Invitation for Pre-Qualification to Tender for the Following Consultancy Projects at Federal Capital Development Authority

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Pre-Qualification to Tender for the Following Consultancy Projects

 

The Federal Capital Development Authority (FCDA) through the Department  of Engineering Services intends to procure Design of Engineering  Infrastructure/Production of  Tender Documents and Resident Supervision for the under listed projects  within the year 2012 budget.

 

2.         Description Of Work:

 

2.1       Design of Engineering Infrastructure and Production of Tender Documents

 

Lot I:   Design Review of Road FCT 106 from Kuje-Karshi about  30KM.

 

Lot II: Design Review, Update and Upgrade of outer Southern Expressway (onex) from Villa Roundabout to Ring Road I (RR1)/Osex Round About with 5 Interchanges About 7.2Km

 

 

2..2      Resident Consultancy Services

Lot III: Resident Supervision of Provision of Engineering Infrastructure to Plot-1038 Extension, Cadastral Zone A05, Ma1tama District.

 

 

Lot IV: Resident Supervision  of Construction  of Phase 1 Of  Southern Parkway From

Christian Center (S8/9) to RRI

 

Lot V:  Resident Supervision of Provision of Primary Road to Mass Housing (Arterial Road S30)

 

Lot VI Resident Supervision of Provision of infrastructure to Apo Estate Layout, Phase I

 

Lot : VII         

Provision of Engineering Infrastructure to New Layout at Tank 4.1 Hills Vicinity, Area F, Asokoro District.

 

3.         Scope Of Work

 

3.1 The scope of work for LOT I involves:

(i)         Reconnaissance and Confirmatory Route Survey.

(ii)        Design of Street lighting.

(iii)       Review of the Road cross-section design.

(iv)       Resurvey, Realign and Redesign of the road.

(v)        Review Bridges and Culvert designs.

(vi)       Review of BEME and contract Documents.

 

3.2       The scope of work for LOT II involves:

(i)         Reconnaissance and Confirmatory Route Survey.

(ii)        Assessment of existing temporary infrastructure facilities to be removed or relocated to allow for smooth execution of the project.

(iii)       Sub soil investigation,

(iv)       Confirmation of the designed Horizontal and Vertical Alignment, Rock excavation quantities as well as earth works computation using the designed cross-section,

(v)        Review of Surface Water Drainage design,

(vi)       Design of Retaining Walls

(vii)      Review of Culverts design,

(viii)     Design of High Tension Ducts,

(ix)       Review of Telecommunication Duct design,

(x)        Review of 3 Interchanges designs

(xi)       Design of 2 Interchanges, (xii) Submission of Design Reports, Drawings, other Tender Documents and BEME.

 

3.4       The scope of work for LOT III involves:

(i)         Site clearance and earthworks

(ii)        Roadwork

(iii)       Storm water drainage

(iv)       Culverts

(v)        Foul Sewer

(vi)       Water supply

(vii)      Electrical Power Supply

(viii)     Telecommunication Ducting

(ix)       Street Lighting

(x)        River Training

 

3.5 The scope of work for LOT IV involves:

(i)     Site clearance and earthworks

(ii)        Site Investigation

(iii)       Surface Drainage

(vi)       Culverts

(v)        Retaining walls and Underpass

 

 

3.6       The scope of work for LOT V involves:

(i)         Site clearance and earthworks

(ii)        Surface water drainage

(iii)       Culverts

(iv)       Road works.

 

3.7       The scope of work for LOT VI involves:

(i)         Road works

(ii)        Storm drainage

(iii)       Culverts

 

3.8       The scope of work for LOT VII involves:

(i)         Road works

(ii)        Water Supply

(iii)       Storm water network

(iv)       Foul sewer network

(v)        Electrical Power Supply

(vi)       Street Light

(vii)      Telecommunication ducting

(viii)     Packaged substations

 

4.         Pre-qualification Requirements

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 Assoc union of the company and up to date Annual return with the CAC (mention forms C02 & C07 to be included).

(b)       Evidence of Firm Registration with Council for the Regulation of Engineering in Nigeria (COREN) and up to date payment of practicing fees (2011).

(c)        The Company must show evidence of fulfilling its Tax obligations as follows:

(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)       Evidence of registration with Pencom.

(iv)       Evidence of remittance to pension fund Administrator

 

(d)       A sworn Affidavit certifying as follows:

(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.

(iii)       That no present or former Director of the company is a shareholder or has any pecuniary interest on any of the relevant committees of the FCDA or BPP.

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

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

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

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

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

(i)         Evidence of work experience as the main Contractor executing or having executed a minimum of Ten (10) 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,

(j)         List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of five (5) relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

 

(k)        List of office equipment available for execution of the assignment

 

Notes:

Items 4a-4d are 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.

 

Evaluation of the pre-qualification documents will be based on the outlined pre-qualification requirements and only those that are successful will be invited to submit Technical and Financial Proposals.

 

4.0   Submission of Documents:

The pre-qualification documents should be submitted in a hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals and shall be placed in a sealed envelope clearly marked “ORIGINAL” and “Electronic Copy” with the following inscription: “Pre-Qualification to Tender for Design of Engineering Infrastructure and Production of Tender Documents; (Specify Lot Number and Project Description)..………..The pre-qualification documents should be submitted directly to FCDA Procurement Department, Room 005 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11, Garki Abuja on or before 11 noon, 28th  May, 2012. 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.

 

Further Notes:

i)          This is not an invitation to tender. Only pre-qualified firms will be invited to tender for the project by a formal request to the Accounting Officer of FCDA.

ii)         Interested companies are responsible for the registration, timely and safe submission of their pre-qualification  documents means of delivery notwithstanding.

iii)        Authority shall carry out Due Diligence on the companies to verify claims included in their submission

vi)        Any company showing interest in more than Two (2) Lots shall be considered non-responsive.

 

Interested members of the Public especially Civil Rights organizations could attend at their own  will be required to introduce themselves to the chairman of the opening session.

 

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