Invitation for Pre-qualification for Highway Construction /Rehabilitation projects and Expression of Interests) for Consultancy Services for Engineering Design and Construction Supervision Projects at Federal Ministry of Works

Federal Ministry of Works

Headquarters, Mabushi, Abuja

 Invitation for Pre-qualification for Highway Construction /Rehabilitation projects and Expression of Interests) for Consultancy Services for Engineering Design and Construction Supervision Projects

 1.0     Introduction

The Federal Ministry of Works in furtherance to her statutory mandate intends to implement some capital projects under various works and services in line with the approved budget of the Financial Year 2013. The Ministry hereby invites interested competent Construction Companies and Civil Engineering Consultancy Firms to submit prequalification/ expression of interest documents for the projects.

The projects consist of Construction/Rehabilitation, Engineering Design & Construction Supervision of Highways projects and Streetlight Projects.

2.0     Scope of Works and Services

The scopes of works to be carried out include the following:

A.      Highways Projects: Construction/ Rehabilitation (for Pre-qualification)

The Highways projects for construction/rehabilitation are listed under category A, B and C as shown in the table below. Contractors are requested to submit tender for Categories A, B or C based on an understanding of the Specific Requirements of each category as stated in this publication and a realistic self assessment of the Contractor’s capacity.

 

Lot No.

 

Projects

 

                      Category A

 

1 Rehabilitation of Ilorin-Kabba-Obajana road in Kwara/Kogi States

 

2 Dualisation of Kano-Katsina road Phase 1: Kano town at Dawanau roundabout to Katsina State border in Kano State

 

3 Dualisation of Suleja-Minna Section II in Niger State

 

                   Category B

 

1 Construction of Benin / Adumagbae – Egba – Akure Road (25Km)

 

2 Rehabilitation of Tumu – Pidinga – Kashere (Combe State) – Futuk -Yalo (Bauchi State) – Bashar – Dengi (Plateau State) road (Construction of Yalo – Bashar – Dengi Section)

 

3 Reconstruction of Nung Udoe – Etinan – Ekom Iman Federal Highway (Akwa Ibom State)

 

4 Rehabilitation of Mubi – Maiha – Sorao road with Spur from Mubi -Bukula in Adamawa State (Completion Works)

 

5 Rehabilitation of Burnt Marine Bridge and Maintenance of Eko (Apkpongbon) and Iddo Bridges in Lagos State

 

                         Category C

 

1 Construction of Kankara-Gurbi Road in Katsina State

 

2 Access Road to Federal facilities at Antorun/Temidire, Ogbomosho, Oyo State

 

3 Completion of Igboile-Okin Connector Road, Surulere LGA, Oyo State

 

 

4 Construction of Isoko ring road in Delta State

 

5 Rehabilitation of Amugo Uno-Oriemba market-Amugo Isiorji Onuani road Enugu State

 

6 Rehabilitation of Yashi-Duguri-Digare-Yalo road (Duguri-Yalo-Dogare Section) Bauchi State

 

7 Rehabilitation of Jarmai-Bashar road, Plateau State

 

8 Rehabilitation of Wukan/Akwana road in Taraba State

 

9 Construction of Ajase-Ipo/Offa/Erin-Ile/Osun State boundary

 

10 Rehabilitation of the Abalamabie (Allison-Hart) 65metre bridge, Bonny Rivers State

 

11 Construction of Takum-Dogon Gawa road (15km) in Katsina-Ala to

Katum

 

12 Construction of Ikemba Drive Spur on Oba-Okigwe road through permanent site of Nnamdi Azikwe University Teaching Hospital

 

13 Construction of bridge across River Ebba to Cheche in Katcha LGA of Niger State

 

14 Rehabilitation of Amanwaozuzu-Uzoagba-Eziama Orie Amaohia road, Imo State

 

15 Construction of Ihiala-Orlu road in Isseke town-Amafuo-Uli with Spur (Ihiala – Orlu – Umuduru section) Anambra State

 

16 Construction of overhead pedestrian bridge in Mosogar and Oghara in Ethiope West LGA of Delta State

 

17 Construction of Bida – Saachi – Nupeko Road in Niger State

 

 

B.      Engineering Design Projects (for Expression of Interests)

The Consultant shall perform all engineering analysis, field investigations and related works described in the Request for Proposals (RFP) and shall be required to attain the set objective. In carrying out the work, the consultant shall be solely responsible for the analysis and interpretation of all data received and for the findings, conclusion and recommendations contained in the reports including aerial surveys or satellite imagery (where required), topographical surveys, hydrological studies, subsurface soil investigation, material surveys, and other field and laboratory investigations required for the examination of various aspects of the alignment, location of suitable construction materials and water.

C.   Construction Supervision of Road Projects (For Expression of Interests)

Consultants for Project Supervision and Management shall be required to produce Programmes of Work and submit periodic Progress Reports of the project during the construction period. Resident supervision of the works includes checking the quality of materials being used for all the works; ensuring that quality tests are conducted on all materials used for the works and that the specifications are adhered to in all instances and ensure that the works are executed according to the approved design and drawings; including Quality Assurance/Quality Control Statements, Audits and Procedures. Joint measurement of works executed and impacting knowledge on modem design software to person/persons assigned to the consultant; etc

D   Street Light Installation

Procurement, installation/rehabilitation, and commissioning of Streetlights on designated Federal Roads and Bridges in the Country.

3.0 General Pre-qualification Requirements:

The Ministry in compliance with the Public Procurement Act, 2007 (PPA 2007) will carry out pre-qualification of companies who respond to this advert based on the following requirements:

a)       Certified true copy of Certificate of Incorporation;

b)      Certified true copy of particulars of Directors;

c)       Certified true copy of Tax Clearance Certificate for the last three (3) years;

d)      Evidence of VAT Registration and remittance;

e)       Unabridged company Audited Annual Report for the immediate past (3) years

f)       Certified true copy of Company Annual returns to CAC for the immediate past three (3) years;

g)       A sworn affidavit that no partner/director has been convicted in any country for criminal offences related to fraudulent or corrupt practices, or criminal misrepresentation or falsification of facts relating to any matter and that all the required document are both GENUINE AND UP TO DATE.

h)      Evidence of Registration with National Pension Commission (PENCOM) and remittance of pension deduction to pension fund Administration (PFAs)

i)       A statement for Company’s bank(s) indicating that the company does not as at the time of this bid have any existing loan or financial liability with the bank(s) for the last three months: and

j)       Evidence of compliance with the provisions of section 6 (1) of the Amended Industrial Training Fund (ITF) Act, 2011 which stipulates that companies bidding for contracts from MDAs must pay a training contribution equivalent to 1% of total annual payroll on behalf of the employees.

 k)      Nigerian Content

Nigerian Content (NC) is “The quantum of composite value added to or created in the Nigerian economy by a systematic development of capacity and capabilities through deliberate utilization of Nigerian human/material resources and services in the Nigerian construction industry – skilled and unskilled”.

Bidders shall consider Nigerian Content as an important element of their overall approach and management philosophy for project execution.

Thus, in responding to this invitation, Tenderers are required to:

  • Submit a plan on how it intends to give first consideration to services provided from within Nigeria, raw materials and manufactured goods of Nigerian origin in line with the requirements of NC;
  • Demonstrate key Management positions that are Nigerian Nationals and the percentage of the company’s total workforce that will be beneficial to youth employment and community development in Nigeria; and
  • All bidders should include description of current Health, Safety and Environment (HSE) procedures, plan, manuals and HSE performance statistics over the last 3 years, e.g. accidents, fatalities.

1)      Bureau of Public Procurement Data Base

Further to the above general requirements, contractors, consultants and service providers that have registered at the categorization and classification in the BPP website, as provided in Part I Section 5(h) of PPA 2007, should consider it as an added advantage.

4.0     Specific Requirements:

i)       For Construction/Rehabilitation Works:

 Category A:

a)       Annual Turnover of at least 10 billion naira (as stated in a verifiable tax  clearance certificate) in the last 3 years.

b)      Experience as a prime contractor on at least 3 (three) projects of similar nature and complexity comparable to the works under consideration within the last five (5) years (copies of letters of award/certificates of completion to be attached).

c)       Evidence that the Contractor has the requisite plants and equipment to execute project of this nature and complexity including Asphalt and Quarry Plants in the geopolitical zone of the project.

d)      Evidence of access to or availability of credit facilities confirmed by reputable bank equivalent of Five Hundred million Naira minimum amount of Liquid Assets; net of other contractual commitments of the successful bidder shall be required.

e)       Full details of key human resources of the organization whose experience and competencies are relevant to the project with their respective curriculum vitae, academic and professional qualifications including evidence of membership of professional bodies and staff phone numbers.

Category B:

a)       Annual Turnover at least 1 billion Naira (as stated in a verifiable tax clearance certificate) in the last 3 years.

b)      Experience as a prime contractor on at least 2 (two) projects of similar nature and complexity comparable to the works under consideration within the last five (5) years (copies of letters of award/certificates of completion to be attached).

c)       Evidence that the Contractor has the requisite plants and equipment to execute project of this nature and complexity.

d)      Evidence of access to or availability of credit facilities certified by the bankers equivalent of Two Hundred and Fifty million Naira minimum amount of Liquid Assets; net of other contractual commitments of the successful bidder shall be required.

e)       Full details of key human resources of the organization whose experience and competencies are relevant to the project with their respective curriculum vitae, academic and professional qualifications including evidence of membership of professional bodies and staff phone numbers.

f)       Contractors presently working with the Ministry that have Three (3) or more on –going projects not to apply.

Category C:

a)       Annual Turnover at least Two hundred and fifty Million Naira (as stated in a verifiable tax clearance certificate) in the last 3 years.

b)      Experience as a prime contractor on at least 21(one) projects of similar nature and complexity comparable to the works under consideration within the last five (5) years (copies of letters of award/certificates of completion to be attached).

c)       Evidence that the Contractor has the requisite plants and equipment to execute project of this nature and complexity.

d)      Evidence of access to or availability of credit facilities certified by the bankers equivalent of fifty Million Naira minimum amount of Liquid Assets; net of other contractual commitments of the successful bidder shall be required.

e)       Full details of key human resources of the organization whose experience and competencies are relevant to the project with their respective curriculum vitae, academic and professional qualifications including evidence of membership of professional bodies and staff phone numbers.

f)       Companies applying for this category must be indigenous.

G)      Contractors presently working with the Ministry that have Three (3) or more on –going projects not to apply.

 Note: No bidder should submit tenders for more than two lots.

ii)      For Engineering Design/Construction Supervision Consultancy Services: 

a)       Evidence of firm’s registration with COREN and/or relevant professional bodies.

b)      Evidence of Execution of Similar Projects in Federal or State agencies.

c)       Methodology/Work Plan for Project Implementation and Validity of Offer.

d)      Full details of key human resources of the organization whose experience and competencies are relevant to the project with their respective curriculum vitae, academic and professional qualifications, evidence of membership of professional bodies and staff phone numbers.

iii)     For Street lights Project

a)       Annual turnover of at least N200 million

b)      Evidence of Current Ministry of Power Wiring Licence Grade One

c)       Evidence of registration with Lighting Professional Body

5.0     Method of Submission:

i.        Documents for Expression of Interest for Consultancy Services must be submitted on or before 12noon Wednesday, 22nd May, 2013 while those of Pre-qualification for Construction/Rehabilitation of roads/bridges must be submitted on or before 12noon of Thursday, 23rd May, 2013

ii        Pre-qualification, Engineering Design or Construction supervision documents must be submitted in separate envelopes clearly marked ‘Pre-qualification ‘Engineering Design’ or ‘Construction Supervision’ (Bidders applying for Construction/ Rehabilitation for more than one project should specify the lot and the name of project respectively in separate envelopes) and return to:

The Secretary, Ministerial Tenders Board, Public Procurement

Department (Room   B218, Block A), Federal Ministry of Works,

Headquarters, Mabushi, Abuja.

 6.0     Opening of Bids:

i.        Expression of Interest and Pre-qualification documents are to be opened immediately after the closing of submission of bids i.e. Expression of Interest on 22nd and Pre-qualification on 23rd of May, 2013 respectively.

ii.       For Consultancy Services only shortlisted Consultants will be invited to submit technical and financial bids.

iii.      Pre-qualified contractors for Construction/Rehabilitation of Federal Highways and Streetlight Projects are to be invited to submit tenders after evaluation and verification of claims, where necessary; and

iv.      Companies or their representatives, Civil Societies, NGOs, Professional Bodies and members of the general public are invited to witness the bids opening exercise.

7.0     Additional Information:

 i.        The Ministry will verify any or all the claims made by applicants and any Consultants/Contractors who contravene Section 58 Sub Section 4g of PPA 2007 will be liable to Section 58 Sub Section 6a & b of the same PPA 2007.

ii.       Contractors who worked for the Ministry and have history of poor performance, abandonment and termination need not to apply.

iii.      This advertisement shall not entitle pre-qualified companies to make any claims whatsoever, and/or seek any indemnity from the Ministry by virtue of such companies having been pre-qualified.

iv.      The Ministry reserves the right to reject any and/or all pre-qualified contractors at its sole discretion and at no costs whatsoever.

v.       All costs incurred in responding to this advert and pre-qualifying for the projects shall be borne solely by the contractors.

vi.      Non compliance to the instructions will lead to disqualification.

Signed:

Permanent Secretary, Federal Ministry of Works.

 

 

 

Subscribe / Share

  • Just a moment...
    " title="Tweet this!">
  • 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