)
Technical bids (Invitation to Tender) will be opened immediately after the submission deadline on on Monday, 23rd February 2026 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 EXPRESSION OF INTEREST (EoI) DOCUMENTS – (CATEGORY C)
Prospective bidders are required to prepare two (2) hard copies and One (1) soft copy of the 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 February 2026.
No Comments
Sorry, the comment form is closed at this time.