SUPPLY OF GOODS AND EQUIPMENT at Abuja

FEDERAL CAPITAL TERRITORY ADMINISTRATION FCT TENDERS BOARD SECRETARIAT

FCTA Secretariat, Capital Road, Area 11, RM.B 24, Garki Abuja, Nigeria

INVITATION TO PARTICIPATE IN THE TENDERING EXERCISE FOR THE SUPPLY OF GOODS AND EQUIPMENT TO THE FCT DIRECTORATE OF ROAD TRAFFIC SERVICES, ABUJA

Federal Capital Territory Administration (FCTA), through the Directorate of Road Traffic Services (DRTS) of the Transportation Secretariat has provisions in the FCT 2010 statutory budget and hereby inviting competent and interested companies to submit bids for the following projects.

  1. A. PROJECTS FOR THE TECHNICAL AND FINANCIAL BIDS
  2. Establishment of a Web-Based platform for On-line Vehicle Registration Compatible with e-administration.
  3. Supply of Office equipment.
  4. Supply of Office furniture.
  5. Supply and Installation of 2No. 500 KVA Perkins Generators.
  6. Supply of 250No. Tyres (various sizes) and 30No battery.
  7. Supply of 200No. Tyre Damps and 200No. Traffic Cones.
  8. Supply of 5No. Mobile toilets.
  9. Supply of 60No. 2-way Communication radio.

  1. B. PROJECTS FOR PRE-QUALIFICATION EXERCISE ONLY
  2. Construction of Plate Number manufacturing plant and supply/installation of plate number manufacturing equipment.
  3. Construction/expansion of DRTS Head Quarters Complex at Mabushi, FCT
  4. Supply of 2No. Heavy Duty Vehicles.
  5. Supply of 8No. Light duty recovery vehicle.
  6. Supply 45No. Utility Vehicles
  7. Supply of 30No. 250CC Power Motor Bikes

B. PREQUALIFICATION REQUIREMENTS

Interested companies are to forward copies of the following documents and the originals to be made available for sighting during the Tender Opening

  1. i.            Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.
  2. ii.            Interested Companies should up to date returns with the CAC and be informed that due diligence could be conducted
  3. iii.            Company’s audited Account for the last three years from a chattered Accounting firm
  4. iv.            Tax Clearance for the last three years.
  5. v.            List of verifiable documentary evidences of similar jobs successfully executed within the last three years(complete with awards letters, completion certificates)
  6. vi.            Reference Letter from a reputable bank
  7. vii.            Sworn Affidavit in line with the provisions of part IV section 16, subsection 6 (e & f) of the Public Procurement Act, 2007
  8. Interested companies are required to provide evidence of registration and remittances of contributory pensions funds in line with Section 16, Subsection 8(d) of the Public Procurement Act.
  9. ix.            Letter of authority of FCT Administration to cross check the company’s account.
  10. x.            Any bid of N50million and above shall be accompanied with bid security in the Bank Guarantee of not less than 2% of the bid price from a reputable Nigerian bank.

(C)   ADDITIONAL REQUIREMENT FOR CONSTRUCTION PROJECTS

Companies interested in bidding for items B5 and B6 are to comply with requirements (xi and xii) below in addition to the general requirements outlined in: (i-x) above

  1. xi.            List of Key technical personnel stating their roles, designation, qualification and years of experience that shall be deployed to the project. Copies of educational and professional certificates are to be attached
  2. xii.            Companies with annual turnover of less than N150million need not to apply

(D). COLLECTION OF TENDER DOCUMENTS

Companies interested in bidding for items under A (1-8) above are to collect tender documents from the office of the Director, FCT Road Traffic Services, near Federal Ministry of Works, Housing and Urban Development, Mabushi- Abuja, upon the presentation of an evidence of payment of N10, 000.00 (Ten Thousand naira only) non-refundable Tender Fee into FCT Treasury Revenue Account a Fidelity Bank (Central Area) Account No: 051503010000426

(E) SUBMISSION

The Pre-qualification and financial bid documents should each be sealed and labeled (technical and financial bids as appropriate) separately, and the two separate envelopes be put in another envelope that should also be sealed and labeled as “(Project Title)”. The financial bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the bidder. The document is to be dropped in the Tender Box in the office of the Secretary, FCT Tenders Board, Room 43, Former Public Building, FCTA Secretariat, Area 11, Garki- Abuja, not later than 19th August 2010, 12 noon, 29th July, 2010. The tender is for a period of six (6) weeks. The representatives of the bidding companies are invited to witness the opening of the tenders on the same day at Room G9, Archives and History Bureau Building, Peace Drive, Area 11, Garki-Abuja at 2.00pm

(F) Successful Companies could be requested to provide Performance Bond, whose value shall not be less than 10% of the contract sum before signing the contract.

NOTE:

  1. i.            Vehicles and motor bikes are to be fitted with 2way radio & communication gadgets and painted with VIO zebra colours.
  2. ii.            Interested bidders are not allowed to apply for more than two (2) projects
  3. iii.            The administration is not bound to accept the lowest or any other bid
  4. iv.            Members of the general public, especially the Civil Society organization are invited to the Opening Exercise.  They are however to abide by the Code of Conduct for the procurement observers issued by the Bureau of Public Procurement (BPP).
  5. v.            Company representatives are to come along with a letter of introduction indicating name, rank and sample signature to the opening exercise.

SIGNED

MANAGEMENT

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