Invitation for Pre-Qualification to Tender for the PROVISION OF TEMPORARY ACCESS ON THE PERMANENT ALIGNMENT OF THE ROAD TO GOSA LANDFILL SITE at Federal Capital Development Authority (FCDA)

Federal Capital Development Authority

Abuja, Nigeria

Office of the Executive Secretary

Invitation for Pre-Qualification to Tender

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to procure PROVISION OF TEMPORARY ACCESS ON THE PERMANENT ALIGNMENT OF THE ROAD TO GOSA LANDFILL SITE in order to ease disposal of refuse.

In line with the 2007 Public Procurement Act, the Authority is therefore inviting interested, competent and reputable Engineering Construction Companies to submit pre-qualification documents.

2.    Scope of Works

The scope of work involves:

(i)      Site Clearance and Earthworks:

(ii)     Culverts

(iii)    Road works

(iv)    Bridge works

3.       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 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:

  1.        i.            The Company is not in receivership, insolvency or bankruptcy
  2.      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.
  3.   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.
  4.   iv.            All the documents submitted for the pre-qualification bid are not only genuine but correct

(d) A chart indicating the number and categories of Nigerians that are to be employed by the company as a result of this project.

(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 for the past six (6) months Letter     authorizing     FCDA    or    her representative(s)   to   cross-check  the submitted company’s Bank account with the issuing Authority.

(j) Evidence of work experience as the main Contractor executing or having executed a minimum of five (5) projects of similar complexity compared to the proposed work, two (2) 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.

(k) 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 are as listed below

(i)                Five (5) Bulldozers

(ii)             Two (2) Scrapers

(iii)           Five (5) Graders

(iv)           Two (2) Excavators

(v)             Two (2) Pay Loaders

(vi)           Two (2) Water tankers

(vii)        One (1) Asphalt Pavers

(viii)      One (1) Diesel Tankers

(ix)           Two (2) Mobile Concrete Mixers

(x)             Two (2) Various compactors

(xi)           One (1) Concrete Pumping Machines

(xii)        Two (2) various types of cranes

(xiii)      Five (5) 20-30 ton tippers

(xiv)      Two (2) Dumpers

(I)      A functional and well equipped materials testing laboratory or presentation of MoU with a reputable material testing Lab.

(m)    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.

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

(o)     Companies with a minimum of N5 billion (Five Billion Naira) annual turn-over in the last three years need not to apply.

4.0     Submission of Documents:

The pre-qualification documents should be submitted in a Hard Copy and an Electronic Copy (PDF format on CD) of the Technical Proposals and shall be placed in a sealed envelope clearly marked “ORIGINAL” and “Electronic Copy” with the following inscription: “PROVISION OF TEMPORARY ACCESS ON THE PERMANENT ALIGNMENT OF THE ROAD TO GOSA LANDFILL SITE”.

The pre-qualification 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 2nd 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:

xvii.   Items 3(a – f) are the Eligibility Requirements and their Originals must be produced by the Company for sighting during the opening session.

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

XIX. This is not an invitation to tender. Only pre-qualified Companies will be invited to tender for the project. Others may know their performance by a formal request to the Accounting Officer of FCDA.

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

xxi.    The Authority shall carry out Due Diligence on the Companies to verify claims included in their submissions.

xxii.   Interested members of the Public especially Civil Society Organizations could attend the tender opening session at their own cost and will be required to introduce themselves to the Chairman of the Session.

xxiii   The Authority pledges fair and equal treatment of all bidders but is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities.

xxiv. Documents provided in response to Item 3 (a-n) 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