RFQ N0:  EYNPN/ENRICH/GMMK/BORNO/AUG/2025/0341 “REHABILITATION OF BOREHOLE”

CLOSING DATE: 12th September 2025, 5:00 PM

LOCATION: KAGA




                                           ITEM / DISCRIPTION
              UNIT
    QUANTITY




Rehabilitation of Borehole in Benesheikh-General Hospital, Kaga LGA (with Bill of Quantity and sample attached)


Each
1


 
 
 


 
 
 
 




To be considered, bidders should submit a complete quotation not later than the closing date and time indicated above. Bidders should ensure that the quotation is well written in English, easy to read, follows the instructions provided, and contains only requested information.

QUESTION: Any questions should be submitted in writing and emailed to procurements@eynprojects.orgno later than two days after the issue date of this RFQ. No questions will be entertained if they are received by means other than the specified email address, and any communications to alternate e-mail addresses will result in the disqualification of the bidder.  The solicitation number (listed above) should be stated in the subject line. Answers will be compiled and distributed within 1 day from the closing date of questions

The Bidder is required to include details of three business references; this should include the name, company, and relationship to the bidder, email address, and / or phone number for each reference.

EYN Projects reserves the right to visit the place of business of a prospective supplier to verify that it is a legal business entity and has the necessary organizational and management competence to fulfill the necessary responsibilities.


All Bidders must provide proof of registration and tax. Attach CAC certificate, TIN Certificate and updated Tax Clearance Certificate when sending quotation.
All transportation and handling charges if any should be incorporated into vendor’s quoted unit price.


DISCLAIMER: - Brand Names:  Specific brands and / or models indicated—while often preferred—are for description only.  An equivalent substitute, as determined by the specifications, will be acceptable.

The EYN projects estimates that the Borehole rehabilitation will be completed within a period of 7 days. The selected bidder(s) should have the capacity to rehabilitation needed by EYN projects within the aforementioned timeframe. The consumption range provided is an estimate, and EYN projects reserves the right to consume above or below this range, or to order partial Items, and the selected bidder(s) shall deliver accordingly. The selected bidder(s) must deliver the Service according to the provided timeline.

TENDER REQUIREMENTS:  - 

To ensure that best value is obtained the following would be considered;


Evidence of Vendor’s registration with CAC, Tax Identification number and updated Tax Clerance (Certificates) 
Acceptable quotation validity period
Availability of items
Delivery within specified time
Proof of experience
three business references; this should include the name, company, and relationship to the bidder, email address, and / or phone number for each reference.
Quotation is applicable to 2% withholding tax and 1% Stamp duty.


EVALUATION CRITERIA: BEST VALUE (Technical Specification 40%, Delivery Time 30%, Price reasonableness 30%): - Only quotations that meet the requirement above would be selected for evaluation. Please note that if there are significant deficiencies regarding responsiveness to the requirements of this RFQ, an offer may be deemed “non-responsive” and thereby disqualified from consideration. EYN Projects reserves the right to waive immaterial deficiencies at its discretion








 
 
 
 


 
 







BoQ for rehabilitaion of Solar-Powered Borehole and Supporting Facility at Kaga L.G.A Borno State.                         






 
 
 
 
 
 


S/No.
Description of work
Unit
Quantity
Unit cost NGN
Total Cost (NGN)


1
PRELIMINARY
 
 
 
 


2
Mobilization of equipment and staff etc and demobilization of equipment after completion  including safety posters, safety barricade
Ls
1.00
 
                                -   


3
PUMP AND SOLAR PANELS INATALLATION, STANCHION TOWER  AND WATER FETCHING POINT


4
Supply and install Grundfos SQ Flex pump - SQ Flex 2.5-2 (includiing switch control)
No.
1
 
 


5
supply and installl tiger nut white water riser pipe 2'' uPVC and installed with 2" gate valves.
pcs
15
 
 


6
Supply and installation of sunshine solar panels 350 watts, 38V  (mono-crystaline panels) including connections and cables to control unit   and should be installed to power the borehole. Sun intensity, wind speeds and orientation should be main considerations to optimize use.
pcs
6
 
 


7
Allow adjutment of existing solar rack to accommodate 6nos of  solar panels of 350 watts
sum
1
 
 


8
Supply installation cable 4mmx3-core cable
roll
1
 
 


9
Chlorine feeder
No.
1
 
 


10
Solar cable
roll
1
 
 


11
Thunder arrestor
lumpsum
1
 
 


12
DC switch 1000Ams
Pcs
1
 
 


13
Remove the metal tank on top of the 5mm thick iron sheet (chequered plate) at the base of the tank, properly welded to the top of tower.
lumpsum
1.00
 
 


14
4000 Liters genuine plastic storage tank with accessories - installed on the tower and well secured to avoid distruction by wind.
Pcs
4.00
 
 


15
25mm Anti drop Rope
roll
1
 
 


16
Allow for demolish of exsiting concrete base and remove all the surplus materials off the site
sum
1
 
 


17
Allow for construction of concrete base of 2mxm2x2m hieght above NGL with four columns and cross beams to accommodate the old water storage tank include reticulatiion and other plumbing accessories. (NOTE use 1:2:4 as mix ratio for the column, beam and slab
No.
1
 
 


18
Allow for painting of the steel stanchion using red and aluminium painting (minimum two coat each
No.
1
 
 


19
Water Quality Testing: A minimum of 2 liters each for chemical and bacteriological analysis shall be collected by the contractor in the presence of the WASH Engineer. 3 water samples shall be collected in clean, sterilized, properly sealed and proctected plastic container from the borehole for reference to a recoganized water testing authority (Ministry of Water Resource and National Agency for Food snd Drug Law, NAFDAC) for laboratary analysis after completion of the pumping test. 

One sample will be used for each of these test: Physical, chemical and bacteriological analysis. 

• Physical Parameters; Color, Odor, Test, Turbidity and Temperature.

• Chemical Parameters; Nitrate, Nitrite, Total Hardness, Fluoride, Chloride, Sulphate, Copper, Manganese, TDS, Total Iron Arsenic, PH Value and Electrical Conductivity. 

• Biological Parameters; Total Faecal Coliform Count. 
No.
1
 
 


20
Carry out disinfection of well with chlorine solution. Add 10L of 1% chlorine solution per m3 of well water. Leave for atleast 12hr
No.
1
 
 


21
Construct and install tight fitted steel well cover with suitable fittings. (Weld a steel cage of 600mmx600mmx1m height and should be casted atleast 1m in concrete) seek guidance from SC engineer.
No.
1
 
 


22
Servicing of reticulation netwrok and construct a 3mx2.5mx1.m height tap stand with external and internal tile work around water fetching point with 5 heavy duty pressure release original brass tapheads   ¾" on concrete platform with access ram and handrail in a space provided with sand trap of 0.5mx0.5mx0.3m and link to the soak pit of 2mx2mx1.5m and 0.5m above NGL, Provide cross beam column in the soak pit slab/cover at location provided
No.
1
 
 


23
Servicing of reticulation netwrok from water source to health facility wards, include replacement of all damaged tap heads, cisten, hand wash basins and showers in the toilet and bathing shelter
Sum
1
 
 


24
Total for Pump & Solar power 
 ₦                              - 


25
FENCING OF BOREHOLE FACILITY


26
Procure and Install Foreign corrugated GI wire mesh (6mm thick with 2" spacing, size 1.2m x 3.6m) on 4 layers of 9" machine made block work around perimeter fence including plastering and rendering. alsp provide galvanized steel post (pointed) at 1.5m center to center  set in 150mm  deep concrete  including pedestrain gate(1m wide) around the perimeter fence and install security rizer wire around the perimeter fence including  pad luck. seek guidance from SC engineer.
No.
1
 
 


27
Gravel filling of perimeter floor with chippings 10tyr
trip
1
 
 


28
Allow for provision of branding and visibility of the water facility, including preparing  surface with 2 coats of paints, engraving of words and logos as shown on the branding template (1 mounted on ground, 4 mounted on the handria at the four four sides (1500mm × 1200mm) Metallic plate vsilibilty (Front and Back): Message to be provided by SCI Engineer
sum
1
 
 


29
 
Total for Fencing
 ₦                              - 


30
GRAND TOTAL
 ₦                              - 


NOTE:
Submersible pump must be brand new and in good working condition. 
 


 
Refurbished products will not be accepted nor approved for installation
 




 

security wire mesh plan

security wire mesh 3D view

 

 

 

 

Borehole protection



 

 








PLANNED ACTIVITY
RISK ASSOCIATED TO THE ACTIVITY
POSSIBLE VICTIMS OF THE RISKS

PROBABILITY OF THE RISK

(LOW, MEDIUM, HIGH)

ACTION TO BE DONE TO MITIGATE THE RISK
NAME OF THE PERSON RESPONSIBLE FOR THE ACTION TO TAKE PLACE
 
Mitigation in Place


Rehabilitation of existing solar powered boreholes.

Sexual exploitation and sexual abuse of children and adult participants by construction workers/Staff and community volunteers.

 

 

Adult/Children
High

Ensure construction workers, SCI staff and representatives are briefed on child safeguarding and PSEA Policy/code of conduct.

Sensitization of participants on the expected behaviors of construction workers, SCI staff and SCI representatives.

 

 

 
 


Safeguarding Policy.
Code of conduct.




 
Inappropriate behaviour from construction workers, SCI Staff/SCI Representatives leading to sexual harassment, bullying and discriminatory comment.
Children/Adults
High.

Ensure SCI staff, construction workers and other SCI Representatives are briefed on the anti harassment and anti-bullying and intimidation Policy.

Share with construction workers acceptable and expected behaviours.

Sensitization of participants on the expected behaviors of SCI staff and SCI representatives.

 
 


Anti-Harassment policy.
Anti Bullying and intimidation policy.




 
Children and Adult participants getting physically and emotionally abused by construction workers, Staff and other SCI representatives.
Children/Adult
High

Safeguarding Briefing of construction worker, SCI staff and Representative

Share with construction workers acceptable and expected behaviours.

 

 
 


Safeguarding Policy.
Code of conduct.




 
Use of poor-quality construction materials increased the risk of collapse of structure leading to physical harm to children and adult project participants.
Children/Adult
High
Ensure Construction Materials supplied are of quality and meet the specification as captured in the BOQ.
 
 
Safer Programming.


 
Children getting exploited during construction activities. (child harmful labour)
Children
High

Safeguarding Briefing of construction worker, SCI staff and Representative

Share with construction workers acceptable and expected behaviours.

Sensitization of participants on the expected behaviors of SCI staff and SCI representatives.

 

 
 


Safeguarding Policy.
Code of conduct.




 
Failure to discard construction debris increased the risk of injury and physical harm to both children and adults.
Children/Adult
High
Ensure construction debris are discarded properly following strictly construction SOP.
 
 
Safer Programming


 
Excavation left unprotected or uncovered may lead to children and adult falling into soak pit getting injured.
Children
High

Ensure the use of caution tape/barricade to restrict children/Adult from construction site.

Ensure excavation are properly covered.

 
 
Safer Programming.


 

Failure to barricade the construction site may lead to unrestricted access for children and adult participants, leading to injuries. 

 

Children/Adult
High

Ensure the use of caution tape/barricade to restrict children/Adult from construction site.

 

 
 
Safer Programming.
  • NGO/Non-Profit