Nuru Nigeria is a local NGO with affiliates in the US, Kenya, Ethiopia, Ghana and Burkina Faso. Our mission is to build resilience corridors of farmer-owned and farmer-led agribusinesses and profitable rural livelihoods in 12 Local Government Areas (LGAs) of northeast Nigeria proximate to conflict-vulnerable areas by 2030. Nuru Nigeria prioritises the smallholder farmers it serves and works to cultivate lasting, meaningful choices through a community led, community-driven and community-sustained livelihood programs across the agriculture value chain.
Applications are invited for:
Title: National Tender for Aquaculture Solar-Powered Water Point Setup
Location: Toungo LGA, Adamawa
Employment Type: Contract
Objectives
- The main objective of this assignment is to design, supply, and install a functional solar-powered water point to support Nuru Nigeria’s aquaculture activities in Toungo LGA, Adamawa State.
Specific Objectives
- To conduct a comprehensive hydrogeological survey to identify the optimal location for drilling a high-yield, sustainable water source (borehole).
- To drill, case, and develop a deep borehole capable of yielding a minimum of 2.0 liters /second.
- To install a robust, appropriately sized submersible pump powered entirely by a dedicated solar energy system
- To establish an efficient water collection and outlet system, including a raised storage tank of 10,000 liters
- To ensure the system is environmentally sustainable, energy-efficient, and community-managed.
- To build local capacity for operation and maintenance of the installed system to ensure long-term functionality.
Scope of Work/Methodology
The service provider/consultant will be responsible for the following:
Preliminary Assessment and Site Survey:
- Conduct hydrogeological and technical assessments to confirm water availability and site suitability.
- Identify optimal location(s) for drilling and solar panel placement based on water yield, accessibility, and sunlight exposure.
- Prepare a brief feasibility report with design options and recommendations.
System Design and Installation:
- Develop detailed engineering designs and bills of quantities (BoQ) for the solar-powered water point system.
- Drill boreholes , install submersible solar pumps, solar panels, control units, and water storage facilities (tanks and stands).
Testing and Commissioning:
- Conduct system testing to verify performance, capacity, and safety compliance.
- Rectify any defects identified during testing before handover.
Capacity Building and Handover:
- Train community members and aquaculture groups on basic operation, and preventive maintenance.
- Develop and hand over operation and maintenance manuals.
Reporting:
- Submit progress updates, final technical report, and photographic documentation of all works completed.
Deliverables / Expected Outputs
The service provider/consultant is expected to deliver the following:
- Inception Report – detailing the methodology, work plan, implementation schedule, and technical approach.
- Site Assessment Report – including findings from the hydrogeological survey, site suitability analysis, and recommended technical design.
- Designs and Bills of Quantities (BoQ) – complete engineering design with specifications for solar-powered pumping and distribution systems.
- Completed Installation – functional solar-powered water point system fully installed, tested, and operational at the designated site.
- Training and Capacity Building Report – documentation of training sessions conducted for community members and relevant stakeholders.
- Final Project Report – summarizing all activities, system performance, lessons learned, and recommendations for sustainability.
- Operation and Maintenance Manual – simple user-friendly guide for ongoing use and upkeep of the system.
The selected firm or consultant should possess the following qualifications and experience:
- Proven experience in the design and installation of solar-powered water systems, preferably in rural or community-based contexts.
- Registration with relevant professional or regulatory bodies in Nigeria (e.g., COREN, REA, or equivalent).
- Demonstrated capacity in hydrogeological survey, solar engineering, and borehole development.
- Experience working with development organizations, NGOs, or government-led rural infrastructure projects.
- Qualified technical personnel including hydrogeologists, solar engineers, and water technicians.
- Evidence of successfully completed similar projects (attach references and photographs where possible).
The locations are:
- Mayo Gwa gwa
- Mayo Bakari
- Mayo Sum sum
- Daga.
Opening, evaluation of tenders and selection criteria:
- The opening and examination of tenders is for the purpose of checking whether the tenders are complete and whether the tenders are generally in order.
Tender Process:
The following processes will be applied to this Tender:
- Tender Period
- Tender Closing
- Tender Opening
- Administrative Evaluation
- Technical Evaluation
- Financial Evaluation
- Contract Award
- Notification of Contract Award
- The subsequent evaluation of the tenders shall be carried out in Yola by an Evaluation Committee made up of representatives of Nuru Nigeria.
Tenders will be evaluated on the criteria listed below:
- Compliance with Nuru Nigeria Procurement terms and conditions
- Prices based on best value for money of items requested.
- Financials must be on company letterhead
- Registration with relevant professional body (Preferably)
- Adherence with technical specifications requested.
- Quality of the product.
- Delivery Lead-time.
- Similar past experiences with NGO/UN agencies.
- Availability of physical presence (Operational Office/shop).
- Payment Terms and Conditions.
- Validity of the offer.
Note
- In the interests of transparency and equal treatment and without being able to modify their tenders, bidders may be required, at the sole written request of the evaluation committee, to provide clarifications within forty-eight (48) hours.
- Any such request for clarification must not seek the correction of formal errors or of major restrictions affecting the performance of the contract or distorting competition.
- Any attempt by a bidder to influence the evaluation committee in the process of examination, clarification, evaluation and comparison of tenders, to obtain information on how the procedure is progressing or to influence Nuru Nigeria in its decision concerning the award of the contract will result in the immediate rejection of the tender.
- No liability can be accepted for the late delivery of tenders.
- Late tenders will be rejected and will not be considered.
Application Closing Date
6th January, 2026; at 5:00 PM.
Method of Application
The tender package can be downloaded from the link in this publication Here. It shall consist of two categorizations, documents should be duly filled, signed and stamped.
Order of arranging documents:
Administrative and technical documents should be put in the same envelope and marked “Administrative and Technical”. Financial offers should be placed in a different envelope marked “Financial offer” All copy should be placed in a sealed, non-identifiable envelope. This sealed non-identifiable envelope shall be titled: Tender for Aquaculture Solar Powered Set Up: ITB-2025-0571
Note: Only bidders that pass the Administrative and Technical evaluation will proceed to the Financial Evaluation.
The tenders can be submitted through the following:
Hand delivery of Physical bids receipt to the following address:
Nuru Nigeria – Yola Office
Plot No: Plot K46 Karewa GRA,
Jimeta Yola, between 8:30 am and 5:00 pm.
For e-bids submissions By Email to the following email addresses: procurement@nurunigeria.org using the title “ITB-2025-0571"
Note
- Late bids submission will not be accepted, and will be returned to the Proponent or discarded.
- Also, all bids will be irrevocable after the Call for Tenders closing date.
Content of Tenders:
- The Tenderer must provide all the documents provided by NN in the tender package with other documents requested by NURU NIGERIA in compliance with the requirements set out.
- The proposal shall include, as a minimum:
- NN Supplier registration form” and Code of conduct duly completed.
- These NN forms should be completed with all required information and the below to be provided accordingly.
- Proof of company registration in Nigeria (CAC certificate);
- Proof of being a registered supply company
- Current Tax Payment Certificate;
- Quotation or detailed Price offer.
- Prices offered must be in Nigerian Naira currency.
- Only Unit price with WHT included will be accepted.
- Quotation must have a date and validity
- Quotation must mention mode of payment.
- Nuru Nigeria’s Code of Conduct filled and signed by the duly authorized person.
- Experience of working with INGOs and/or UN Agencies with two (2) relevant employees of such organizations as a reference.
Disclaimer: Failure to provide all of the above and in the formats stipulated will result to disqualification of the Tenderer’s proposal.