Invitation for Pre-Qualification / Tender for the Renovation/Rehabilitation of FCDA/FCTA Block (Block D Excluding the Central Wing) at Federal Capital Development Authority (FCDA)

Federal Capital Development Authority

Abuja, Nigeria Office of the Executive Secretary

Invitation for Pre-Qualification / Tender for the Renovation/Rehabilitation of FCDA/FCTA Block (Block D Excluding the Central Wing)

The Federal Capital Development Authority (FCDA) through the Department of Public Building is desirous of carrying out Renovation/ Rehabilitation of FCTA/FCDA Secretariat (Block D Excluding the Central Wing) at Area 11, Garki, Abuja.

3. SCOPE OF WORKS.

3.1 The Scope of Works is as follows:

The Buildings were constructed with slender prefabricated concrete structure covered with longspan aluminium roofing sheet on suspended concrete roof structure. The work therefore entails repair of leaking roof; refurbishing of office space and conveniences and provision of essential facilities like fire fighting equipment, central telecommunication equipment and CCTV.

 

4. Preparation of Proposals

Tendering 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 Bank Draft) in favour of Federal Capital Development Authority at Aso Savings and Loans PLC.

4.1 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 return with the CAC including forms C02 & C07.

(b)     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)     Registration with Pencom

(iii)    Remittance     to      Pension      Fund Administrator

(c)  A sworn Affidavit to the effect that:

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

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

(iii)    No present or former Director of the Company is a    shareholder or has any pecuniary interest in any of the relevant committees of the FCDA or BPP.

(iv)    All the documents submitted for the pre-qualification bid are not only genuine but correct

(d)     A chart indicating the number of Nigerians that are to be employed by the company at various levels for the execution of this project (to be confirmed with each valuation).

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

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

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

(h)     Bank statement of the company for the last one (1)year.

(i)      Letter authorizing FCDA or her representative(s) to cross-check the submitted company’s Bank account with the issuing Authority.

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

(k)     List and verifiable documentary evidences of similar and other jobs, not less than N1,000,000,000.00 each successfully executed (or being executed) within the last three years including their letters of award, contract agreements and relevant completion certificates or certificates of valuation where the jobs are on – going.

(I)      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, hired or leased

(m)    List of key technical personnel stating their roles designation, qualifications and years of experience with the guarantee that a minimum of three (3) relevant Registered Professionals shall be deployed to the project. Copies of endorsed educational and professional certificates of key staff duly sealed, signed and currently dated are to be attached.

(n)     Evidence of current employment of the professional staff with at least 3 years of post qualification experience and their last pay slips.

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

(p)     Letter      authorizing      FCDA     or      her representatives     to     cross-check     the submitted company’s Bank account with the issuing Authority.

(q)     Bank statement of the company for the last one (1) year.

4.2.    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:

(a)    Completion Period for the Construction of the Works

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

(c)      A copy of the Receipt of payment of Tender Fees.

5     Submission of Documents

The completed Tender shall be submitted as follows:

a hard Copy  and  an  Electronic copy  (PDF format on 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 RENOVATION/REHABILITATION OF FCDA/FCTA SECRETARIAT (BLOCK D EXCLUDING THE CENTRAL WING).

The documents should be addressed to the Executive Secretary, FCDA and submitted directly to FCDA Procurement Department, Room 0.014 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11, Garki Abuja on or before 15th July, 2013 by 12:00noon. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids in the presence of all prospective bidders or their Representatives.

Notes:

  1. Items 4.1 (a-f) are the Eligibility Requirements and their Originals must be produced by the Company for sighting during the opening session.
  2. PLEASE NOTE THAT SUBMISSION OF FAKE DOCUMENTS IS A FRAUDULENT PRACTICE WHICH IS PUNISHABLE UNDER THE RELEVANT LAWS. All companies will be assessed strictly on proofs of documents submitted to back up their claims.
  3. Only Companies with a minimum of Five Hundred Million Naira (N500Million) annual turnover need apply.
  4. A Bid Security of 2% of the tender price from a reputable Nigerian Bank.
  5. Only   pre-qualified   firms   will   have   their tender bids opened. Others may know their performance by a formal request to the Accounting Officer of FCDA.
  6. The Authority shall carry out Due Diligence on the Companies to verify claims included in their submissions.
  7. Interested members of the Public especially Civil Rights organisations could attend the tender opening session at their own cost and will be required to introduce themselves to the Chairman of the Session.
  8. The Authority pledges fair and equal treatment of all bidders but is not bound to shortlist any bidder and reserves the right to annual the selection process at any time without incurring any liabilities.
  9. The documents must be arranged and numbered in the order of the requirements as listed 4.1 (a-q) above.

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