Construction of Proposed Headquarter Building at Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos Urban Transport Project (LUTP)

Proposed Headquarters Building for Lamata

International Competitive Bidding (ICB)

Invitation for Bids (IFB)

Date: October 17, 2011

Contract No: LAMATA/WB/ICB/LAMBUILD/LUTPI/YR 1/08/11

IDA Credit No.: 4767 –UNI.

 

1.         This Invitation for Bids follows the General Procurement Notice for this Project titled NG Nigeria-LUTP -II (FY10) that appeared in dg market publication of July 16,2010.

 

2.         The Lagos State Government has received credit from the International Development Association towards the cost of Lagos Urban Transport Project (LUTP II), and it intends to apply part of the proceeds of this credit to payments under the contract for the Construction of Proposed Headquarter Building for LAMATA.

 

3.         The Lagos Urban Transport Project (LUTP) now invites sealed bids from eligible and qualified bidders for the Construction of Proposed Headquarter Building for LAMATA Contract No: LAMATA/WB/ICB/LAMBUILD/LUTP II/YR 1/08/11. The Works consists of construction of office complex of four floors including pent house and basement located in Ikeja business district. The scope of works includes construction of pile foundation, block works, concrete works, plastering, plumbing works, electrical works, finishing and external works. The detail for each of the works elements are as described in the bill of quantities.

 

4.         Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source countries as defined in the Bidding Documents.

 

5.         Interested eligible bidders may obtain further information from Lagos Urban Transport Project (LUTP) and inspect the Bidding Documents at the address given below from 8am to 4pm Mondays through Friday from October 17,2011

 

6.         Qualifications requirements include:

 

a. Possession of experience as a Prime Contractor for at least the last five (5) years prior to the application submission deadline, and with work died should be at least 70% complete.

 

b.         Minimum average annual turnover in construction works of at least 2.1 billion Naira or its equivalent in three easily convertible international currencies in the last five yean- in works that have been successfully and substantially completed and that are similar to (he proposed works under this Contract;

 

c.         Project Manager with B.Sc. Civil Engineering and at least \5years experience in Works of equivalent nature and volume:

 

d.         Own a substantial proportion of the construction equipment required to successfully execute Contract:

 

e.         Provide Annual audited account for the fast 3 years;

 

For the last five (5) years to demonstrate: The current soundness of the applicant’s financial position and its prospective long term profitability, and have Liquidity and/or evidence of access or availability of confirmed positive credit facilities of not less Three Hundred and Fifty Million naira (#350,000,000.00) only or 2,260,000.00 USD.

 

A margin of preference for eligible national contractors/joint ventures shall not be applied.

 

7.         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 Fifty Thousand Naira (N50,000.00) or its equivalent in US Dollars in Bank draft payable to LAMATA.

Interested Bidders may obtain further information at the address below:

 

8.         Bids must be delivered to the address below at or before 10.00 a.m., November 28th, 2011. Electronic bidding shall not be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address below by 10 am on 28th of November, 2011.

 

9.         All bids shall be accompanied by a Bid Security of  N50,000,000.00 or USD 323,000.00

 

10.       The address referred to above is:

 

Managing Director

Lagos Metropolitan Area Transport Authority (L AMATA)

Block C, 2nd Floor Motorways Centre, 1, Motorways Avenue

Alausa, Ikeja, Lagos State.

Telephone: 234-1-2702778-82, Fax: 234-1-2702784

E-mail: advert@lamata-ng.com , dmobereola@lamata-ng.com

 

 

 

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