USAID-Call For Expression Of Interest For Prequalification Of Subcontractors


Request for Quotation (RFQ) at the USAID's Integrated Health Program (IHP) - Palladium Group

USAID
USAID LAGOS URBAN WATER SANITATION, AND HYGIENE ACTIVITY
REHABILITATION OF WATER TREATMENT PLANTS AND DISTRIBUTION NETWORK
CALL FOR EXPRESSION OF INTEREST FOR PREQUALIFICATION OF SUBCONTRACTORS

 USAID Lagos Urban Water, Sanitation and Hygiene (LUWASH) project in Nigeria is a program implemented by Chemonics International Inc. through SAII associate Ltd/Gte (hereafter referred to as SAII), is seeking expressions of interest from eligible firms for the advertised assignment and provide all required information for the pre-qualification stage of the procurement process.

OBJECTIVE

The primary in of the LUWASIH Activity is to increase availability and sustainable management of safe and climate water resilient water and sanitation services in Lagos State. The project’s overreaching objective is to expand and improve urban WASH service delivery and infrastructure through strengthened governance, increased accountability, and improved financial and technical capabilities of public water utilities and private sector providers. To achieve this LUWASH seeks to leverage gains through limited and targeted investment in key section of the Water, Sanitation and Hygiene (WASH) system, with the rehabilitation fund for restoration and expansion of Lagos Water Corporation (LWC) services through the rehabilitation of critical infrastructure to improve the availability of and access to water in low income communities (LICs) and non LICs.

 SCOPE OF WORK

Following the technical assessment of Lagos Water Corporation (LWC) mini and micro water works, the following 5 priority waterworks grouped in 3 lots of sites were selected for immediate and comprehensive rehabilitation.

 Table 1: List of works sites

SNPriority Water Works SitesInstalled Cap (MGD)ZoneRegionContract No
1Lekki2.0LekkiSouth1
2Badore2.0LekkiSouth
3Ikoyi2.4IkoyiSouth2
4Saka Tinubu2.0Victoria IslandSouth
5Ajegunle2.0Olodi/AjegunleSouth-West3

The work typical to each selected priority site includes but not limited to:

  • Rehabilitation of boreholes and construction of new boreholes, including supply and installation of new pumps as necessary.
  • Rehabilitation of the aeration, coagulation, flocculation, and sedimentation tanks.
  • Rehabilitation of the filtration plants, including the pipes, fittings, and valves.
  • Rehabilitation, supply, and installation of dosing equipment.
  • Repair and maintenance of the existing pumps and motor units. Supply and installation of new pumps and motors, Rehabilitation of surface and elevated water tanks.
  • Rehabilitation or replacement of damaged and faulty pipes and valves within the water treatment and distributions system facility.
  • Supply and installation of control valves and valves chambers.
  • Repair or replacement of electric power supply system components.
  • Renovation of the administration, operational buildings, material stores and drainage systems.
  • Supply and installation of water meters.
  • Rehabilitation of pipe network including supply and installation of pipes and appurtenances for repairs of the existing network

MANDATORY REQUIREMENT

Interested eligible vendors are to provide the following information in response to this invitation.

  1. Evidence of Registration with the Corporate Affairs Commission (CAC).
  2. Company’s Audited Account for the last 3 years.
  3. Verifiable evidence of similar projects previously undertaken, including letters of awards and Completion Certificates or letters showing percentage completion within the past 5 years (See table 2, for details).
  4. Most recent Tax Clearance Certificate
  5. Company’s profile, organogram, equipment and resume of relevant key technical staff, including individual attestation of availability, include copies of professional certificates with seal and endorsement.
  6. The firm must have available the personnel in table 3 and provide a list of equipment necessary for the implementation of the works

 Table 2: Summary of qualification criteria and mandatory requirements

SUBJECTREQUIREMENT
Financial capabilitiesThe Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as the Naira equivalent of USD $250,000 for the subject contract(s) net of the Bidder’s other commitments.
Average Annual Construction TurnoverMinimum average annual construction turnover of the Naira equivalent of US$1,500,000 calculated as total certified payments received for contracts in progress and/or completed within the last 3 years.
Specific construction & contract Management Experiencei.     3 contracts, each of minimum value of the naira equivalent of $1,000,000ii.   Less than or equal to 5 contracts, each of minimum value of the naira equivalent of US$600,000, but with total value of all contracts equal or more than US$3,000,000For the above and any other contracts (substantially completed and under implementation] as prime contractor, joint venture member, or sub-contractor between 1st January 2018 and Application submission deadline, a minimum construction experience in the following key activities successfully completed:·        Construction or rehabilitation of boreholes (between 150 to 250 meters).·        Rehabilitation of WTPs·        Replacement of UPV pipes of minimum of 2kms

Table 4: list of equipment

NoEquipment Type and CharacteristicsMinimum number
1Drilling Rig Pneumatic able to drill between 150 to 300m1
2Excavator 0.5 – 10m3 bucket1
3Hand Operated Mini-Compactors4
4Thrust Boring Equipment1
5CCTV Borehole camera1
6Concrete cutting equipment3
7Asphalt cutting equipment2
8Concrete mixer 0.5-0.75cum4
9Concrete mixer 3.5 cum1
10Concrete Vibrator4
11Air compressor (300cfm)2
12Mobile electricity generator set (20KVA)4
13Mobile crane1
14Bar bending machine2
15Electric Arc Welding & cutting equipment (for steel and DI)2
16Trucks, 3 tons2
17Water trucks (5ms3)2
18Tyre loaded back-actor (TLB)2
19Vibrating self- propelled roller (720kg)2
20Plate compactor4
21Plumbing toolbox complete1
22Dewatering pumps2
23Thrust boring Equipment1

Please submit expressions of interest via email to [email protected] on or before close of business January, 10, 2024. Only shortlisted firms shall be given the Tender documents. Applicants should note that Expression of interest for prequalification shall be according to the indicated lots/packaged and may only express interest to be prequalified in not more than two lots/packages.

DISCLAIMER

This advertisement for “call to submit Expression of Interest for Prequalification of Subcontractor” shall not be construed as a commitment on the part of SAIIs (LUWASH activity), nor shall it entitle any company to make any claim whatsoever, and/or seek any indemnity by virtue of such company having responded to this advertisement. All expenses incurred in preparing responses shall be borne solely by the prospective contractors.