Rehabilitation of Works at Federal Roads Development Project (FRDP)

Federal Roads Development Project (FRDP)

Credit Number – IDA 44150

Specific Procurement Notice

International Competitive Bidding

Invitation For Bids

Nigeria

This invitation for Bids follows the General Procurement Notice (GPN) for the Federal Roads Development Project (FRDP) that appeared in Development Business dated 11 March 2005.

2.       The Federal Government of Nigeria has received a credit from the International Development Association (IDA) in the sum of USD 330 million towards the Federal Roads Development Project (FRDP). It is intended that part of the proceeds of this credit will be applied to eligible payments under the contract for road rehabilitation works package I: (i) Lot A- Rehabilitation of Enugu-Abakaliki Road; and (ii) Lot B – Rehabilitation of Ogoja Junction-lkom Road

3.       The Road Sector Development Team (RSDT) of the Federal Ministry of Works, (hereinafter called “the Employer”), now invites sealed bids from eligible bidders for the construction and completion of (i) Lot A-Rehabilitation of Enugu-Abakaliki Road; and (ii) Lot B – Rehabilitation of Ogoja Junction Ikom Road.

4.       The Rehabilitation Works include, but are not limited to: scarification, site clearance, earthworks, new culverts, repair to existing bridges, protective works, granular sub-base, crushed stone base course, asphaltic concrete surfacing, side drains, road markings and road furniture. Traffic management and social and environmental measures are also important aspects of the projects.

Further details of the contracts are tabulated below.

ICB No. Description Approx Length (km) Construction Period (months) Cost of bid Document inclusive of Taxes
FRDP/2010/ICB

/W/01

Lot A: Enugu –Abakliki Road 77.000 24 Naira 40,500 0r USS 270
FRDP/2010/ICB

/W/02

Lot B: Ogoja Junction Ikom Road 52.438 24 Naira 40,500 0r USS 270

5.    Bidders shall be free to bid for one or both lots. The Employer will evaluate and compare Bids on the basis of each lot, or a combination of both 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 both lots to the same bidder. If a Bidder submits successful (lowest evaluated substantially responsive) bids for both lots, the evaluation will also include an assessment of the Bidder’s capacity to meet the aggregated requirements. This shall be on the basis of direct addition of the requirements for each lot.

6.       The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the World Bank Standard Bidding Documents: Procurement of Works under IBRD Loan and IDA Credit, May 2006 (Revised March and April 2007), and bidding is open to all bidders from eligible source countries as defined in the Guideline.

7.       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 below on working days from l0:00 to 5:00.

8.       Qualification requirements for eligible bidders shall include:

  • Participation as contractor, management contractor, or subcontract in at least Two (2) similar contracts within the last five (5) years, each with a value of at least Naira 6.7 Billion OR US$ 44.7 Million equivalent (for Lot A); and Naira 3.84 Billion OR US $25.6 Million equivalent (for Lot B), that have been successfully or are substantially completed and that are similar or the proposed Works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described Employer’s Requirements.
  • Minimum average annual turnover for the last 5 years shall be;
S/No. Name of Contract Minimum Average Annual Turnover
Lot A Enugu-Abakaliki Road NGN 8.4 Billion or equivalent in a freely convertible currency
Lot B Ogoja Junction- Ikom Road NGN 8.4 Billion or equivalent in a freely convertible currency

The minimum amount of liquid assets and/or credit facilities net of other contractual commitments of the successful bidder shall be:

S/No. Name of Contract Minimum Amount of Liquid Asset and/or Credit facilities (cash flow)
Lot A Enugu-Abakaliki Road N105 Billion or equivalent in a freely convertible currency
Ogoja Junction- Ikom Road N600 Million or equivalent in a freely convertible currency

A margin of preference for eligible national contractors shall be applied.

9.       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 of Naira 40,500 or US$270 for each lot on working days from 10:00 hrs to 5:00. The method of payment shall be by bank draft in favour of “Federal Roads Development Project Abuja”, Bidding Documents requested by mail will be promptly dispatched by courier on payment of additional charges of Naira 10,000.00 for domestic shipping and US$ 128 for overseas delivery through bank draft drawn in the manner stated above, but RSDT will not be liable for late delivery or loss of the documents so dispatched.

10.     A pre-bid meeting will be held on 27 /10 / 2010 at 10.00 hrs at the Office of the Conference Room, Road sector Development Team (RSDT) at the address given below to clarify the issues and to answer questions on any matter that may be raised at that stage as stated in Clause 7.4 of Instructions to Bidders’ of the bidding document. The Employer will evaluate and compare Bids on the basis of a lot, or a combination of both lots, in order to arrive at the least cost combination for the Employer by taking into account discounts offered by Bidders in case of award of both lots to the same bidder. If a Bidder submits successful (lowest evaluated substantially responsive) Bids for both lots, the evaluation will also to include an assessment of the Bidder’s capacity to meet the aggregated requirements.

11.     Bids must be delivered to the address below by 20:00 on 06/12/2010. All bids must be accompanied by a bid security of Naira 140 million or equivalent in freely convertible foreign currency for Lot A: Enugu-Abakaliki Road and Naira 90 million or equivalent in freely convertible foreign currency for Lot B: Ogoja Junction-Ikom Road. Late bids will be rejected.

12.     Bids will be opened in the presence of bidders’ representatives who choose to attend at 20:30 on 06/12/ 2010 at the address below.

13.     Qualified domestic bidders may be eligible to receive a margin of preference of 7.5 percent in Bid evaluation.

Federal Ministry of Works

Road Sector Development Team (RSDT)

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja. Nigeria,

Atta: Unit Manager, Engr. L. A. Audi

Tel: +234-7034044403

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

Execution of Projects at Federal Ministry of Works

Federal Ministry of Works,

Headquarters, Mabushi – Abuja

Request for Expression of Interest as

Transaction Advisors for the Proposed Public

Private Partnership Projects on Selected

Federal Roads and Bridges

Introduction

The Federal Government of Nigeria intends to enter into business relationship with qualified Concessionaires, both Local and International to undertake Design, Build, Operate and Transfer (DBOT) of the under listed Federal Roads and Bridges in the Federation under a Public Private Partnership (PPP) Scheme:-

Lot l: (a) Lagos Iseyin Kishi Kaiama Road;

(b) Kaiama Bahana Bobe Kaoje Gwanbe Fokku Sokoto Road (New alignment);

Lot 2: River Katsina Ala Bridge at Buruku;

Lot 3: River Niger Bridge at Nupeko;

Lot 4: River Benue Bridge at Ibi.

The Design, Construction, Rehabilitation and Expansion of the roads and Bridges are to be done in accordance with Specifications of Federal Ministry of Works (the Ministry) and International Standards in such a manner as to provide smooth movement of goods and services along the routes Also the preferred Concessionaire shall maintain and operate the facilities to high standards on a financially sound basis over an agreed concession period.

Scope of Services

In this regard therefore, the Ministry intends to procure the services of experienced Consultants with full complement of relevant skills as Transaction Advisors to assist through regulated phases of the PPP life cycle. More specifically, the Transaction Advisors will undertake Feasibility/Viability Studies and make strategic management recommendations to the Ministry. Interested Firms are hereby invited to submit Expression of Interest (EOI) for any or all of the listed above.

Submission of Expression for Interest (EOI)

The prospective Consultants are expected to demonstrate financial, legal and technical competence to undertake the studies. The EOI submission should include but not limited to the following:

  1. Full name of Consultant, Finn, Advisors or Consortium and contact person(s), postal contact and e-mail addresses, telephone/facsimile/mobile numbers;
  2. Firm Profile;
  3. Evidence of extensive knowledge and experience in the role of Advisor on similar high profile, local and international projects; experience in the Highway Sector/Transportation Public Private Partnership (PPP) will be an added advantage;
  4. Details of experience in the preparation of feasibility studies in the highway sector/Transportation;
  5. Evidence of civic and statutory compliances including three years abridged audited accounts, tax certificates, incorporated certificates. (Consortium may include documents of each corporate entity);
  6. Registration in the appropriate categories with the Federal Government or country of origin if not resident in Nigeria.

Upon receipt of EOI from interested Firms, the Ministry shall evaluate and pre-qualify applicants. Thereafter, prequalified applicants shall be issued with Terms of Reference (TOR) for the Technical and Financial Proposals.

Interested and qualified Firms desiring to offer their services to Government in this capacity should submit EOIs for any or all of the projects listed above, describing in details their proposed services, and level of experience of the Firm.

Method of Submission

Completed EOIs in three (3) copies including one (1) original must be signed, sealed and delivered in separate envelopes for each Lot clearly marked “Confidential” and boldly written Expression of Interest for Consultant for (name of road) and hand delivered not later than 1500HRS Nigerian time (16GMT), on or before 25th October, 2010, to:

The Secretary,

Ministerial Tenders Board,

Department of Public Procurement,

Federal Ministry of Works,

Headquarters, Mabushi,

Abuja.

Important Information

  1. Only pre-qualified firms will be invited to collect Request for Proposals (RFP) for   the submission of Technical and Financial Proposals.
  2. Incomplete documentation and/or late submission of documents will not be entertained.
  3. All enquiries relating to this publication should be directed to:

Office of the Head PPP Unit,

No. 6, Niagara Close, off Erie Crescent,

Off Nile Street, Maitama,

Abuja.

E-mail: info@ppp-fmwhud-ng.org

Website: www-fmwhud-ng.org

Signed:

Permanent Secretary

Procurement of Estate Valuers at Federal Ministry of Works

Federal Ministry of Works,

Headquarters, Mabushi – Abuja

Advertisement for the Procurement of Estate

Valuers for Lagos-Ibadan Expressway

Introduction

The Federal Government has awarded the Concession for the Reconstruction, Expansion and Modernization of the Lagos-Ibadan Expressway on Design, Build, Operate and Transfer (DBOT) scheme to Messrs Bi-Courtney Consortium. The commencement of work by the Concessionaire on the project has generated petitions and complaints from members of the public whose properties are adjoining to the Right of Way (ROW).

In view of the above there is urgent need for the Ministry to take accurate enumeration of existing structures/crops and economic trees within the right ROW, carry out valuation of the structures, crops and economic trees therein, ascertain the legality of such properties by conducting title search at the appropriate land registry etc, and conclude the assignment within two months and submit report to the Ministry.

Scope of Services

In order to facilitate the proper handing over of the ROW to the Concessionaire without hitches, the Ministry through its PPP Unit therefore, wishes to invite competent and renowned Estate Valuers to tender for the enumeration and valuation exercise on the Lagos-Ibadan Expressway that will form the basis for payment of compensation to-deserving claimants.

Submission of Expression of Interest (EOI)

Interested Firms are hereby invited to submit Expression of Interest (EOI) for the services. The prospective Estate Valuers are expected to demonstrate requisite skills and competence to undertake the exercise. The EOI submission should include but not limited to the following:

  • Full name of the Firm, and contact person(s), postal contact and e-mail addresses, telephone/facsimile/ mobile numbers;
  • Firm profile;
  • Evidence of extensive knowledge and experience in the proposed assignment,
  • Evidence of civic and statutory compliances including three years abridged   audited accounts, tax certificates, incorporated certificates; and
  • Registration in the appropriate categories with the federal Government or country of origin if not resident in Nigeria.

Upon receipt of EOI from interested Firms, the Ministry shall evaluate and pre-qualify applicants. Thereafter, pre-qualified applicants shall be issued with Terms of Reference (TOR) for the submission of Technical and Financial Proposals.

Interested and qualified Firms desiring to offer their services to Government in this capacity should submit EOI describing in details their proposed services, and level of experience of the Firm.

Method of Submission

Completed EOIs in three (3) copies including one (1) original should be signed, sealed and delivered in an envelope clearly marked “Confidential” and boldly written Expression of Interest as Estate Valuer on Lagos-Ibadan Expressway and hand delivered not later than 1500HRS Nigerian time (1600GMT), on or before 25th October, 2010, to:

The Secretary,

Ministerial Tenders Board,

Department of Public Procurement,

Federal Ministry of Works,

Headquarters, Mabushi,

Abuja.

Important Information

  • Only pre-qualified firms will be invited to collect Request for Proposals (RFP) for the submission of Technical and Financial Proposals.
  • Incomplete documentation and/or late submission of documents will not be entertained.
  • All enquiries relating to this publication should be directed to:

Office of the Head PPP Unit,

No. 6, Niagara Close, off Erie Crescent,

Off Nile Street, Maitama,

Abuja.

E-mail: info@ppp-fmwhud-ng.org

Website: www-fmwhud-ng.org

Signed:

Permanent Secretary

Procurement of Good at Federal Ministry of Works

Federal Ministry of Works.

The Public Private Partnership (PPP) Unit of the federal Ministry of Work is urgently desirous to procure PPP Specialist to assist the Unit in its operations. The Specialist will be responsible for providing high level advisory, financial and technical assistance to the PPP unit to further develop the PPP scheme and help FMW resolve a number of critical issues that are necessary for moving forward and organize the program and act facilitator/resource person for bringing the PPP model to a successful execution.

2.  Scope of Services

The scope of the assignment Includes but not limited to the following.

  1. Advising the Unit on all PPP activities from inception stages of PPP projects in accordance with best international practices. Particularly will assist the Unit to develop Value Engineering programme and analyses for cost reduction / savings on the projects with focus on training of the Unit’s staff.
  2. Application of the wealth of experience towards successful actualization of PPP operation of the Unit including achievement of Financial Close on Concession Contracts(s).
  3. Assist the PPP Unit in all the processes required by the Transaction Advisors (TAs) to produce the “Outline Business Case’ (OBC) for selected projects to establish that, they are viable, bankable, affordable and deliverable before launching into procurement phase.
  4. Determination of related business services that the private operator may be encouraged to engage in.
  5. Following these activities, the specialist will carry out the remaining work to develop the model into bid documents which will include the following:

Finalization of the PPP Model Concept

  • Promotion of PPP Concept and Search for Potential Bidders:
  • Compilation of bid documents including legal agreements and supporting documents:
  • Bid Process Management, Coordination and Closing:
  • Appraisal of the financial Models submitted by the proponents during the bidding process for transparency and testing them using Sensitivity analysis to ensure that the pricing is robust against changes in the input assumptions:

Facilitator/Capacity Building Activities

  • Prepare an information Dissemination and Consensus Building Strategy:
  • Plan and Organize the Inter-Ministerial Working Group meetings:
  • Develop and carry out related training of PPP related issues to various stakeholder groups, Organization of thematic workshops can be part of this training.
  • Organize consultative sessions with key decision makers:
  • Propose and organize a programme of study tours and exchange visits, and act as facilitators/resources person for bringing the PPP model to a successful execution:
  • Preparation of TORS for recruitment of short term consultants and legal advisors to carry on additional task as may be needed to produce the transaction documents or to carry out capacity building activities as described

Minimum Qualifications

Bachelors or Master’s Degree in Civil Engineering with Management Degree in Transportation/Finance/Economics, Extensive International Experience with a minimum of 20years experience. He/She must have over 5 years cognate experience relevant with PPP model in the highway sector.

4.    Assignment Duration/Salary

The PPP Specialist is initially expected to provide one (1) year service with a possibility of extension and a starting date preferably of November 2010. The salary is negotiable.

5. Method of Application

Interested applicants fulfilling the above requirements are invited to submit three (3) copies of their applications with curriculum vitae, educational, work experience and any other relevant documents. Each application should also include the names and addresses (including e-mail address) of at least referees to enable the Unit carry out due diligence. All submission must be made under confidential cover not later than 3.00pm, not later 25th November 2010 to:-

The Secretary,

Ministerial Tenders Board,

Department of Public Procurement,

Federal Ministry of Works,

Headquarters, Mabushi,

Abuja.

6. Important Information

  1. Only shortlisted applicants shall be invited for negotiation.
  2. Incomplete or late submission of documents will not be entertained.
  3. All enquiries relating to this publication should be directed to:-

Office of toe Head PPP t nit,

No. 6, Niagara Close, off Erie Crescent,

Off Nile Street, Maitama,

Abuja.

E-mail: info@ppp-fmwhud-ng.org

Website: www-fmwhud-ng.org

Signed

Permanent Secretary

Procurement/Installation and Construction of Projects at Ondo State Government Ministry of Works

Ondo state government

Ministry of works

Oyemekun Road, Akure

Invitation to Tender

Tenders are hereby invited from reputable and suitably qualified contractors for the Procurement/Installation, Construction, Purchase and acquisition of the following:

Lot 1. Procurement/Installation of 500KVA transformer with its accessories.

Lot 2. Construction of a new material testing laboratory building.

Lot 3: Procurement of 2Nos total station survey equipment and 4 Nos high precision hand held GPS (including training)

Lot 4: Acquisition of satellite images and arch G/S software including training (Owo, Ikare, Okitipupa, Ondo, Ore, Akure and Igbokoda)

Lot 5: Procurement/Installation of One (1) No. Avery Weightronik Weigh Bridge

Lot 6: Procurement of one (1) 25tons crane.

Bidders are required to pay a non-refundable fee of N25, 000.00 for lots 1 to 5 and N100, 000.00 for lot 6) into the approved Ondo State Bank Account, obtain Government receipt from the Government Treasury Cash office Akure and obtain relevant Tender documents from the Director of Planning, Design, Research and Statistics, Ministry of Works, Akure, Ondo State.

Duly completed Tender must be enclosed in Wax-sealed Envelopes clearly marked at the top hand corner “Confidential” Tender For Supply Or Construction of The Listed Items Above and please do not enclose two tenders in one envelope.

Addressed and forwarded to:

The Secretary,

Ondo State Tender’s Board

Cabinet and Special Services Department

Office of the Governor, Akure

To reach him not later than Wednesday 10th November, 2010

Tenderer is required to enclose along with his tender, copies of the following documents

  1. Current income tax receipt
  2. Tax clearance certificate and VAT registration certificate.
  3. Evidence of incorporation under the company’s decree.
  4. Evidence of Registration with Ondo State Works Registration Board, Ministry of Works in the appropriate category that is current at the time of Tender.
  5. Development levy receipt for the last three years.
  6. Tender processing fee receipt.
  7. List of plant, Equipment and Technical staff available for the project.
  8. Cash flow programme and projections for the project.
  9. Evidence of Experience of similar project executed.
  10. Bank Reference from reputable bank, will be a condition for qualifying to tender

(Sgd)

Engr.Alex Aragbaiye

Permanent Secretary

Ministry of Works