Invitation for pre-qualification and tender at College of Education, Azare

College of Education, Azare

P.M.B. 044 Bauchi

(Office of the Registrar)

Invitation for pre-qualification and tender

The College of Education, Azare intends to carry out construction and procurements as part of the TETFund Normal Intervention Projects for 2012.

A.      2012 Normal Intervention

1.       Construction Work

a.       Construction of Department of Computer Studies (Offices and Computer Laboratory),

b.       Construction of 3-Bed Room Bungalow for Home Economics Department (HEC).

2. Procurements:

a.       Procurement and Installation of Digital Printing Press

b.       Procurement Installation, and Connection of 300kv Electrical Transformer,

c.        Procurement of Academics Equipments and items for schools and Departments

d.       Procurement of furniture items, Education Materials, and Lecture Seats.

Pre-Qualifications

3.       Reputable and technically competent Contractors with verifiable tract records of performance on similar jobs are hereby invited to apply. All applications for pre-qualifications must be in line with due process guidelines.

a.       Evidence of incorporation (CAC) certificate

b.       Evidence of TAX Clearance certificate for the last 3 years

c.       Evidence of financial Capability and Banking support

d.       Evidence of Registration with the College.

e.       Company audited account for 3 years prepared by Chartered Accountants and dully signed

f.       Evidence of similar projects executed

g.       Annual turnover

h.       VAT registration and evidence of past VAT remittances

i.        Evidence of payment of Education TAX (as applicable)

j.        Original copies of the documents above MUST be produced for scrutiny opening session.

Tender

3.       Consequently, only Contractors that were successful in Pre-qualification will be allowed to Tender. Tender documents are available for purchase at non-refundable fee of N50:000.00 (Fifty Thousand Naira only) from the date of this publication.

4.       Submission of Completed Pre-Qualification Tender Documents

The above documents MUST be submitted in sealed envelopes clearly marked “Pre-qualification to tender” and separately “Tender Documents” for each job in view, as itemized above and shall be delivered to:

The Registrar,

College Of Education

P.M.B. 044 Azare

Bauchi State

Not later than 1st July, 2013. The documents shall be opened on 1st July, 2013 at 12:00 noon in the College conference Room.

NB

Please note that the College reserves the right to verify any claim by the bidders and shall not be liable to accept the lowest bidder.

A.B. SHEHU

Registrar

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

 

Invitation for Pre-Qualification to Tender for CONSTRUCTION OF SEWAGE FACILITIES TO CONNECT GUZAPE DISTRICTS TO THE CITY TRUNK MAINS at The 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 CONSTRUCTION OF SEWAGE FACILITIES TO CONNECT GUZAPE DISTRICTS TO THE CITY TRUNK MAINS within the year 2013 budget.

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

2.       Scope of Works

The scope of work involves:

(vi)   Site Clearance

(vii)   Supply and Laying of epoxy coated Standard Reinforced Concrete Pipes (RCP) of various sizes ranging from 400-800mm diameter with Flexible Spigot/ Socket Joints.

(viii) Supply and Laying of PVC Pipes of various sizes ranging from 200-400mm diameter with Flexible Spigot/Socket Joints

(ix)              Provision and construction of pre-cast concrete manholes of varying depths and sizes, complete with Ductile Iron Covers, steps and other appurtenances.

(x)    Construction of Road and River Crossings

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

(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 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

(i)      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 haying 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 Certificate 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 –

(x)     Three (3) Excavators

(xi)   Two(2) Pay loaders

(xii)   Two(2) Water tankers

(xiii) Four(4) Various compactors

(xiv) four(4) 20-30 ton tippers

(xv)   Two (4) Dumpers

(xvi) 2 Nos. Dewatering machines.

(I)      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.

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

(n)     Only Companies with a minimum of N2 Billion (Two Billion Naira) annual turn-over in the last three years need 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: “CONSTRUCTION OF SEWAGE FACILITIES TO CONNECT GUZAPE DISTRICTS TO THE CITY TRUNK MAINS”.

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 dose of bids in the presence of all prospective bidders or their Representatives.

Notes:

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

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

xii.     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

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

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

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

xvi.    The Authority pledges fair and ‘equal treatment of all bidders out is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities. documents provided in response to Item 3.(a-m) should be arranged as LISTED

Signed:

Director, Procurement

For: Executive Secretary

 

Invitation for Pre-Qualification to Tender at Federal Capital Development Authority (FCDA)

Federal Capital Development Authority

Abuja, Nigeria Office of the Executive Secretary

Invitation for Pre-Qualification to Tender for the Following Projects

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to procure the under-listed projects within the year 2013 budget.

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

Lot I.          Provision of Infrastructure To Plots 3448 – 3456 Asokoro Abuja.

 

Lot II.         Provision of Access Road and Engineering Infrastructure to Plot 1458 and Others around Hot 98FM in Gudu District.

 

Lot III.       Provision of Engineering Infrastructure to Plots 1689 – 1695 in Gwarinpa 1 District of the FCT.

 

Lot IV.       Provision of Access Road and Other Engineering Infrastructure to Felix Oyakhilome Close, Gudu District – Plot 2360 and Others

2.    Scope of Works

The scope of work involves:

(i)           Site Clearance and Earthworks:

(ii)          Storm water drainage

(iii)         Road works

(iv)         Culverts

(v)          Street lighting

(vi)         Foul Sewer Network

(vii)        Electrical Power Supply

(viii)      Telecommunication

(ix)         Water Supply Network

 

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)  

(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 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

(i)    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 Sets 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)                Three (3) Bulldozers

(ii)             Three (3) Scrapers

(iii)           Three (3) 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)      One (1) Dumpers

(xv)        Two (2) Cable Drum Jack

(xvi)      Two (2) Crane Mounted Bucket Lifts

(xvii)   One (1) Cable Crimping Machine

(xviii) Electrical Testing Equipment such as 80KV Hypotronics Megger, Earth-Resistant Tester etc

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

(m)    List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of three (3) 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 N1 billion (One Billion Naira) annual turn-over in the last three years need 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: “PRE-QUALIFICATION TO TENDER FOR (SPECIFY THE PROJECT AND LOT NUMBER).

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 1st 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.

Note:

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

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

iii. 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.

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

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

vi.  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.

vii   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.

viii.  No bidder will be awarded more than one lot.

ix.  Documents provided in response to Item 3 (a-n) should be arranged as LISTED

Signed:

Director, Procurement For: Executive Secretary

Invitation for Pre-Qualification to Tender for SLOPE PROTECTION OF PHASES 3 & 4 LOWER USUMA DAM WATER TREATMENT PLANTS AND CONSTRUCTION OF OVERFLOW OUTFALL STUCTURES 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 SLOPE PROTECTION OF PHASES 3 & 4 LOWER USUMA DAM WATER TREATMENT PLANTS AND CONSTRUCTION OF OVERFLOW OUTFALL STRUCTURES within the year 2013 budget.

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

2.       Scope of Works

The scope of work involves:

(i)                Slope Protection using Shotcrete Concrete Stabilization

(ii)             Stone  Pitching,   Grassing  and  Surface Dressing

(iii)           Earthworks & Construction of Concrete Trapezoidal Drains

(iv)           Fencing Works in Chain Links (v) Construction of Rip Rap Overflow Outfall 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:

(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 BPR

(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

(i)      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)                Three (3) Excavators

(ii)             Three (3) Pay loaders

(iii)           Five (5) Water tankers

(iv)           Ten (10) Various compactors

(v)             Four(4) 20-30 ton tippers

(vi)           Two (2) various types of cranes

(vii)        Three (3) Dumpers

(viii)      Three (3) concrete pump mixers

(ix)           Issuance    of   functional    and    well equipped materials testing laboratory to be submitted.

(I)      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.

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

(n)     Companies with a minimum of N5 Billion (Five Billion Naira) annual turnover in the last three years need to apply.

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: “SLOPE PROTECTION OF PHASES 3 & 4 LOWER USUMA DAM WATER TREATMENT PLANTS AND CONSTRUCTION OF OVERFLOW OUTFALL STUCTURES”

 

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 4th 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 3(a – f) are the Eligibility Requirements and their Originals must be produced by the Company for sighting during the opening session.
  2. The photocopies of professional certificates are to be initialed, endorsed by the owners and professional seal must be embossed on the professional certificates.
  3. 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.
  4. Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents means of delivery notwithstanding.
  5. The Authority shall carry out Due Diligence on the Companies to verify claims included in their submissions.
  6. Interested members of the Public especially Civil Society Organisations could attend the tender opening session at their own cost and will be required to introduce themselves to the Chairman of the Session.
  7. 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.
  8. Documents provided in response to Item 3 (a-m) should be arranged as LISTED

Signed:

Director, Procurement

For: Executive Secretary