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


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

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
NO: 712.SUB001-23 LUWSAH-NGA

BACKGROUND

USAID Lagos Urban Water Sanitation and Hygiene (LUWASH) project in Nigeria is a program being implemented by Chemonics International Inc. through SAII associate ZLtd/Gte (hereafter referred to as SAII). Is seeking expression of interest from eligible firms for the advertised assignment below. We provide the following information to invite potential vendors/companies who can perform the scope of work (SOW) below to express interest and thereby satisfy the pre-qualification stage of the procurement process. Please note that this is not a solicitation. This is an invitation for potential vendors/companies to express interest in the work advertised below, and to provide information that will help SAII/LUWASH to determine if the vendor/company can be pre-qualified to perform the work.

LUWASH OBJECTIVE

The primary aim of the USAID-funded LUWASH 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.

Table 1: list of works site

SNPriority Water Work SitesInstalled cap (MGD)ZoneRegionContract lot
1Lekki2.0LekkiSouth1
2Badore2.0LekkiSouth
3Ikoyi2.4IkoyiSouth2
4Saka Tinubu2.0Victoria IslandSouth
5Ajegunle2.0Olodi/AjegunleSouth-West3

The work LUWASH anticipates completing at each of the five priority sites (above) with the help of a capable vendor/company includes but is 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 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 REQUIREMENTS FOR VENDOR PRE-QUALIFICATION

Interested eligible vendors are invited to prepare and submit the following information to Chemonics in response to this invitation.

  1. The Vendor’s/Company’s Evidence of Registration with the Corporate Affairs Commission (CAC).
  2. The Vendor’s/Company’s Audited Account for the last 3 years.
  3. Verifiable evidence of similar projects previously undertaken by the Vendor/Company, including letters of awards and Completion Certificates or letters showing percentage completion within the past 5 years (see table 2, for details).
  4. The vendor’s/company most recent Tax Clearance Certificate.
  5. The Vendor’s 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 pre-qualification criteria and mandatory requirements for pre-qualification.

PRE-QUALIFICATION CRITERIA(or desired financial and technical capacities that vendorsDATA SUBMISION REQUIREMENTS
Financial capabilitiesThe vendor should 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 TurnoverThe vendor should show that it has a minimum 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 Experience.Prospective vendors need to have had at least:·        3 contracts, each of minimum value of the naira equivalent of U$1,000,000 total of US$3,000,000.·        A maximum of 5 contracts, each with a minimum value of in Naira equivalent of U$600,000, with a cumulative total value of all contracts being equal to or exceeding U$3,000,0000.·        For any contracts, whether as a prime contractor, joint venture member, or sub-contractor, that have been substantially completed or are currently under implementation from January 1, 2018, up to the EOI deadline, there should be a demonstrated minimum construction experience in the specified key activities;·        Construction or rehabilitation of water treatment plants.·        Replacement of PUV pipes of minimum of 2kms.

 Table 3: Key personnel

Item NoPosition/SpecificationRelevant academic qualificationMinimum years of relevant work experience
1Project managerMSc Civil Elect/Mech or equivalent15yrs
2Senior site engineerMSc Civil Elect/Mech or equivalent12 yrs
3HydrologistBsc Hydrologists or its equivalent10yrs
4Civil EngineerBsc Civil Engineering10yrs
5Mechanical engineerBsc Mech Engineering7yrs
6Electrical EngineersBsc Electrical Engineering7yrs
7Land SurveyorBSc Survey (GIS Competence required05yrs
8Environmental, Health and Safety Officer sBSc Environmental Management, Sociology, Geography, or its equivalent degrees in relevant environmental field.5yrs

Table 4: List of equipment that SAII/LUWASH anticipate as necessary to complete the SOW

No.Equipment 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 0.54
9Concrete mixer 3.5cum-0.75cum1
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 (5m3)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 SAII/LUWASH using the following email: [email protected] on or before close of business January 10, 2024. Only shortlisted firms/vendors will be given the tender documents. Please note that a single vendor may only express interest to be prequalified in not more than two (2) lots/packages as displayed in table 1 above.

DISCLAIMER

This advertisement or call for potential vendors to submit “Expression of Interest for prequalification” shall not be construed as a commitment on the part of the SAIIs (LUWASH) activity, nor shall it entitle any company/vendor to make any claim whatsoever, and/or seek 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.