<<

CROSS RIVER STATE GOVERNMENT OF RURAL ACCESS MOBILITY PROJECT Invitation for Bids (IFB) Construction of 474km of Rural Feeder Roads Network in State

Contract Identification No:CR-RAMP/LOT No. 1-8/2010/PRO/CW/Vol I ADB Loan Number: 210015000145945 ADB Loan Name: Rural Access Mobility Project

1. This Specific Procurement Notice follows the publication of the General Procurement Notice for this project, which appeared in UN Development Business Issue No 78 dated 16 August 2007

2. The Federal Republic of Nigeria has received a loan from the African Development Fund towards the cost of implementing the Government Rural Access Mobility Project (CR-RAMP) for the construction of rural feeder roads and intends to apply part of the funds to cover eligible payments under the Contract for which this invitation to tender is issued. Bidding is open to bidders from all countries as defined in the ADB's Rules of Procedure for Procurement of Goods and Works, May 2008 Edition.

3. The State Project Implementation Unit,(SPIU), Cross River Rural Access and Mobility Project (CR-RAMP) on behalf of Cross River State Government invites sealed bids from prospective bidders for the construction of 474km of Rural feeder road network in Cross River State in the following lots:

LOTS ROAD DESCRIPTION DISTANCES LGA (Km) 1 a. Ekpri Ikang-Edim Idim-Ikot Effanga 4.1 b.Ekpenetete-Ikot Ede Udo-Idebe Offiong 10.0 c.Ikot Nakanda-Ikot edem Ita-Ifiang King Duke 8.6 Akpabuyo d Ikot Ekpo-Awokaba-Eko Odoso 7.6 e.Okurikang-Ndon Nwong-Obom Itiat-Esuk-Akn 26.0 Eki 56.9 2 a. Akampa-Nsang-Obong Old Netim-Okomita 15.5 Akampa b. Akpap-Ikoneto-Ubam bat 11.4 Odukpani c. Calabar- highway Akim Akim road 8.1 Calabar d. Ekuri Owai Okokori- Ochon 28.3 63.3 3 a. Agwagune-Ikun beach-Anuna with a spur at 38.59 Urigbam-Uwana,with spurs to Abawan Etono Central Biase b. Ekori beach- Igbo Imabana to Assiga 8.57 Yakurr c. Mkpani Agoi Ibami road Yakurr 12.50 Yakurr 59.66 4 a. Obubra-Ofonbongha-Adon/Ofon-Nta-Edo 41.5 Obubra

b. Ediba Abengo Afafanyi Abi 6.6 Abi c. Annong Ekerefor Akpoha 8.2 Abi 56.3 5 a. Ekukunella-Abragba-Ekpokpa- Okangha 25.0 Ikom Mkpansi Ikom 8.8 Ikom b. Majugha Osuegui-Atimachot, Ikom 22.0 Ikom c. highway-Nta/Nselle-Ayughasa -Oyenghe 10.0 Ekung Ikom 65.8 d. Ajassor-Biakpare-Agbokim Waterfalls 6 a. Bashua –Abonorok- Danare 17.00 Boki b. Idum three corners Bankpor-Kunbushuyu 37.74 Boki (Ogoja) Okundi with spurs to Ndemechang/Nkim 54.74 Ntamante 7 a. -Ukwel Obudu-Begiaba with a spur to 11.55 Obudu Ipung Obudu b. Ukpe-Okiro-Ubang-Wula Obudu 19.8 Obudu c. Wula-Olum Buanchor 14.6 Boki d.Bayaba-Beyasung-Bumaji, 8.0 Obanlikwu 53.95 8 a. Yahe-Wanokom-Wanikande-Benue border 37.5 Yale b. Okpeche-Ochambe-Ukpariko-Abuochieche with 24.85 spur to Obanishe America c.Ogoja/Kastinala highway junction Ugboro fish 1.0 Bekwarra hatchery Bekwarra 63.35

4. Bidders are allowed to bid for one lot, two lots or a maximum of three lots subject to their ability to satisfy the qualification requirements for the combination of lots bidded for. Bidders that offer more than one lot may at their discretion consider offering conditional discount if awarded contract for more than one lot..

5. Complete set of bidding documents for each lot may be purchased at the office address below upon payment of a non-refundable fee of Thirty thousand Naira only (N30, 000.00) or US$ 200 or its equivalent amount in a freely convertible currency. Bidding Documents for each additional lot may also be purchased by additional payment of twenty thousand Naira only (N20, 000.00) or US$ 150 its equivalent amount in a freely convertible currency. If requested, the Bidding Documents will be sent to the prospective bidders by courier upon additional payment of twenty thousand Naira only (N20, 000.00) or US$ 150 or its equivalent amount in a freely convertible currency

State Project Implementation Unit,(SPIU) Cross River Rural Access and Mobility Project (CR-RAMP) Ministry of Works, Ekorinim Road, PMB 1163, Calabar, Cross River State, Nigeria. E-mail: [email protected]

Interested bidders may obtain further information and inspect the bidding documents at the same address. The instructions to bidders and general conditions of contract contained in the bidding documents comply with the Bank's Standard Bidding Documents for the Procurement of Goods/Works

6. Bids shall be valid for a period of 120 days after Bid opening and must be accompanied by security for each lot of N 25 Million or USD 170,000 or its equivalent in a convertible currency. Where a bidder intends to bid for more than one lot, s/he must present a separate bid security for each lot. Consolidating the values of bid securities for two or three lots into a single bid security will render the bids non- responsive

7. Bids shall be delivered to the State Project Implementation Unit at the office address above by 12:00 noon local time on 20th December 2010, Bids will be opened at the same office at 12:30 p.m. local time on the same date and in the presence of bidder’s representatives who choose to attend. Please note that electronic bid submission will not be accepted.

8. A pre-bid conference will be held at the office address above on 29th November 2010 to allow potential Bidders to seek clarifications on the bidding documents.

9. Qualified domestic or regional contractors may be eligible to receive a margin of preference of 10 per cent or 7½ per cent respectively, in Bid evaluation.