• MID: Invitation to Tender for Malaita Wharves

MID: Invitation to Tender for Malaita Wharves

Honiara

Free

Type : Notice
Date : September 6, 2021
Condition : New
image

Description

   Invitation For Tender (IFT)

Name of Contract: SPECIFIC AND ROUTINE MAINTENANCE TO MALAITA WHARVES

Contract Number: TEMP 20/21 CTB C 47/21

To All Eligible Contractors:

 

  1. The Ministry of Infrastructure Development, hereinafter the “Purchaser,” shall fund this procurement from SIG budget.
  2. The purchaser now invites sealed tenders from eligible and qualified tenderers for the above described works to qualify for award of the Contract,
  3. Tenderers shall meet the following minimum qualifying criteria;

(a) Minimum, average annual turnover (average annual gross sales) from construction business in the last five years equivalent to the tender amount;

 

(b) Experience as prime contractor in the construction of at least one successfully completed works of a nature and complexity similar to the works in the last five years;

 

(c ) Able to provide or acquire (by own, lease, hire, etc.) the essential equipment listed in the tender documents;

 

(d) A Construction Manager with five years’ experience in works of similar nature and volume, including no less than two years as Manager; and

 

(e) Liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than 20 per cent of the tender amount;

 

(f)  A consistent history of litigation or arbitrations awards against the Applicant, or any partner of a Joint Venture, may result in disqualification.

 

4. Tendering will be conducted through the SIG Standard Competitive Tendering Procedures. And is open to all Eligible tenderers as defined in the Tender Documents.

The proposed contract: SPECIFIC AND ROUTINE MAINTENANCE TO MALAITA WHARVES is intended for the wharves in Malaita namely; Arabala, Su’u, Kiu, Uhu, Afio, Nu’usi, Masupa and Atoifi Wharves.

 

5. The work shall be carried out for a period of Eighteen (12) months for the following specific maintenance works during the entire contract period:

Specific and Routine Maintenance Works;

  • Make good spell concrete with use of BASE EMACO S88C
  • Repair and Maintain bollards as specified in BOQ by cleaning with wire brush and repainting with anti-rust paint.
  • Repair and maintain rubber fenders including fittings and anchor plate
  •  Clean and repaint steel sheet piles with anti-rust paints on annual plate
  • Repair and maintain protection to abutment and shoreline on an annual basis with stone pitching if required as per 2 and 3 of the BoQ and as approved by engineer.
  • Resurfacing of the approaches, access ways to the wharf with approve earthen materials.
  • Repair and Maintain bollards as specified in BOQ by cleaning with wire brush and repainting with anti-rust paint
  • Repair and maintain protection to abutment and shoreline on an annual basis with stone pitching if required as per 2 and 3 of the BoQ and as approved by the engineer.
  • Removal of rusted fender chain and replace with new fitting and fixing with fenders and base plate and wharf deck when required.
  • Clean and apply anti-corrosive paint to fender chain base plate and bollards.
  • Repair and maintain protection to abutment and shoreline on an annual basis with stone pitching if required as per 2 and 3 of the BoQ and as approved by the engineer.
  • Clear shrubs along the base of the causeway
  • Repair and maintain bollards as specified in BOQ by cleaning with wire brush and repainting with anti-rust paint.
  • Repair and maintain embankments by stone pitching work up to the required height and filling the gab among stones with cement and sand mortar.
  • Repair and maintain broken gabion bags an fill with stones and completely firmly fixed with tie wires.
  • Removal of rusted fender chain and replace with new fitting and fixing with fenders and base plate and wharf deck when required.
  • Clean and apply anti-corrosive paint to fender chain base plate and bollards.
  • Repair and maintain side slopes of shore embankment by laying and filling the gap among stones with cement sand mortar.
  • Thoroughly clean surfaces of corroding steel piling as directed by supervising engineer and apply primer coat and proactive coating to exposed surfaces. (Proactive painting work to extend approximately 1 m below LAT level)
  • Make good and chipped or broken concrete on the bams with use of BASE EMACO S88C or equivalent.
  • Fix and make good supplying and install any timber compounds of the wharf head including timber bracing, bearers and decking etc.
  • Resurfacing of rusted fender chain and replace with new fitting and fixing with fenders and base plate and wharf deck when required.
  • Clean and apply anti-corrosive paint to fender chain base plate and bollards.
  • Repair and maintain protection to abutment and shoreline on an annual basis by fabricating and realigning protection to abutment of the wharf.
  • Resurfacing the approaches, access way to the wharf with approves earthen material.
  • Clearing and levelling along the proposed protection side to required and approved level by the engineer

The specific works that are identified by the employer during contract execution shall also to be carried out by the contractor.

These specific works shall be instructed under Emergent works in general items. All litter, rubbish and waste material generated in carrying out the works must be properly disposed of.

Interested eligible tenderers may obtain further information from:

Ministry of Infrastructure Development

Central Project Implementation Unit, Melanesian Haus Town Ground Mendana

Avenue, Honiara, Solomon Islands Telephone No: 21322 or 22262

6. A complete set of Tender Documents on a CD may be purchased by interested tenderers upon payment of a non – refundable fee of SBD200.00 at the MID /   MOFT Cashier. The method of payment will be by cash.

7. Tenderers are invited to attend the pre-tender briefing where the Purchaser will respond to any queries or requests for clarifications they might have on the tender documents. This pre – tender meeting will commence at 11:00 am on Thursday 16th September 2021 at CPIU Conference room at the above address

8. Tenders must be delivered to the address below at or before 2:00 pm Thursday 30th September 2021.  Electronic tendering shall not be permitted. Late  tenders will be rejected.

The Chairman

Central Tender Board Ministry of Finance and Treasury

Point Cruz, Mendana Avenue Honiara

9. Tenders will be physical opened in the presence of the tender’s representative who choose to attend in person at the address below after

 2:00 pm on Thursday 30th September 2021. 

Leaf Haus Ministry of Finance and Treasury Honiara  

10. All tenders shall be accompanied by a Tender Security and a  Copy of the SIG receipt confirming the purchase of the Tender Document.

11. The Central Tender Board is not bound to accept the lowest or any tender. Failure to comply with the tender instructions may lead to disqualification of the  tender.

12.  Any attempt by a tenderer to influence the award of the tender in their favour will result in automatic disqualification and may lead to criminal proceedings.

 

Your Sincerely,

Mike Qaqara Director (Ag)

 

Mention classified.islesmedia.net when calling seller to get a good deal

 

Bids

*Your phone number will be show to post author
Write a Review
image
Top