Design and Build a New Two Lane Bridge Over the Cross River at the Cameroon/Nigeria Border (EKOK/MFUM) with Approach Roads

Invitation for Bids

IFB No. 01/JTC/IFB/Cameroon-Nigeria/2011 May, 2011

Federal Republic of Nigeria, Republic of Cameroon, ECOWAS/ECCAS/CEMAC

Design and Build a New Two Lane Bridge Over the Cross River at the Cameroon/Nigeria Border (EKOK/MFUM) with Approach Roads

 

1.   This Invitation for Bids follows the General Procurement Notice for this project that appeared in UN Development Business Issue No.73X 31 August 2008. The Federal Republic of Nigeria and the Republic of Cameroon have received loan from the African Development Fund toward the cost of the Transport Facilitation Programme on the Bamenda- Mamfe-Ekok – Abakaliki -Enugu Road Corridor and intend to apply part of the proceeds of this loan to payments under the contract for Design & Build of A New Two Lane Bridge over the Cross River at the Cameroon/Nigeria Border (Ekok/Mfum) with Approach Roads – Contract No. 01/JTC/Cameroon-Nigeria/20ll. Any payments made under the proposed contract will be subject, in all respects, to the terms and conditions of the D and B and related documents, including restrictions on the use of ADB funding and conditions to the disbursement

 

2.   The Design and Build (D and B) bridge project includes a new Two Lane Bridge over the Cross River of approx length 276 m with approach roads (single carriageways of approx, 1.5 km length) on either side of the bridge. The width of the bridge carriageway should not be less than 11.a m.

Two types of bridge design are proposed as the main works and these are:

Alternative A: Pre-stressed Concrete continuous Box Girder (Integral or Semi-Integral) Bridge type with Approach Roads or

Alternative B: Suspension or Cable-Stayed Bridge with Approach Roads

The contract completion duration is 18 months.

 

3.   The Employers represented by the Road Sector Development Team (RSDT) now invite scaled bids (“Bids”) from eligible and qualified entities (“Bidders”) to provide the design-build referenced above (the “Works”), which is being offered as a fixed price contract. Bidding will be conducted through the international competitive bidding procedures specified in the current African Development Bank’s Rules of Procedure for Procurement of Goods and Works and is open to all bidders from eligible member countries as defined in the Rules.

 

4.  The Bidding Documents consist of the following:

 

Part 1 – Bidding Procedures: Section I –   Instructions to Bidders (ITB)

Section II –            Bid Data Sheet (BDS)

Section III –          Evaluation and Qualification Criteria

Section IV –          Bidding Forms

Section V –           Eligible Countries

 

Part 2 -Employers Requirements: Section VI Requirements

 

Part 3 –Conditions of Contract and Contract Forms: Section VII- General Conditions of Contract

Section VIII- Particular: Conditions

Section XI   -Contract Forms

 

5.    Interested eligible bidders may obtain further information form and inspect the bidding documents at the Road Sector Development Team at the address stated at end of this document commencing May 31, 2011 from 09.00 to 4.00pm local time during working days.

 

6.    A complete set of bidding documents in English language may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of Naira 10,000.00 or its equivalent in an acceptable convertible currency (USD, GBP, Euro CFA). The method of payment will be by Bank Draft or Certified Cheque. The set of bidding documents will be handed over upon receipt of payment.

 

7.    Bids must be delivered to the address below by 2.00 pm local time, August 31, 2011. All bids must be accompanied by a bid security amounting to Naira 60 million or an equivalent amount in a freely convertible currency. Late bids will be rejected. Bids will be opened in the presence of bidders’ representatives and anyone who choose to attend at the address below on August 31, 2011 at 2:00 to 3:00 pm local time.

 

8.    Bids shall be valid for a bid period of one hundred eighty (180) days after Bid Opening.

 

9.    Post-qualification will be based on meeting all the following minimum pass criteria regarding the Applicant’s general and particular experience (successful experience as a main or principal contractor in the execution of at least two projects of a similar nature and complexity comparable to the proposed contract within the last five years), personnel (the Applicant must have suitably qualified personnel with a minimum experience of 12 years in the execution of similar works) and equipment capabilities (the Applicant must have suitably qualified personnel with a minimum experience of 12 years in the execution of similar works) and equipment capabilities (the Applicant should own, or have assured access through hire, lease, purchase agreement or other means to key items of equipment in full working order), and financial position (the Applicant shall demonstrate that it has access to, or has available, liquid assets, lines of credit and other financial means to meet the construction cash flow).

 

10. A site visit and pre-bid conference are scheduled for 10.00 hours local time, July 01, 2011 commencing at the existing suspension bridge on the Nigeria Cameroon border at Mfum (Nigerian side). All bidders are recommended to attend.

 

11. Clauses relating to Preference for Domestic or Regional Bidders are not applicable

 

The Unit Manager,

Road Sector Development Team (RSDT)

6. Niagara Close, Off Erie Crescent, Off Nile Street,

Maitama. Abuja, Nigeria.

Attn: Engr. L. A. Audi, Unit Manager, RSDT

Tel: +234-7034044403

E-mail: unitmgr.rsdt@yahoo.co.uk or unitmanager@rsdt.gov.ng

 

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