Construction of Pedestrian Bridges (PHASE II) and Traffic Management Measures in Abuja, FCT at Federal Ministry of Works (FMW)

 

Federal Ministry of Works (FMW)

Road Sector Development Team (RSDT).

Federal Roads Development Project (FRDP)

Credit Number – IDA 44150

National Competitive Bidding

Invitation for Bids

For

Construction of Pedestrian Bridges (PHASE II) and Traffic Management Measures in Abuja, FCT

 

This invitation for bids follows the General Procurement Notice for this Project that appeared in the Development Business, Issue No.637 of 11 March 2005.The Federal Government of Nigeria has received a credit of about $330M from the International Development Association (IDA) toward the cost of the Federal Roads Development Project (FRDP) and intends to apply part of the proceeds to eligible payments for the construction of pedestrian bridges at some critical locations along Shehu Musa Yar’adua Way (Northern Parkway) and for the construction of traffic management measures along some roads in Abuja, FCT for which this invitation is issued.

 

The Federal Ministry of Works (FMW) represented by Road Sector Development Team (RSDT) (hereinafter called “the Employer”), now invites sealed bids from eligible bidders for the Construction of pedestrian bridges (Phase II) and the traffic management measures. The project is being executed in collaboration with the Federal Capital Territory Administration (FCTA).

 

The Construction Works of the pedestrian bridges shall include, but are not limited to: earth works – site clearance and excavation for bridge foundations, concrete works for foundations and superstructures as well as road marking and installation of road studs, traffic signal and barricade for the pedestrian bridges as the traffic management measures. The pedestrian bridges will be constructed at the following locations:

 

i           Shehu Yar’adua Way by Okonjo-lweala Way (VIO Mabushi Junction)

ii          Shehu Yar’adua Way by Ladi Kwali Street (Sheraton Junction)

 

The traffic management measures will also be placed at the following locations within Abuja:

i.          Road markings along the following roads in Abuja:

–      Kwame Nkrumah Crescent (2.3km; 2 motorianes-2 parking lanes) fully kerbed

–      Tafawa Balewa Way (4.5km, Dual carriageway; 2 motorlanes) fully kerbed

–      Asuquo J.Okon/Agbani Crescent (1.4km; 2 motor lanes – 2 parking lanes) fully kerbed

–      Okonjo Iweala Way (4.2 km; Dual carriageway, 4 motor lanes – 2

–      Alvan Ikoku Way (2 .0km, Dual carriageway; 4 motor lanes – 2 parking lanes) fully kerbed and

 

Installation of Road Studs (Solar Powered) for four roads in Abuja:

–     Nnamdi Azikiwe Expressway Ramps

–     Northern Park Way Ramps

–     Constitution Avenue Ramps

–     Independence Avenue Ramps

ii.         Upgrading of existing Signalized Intersection to Solar Powered Signals at 15 locations within Abuja (to be decided)

iii.        Provision and Installation of 1 km length Iron fences at inner edge of carriageway at pedestrian bridges located at Nnamdi Azikiwe Way (Phase I) and Shehu Yar’adua Way (Phase II)

 

The details of the Pedestrian bridges (Phase II) and the Traffic Management measures, proposed contract periods and bidding requirements are as follows:

 

S/No Contract No Contract Name (M) Contract Period AMT of Bid Security Cost of Bid Document
1 FROP/2011/NCB/W/19 Shehu Yar’adua Way by Okonjo-lweala Way (VIO Mabushi Junction) 55 6 months N2.5m N25,000.00
2 FROP/2011/NCB/W/20 Shehu Yar’adua Way by Ladi Kwali Street (Sheraton Junction) 22 6 months N1.5m N25,000.00
3 FROP/2011/NCB/W/21 Provision of Road Markings to include continuous and broken lines, stop and channelization lines zebra/pedestrian crossing lines and arrows on 5 roads of 14.4km as well as the installation of Solar Powered Road Studs (600Nos) 14,400

 

 

 

 

 

 

 

 

 

 

 

 

 

 

600Nos

6 months N2.0m N15,000.00
4 FROP/2011/NCB/W/22 Upgrading of existing Signalized Intersection to Solar Powered Signals 15Nos 6 months N7.0m N15,000.00
5 FROP/2011/NCB/W/23 Provision and Installation of Barricade for 6 pedestrian bridges at inner edge of carriageway 6000 6 months N0.5m N15,000.00

 

 

 

Bidding will be conducted through the National Competitive Bidding procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loan and IDA Credits, May 2004 (Revised October 2006), and is open to all bidders from eligible source countries as defined in the Bidding Documents. Interested eligible bidders may obtain further information and inspect the bidding documents at the Office of the Unit Manager, Road Sector Development Team (RSDT) at the address given below on working days from 10:00 am to 5:00 pm. (local time).

 

Qualification requirements include: Eligibility (Nationality, Conflict of Interest Bank Inedibility); Historical Contract Non-Performance (History of Non-Performing Contracts. Pending Litigation); Financial Situation (Historical Financial Performance, Average Annual Turnover, Financial Resources); Experience (General, Specific); Personnel (Availability for Key Positions) and Equipment (Access to key equipment).

 

A complete set of bidding documents in English may be purchased by interested bidders at the address below and upon payment of a non-refundable fee as tabulated above on working days from 10:00 am. to 5:00 pm. (local time). The method of payment will be through bank draft or certified bank cheque in favour of “Federal Roads Development Project”. Bidding Documents requested by mail will be promptly dispatched by courier on payment of additional charges of Naira 10,000.00 through bank draft drawn in a manner stated above, but RSDT will not be responsible for late delivery or loss of the documents so mailed.

 

A bidder shall be free to bid for either one or more lots. The Employer will evaluate and compare Bids on the basis of each lot, or a combination of any number of lots in order to arrive at the most economical combination for the Employer by taking into account discounts offered by Bidders in case of award of two or more lots to the same bidder. If a Bidder submits successful (lowest evaluated substantially responsive) bids for one or more lots, the evaluation will also include an assessment of Bidder’s capacity to meet the aggregated requirements. This shall be on the basis of direct addition of the requirements for each lot.

 

Bids must be delivered to the address below on or before 9th December 2011 by 2:00 pm. (local time). All bids must be accompanied by a bid security as indicated in the Table above. Late bids will be rejected. Bids will be opened at 2:30 pm (local time) at the address below on 9th December 2011 in the presence of the bidders’ representatives who choose to attend.

 

The Federal Ministry of Works (FMW)

Road Sector Development Team (RSDT)

6 Niagara Close, off Erie Crescent, off Nile Street, Maitama, Abuja, Nigeria.

Attn: Unit Manager, Engr. Ishaq D. Muhammed

Tel: +234-7036609082

E-mail: unitmgr.rsdt@yahoo.co.uk

 

 

Subscribe / Share

tendersnigeria tagged this post with: , , Read 4546 articles by

Leave a Reply

Your email address will not be published. Required fields are marked *

Search for Tenders

Subscribe to Email Alerts