ENUGU STATE RURAL ACCESS & MOBILITY PROJECT (RAMP II): AWARDED...

ENUGU STATE RURAL ACCESS & MOBILITY PROJECT (RAMP II)

Nơi làm việc

Enugu

Chi tiết công việc

FEDERAL REPUBLIC OF NIGERIA

ENUGU STATE RURAL ACCESS & MOBILITY PROJECT (RAMP II)

DISCLOSURE:

BID NO: EN/RAMP-2/NCB/WORKS/2019/02

NAME OF PROJECT: ENUGU STATE RURAL ACCESS AND MOBILITY PROJECT (RAMP II)

CREDIT NUMBER: IDA 51540

CONTRACT NAME: THE REHABILITATION/CONSTRUCTION OF SOME SELECTED RURAL ROADS (270.059KM) PHASE 2, IN ENUGU STATE

DURATION OF CONTRACT: 10 MONTHS

EVALUATION CURRENCY: NAIRA (N)

AWARDED BIDDERS

LOT
SELECTION

METHOD
NAME OF AWARDED BIDDER(S)
ADDRESS OF AWARDED BIDDER(S)
BID PRICE AT BID OPENING (N)
FINAL BID PRICE

(N)

1
RFB
JMS International Ltd
No 11 Benjamin Opera Str. Off Olu Obasanjo Street, P/H, River State.
N2,090,548,832.86
N2,114,260,012.51

2
RFB
IQ International Services Ltd.
No 16 Wumba Road, Behind CBN Estate, Apo, Abuja, FCT.
N1,638,833,267.83
N1,412,257,121.10

3
RFB
Comag Steel & Construction Company Ltd.
KM 17, PH/Aba Road Express Road by former Toll Gate, Port Harcourt, Rivers State.
N1,564,344,799.66
N1,545,162,824.90

4
RFB
Anbeez Services Ltd
Plot 6 Trans- Ekulu Pocket Layout G.R.A

Enugu
N1,374,614,000.55
N1,426,059,703.48

5
RFB
Martins, Patrick & Joseph Ltd.
No 4 Bisikra Street, off Suez Crescent Ibrahim Abacha Estate, Wuse Abuja.
N1,414,967,926.05
N1,456,367,616.46

6
RFB
Few Construction

Ltd.
No 146 Trans-Amadi Industrial Layout PH, Rivers State.
N1,265,321,876.45
N1,291,698,846.21

EVALUATED BIDDER(S) FOR LOT 1

S/N

NAME
ADDRESS
BID PRICE AT BID OPENING (N)
CORRECTED BID PRICE (N)
REMARK(S)

1
Generale Constr. Ltd.
KM 18 PHC/ Aba, Express way, P.H. Rivers State
2,131,788,884.04
N/A
Disqualified

Bid Security is not in the format. The Bidder used the old format which did not cover the ESHS.

2
Hartland Nig. Ltd. (JV)
No 3, Mobilayi Johnson st, Apo layout, zone D, Auja
2,608,166,525.66
N/A
Disqualified

Provided Bid Security for 86 days as against the 148 days required.

3
Tec Engineering Company Nig. Ltd
KM 18, Zaria Rd, Tamburawa Kano, Kano State
2,615,928,068.33
N/A
Disqualified

– The Power of Attorney is not the original;

– The letter of Bid was not addressed to the Project Coordinator and Enugu RAMP-2

– The Bank promised to honour the Bid Security only if the demand gets to them before Feb. 2019.

Jms International Ltd.
No 11 Benjamin opera St, off Olu Obansanjo Rd, P.H, Rivers State
2,184,070,999.95
2,079,204,012.51
Lowest Responsive Bidder.

EVALUATED BIDDER(S) FOR LOT 2

S/N

NAME
ADDRESS
BID PRICE AT BID OPENING (N)
CORRECTED BID PRICE (N)
REMARK(S)

1
Spring View Concept Global Ltd.
No 2, Philips Street, Adigbe Abeokuta, Ogun State.
1,056,929,322.88
1,020,737,915.06
Disqualified

(i) Average Annual Construction Turnover: Bidder provided NGN2,190.028,612.20 rather than NGN2,900,000,000.0i (ii) Key Personnel: The bidder did not provide CVs of most of the personnel provided.

(iii) Equipment: The quantities of most of the equipment provided do not meet requirement.

Specific Construction & Contract Management Experience: The status of first work is not known and the second job is not up to the amount required.

2
Emamed Nig. Ltd.
No 33 Ada George Rd, P.H, Rivers State
1,600,917,909.22
1,570,633,992.56
Not Recommended

Bid price is higher than the lowest responsive bid price.

3
IQ

International Services Ltd.
No 42 Moses Majekodumi Crescent Utako Abuja
1,404,912,723.64
1,375,967,621.10
Lowest Responsive Bidder

EVALUATED BIDDER(S) FOR LOT 3

S/N

NAME
ADDRESS
BID PRICE AT BID OPENING (N)
CORRECTED BID PRICE (N)
REMARK(S)

1
Mayuk Integrated Services Ltd.
Plot 1844 Malathir Mohammed Askoro, Abuja.
1,781,847.711.00
N/A
Disqualified

(i) The Bid Security is not in the required format.

(ii) The Bid Security is less than the required amount. They provided Bid Security of. N700,000.00 as against the N35million required.

(iii) The Validity period of the Bid Security was put as April 2019 as against April 2020

There is no letter of Bid and No Power of Attorney

2
Benchmark

Resources

and Production Ltd.
No 46, Aba Road, Umuahia, Abia State.
1,560,492,613.10
1,515,185,151.24
Disqualified

No Power of Attorney

3
Idc Construction Ltd.
No 5 Charts close, off bebe St, Maitaima Abuja.
2,395,854,026.37
2,362,045,321.89
Not Recommended

Bid price is higher than the lowest responsive bid price

4
Rocad Construction Ltd.
No 27 Gen. Bashir Magashir, Kano, Kano State
1,584,197,575.85
1,542,285,099.48
Not Recommended

Bid price is higher than the lowest responsive bid price

5
Comag Steel & Constr. Company Ltd.
Plot B26, Industrial Layout,

Emene, Enugu.
1,561,852,455.35
1,512,596,700.80
Responsive Bidder

6
IQ International Services Ltd.
No 42 Moses Majekodumi Cresent Utako Abuja
1,382,207,207.46
1,348,406,158.19
Disqualified

(i) The Bidders Liquidity is N81,558,201 as against the N706m aggregate requirement for Lots 2 and

(ii) The second road presented by Bidder is not equal in magnitude to the requirement of the bidding document

7
Cossy and Associates Nig. Ltd. (JV)
Suite C19, MIB Plaza Gwaripa, Abuja
1,569,077,443.24
1,380,616,666.28
Disqualified

(i) The Power of Attorney was not signed by the JV partner. (ii) The JV did not appoint any member to be the lead, but agreed to use the name of one member

EVALUATED BIDDER(S) FOR LOT 4

S/N

NAME
ADDRESS
BID PRICE AT BID OPENING (N)
CORRECTED BID PRICE (N)
REMARK(S)

1
Semec Agencies Nig. Ltd.
No 61, Aba Road, Port Harcourt, Rivers State.
1,419,439.225.05
N/A
Disqualified

(i) The Bid Security is only valid for 90 days as against the 148 day required.

2
IDC Construction Nig. Ltd.
No 5 Charis close, off bebe St, Maitama Abuja
2,038,808,740.03
2,005,292,669.24
Not Recommended

Evaluated bid price is higher than the lowest responsive bid

3
Anbeez Services Ltd.
No. 6, Ekulu pocket layout, GRA, M Enugu
1,373,514,688.14
1,340,994,000.55
Lowest Responsive Bidder

4
Pinicatt Nig. Ltd.
Jabbi Abuja.
1,574,982,778.12
N/A
Disqualified

(i) Bid Security is not the right format. The ESHS was left out. Bid validity period is only for 60days as against 148 days required.

EVALUATED BIDDER(S) FOR LOT 5

S/N

NAME
ADDRESS
BID PRICE AT BID OPENING (N)
CORRECTED BID PRICE (N)
REMARK(S)

1
Integrated Logistics & Engineering Solutions Ltd.
No 1 Owoseni House, flat 1, 1st floor, Gbogan road Osogbo, Osun State.
1,268,771,475.85
N/A
Disqualified

(i) Bid Security provided not in the Bid Security Format-

(ii) No ES Performance Security Provision. See Lot 1 Attachment under PE 1.

2
Cosy and Associates Nig. Ltd.
Suite C19, MIB Plaza Gwaripa, Abuja
1,417,302,833.63
1,385,730,646.88
Disqualified

Cossy and Associates did not meet the 40% minimum requirement. He has only 10.72%

(From TCC No. 10488825 2015 turnover N250,000,000.00 reflected as N00 in 2016 tax clearance)

3
Martin, Patrick And Joseph Ltd.
No 4, Biskra Street, Off Suez Crescent Ibrahim Abacha Estate Zone 4, Wuse, Abuja
1,414,967,926.05
1,383,400,556.60
Lowest Responsive Bidder.

4
Tec

Engineering Company Nig. Ltd.
No 23 Lakeview Home Estate, Kado Abuja
1,457,718,769.24
1,444,629,228.14
Disqualified

Wrong Bid Security Format Consequently TEC ENGINEERING COMPANY NIG. LTD. have become non- responsive as a result of the above.

5
Jms

International

Ltd.
No 11 Benjamin opera St, Off 81a, Obasanjo Rd, P.H, Rivers State.
1,441,565,440.88
1,378,201,243.78
Disqualified

Considering the time remaining (less than 10months) we are concerned about the risk of awarding 2 lots to one contractor and this may be avoided to reduce the risk. This Bidder has already been recommended for award of Lot 1. From the analysis, JMS does not have the required technical and financial capacity to execute the two lots (1&5), more so there is a serious issue of time constraint for contract implementation and no clear strategy has been included in the Programme of Work for this Bidder for Lot 5 on how to fully mitigate or reduce the risks associated with the decision of awarding two lots to him despite obvious disadvantages and likelihood of failure

6
Rojel Nig. Ltd.
Km 8, Enugu- Abakaliki Rd
1,302,448,550.50
1,183,320,773.37
Disqualified:

Financial Capabilities: The bidder provided N59,024,527.00 as against the N360m required.

Average Annual Construction Turnover: Provided N280,608,797.80 instead of 2,600,000,000.00 required.

Specific Construction & Contract Management Experience: The Bidder presented only one job in form (a) that is similar in nature but the amount (N230m) is less than the requirement of the bidding document (N1.28b). Construction Experience in Key Activities: The bidder did not provide quantity for Reinforcement and less quantities for concrete work and earthworks.

Key Personnel: The bidder did not meet most of the personnel requirement Equipment: The quantities of most of the equipment provided do not meet requirement

EVALUATED BIDDER(S) FOR LOT 6

S/N

NAME
ADDRESS
BID PRICE AT BID OPENING (N)
CORRECTED BID PRICE (N)
REMARK(S)

1
Wilangy Nig. Ltd.
28 Dhamija Street, Trans- Ekulu Enugu.
997,925,471.55
974,475,471.55
Disqualified

(i) Financial Capabilities: Bidder provided NGN 67,443,545.00 rather than NGN285,000,000.00 Required.

(ii) The number of most of the equipment provided do not meet requirement and the ones provided has no age provisions.

2
Kenosternig.

Ltd.
No35 Kenyatha Street, Enugu
1,125,749,410.00
N/A
Disqualified

Bid Security provided not in the Bid Security Format- No ES Performance Security Provision

3
Idc Construction

Ltd.
No 5 Charis dose, off bebe St, Maitama Abuja.
1,917,296,759.70
1,893,846,759.70
Not Recommended

Evaluated bid price higher than the lowest responsive bid

4
Tec

Engineering Company Nig. Ltd
No 23 Lakeview Home Estate, Kado Abuja
1,482,923,040.48
N/A
Disqualified

(i) The Bid Security was addressed to the Secretary rather than to the Project Coordinator, State Project implementation Unit, Enugu RAMP-2

(ii) The Bank promised to honour the Bid Security only if the demand gets to them before Feb. 2019

5
Springview Concept Global Ltd.
No 2, Philips Street, Adigbe Abeokuta, Ogun State.
865,676,627.55
842,259,570.25
Disqualified

(i) Average Annual Construction Turnover: Bidder provided NGN2,190,028,612.20 rather than

NGN2,300,000,000.00 Required.

(ii) Specific Construction & Contract Management Experience: The status of first work awarded by Imo RAMP in May 2019, is not known and the second job is not up to the amount required.

(iii) Construction Experience in Key Activities: Form 4.2b was not filled and no records to verify this requirement.

(iv) Specific Experience in managing ES asp.

(v) Key Personnel: The bidder did not provide CVs of most of the personnel provided.

(vi) Equipment: The quantities of most of the equipment provided does not meet requirement

6
FWE

Construction

Litd.
No146Trans- Amadi Industrial Layout PH, Rivers State.
1,303,730,285.00
1,241,871,876.45
Lowest Responsive Bidder.

Debriefing: Any bidder who wishes to ascertain the grounds on which its bid was not selected in addition to the above can obtain further explanations from State Project Implementation Unit, House No 60 Coal City Gardens Estate, G.R.A, Enugu, Enugu State.

SIGNED:

ENUGU STATE RURAL ACCESS & MOBILITY PROJECT (RAMP II

Trang web của chúng tôi sử dụng Cookie với mục đích cải thiện khả năng truy cập và chất lượng của trang web. Vui lòng nhấp vào "Đồng ý" nếu bạn đồng ý với việc sử dụng Cookie của chúng tôi. Để xem thêm chi tiết về cách công ty chúng tôi sử dụng Cookie, vui lòng xem tại đây.