Invitation for Pre-Qualification/Expression of Interest for Consultancy Services for Flood and Gully Erosion Control Works at Ecological Fund Office

Ecological Fund Office

 

Office of the Secretary to the Government of the Federation

Shagari Complex

Three Arms Zone

Abuja

 

Invitation for Pre-Qualification/Expression of Interest for Consultancy Services for Flood and Gully Erosion Control Works

 

1.0     Introduction

1.1     Ecological Fund Office is under the Office of the Secretary to Government of the Federation, located at three Arms Zone, Shagari Complex, Abuja. The Office invites competent, qualified and well-structured companies with proven capability in the construction industry to submit their company profiles.

 

1.2     Project Location/Lot No.

Lot 1:                   NIMO-NEN1 Erosion Control works, Anambra State.

Lot 2:          NRI Gullies and Erosion Control works, Anaocha LGA, Anambra State

Lot 3:          Rehabilitation of Washed Away Internal Road and Rebuilding of Nworie Bridge at Alvan Ikoku College of Education, Imo State

 

2.0     Eligibility of Bidders

 

2.1     Bidders company profile shall include copies of the following documents and provide key information as highlighted below:

 

1.       Registration information (Certificate of Incorporation, Form CO2 and

FormCO7).

2.       Tax clearance for the last 3 years (or years in operation), VAT/TIN

Certificate.

3.       Company organogram with identified names of Key Personnel.

4.       Evidence of registration with relevant professional bodies (applicable for

Consultancy Services only).

5.       Key policies statements.

6.       Scope of supply/service (list core areas of competence).

7.       Evidence of technical partnership, agency agreements, sole representative certificates etc. if any (contact details including email, fax and telephone numbers of each partner must be provided for verification);

8.       List of project history (activity description, client, location, value, status (complete or ongoing).

9.       Last 3 years audited financial report (Balance sheet, Profit and Loss).

10.     List and location of company owned income generating asset/equipment if any (if not owned please indicate source and partnership agreement if available).

11.     Evidence of participation in the contributory pension scheme/ ITF contribution for training.

 

3.0     Scope of Works

(i)      Civil works and buildings

(ii)     Earth works (Excavation)

(iii)    Haulage and compaction works

1.       Reinforced Drainage Construction

(v)     Road Repair works

(vi)    Third party inspection, testing and certification

(vii)   Waste Management/disposal services

(viii)  Soil Treatment/Stabilization

(ix)    Geological and Geophysical Services

(x)     Training – River Training

(xi)    Ownership or hire of various equipments (earth moving and land ownership of equipment must be provided with submission)

1.       Dredging services

2.       Utilities/modules and packages.

 

3.1     Scope of Consultancy Services

(a)     Part I Design Report

 

(i)      Prepare Comprehensive Geo-technical Studies, Engineering Drawings Topographic Maps, Structural Designs and Details, Layout Plans and Engineering Design Report.

(ii)    Prepare a Bill of Engineering Measurement and Evaluation (BEME) with current unit rates applicable in the Construction Industry nationwide.

(iii)    Prepare an Environmental Baseline Studies, Environmental Impact Assessment (EIA), to be included in the Design Report, where necessary.

(iv)    Prepare a Budgetary /Financial Analysis Cash Flow disbursement of Funds (to be included in the Design Report).

(v)     Undertake the project’s pre-qualification and tender valuation exercise, in conjunction with the Executing Agency.

(vi)    Prepare the project implementation schedule.

(vii)   Prepare the schedule for the supervision of the project.

1.       Preparation of Bid Documents.

 

(b)     Part 2

 

(i)      General supervision of the work

 

1.       Preparation of Interim Payment Certificates, which constitute the authority       for all payments to the Contractor by the Ecological Fund Office (EFO).

2.       Preparation of Monthly Progress Reports.

3.       In case of redesigning or review of existing design of any sections of the project.

4.       The Executing Agency, Contractor and Consultants must hold periodic site meetings to review progress report and also draw up project work plan.

5.       The Consultant must maintain a Site Office manned with requisite personnel.

 

4.0     Instructions to Interested Bidders

 

Interested parties are requested to submit:

 

1.       Information on their organization and brief summaries of the key personnel to be involved in the work, particularly their experience that directly relate to the needs of this assignment

2.       A description of similar assignments, including a brief description of the  projects executed methodology, client, budget and project start/end dates.

3.       A concept note on the assignment that describes in detail how the consultants would conduct this assignment if selected.

4.       Companies without Engineers registered with COREN need not apply.

 

5.0     Method of Submission

All documents for Prequalification and Expression of Interest in respect of the three (3) lots must be submitted in separate envelopes clearly marked ‘prequalification’ or ‘Expression of Interest’ for Lot (Specify relevant lot of interest) and return on the dates specified for closing in 6.0 below to the Secretary, Tenders Board, Office of the Secretary to the Government of the Federation, Room SF 18, Second Floor Main Building of Shehu Shagari Complex, Three Arms Zone, Abuja.

 

6.0.    Closing

 

6.1     Closing date for the submission of Expression of Interest for Consultancy Services is 25th March, 2013, at 12.00 noon, while closing date for the submission of Prequalification documents for the works is 22nd April 2013 by 12.00 noon

 

6.2     Opening of Documents for Consultancy Services shall be by 1.00pm on 25th  March, 2013, while Prequalification documents would be opened on 22nd  April, 2013, by 1.00pm at the Office of the Secretary to the Government of the Federation, Conference Room ,ground floor Shehu Shagari Complex Abuja.

 

General Information

1.       Consultants/Contractors seeking any clarification should contact the Secretary Tenders Board, Office of the Secretary to the Government of the Federation, Room SF 18, Second Floor Main Building of Shehu Shagari Complex/Three Arms Zone, Abuja.

2.       All claims made by applicants may be verified and any company whose claims are found to be false shall be disqualified.

3.       Contractors who have worked for this Office and have history of poor performance, abandonment or pr-long contract period need not to apply.

4.       Non compliance to the instructions will lead to disqualification. Only pre-qualified bidders will be invited to submit tenders for the respective projects after payment of non-refundable tender fee of Ten Thousand Naira (N10,000.00).

 

Permanent Secretary

(Ecological Funds Office)

 

 

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