FEDERAL MINISTRY OF POWER, WORKS & HOUSING
(WORKS & HOUSING SECTOR)
HEADQUARTERS, MABUSHI, ABUJA
INVITATION FOR PRE-QUALIFICATION/EXPRESSION OF INTEREST (EoI) FOR WORKS , GOODS AND CONSULTANCY SERVICES
1.0 INTRODUCTION
The Federal Ministry of Power, Works and Housing (Works & Housing Sector) intends to execute some capital projects as provided for in the 2019 Appropriation Act, in compliance with the provisions of the Public Procurement Act, 2007. The Ministry, therefore, invites interested and competent Contractors, Suppliers and Consultants to submit Technical and Expression of Interest (EoI) documents for the execution of Year 2019 Projects:
2.0 SCOPE OF WORKS/ASSIGNMENTS
Details of the Scope of Works/Assignments are contained in the Bid Documents. The projects were grouped/categorized into A to F, respectively. Bidders are therefore, requested to submit their respective Technical/EoI documents for the categories chosen on the basis of the specific requirements for each project as categorized and specified in Sections 4.0 of this publication.The projects are listed in the table below:
LOT | PROJECT TITLE | ||||||||||||||||||
CATEGORY ‘A’: ROADS & BRIDGES | |||||||||||||||||||
A.1 | Dualisation of Akure to Ado Ekiti Road in Ondo /Ekiti States | ||||||||||||||||||
A.2 | Construction of Ukana –AkpaUtong-Ikot Ntuen Road Akwa Ibom State | ||||||||||||||||||
A.3 | Rehabilitation of Achingali- Udoobiz-Udo-Na-Umumwana-Ubakala Road including Bridge Across Imo River in Imo State | ||||||||||||||||||
A.4 | Rehabilitation of Sokoto-Illela (Nigeria)-Birnin Konni (Niger Republic) Road in Sokoto State | ||||||||||||||||||
A.5 | Construction of Iluke – AiyetoroKiri – Abugi – Eggan Road, Kogi State | ||||||||||||||||||
A.6 | Construction of Bama – Gulumba – Rann Road | ||||||||||||||||||
CATEGORY ‘B’: ROADS & BRIDGES | |||||||||||||||||||
B.1 | Rehabilitation of Odo –OnaElewe Idiayunre- Mamu Ogun State Border in Oyo State | ||||||||||||||||||
B.2 | Construction of Tamawa-Gulu Road in Kano State Phase 3: Maigari – Gulu Section | ||||||||||||||||||
CATEGORY ‘C’: OTHER ROAD & BRIDGES | |||||||||||||||||||
C.1 | Construction/Rehabilitation of Roads and Bridges in the Six (6) Geo-Political Zones | ||||||||||||||||||
CATEGORY ‘D’: | |||||||||||||||||||
D.1 | Rehabilitation /Restoration of Federal Government Secretariat and other Federal Government Buildings in selected States/FCT | ||||||||||||||||||
D.2 | Construction/Completion of Additional Facilities, Supply and Installation of Workshop Equipment in Training Schools and Workshops Nationwide | ||||||||||||||||||
D.3 | Fencing of Federal Government Lands and other Properties in Selected States | ||||||||||||||||||
D.4 | Urban Renewal and Slum Upgrading Project: Provision of Motorized/Solar Powered Boreholes in Selected States | ||||||||||||||||||
D.5 | Urban Renewal and Slum Upgrading Project: Construction and Rehabilitation of Roads, Culverts and External Drainage Works in selected States/FCT | ||||||||||||||||||
D.6 | Provision of Infrastructure (Roads & Drains, Water and Electricity Supply) in the New Town in FCT | ||||||||||||||||||
D.7 | Construction of Roads, Drainages, Culverts and Erosion Control, Class Room Blocks, VIP Toilets, Primary Health Care/ Maternity, Skills Acquisition/ Civic/Community Centres, Pavilion, Boreholes/Hand Pumps, Water Treatment and Sanitation, Provision of Electrification/Solar Street Lighting, Transformers, etc | ||||||||||||||||||
D.8 | Maintenance of Electrical System, High Tension / Low Tension Network Assembly and Retrofitting of Public Building with Renewable Energy at Headquarters and Field Offices | ||||||||||||||||||
D.9 | Provision of Engineering Workshop Tools (Mechanical, Electrical, Water and Structural Tools), Generators and others | ||||||||||||||||||
D.10 | Maintenance of Fire Fighting Equipment, Air conditioners and Water/Plumbing System in Headquarters and Selected Field Offices | ||||||||||||||||||
D.11 | Construction of Internal and External Directional Posts and Display Boards | ||||||||||||||||||
D.12 | Installation / Rehabilitation and Sustenance of Street Light | ||||||||||||||||||
D.13 | Provision of Road Signages and other Road Furniture on Federal Highways - Consultancy | ||||||||||||||||||
D.14 | Relocation of Utilities (Water Lines, Telecommunications, Electrical Installations and Other Facilities) on Road Projects | ||||||||||||||||||
CATEGORY ‘E’: GOODS | |||||||||||||||||||
E.1 | Procurement of Poverty Alleviation & Skills Acquisition Starter Packs | ||||||||||||||||||
E.2 | Acquisition of GIS Equipment, Satellite Imageries, Digital Survey and Data Mining Software for Urban Planning and Surveying activities, | ||||||||||||||||||
E.3 | Procurement of Computer Hardware, Accessories, Consumables and Software/e-Books, Office Furniture/fittings, Generating SetStationery, Photographic/Topographic/ Workshop/Material Testing Equipment and Acquisition of Medical Equipment/Drugs etc | ||||||||||||||||||
CATEGORY ‘F’: CONSULTANCY AND OTHER SERVICES | |||||||||||||||||||
F.1 | Engineering Design & Supervision of Highway Roads and Bridges Projects Nationwide | ||||||||||||||||||
F.2 | Consulting and Professional Services:
|
||||||||||||||||||
F.3 | Development and Hosting of the Harmonized Interactive Web Portal, Design and Development of Road Access Management Systems (RAMS) and e-Registry Electronic Document Management System (EDMS) for Lands Department | ||||||||||||||||||
F.4 | Design and Development of Road Access Management System (RAMS) Using Geographic Information System (GIS) including Digitization for Online Road Management in the Country | ||||||||||||||||||
F.5 | Consultancy Services for Development and Management of Highways | ||||||||||||||||||
F.6 | Consultancy Service for the Engagement of Transaction Advisory Services for Private Public Partnership (PPP) Projects | ||||||||||||||||||
F.7 | Slum Identification & Mapping In Selected Cities Of Abuja (FCT) & Ibadan (Oyo State) | ||||||||||||||||||
F.8 | Acquisition of Human Resource Management Information System (HRMIS) Data Base Software / Digitization and Expansion of HRM Registry | ||||||||||||||||||
F.9 | Conduct Baseline Studies on Land Governance and Tenure Structure, Realistic Land Values/Compensation, Demand notice preparation, Resonance Survey and Inventorisation of Federal Government Lands | ||||||||||||||||||
F.10 | Perimeter, Topographic, Layout Survey and as-Built Survey of Federal Government Land/properties in Selected States | ||||||||||||||||||
F.11 | Conversion of Analogue Spatial Data to Digital Format in the Six (6) Geo – Political Zones | ||||||||||||||||||
F.12 | Up-Grading of Cadastral Geographic Information System (CADGIS) Laboratory and Operationalization of Federal Land Data Base System at Headquarters &Zonal Headquarters | ||||||||||||||||||
F.13 | Preparation of Physical Development, Resilience Plansand Master Plan, Physical Development Standards, Guideline and Bye Laws Booklet, Regeneration of City Resilience/ Strength, Need Assessment and Slum Identification Reports in Selected States | ||||||||||||||||||
F.14 | Training and Capacity Development in Auto/Cad and AroGIS Applications for Urban and Regional Planning, Capacity Building for Architects, Quantity Surveyors, Builders and Town Planners in Computer Aided Designs and Standardization and Project Management | ||||||||||||||||||
F.15 | Consultancy Anchor ship and Facilitating the Training of Professionals, (Artisan, Craftsmen etc) | ||||||||||||||||||
F.16 | Building Energy Efficiency Code (BEEC) and Guidelines (BEEG) | ||||||||||||||||||
F.17 | Domestication of UN-HABITAT Guidelines, Plans and Human Capacity Development of Core Staff for the Implementation of the New Urban Agenda (NUA) in Nigeria |
3.0 ELIGIBILITY REQUIREMENTS
3.1 The Ministry, in compliance with the provisions of the Public Procurement Act, 2007 and the Public Procurement Regulations for Works, Goods and Services, will carry out pre-qualification/shortlisting of companies/consultants that respond to this advertisement based on the following requirements:
* | Evidence of Certificate of Incorporation issued byCorporate Affairs Commission (CAC) including Forms CAC2 and CAC7; | ||||||||
* | Evidence of Company’s current Annual returns to CAC for categories A, B & C; | ||||||||
* | Evidence of Tax Clearance Certificate (TCC) for the last three (3) years (2016, 2017 & 2018) valid till 31st December, 2019. | ||||||||
* | Evidence of current Pension Compliance Certificate valid till 31st December, 2019; | ||||||||
* | Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2019; | ||||||||
* | Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2019; | ||||||||
* | Evidence of Registration on the BPP’s National Database of Federal Contractors, Consultants and Service Providers by submission of a valid Certificate of Registration or Interim Registration Report (IRR) expiring on 31/01/2020; | ||||||||
* | Unabridged Company Audited Annual Report for the immediate past three (3) years (2016, 2017 & 2018); | ||||||||
* | For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, TCC, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner) | ||||||||
* | A Sworn Affidavit:
|
||||||||
* | Evidence of Particulars of Directors; |
3.2 Local Content, Safety and Social Responsibility for Categories A to C
i) Indicate the quantum of verifiable employment to be generated stating projected numbers and specialties for skilled (Professional) and unskilled (Non-professional) Manpower;
ii) Submit verifiable 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;
iii) All bidders should include description of current Health, Safety and Environment (HSE) procedures, plan, manuals and HSE performance statistics over the last 3 years including HSE manuals and accident statistics for the past five (5) years; and
iv) Submit a plan on how to give first consideration to services provided from within Nigeria, raw materials and manufactured goods of Nigerian origin in line with the requirements of Nigerian Content.
v) State the proposed social benefits to be accrued to the host communities where projects/services are domiciled
4.0 Specific Requirements for Evaluation
i) In addition to the requirements stipulated in 3.1 to 3.2. bidders are to fulfil the under listed requirements:
4.1 CATEGORY A: Roads& Bridges
* | Annual Turnover Bidders must have average annual turnover of ten (10) Billion Naira (as evidenced in the tax clearance certificate) in the last three (3) years (2016, 2017 & 2018); |
* | Bidders’ Experience Bidder must be a prime contractor on at least two (2) projects of similar nature, magnitude 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); |
* | Plant and Equipment Verifiable evidence that the Bidders have the requisite plants and equipment to execute project of the nature and complexity including Asphalt and Quarry Plants in the Geopolitical Zone of the project biddedfor. |
* | Financial Capacity Evidence of access to or availability of credit facilities, confirmed by a reputable bank, equivalent of one (1) billion Naira net of other contractual commitments of the successful bidder shall be required; |
* | Manpower Company profiles with CVs of key professionals including photocopies of relevant academic and professional qualifications with attestation of availability and contact phone numbers (evidence of registration with relevant regulatory professional bodies e.g. COREN, ARCON, CORBON, QSRBN); |
* | Evidence of Firm’s registration with relevant professional body such as: COREN/QSRBN/ARCON/CORBON/SURCON etc. |
* | Maximum Number of Lots Bidders must restrict their submission of bids to a maximum of one (1) lot, in this category, located in a Geopolitical Zone where they are already mobilized, and which they have comparative advantage in terms of logistics and community social relations. |
4.2 CATEGORY B: Roads &Bridges
* | Annual Turnover Average Annual Turnover of Two Billion, Five Hundred Thousand Naira (₦2,500,000,000.00) (as evidencedin tax clearance certificate) in the last three (3) years (2016, 2017 & 2018); |
* | Bidders’ Experience Experience as a prime contractor on at least two (2) 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); |
* | Plant and Equipment Evidence that the Bidders have the requisite plants and equipment to execute project of this nature and complexity; |
* | Financial Capacity Evidence of access to or availability of credit facilities, certified by a reputable Banker, equivalent of Five Hundred Million Naira (₦500,000,000.00) net of other contractual commitments of the successful bidder shall be required; |
* | Manpower Company profiles with CVs of key professionals including photocopies of relevant academic and professional qualifications with attestation of availability and contact phone numbers (evidence of registration with relevant regulatory professional bodies e.g. COREN, ARCON, CORBON, QSRBN, SURCON); |
* | This is exclusive to Nigerian firms |
* | Maximum number of Lots Bidders must restrict their submission of bids to a maximum of one (1) lot located in a geopolitical zone where they are already mobilized. |
4.3 CATEGORY C: Roads and Bridges
a) Annual Turnover
Average Annual Turnover of Five Hundred Million Naira (₦500,000,000.00) (as evidenced in tax clearance certificate) in the last three (3) years (2016, 2017 & 2018);
b) Bidders’ Experience
Experience as a prime contractor on at least two (2) 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) Plant and Equipment
Evidence that the Bidders have the requisite plants and equipment to execute project of this nature and complexity;
d) Financial Capacity
Evidence of access to or availability of credit facilities, certified by a reputable Banker, equivalent of Fifty Million Naira (₦50,000,000.00) net of other contractual commitments of the successful bidder shall be required;
e) Manpower
Company profiles with CVs of key professionals including photocopies of relevant academic and professional qualifications with attestation of availability and contact phone numbers (evidence of registration with relevant regulatory professional bodies e.g. COREN, ARCON, CORBON, QSRBN;
f) This is exclusive to Nigerian firms
g) Maximum number of Lots Bidders must restrict their submission of bids to a maximum of one (1) lot in each Category
4.4 TECHNICAL REQUIREMENTS FOR BRIDGES:
In addition to the requirements in 4.3, applicants must be Specialist in Bridge Construction/Rehabilitation and shall have the following Minimum Criteria:
* | Evidence of Experience related to the Project’s Scope of Works which must be described in detail, namely Changing of Expansion Joints, Concrete Strengthening, Changing of Pot Bearings, Post Tensioning Works, Concrete Skin Repair, Pavement Rehabilitation, Corrosion Protection Measures, etc. |
* | Submit Method Statements and Provide Repair Techniques related to Concrete Repair Works which must comply with all of the necessary technical requirements and must be properly coordinated with other refurbishment works of the Bridge. |
* | Applicants must have been engaged in active business as a Concrete Repair Works and Bridge Rehabilitation Contractor for a minimum of two Jobs under the name of the firm applying for prequalification, and must provide Award Letters as evidence. |
* | Applicants must provide all information pertaining to the Experience of the Firm and to its Specialist Engineers in similar type of Works (Provide CVs). |
* | Evidence of having access to Specialized Bridge Repair Material and Bridge Components’ Manufacturers and Suppliers. |
* | Capability for batching, controlling, placing finishing and curing concrete with Specialized Materials for the Resurfacing of the Burnt Section of the Bridge Deck. |
* | Evidence of having a Local Experience in the same type of Works within the last few years is an Advantage. |
CATEGORIES D, E and F: other Works, Goods and Services
* | Bidders’ Experience Evidence of previous similar jobs with two (2) letters of awards in the last three (3) years (2015, 2016 & 2017); |
* | Plant and Equipment/Warehouse Verifiable evidence of proof of ownership and/or lease of the construction equipment/Warehouse required for the successful execution of these contracts especially categories D & E; |
* | Financial Capacity Evidence of financial capability by submission of letter of reference from a reputable Commercial Bank in Nigeria, indicating commitment to fund the project when awarded; |
* | Firm Registration with Professional Bodies Evidence of Firm’s registration with relevant professional body e.g. NAICOM/Insurance, EHORECON/Cleaning Service, NITDA/CPN/Information Technology, COREN/QSRBN/ARCON/CORBON/SURCON/Construction, NSCDC/Security, ESVARBON/Estate Surveying etc. |
* | Manpower Key personnel with evidence of registration with Professional bodies likeCOREN, QSRBN, ARCON, SURCON, CORBON, TOPREC, NIESV, CIPSMNetc; |
* | Note that indigenous companies have an advantage in these categories; |
5.0 ENQUIRIES
All enquiries are to be directed to:
The Director,
Public Procurement Department,
Federal Ministry of Power, Works and Housing
Works and Housing Headquarters,
Mabushi, Abuja.
6.0 METHOD OF SUBMISSION
i) Bids must be prepared in English Language and signed by the official authorized by the bidder.
ii) Two copies of Technical documents/Expression of Interest (EoI) for all categories must be submitted on or before 12:00 noon on Monday, 2ndSeptember, 2019. Late submissions will be returned un-opened.
iii) Bids for categories A, B & C are to be submitted at the Procurement Department Room 105, Block A, 1st Floor, Works Sector FMPW&H Mabushi, Abuja.
iv) Bids for categories D, E and F are to be submitted at the Conference Room, 3rdFloor, Housing Block, FMPW&H, Mabushi, Abuja.
7.0 OPENING OF EOI/BIDS
i. EOI/TechnicalBid Documents will be opened immediately after the deadline for submission at 12:00 noon on Monday, 2nd September, 2019, at the venue stated in 6(iii) and (iv) above.
ONLY technically shortlisted bidders will be invited for collection of Financial bids and Request for Proposals;
Companies or their representatives, Civil Societies, NGOs, Professional Bodies and members of the public are by this notice, invited to witness the bids opening exercise.
8.0 ADDITIONAL INFORMATION
Subject to the Provisions of the Public Procurement Act, 2007 note that:
* | the Ministry may verify any or all the claims made by applicants and shall disqualify any company whose claims are found to be false in addition to other sanctions that may be deemed necessary; |
* | bidders who have worked for the Ministry and have history of poor performance, abandonment, termination and/or prolonged contract execution period need not apply as their bids may be excluded from the process in line with Section 16(8)(b) of the PPA, 2007; |
* | the Ministry reserves the right to reject any and/or all prequalified Bidders at its sole discretion and at no costs whatsoever in line with Section 28 of the PPA, 2007; |
* | all costs incurred in responding to this advert and prequalifying for the projects shall be borne solely by the Bidders; |
* | for bidders of the projects in the Niger Delta Area and the North Eastern Geopolitical Zone, it is required that they present a formal undertaking that they are capable of working in the area. |
* | none compliance to any of the above instructions will lead to disqualification; and |
* | this advertisement shall not be construed as a commitment on the part of the Ministry to award contract to any bidder. |
* | All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm. |
Signed
Mohammed Bukar
Permanent Secretary
Federal Ministry of Power, Works & Housing
(Works & Housing Sector)
THE HONOURABLE MINISTER OF WORKS AND THE EXECUTIVE GOVERNOR OF NIGER STATE, H.E. MOHAMMED UMARU BAGO AT THE TOWN HALL MEETING AND STAKEHOLDERS ENGAGEMENT ON THE CONSTRUCTION OF THE 127-KILOMETRE, 3-LANE, SINGLE CARRIAGEWAY (NIGER STATE COMPONENT) OF THE 1,068-KILOMETRE SOKOTO - BADAGRY SUPERHIGHWAY IN MINNA, WEDNESDAY, 13TH NOVEMBER, 2024
1
PICTURES FROM DAY 2 OF THE 29TH MEETING OF THE NATIONAL COUNCIL ON WORKS
Image 1