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 a 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 Periodic Maintenance of Lisabi/Apata Road.
3.) The Lagos Urban Transport Project (LUTP) now invites sealed bids from eligible and qualified bidders for the Periodic Maintenance of Lisabi/Apata Road. The works details areas follows;
Brief Description: Periodic Maintenance of Lisabi/Apata Road
Project Duration: 12
Bid Security: NGN2.6Million or USD 17,000.00
Validity Period: 120
Average Annual Turnover: NGN 253 million or USD 1.62 million
Cash Flow: NGN 32 million or USD 203,000
The scope of works for these projects are detailed in section VI - works requirement of the bidding documents. The bill of quantities, the drawings and specification describe in detail the works elements required for projects of this nature, magnitude and complexity.
4.) Bidding will be conducted through the National Competitive Bidding (NCR) 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 for this project.
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 8 am to 4pm Mondays through Friday from February 20, 2013.
6.) Qualifications requirements include:
- Possession of experience as a Prime Contractor for at least the last five (5) years prior to the application submission deadline, and with work cited should he at least 70% complete.
- Minimum average annual turnover in construction works as denominated in Algeria currency in the table in paragraph 3 or its equivalent in three easily convertible international currencies in the last three years in works that have been successfully and substantially completed and that are similar to the proposed works under this contract
- Project Manager with BSc. Civil Engineering and at least LI years experience in Works of equivalent nature and volume;
- Provide Annual audited account for the last 3 years; to demoictra1e the current soundness of the applicants financial position and its prospective long term profitability. The contractor must show evidence of sound Liquidity status and/or evidence of access to or availability of confirmed positive credit facilities of not less than the amount in the table in paragraph 3
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.) Closing Date/Submission
Bids must be delivered to the address below at or before 10.00 AM, March 20, 2013. 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 10AM on March 20, 2013.
9.) All bids shall be accompanied by a Bid Security of the amount in the table in paragraph 3.
10.) The address referred to above is:
The Deputy Director (Procurement)
Lagos Metropolitan Area Transport Authority (LAMATA)
Block C, 2nd floor, Motorway center, 1, Motorways Avenue
Alausa, Ikeja, Lagos State
Telephone: 234-1-2702778-82, Fax: 234-1-27027X4
E-mail:
advert@lamata-ng.com;
adabiri@lamata-ng.com