Invitation for Pre-Qualification and Tender for the Following Projects at Federal Capita1 Development Authority Abuja

Federal Capita1 Development Authority Abuja, Nigeria

 

Invitation for Pre-Qualification and Tender for the Following Projects

 

This is an invitation to all competent and reputable Engineering Companies with interest in executing the project described hereunder to submit their pre-qualification bids in line with the new requirements recently approved by BPP.

 

2.  Description of Works:

Lot I:           Provision of Access Road Engineering Infrastructure to Savannah Close, Garki II District, Abuja – Plot 15922 and others.

 

Lot II:         Provision of Access Road and other Engineering Infrastructure to Fidelix Oyakhilome Close, Gudu District, Abuja- Plot 2360 and others

 

Lot III:        Provision of Infrastructure to Outstanding Areas of Phase 1 – Provision of Infrastructure to Emmanuele Crescent, Jabi District.

 

3. Scope of Work:

3.1     The scope of work includes:

(i)      Site clearance and earthworks

(ii)    Road works (Sub-base & Stone base course, kerbstone, Asphaltic binder & wearing course)

(iii)    Storm water drainage system

(iv)   Foul Sewer Network

(v)    Culverts and Bridges

(vi)   Concrete lined drains

(vii)   Retaining Walls

(viii) Street lighting

(ix)    Electric Power Supply with various sub-stations

(x)    Water supply lines involving primary and secondary lines

(xi)   Telecommunication ducts

 

4.0   Collection of Bid Document

Interested Companies are to collect tender documents from the Office of the Director Department of Procurement, FCDA Area 11 Garki Abuja upon the evidence of payment of non refundable fee of N200,000.00 (Two Hundred Thousand Naira only) in favour of Federal Capital Development Authority in Aso Savings and Loans PLC.

 

5.1     Technical Proposals.

Interested Companies are invited to submit the following pre-qualification documents:

(a)     Evidence of incorporation of the Company with Corporate Affairs Commission (CAC) including Articles and Memorandum of Association of the company and up to date Annual returns with the CAC (forms C02 & C07 to be included).

(b)    Evidence of the Firm’s Registration with Council for the Regulation of Engineering in Nigeria (COREN) and up to date payment of practicing fees (2012).

(c)      The Company must show evidence of the following:

(i)      Tax Clearance Certificate for the last three (3) years supplied with the company’s Tax Identification Number (TIN)

(ii)     Pension and Social Security Contributions

(iii)    Registration with Pencom.

(iv)   Remittance to pension fund Administrator

 

(d)     A sworn Affidavit to the effect that:

(i)      The Company is not in receivership, insolvency or bankruptcy

(ii)     The Company does not have any Directors who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or Financial impropriety.

 

(e)      A chart indicating the number and categories of Nigerians that are to be employed by the company on this project.

(f)      Evidence of payment of Training Contributions to the Industrial Training Fund (ITF)

(g)    Evidence of compliance with the Employees’ Compensation Act; i.e.       Remittance of 1% of the total emolument of your workers to the Nigerian   Social Insurance Trust Fund (NSITF).

(h)    Bank Statement for the past six (6) months

(i)     Audited Accounts of the Bidder for the last three (3) years duly endorsed by     a firm of Chartered Accountants.

(j)

 

(j)      Letter authorizing FCDA’s representative(s) to cross-check the submitted company’s Bank account.

(k)     Evidence of work experience as the main Contractor executing or having executed a minimum of three (3) projects of similar complexity compared to the proposed work, one of which must have been within the last 5 years. Copies of Award Letters, Last Interim Certificate of Valuation for on-going   projects. Completion Certificate and Final Maintenance Certificates where applicable are to be enclosed.

(l)      Verifiable list of major construction equipment and facilities including registration numbers, chassis numbers, location (where they can be inspected) and remark on whether these are owned, leased or hired.

 

The minimum numbers of equipment/facilities required areas listed below:-(i)       Two(2) Nos. Bulldozer

(ii)    Two (2) Nos. Scrappers

(iii)   Two (2) Nos. Graders

(iv)    Two (2) Nos. Excavators

(v)     Five (5) Nos. Pay Loaders

(vi)    One (1) No. Asphalt Pavers

(vii)   One (1) No. Concrete Batching Plant

(viii)  Five (5) Nos. Water Tankers

(ix)    One (1) Nos. Diesel Tankers

(x)     Two (2) Nos. Mobile Concrete Mixers

(xi)    Five (5) Nos. Various Compactors

(xii)   One (1) No. Concrete Pumping Machines

(xiii)  Two (2) Nos. of Cranes

(xiv)  Ten (10) Nos. 20 – 30 ton tippers

(xv)   Two (2) Nos. Dumpers

(xvi)  Two (2) Nos. Cable Drum Jacks

(xvii) One (1) No. Crane Mounted Bucket Lifts

(xviii)          Ono (1) No. Cable Crimping Machines

 

(m)    A functional and well equipped material testing laboratory or evidence of ability to carry out material testing.

(n)     List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of two (2) relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

(o)     Company’s policy on Community Social Responsibility with verifiable evidence.

(p)     Only Companies with a minimum of N 1 billion (One Billion Naira) annual turn-over in the last three years should apply for pro-qualification.

 

Notes:

Items 5a- 5fare the Eligibility Requirements and their Originals must be produced by the Company for sighting during the opening session.

 

All claims must be substantiated with verifiable facts.

The photocopies of professional certificates are to be initialed, endorsed by the owners and professional seal must be embossed on the professional certificates.

 

5.2.    Financial Proposals

The following documents shall be issued to interested Companies as the basis for the Financial Proposals.

 

(a)     A set of drawings for the works giving the specifications required for the construction.

(b)     A blank copy of the Bills of Quantities for the Works to be priced by the interested Company strictly in compliance to the Instruction therein in addition to the pricing of the Bills of Quantities a responsive Bid must be inclusive of the following:

(c)     Completion Period for the Construction of the Works

(d)     Validity Period of the Proposals from the date of submission.

(e)      Two copies of the Receipt of payment of Tender Fees.

 

6.       Submission of Documents

The completed Tender shall be submitted as follows:

A hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals shall be placed in a sealed envelope clearly marked “Technical Proposal”. However, Two copies of the Financial Proposal shall be signed and sealed separately and placed them in a bigger envelope clearly marked “Financial Proposal” and with a warning ‘Do not Open at the same time with the Technical Proposal”.

 

Only companies whose technical proposals are adjudged successful shall have their financial proposals opened for assessment.

 

The envelopes containing the Technical and Financial Proposals shall be placed into an outer sealed envelope marked “Proposals for the (Specify the Lot number and Description) Please Note that any company showing interest in more than one lot shall be considered non-responsive.

 

The Bid shall be returned to Capital Procurement Division of the Department of Procurement FCDA, Room 0.005 F.C.D.A. Secretariat. Area 11, Garki Abuja on or before 3rd October 2012, by 12.00 noon. All bid documents will be opened on the same day and venue by 2.00 pm in the presence of all Bidders or their representatives

 

Further Notes:

(i)      Interested Companies are responsible for the registration, timely and safe submission of their documents means of delivery notwithstanding.

(ii)     The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.

(iv)    Interested members of the Public especially Civil Society organizations could attend at their own cost and will be required to introduce themselves to the Chairman of the Opening Session.

(v)    Documents provided in response to 5.1 (a-o) should be arranged as Listed

 

Signed:

Director, Procurement

For: Executive Secretary

 

Subscribe / Share

tendersnigeria tagged this post with: , , , Read 4546 articles by

Leave a Reply

Your email address will not be published. Required fields are marked *

Search for Tenders

Subscribe to Email Alerts