SPECIFIC PROCUREMENT NOTICE

MINISTRY OF WORKS AND HOUSING

Greater Accra Resilient and Integrated Development Project

IDA CREDIT No.: 64100

 

IMPROVEMENT WORKS AT KANESHIE DRAIN AND CHANNEL

RFB No: GH-MWH-286153-CW-RFB

Invitation for Bids (IFB)

 

INTERNATIONAL COMPETITIVE BIDDING

The Government of Ghana has received financing from the World Bank toward the cost of the Greater Accra Resilient and Integrated Development Project and intends to apply part of the proceeds toward payments under the contracts for Drainage Improvement Works at Kaneshie Drain and Channel. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing.

  1. The Ministry of Works and Housing now invites sealed Bids from eligible Bidders for the reconstruction and capacity expansion of the primary drainage system in the Kaneshie area. Works are divided into two lots:
    1. Lot 1 consists of the demolition of the existing underground drain and the construction of a new cast-in-situ concrete double 5.0×2.0m cell underground box culvert, to be realized along the east-to-west carriageway of Dr. Busia Highway. The approximate length of intervention is 1,955 m, from Accra Academy to the so-called Pamprom junction (Nii Teiko Din street), where the new underground drain is going to connect to a recently constructed one of the same size. The expected duration of works is 12 months.
    2. Lot 2 consists of the demolition of the existing open channel on Osabiede Street, and the construction of a new cast-in-situ concrete single 5.0×2.0m cell underground box culvert, to be realized from opposite Accra Academy (Ghana Police station) to the confluence in the South Kaneshie channel, through Osabiede street, Ayikai Street and across the Ring Road W. The crossing with Ring Road W is to be realized under a separate assignment, not part of this contract. The approximate length of intervention is 2,300 m. Additionally, this lot of works includes the re-sectioning of the existing South Kaneshie channel by: (i) constructing a new rectangular open lined section (15.0×2.6m, cast-in-situ concrete) from Graphic road to the International Central Gospel Church (ICGC) for about 815.0m; (ii) expanding the remaining natural stretch to a larger unlined trapezoidal open section (bottom design width is 15m and the top width is 25m) for approximately 860.0m, up to confluence in the Odaw river. This lot of works also includes the replacement of the existing vehicular South Kaneshie bridge (Abbosey Okai Street crossing over the South Kaneshie channel) with a new steel-concrete, simply supported, single 15m span (18m length) bridge. The expected duration of works is 18 months.
  2. Bidders may Bid for one or both contracts, as further defined in the bidding document. Bidders wishing to offer discounts in case they are awarded more than one contract will be allowed to do so, provided those discounts are included in the Letter of Bid.
  3. Bidding will be conducted through International Competitive Procurement using Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” 4th Edition November 2020 (Procurement Regulations), and is open to all eligible Bidders as defined in the Procurement Regulations.
  4. Interested eligible Bidders may obtain further information from the Ministry of Works and Housing, Daniel Kusi, email: dkojokusi@gmail.com and inspect the Bidding document during office hours (9:00 Hrs GMT-16:00 Hrs GMT) at the address (2) below. Clarifications may be sought at address (1) below.
  5. The Bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address (2) below and upon payment of a nonrefundable fee of GH¢2,000.00 (Two Thousand Ghana Cedis) or in a freely convertible currency. The method of payment will be cash or cashier’s check. The document will be sent by Courier at an additional cost of GHC 250.00.
  6. Bids must be delivered to the address (3) below on or before 10:00 HRS GMT on 3rd October, 2023. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address (3) below on on 3rd October 2023 at 10:00 HRS GMT.
  7. All bids must be accompanied by a bid security from a reputable bank of:

Lot 1: GHC 3,000,000.00

Lot 2: GHC 3,000,000.00

  1. All Bids must be accompanied by a Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment (SH) Declaration.
  2. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
  3. The addresses referred to above are:
Address (1):

For clarification

Address (3):

For Bid Submission and bid opening

The PIU Lead Ministry of Works and Housing,
Ministry of Works and Housing

3rd Floor, R.307

3rd Floor, R.308 Conference Room,

Valco Drive, Ministries, Accra

Ministries, Accra, Ghana
E-mail: john.kissi@mwh.gov.gh

cc:  tenders@garid-accra.com

Website:  www.garid-accra.com

 

Address (2):

For Inspection and Purchase

The Procurement Manager
Ministry of Works and Housing

Ground Floor, Procurement Unit

Ministries, Accra, Ghana
E-mail: dkojokusi@gmail.com

cc: tenders@garid-accra.com