Welcome to AFD/dgMarket


Recherche
Recherche Avancée

(Amended) Consulting Services- Engineering Design, Procurement and Construction Supervision (EPCS) for Kaduna BRT Project (EXPIRED)

Appel à Manifestation d'Intérêt

Informations générales

Pays:   Nigeria
Ville/Localité:   Kaduna, Nigeria
Date de publication:   Jun 16, 2023
Date limite (heure locale):   Juin 30, 2023 - 12:00
Agence de financement:   Agence Française de Développement - Agence de Financement
Acheteur:   NIGERIA - Kaduna State Transport Regulatory Authority (KADSTRA)
Langue d'origine:   Anglais

Contact

Adresse :   Aisha Sa'idu-Bala
Ms
KADSTRA
KADSTRA Offices, 3 Sokoto Road
Kaduna, Kaduna
Nigeria
Téléphone:   +234 7066505645
Adresse électronique :   aisha.saidu-bala@kdsg.gov.ng
Site Web:   http://kadstra.kdsg.gov.ng

Missions

 

Dossier d'appel d'offres et documents joints

 
  • Sollicitation: KBRT - REOI EPCS - 16/06/23 Amended (57 KB; Jun 16, 2023)
  • Sollicitation: KBRT Security Audit (2 MB; Jun 16, 2023)
     Télécharger le(s) document(s)

Texte original

CONSULTING SERVICES
Expressions of Interest

1- INTRODUCTION:
The Federal Republic of Nigeria has applied for financing from the Agence Française de Développement ("AFD") in the form of a loan towards the cost of the proposed Kaduna Bus Rapid Transit Project. This project consists of a 24kms BRT corridor from Kawo to Sabon Tasha in Kaduna city and will deliver a sustainable public transport system by focusing on accessibility and mobility of people.
It aims at providing a holistic solution for integrated urban mobility and bearing a demonstrative value as the first BRT line in Kaduna. The 24kms BRT infrastructure will comprise 30 universally accessible stations through secure pedestrian crossings, an integral clean ground site, public lighting, widening of the bridge over the Kaduna River, a high-capacity drainage system along the corridor, park and ride facilities, control room and a bus depot and terminals at both ends of the corridor.
The Kaduna State Transport Regulatory Authority (KADSTRA), the Implementing Agency of the Project, requires the services of internationally qualified and experienced consultants having requisite skills and experience to assist them in two areas:
- Package 1 Detailed Engineering Design, Procurement and Construction Supervision (EPCS)
- Package 2 Project Management and Operational Design (PMOD)
2- OBJECTIVE OF THIS REQUEST FOR EXPRESSION OF INTEREST:
The present REOI concerns Package 1 mentioned above which includes all the missions related to Detailed Engineering Design of the BRT infrastructure, Procurement and Construction Supervision
The Services required include the following missions:
- Mission 1: Detailed Engineering Design and Procurement
The consultant is to carry out all studies related to the infrastructure’s construction:
(i) Topographical, geotechnical, hydrological and other engineering surveys
(ii) Detailed Engineering Design of the construction of the BRT corridor: road, stations, pedestrian crossings, sidewalks, on-street parking, mixed-traffic lanes and non-motorized transport lane along the BRT, public lighting, widening the bridge over the Kaduna River, a high-capacity drainage system along the corridor, park and ride facilities, and Bus Depot.
(iii) Environmental and social studies: update of the ESIA and ESMP, development and implementation of the Resettlement Action Plan based on the existing Resettlement Policy Framework.
(iv) Preparation of Bidding Documents for civil works, and support to KADSTRA for evaluation of bids, negotiation of contracts.

- Mission 2 : Project Management and Construction Supervision
The consultant is to:
(v) Assist the Client/Employer for Civil Work Contracts in all activities required of the Engineer and Engineer's staff (as defined in the Contract) and assist the Engineer to administer the execution of the construction contract in accordance with the Conditions of Contract.
(vi) Project Management, Quality Control and Construction Supervision.

3- DURATION OF THE MISSION:
The Services have been estimated for a period of around Forty six months (46), including approximately 10months for detailed design, 6 months for procurement, 18 months for works supervision, and limited inputs during the 12 months Defect Liability Period. The services are not expected to be full-time residential in Kaduna, especially for international consultants. Part of the services may be delivered from Abuja or Lagos.

4- SECURITY MATTERS
Due to the security risk in Nigeria, a security audit has been contracted by AFD to provide bidders with more information about the current situation in the Project area. This security audit is attached as an appendix to this REOI. In addition, a security management plan (SMP) is currently being developed by KADSTRA to enable safe and secure business operations. This SMP will be shared with short-listed bidders at the Request for Proposals (RFP) stage. KADSTRA hereby invites Applicants to show their interest in delivering the Services described above.

5- CONSULTANT ADMITTED TO PARTICIPATE:
This Request for Expressions of Interest is open to:

 Consulting firms Individual consultants

NGOs  Joint Venture between NGO(s) and consulting firm(s)

Eligibility criteria to AFD financing are specified in sub-clause 1.3 of the "Procurement Guidelines for AFD Financed Contracts in Foreign Countries", available online on AFD’s website : www.afd.fr.
The Applicant shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or participates in more than one application, those applications shall be all rejected. However, the same Subconsultant may participate in several applications.
If the Applicant is a JV, the expression of interest shall include:
 a copy of the JV Agreement entered into by all members,
or
 a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal,
In the absence of this document, the other members will be considered as Subconsultants.

6- EVALUATION CRITERIA
Interested Applicants must provide evidence that they are qualified and experienced to perform those Services. For that purpose, documented evidence of recent and similar services shall be submitted.
Determination of the similarity of the experiences will be based on:
 The contracts size: not less than €8,000,000 [Eight Million Euro];
 The nature of the Services: detailed engineering, environmental and social studies including RAP implementation support, procurement and construction supervision
 The technical area and expertise: BRT, LRT or Urban Road Infrastructures. Preferably, Applicants who can demonstrate an experience of at least one successfully implemented BRT infrastructure project within the above nature of services
 The location: knowledge and in depth experience of project execution in developing countries.

The Client will consider a plus for the evaluation of the applications the following items:
 Local representatives/partners
 Experience in providing services in an area with a similar security risk
 Experience in implementation of donor-funded infrastructure projects.

Experiences and qualifications of Subconsultants are not taken into account in the evaluation of the applications.

Among the submitted applications, KADSTRA will shortlist a maximum of six (6) Applicants, to whom the Request for Proposals to carry out the Services shall be sent.

7- REQUEST FOR CLARIFICATION
Interested Applicants may obtain further information at the address below during office hours:08.00 – 17.00
KBRT PROJECT, KADSTRA OFFICES , MINISTRY OF PUBLIC WORKS COMPLEX, SOKOTO ROAD, KADUNA Or by email to aisha.saidu-bala@kdsg.gov.ng
8- SUBMISSION OF EXPRESSIONS OF INTEREST
Expressions of Interest must be delivered in 2 printed copies to the address mentioned below or by e-mail to aisha.saidu-bala@kdsg.gov.ng/ kadstra@kdsg.gov.ng in the Adobe PDF format on or before 17:00 hrs local time on 23rd June 2023. If submitting offline, submission shall be made in closed envelopes and the title shall be:
“KADUNA BUS RAPID TRANSIT PROJECT
CONSULTING SERVICES
EXPRESSIONS OF INTEREST”

The Expressions of Interest must be submitted to the addresses below.
THE PROJECT DIRECTOR,
KBRT PROJECT, KADSTRA OFFICES, MINISTRY OF PUBLIC WORKS COMPLEX, SOKOTO ROAD, KADUNA
Telephone: +234 (0) 7066 505645
Email: aisha.saidu-bala@kdsg.gov.ng/ kadstra@kdsg.gov.ng


Appendix to The Request for Expressions of Interest
(To be submitted with the application, signed and unaltered)
Statement of Integrity, Eligibility and Environmental and Social Responsibility

Reference of the bid or proposal (the "Contract")
To: (the "Contracting Authority")

1. We recognise and accept that Agence Française de Développement ("AFD") only finances projects of the Contracting Authority subject to its own conditions which are set out in the Financing Agreement which benefits directly or indirectly to the Contracting Authority. As a matter of consequence, no legal relationship exists between AFD and our company, our joint venture or our suppliers, contractors, subcontractors, consultants or subconsultants. The Contracting Authority retains exclusive responsibility for the preparation and implementation of the procurement process and performance of the contract. The Contracting Authority means the Purchaser, the Employer, the Client, as the case may be, for the procurement of goods, works, plants, consulting services or non-consulting services.
2. We hereby certify that neither we nor any other member of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations:
2.1 Being bankrupt, wound up or ceasing our activities, having our activities administered by the courts, having entered into receivership, reorganisation or being in any analogous situation arising from any similar procedure;
2.2 Having been:
a) convicted, within the past five years by a court decision, which has the force of res judicata in the country where the Contract is implemented, of fraud, corruption or of any other offense committed during a procurement process or performance of a contract (in the event of such conviction, you may attach to this Statement of Integrity supporting information showing that this conviction is not relevant in the context of this Contract);
b) subject to an administrative sanction within the past five years by the European Union or by the competent authorities of the country where we are constituted, for fraud, corruption or for any other offense committed during a procurement process or performance of a contract (in the event of such sanction, you may attach to this Statement of Integrity supporting information showing that this sanction is not relevant in the context of this Contract);
c) convicted, within the past five years by a court decision, which has the force of res judicata, of fraud, corruption or of any other offense committed during the procurement process or performance of an AFD-financed contract;
2.3 Being listed for financial sanctions by the United Nations, the European Union and/or France for the purposes of fight-against-terrorist financing or threat to international peace and security;
2.4 Having been subject within the past five years to a contract termination fully settled against us for significant or persistent failure to comply with our contractual obligations during contract performance, unless this termination was challenged and dispute resolution is still pending or has not confirmed a full settlement against us;
2.5 Not having fulfilled our fiscal obligations regarding payments of taxes in accordance with the legal provisions of either the country where we are constituted or the Contracting Authority's country;
2.6 Being subject to an exclusion decision of the World Bank and being listed on the website http://www.worldbank.org/debarr (in the event of such exclusion, you may attach to this Statement of Integrity supporting information showing that this exclusion is not relevant in the context of this Contract);
2.7 Having created false documents or committed misrepresentation in documentation requested by the Contracting Authority as part of the procurement process of this Contract.
3. We hereby certify that neither we, nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations of conflict of interest:
3.1 Being an affiliate controlled by the Contracting Authority or a shareholder controlling the Contracting Authority, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;
3.2 Having a business or family relationship with a Contracting Authority's staff involved in the procurement process or the supervision of the resulting Contract, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;
3.3 Being controlled by or controlling another bidder or consultant, or being under common control with another bidder or consultant, or receiving from or granting subsidies directly or indirectly to another bidder or consultant, having the same legal representative as another bidder or consultant, maintaining direct or indirect contacts with another bidder or consultant which allows us to have or give access to information contained in the respective applications, bids or proposals, influencing them or influencing decisions of the Contracting Authority;
3.4 Being engaged in a consulting services activity, which, by its nature, may be in conflict with the assignments that we would carry out for the Contracting Authority;
3.5 In the case of procurement of goods, works or plants:
a) Having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation to be used in the procurement process of this Contract;
b) Having been recruited (or being proposed to be recruited) ourselves or any of our affiliates, to carry out works supervision or inspection for this Contract.
4. If we are a state-owned entity, and to compete in a procurement process, we certify that we have legal and financial autonomy and that we operate under commercial laws and regulations.
5. We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any change in situation with regard to points 2 to 4 here above.
6. In the context of the procurement process and performance of the corresponding contract:
6.1 We have not and we will not engage in any dishonest conduct (act or omission) deliberately indented to deceive others, to intentionally conceal items, to violate or vitiate someone's consent, to make them circumvent legal or regulatory requirements and/or to violate their internal rules in order to obtain illegitimate profit;
6.2 We have not and we will not engage in any dishonest conduct (act or omission) contrary to our legal or regulatory obligations or our internal rules in order to obtain illegitimate profit;
6.3 We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to (i) any Person who holds a legislative, executive, administrative or judicial mandate within the State of the Contracting Authority regardless of whether that Person was nominated or elected, regardless of the permanent or temporary, paid or unpaid nature of the position and regardless of the hierarchical level the Person occupies, (ii) any other Person who performs a public function, including for a State institution or a State owned company, or who provides a public service, or (iii) any other person defined as a Public Officer by the national laws of the Contracting Authority’s country, an undue advantage of any kind, for himself or for another Person or entity, for such Public Officer to act or refrain from acting in his official capacity;
6.4 We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any Person who occupies an executive position in a private sector entity or works for such an entity, regardless of the nature of his/her capacity, any undue advantage of any kind, for himself or another Person or entity for such Person to perform or refrain from performing any act in breach of its legal, contractual or professional obligations;
6.5 We have not and we will not engage in any practice likely to influence the contract award process to the detriment of the Contracting Authority and, in particular, in any anti competitive practice having for object or for effect to prevent, restrict or distort competition, namely by limiting access to the market or the free exercise of competition by other undertakings;
6.6 Neither we nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants shall acquire or supply any equipment nor operate in any sectors under an embargo of the United Nations, the European Union or France;
6.7 We commit ourselves to comply with and ensure that all of our suppliers, contractors, subcontractors, consultants or subconsultants comply with international environmental and labour standards, consistent with laws and regulations applicable in the country of implementation of the Contract, including the fundamental conventions of the International Labour Organisation (ILO) and international environmental treaties. Moreover, we shall implement environmental and social risks mitigation measures when specified in the environmental and social commitment plan (ESCP) provided by the Contracting Authority.
7. We, as well as members of our joint venture and our suppliers, contractors, subcontractors, consultants or subconsultants authorise AFD to inspect accounts, records and other documents relating to the procurement process and performance of the contract and to have them audited by auditors appointed by AFD.

Name: In the capacity of:
Duly empowered to sign in the name and on behalf of :
Signature:
Dated:

Veuillez noter que cet avis est pour information seulement.
Nous nous efforçons de fournir des informations les plus exactes et mises à jour mais nous ne pouvons pas garantir que toutes les informations fournies sur notre site ne contiennent pas d'erreur.
Si vous avez des suggestions/corrections pour cet avis, n'hésitez pas à nous en informer.