Invitation for Pre-Qualification / Tender for the Renovation/Rehabilitation of FCDA/FCTA Block (Block D Excluding the Central Wing) at Federal Capital Development Authority (FCDA)

Federal Capital Development Authority

Abuja, Nigeria Office of the Executive Secretary

Invitation for Pre-Qualification / Tender for the Renovation/Rehabilitation of FCDA/FCTA Block (Block D Excluding the Central Wing)

The Federal Capital Development Authority (FCDA) through the Department of Public Building is desirous of carrying out Renovation/ Rehabilitation of FCTA/FCDA Secretariat (Block D Excluding the Central Wing) at Area 11, Garki, Abuja.

3. SCOPE OF WORKS.

3.1 The Scope of Works is as follows:

The Buildings were constructed with slender prefabricated concrete structure covered with longspan aluminium roofing sheet on suspended concrete roof structure. The work therefore entails repair of leaking roof; refurbishing of office space and conveniences and provision of essential facilities like fire fighting equipment, central telecommunication equipment and CCTV.

 

4. Preparation of Proposals

Tendering Companies are to collect tender documents from the Office of the Director Department of Procurement, FCDA Area 11 Garki Abuja upon the evidence of payment of non – refundable fee of N200,000.00 (Two Hundred Thousand Naira only) (in Bank Draft) in favour of Federal Capital Development Authority at Aso Savings and Loans PLC.

4.1 Technical Proposals.

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 BPP.

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

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

(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 of the company for the last one (1)year.

(i)      Letter authorizing FCDA or her representative(s) to cross-check the submitted company’s Bank account with the issuing Authority.

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

(k)     List and verifiable documentary evidences of similar and other jobs, not less than N1,000,000,000.00 each successfully executed (or being executed) within the last three years including their letters of award, contract agreements and relevant completion certificates or certificates of valuation where the jobs are on – going.

(I)      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, hired or leased

(m)    List of key technical personnel stating their roles designation, qualifications and years of experience with the guarantee that a minimum of three (3) relevant Registered Professionals shall be deployed to the project. Copies of endorsed educational and professional certificates of key staff duly sealed, signed and currently dated are to be attached.

(n)     Evidence of current employment of the professional staff with at least 3 years of post qualification experience and their last pay slips.

(o)     Company’s policy on Community Social responsibility with verifiable evidence.

(p)     Letter      authorizing      FCDA     or      her representatives     to     cross-check     the submitted company’s Bank account with the issuing Authority.

(q)     Bank statement of the company for the last one (1) year.

4.2.    Financial Proposals

The following documents shall be issued to interested Companies as the basis for the Financial Proposals.

(a)     A set of drawings for the works giving the specifications required for the construction.

(b)     A blank copy of the Bills of Quantities for the Works to be priced by the interested Company strictly in compliance to the Instruction therein

In addition to the pricing of the Bills of Quantities a responsive Bid must be

inclusive of the following:

(a)    Completion Period for the Construction of the Works

(b)     Validity Period of the Proposals from the date of submission.

(c)      A copy of the Receipt of payment of Tender Fees.

5     Submission of Documents

The completed Tender shall be submitted as follows:

a hard Copy  and  an  Electronic copy  (PDF format on CD) of the Technical Proposals shall be placed in a sealed envelope clearly marked

“TECHNICAL  PROPOSAL”.   However,   Two copies of the Financial Proposal shall be signed and sealed separately and placed them in a bigger envelope clearly marked “FINANCIAL PROPOSAL” and with a warning ‘DO NOT OPEN   AT   THE   SAME   TIME   WITH   THE TECHNICAL PROPOSAL”,

Only companies whose technical proposals are adjudged successful shall have their financial proposals opened for assessment.

The envelopes containing the Technical and Financial Proposals shall be placed into an outer sealed envelope marked “PROPOSALS FOR THE RENOVATION/REHABILITATION OF FCDA/FCTA SECRETARIAT (BLOCK D EXCLUDING THE CENTRAL WING).

The 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 15th 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 4.1 (a-f) are the Eligibility Requirements and their Originals must be produced by the Company for sighting during the opening session.
  2. PLEASE NOTE THAT SUBMISSION OF FAKE DOCUMENTS IS A FRAUDULENT PRACTICE WHICH IS PUNISHABLE UNDER THE RELEVANT LAWS. All companies will be assessed strictly on proofs of documents submitted to back up their claims.
  3. Only Companies with a minimum of Five Hundred Million Naira (N500Million) annual turnover need apply.
  4. A Bid Security of 2% of the tender price from a reputable Nigerian Bank.
  5. Only   pre-qualified   firms   will   have   their tender bids opened. Others may know their performance by a formal request to the Accounting Officer of FCDA.
  6. The Authority shall carry out Due Diligence on the Companies to verify claims included in their submissions.
  7. Interested members of the Public especially Civil Rights organisations could attend the tender opening session at their own cost and will be required to introduce themselves to the Chairman of the Session.
  8. The Authority pledges fair and equal treatment of all bidders but is not bound to shortlist any bidder and reserves the right to annual the selection process at any time without incurring any liabilities.
  9. The documents must be arranged and numbered in the order of the requirements as listed 4.1 (a-q) above.

Signed:

Director, Procurement

For: Executive Secretary

Invitation for Pre-Qualification to Tender for the CONSTRUCTION OF ONE SERVICE CARRIAGEWAY OF INNER NORTHERN EXPRESSWAY (INEX) FROM RING ROAD III (RR III) TO RING ROAD IV (RR IV) 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 CONSTRUCTION OF ONE SERVICE CARRIAGEWAY OF INNER NORTHERN EXPRESSWAY (INEX) FROM RING ROAD III (RR III) TO RING ROAD IV (RR IV) 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.

2.       Scope of Work:

The scope of work includes:

(i)      Site clearance and earthworks

(ii)     Surface water drainages

(iii)    Road works

(iv)    Development of four (4) number river bridges

(v)     Confirmatory site tests

(vi)    Culverts

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 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 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:-

 

  1.        i.            Ten (10) Nos Bulldozers
  2.      ii.            Five (5) Nos Scrappers
  3.   iii.            Ten (10) Nos Graders
  4.   iv.            Ten (10) Nos Excavators
  5.      v.            Fifteen (15) Nos Pay Loaders
  6.   vi.            One (1) No. Asphalt plant
  7. One (1) No. Concrete Batching Plant
  8. Three (3) Nos Asphalt Pavers
  9.   ix.            Ten (10) Nos Water Tankers
  10.      x.            Three (3) Nos Diesel Tankers
  11.   xi.            Ten (10) Nos Mobile Concrete Mixers
  12. Fifteen (15) Nos various Compactors
  13. Five    (5)    Nos    Concrete    Pumping Machines
  14. Ten (10) Nos various type of Cranes
  15. Thirty (30) Nos 20 – 30 ton tippers
  16. Ten (10) Nos dumpers

 

 

(l)      A functional and well equipped material testing laboratory to carry out material testing.

(m)    List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of seven (7) 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 N10Billion (Ten 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: procure CONSTRUCTION OF ONE SERVICE CARRIAGEWAY OF INNER NORTHERN EXPRESSWAY (INEX) FROM RING ROAD III (RR III) TO RING ROAD IV (RR IV)”

 

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:

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

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

xi.      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.

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

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

xiv.    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.

xv.     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.

xvi.    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 the PROVISION OF 2X15 MVA, 33/11KV INJECTION SUBSTATION IN LIFE CAMP 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 the PROVISION OF 2X15 MVA, 33/11KV INJECTION SUBSTATION AT LIFE CAMP 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.

2.   Scope of Works

The scope of work involves:

(xi)    Provision   of   2Nos    15MVA   33/11KV 3-phase   oil-filled    Power   Transformer with on-load tap changer ONAN cooling, vector group DYI

(xii)   Provision of 300KVA 33/0.415KV station transformer

(xiii) Provision   of   33KV,   1000MVA   1250A double bus bar SF6 bus-section breakers with metering facilities and instruments protection

(xiv) Provision of 33KV 1250A Sf6 double bus bar breakers (incomer)

(xv)   Provision     of     11KV    Sf6     breakers comprising: incomer, bus-section and out­going feeders.

(xvi) Other Substation ancillary equipment (xvii) Construction of Control building and other substation Civil works

(xviii)   Construction of 3 kilometer of 33KV overhead incoming lines

(xix) Provision of 3 kilometer 3 x 150mm2 x LPE 11 KV cable

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 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

(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:-

  1.       Self loading 20 tons crane lorry
  2.       100kv/80kv hypotronics
  3.       Megger/Insulator resistance test
  4.       H.T adjustable ladder
  5.      Earth resistance tester
  6.      Crimping machine
  7.      Complete electrical and Mechanical tool boxes

(l)  List of key technical personnel their roles, designation, qualification 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.

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

(n)   Only Companies with a minimum of N500 Million (Five Hundred Million Naira) annual turn-over in the last years need to apply.

4.0 Submission of Documents:

The pre-qualification documents should submitted In a Hard Copy and an Electronic Copy (PDF format on CD) of the Tec Proposals and shall be placed in a sealed envelope clearly marked “ORIGINAL “Electronic Copy” with the following inscription “PRE-QUALIFICATION TO TENDER THE PROVISION OF 2X15 MVA, 32 INJECTION SUBSTATION AT LIFE CAMP”.

The pre-qualification documents should be addressed to the EXECUTIVE SECRETARY, FCDA and submitted directly to FCDA Procurement Department, Room 0014 (Ground Floor) New FCDA Headquarters, Opposite NTA Abuja, Area 11, Garki-Abuja on or before 3rd 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:

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

Signed:

Director, Procurement For: Executive Secretary

Expression of Interest (EOI) for the Development and Operation of Hotels and Sundry Commercial Facilities for the Proposed International Convention Centre, Abuja at The Central Bank of Nigeria (CBN)

Central Bank of Nigeria

Expression of Interest (EOI) for the Development and Operation of Hotels and Sundry Commercial Facilities for the Proposed International Convention Centre, Abuja

The Central Bank of Nigeria (CBN), on behalf of the Federal Government of Nigeria, is facilitating the development of a World Class International Convention Center in Abuja metropolitan area. The project involves the construction of an Auditorium, Exhibition/Multi-functional Halls, Restaurants, Shops, a five (5) star and (3) star Hotel.

The CBN will undertake the construction of the Auditorium, Exhibition/Multi-functional Halls and their associated engineering services we the Hotels and Sundry Commercial Facilities will be developed under a Public-Private Partnership (PPP) scheme.

Consequently, the CBN wishes to invite interested financiers/private developers (a single entity or a consortium comprising a group of entities) to express interest to undertake the project.

Brief particulars of the project are as follows:

i.        Development and operation of a 300 bed, 3 Star International Standard Hotel to be managed by a reputable hotel brand,

ii.       Development and operation of a 200 bed, 5 Star International Standard Hotel to be managed by a reputable hotel brand,

iii.      Development of sundry commercial facilities such as shops and restaurants to compliment both hotels,

iv.      Development of appropriate support/services buildings.

Consequently, reputable firms interested in undertaking the development through a Public-Private Partnership with the Bank are requested to send in their Expression of Interest (EOI) for this purpose.

Requirements

Interested firms are required to submit proposals prepared in English Language with the following requirements which shall be used as criteria for preliminary selection.

Mandatory (Without which companies will be disqualified)

(i)                Evidence of registration with Corporate Affairs Commission.

(ii)             Certified true copy of Memorandum and Article of Association.

(iii)           Evidence of payment of tax for the last three (3) years as at when due (such evidence should reflect the value of the projects undertaken by the Company in the last three (3) years), (iv)        Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling employer’s obligation to employees with respect to pensions.

(iv)           Evidence of payment of training contributions to ITF (Industrial Training Fund).

(v)             Evidence of sufficient experience and capacity in executing Hotel/Hospitality Development Projects,

(vi)           Evidence of undertaking concession projects under a Public-Private Partnership (PPP) scheme in the last 5 years,

(vii)        Corporate profile of the firm including CV of key personnel supported by Professional licenses, registered address, functional contact email address, GSM phone number(s), facsimile number(s).

(viii)      Audited accounts in the last three (3) years duly stamped by licensed Auditors.

Submission

Applications for EOI accompanied by the relevant documents should also be forwarded in sealed envelope marked at the top left corner and boldly written

“EOI for the development of Hotels and Sundry Commercial Facilities for the International Convention Centre in Abuja (Ref CBN/CDP/2013/011)” and addressed to:

The Secretary,

Major Contracts Tenders Committee

2nd floor, Wing C, CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

Fax No: 09-616-38239

E-mail:- igbadamosi@cbn.gov.ng

Closing Date All submissions must be received at the above Office not later than 4.00pm on 5th July, 2013.

Opening Date

All submissions will be opened at 2nd Floor Wing D, Procurement and Support Services Department, Central Bank of Nigeria at 11.00am on 9th July, 2013.

Important Notice

  • Only short listed firms will be contacted
  • The Bank reserves the right to reject any proposals.

Signed

MANAGEMENT

Invitation to Tender at Federal Government Girls’ College, Yola

Federal Government Girls’ College, Yola

P.M.B. 2219, Yola Adamawa State

Invitation to Tender

In compliance with the public procurement act 2007, the federal government Girls College, Yola, invites competent and interested contractors to bid for the following. Prospective bidders are also requested to note that the lowest bidders may not necessarily be the best for the award. The projects in consideration are as follows:

S/No. Project Lot Number
1. Renovation of 6 blocks of 35 classrooms Lot 1
2. Renovation of student hostel Lot 2
3. Construction of 1 block of 6 (six) classroom Lot 3
4. Supply of 150 double bunk hostel bed Lot 4
5. Construction of 8 (eight) V.I.P. toilet Lot 5
6. Purchase of office furniture and fitting Lot 6

A.   Pre-Qualification Criteria:

Prospecting bidders are required to submit the following documents;

  1. Evidence of incorporation with the Corporate Affairs Commission.
  2. Evidence of Tax clearance certificate for the last three years (2010, 2011, and 2012)
  3. Evidence of PENCOM registration in accordance with pension reform act, 2004 including evidence of remittance of employee’s pension contribution / deduction
  4. Evidence of VAT registration with TIN number
  5. Evidence of veritable experience or similar project execution, giving names of clients and evidence of practical completion
  6. Evidence of financial capability to execute the project (Bank  statement for the last 9 months), credit worthiness and readiness to instruct bankers to supply financial information on the company as may be required
  7. Company audited account for the last three (3) years 2010, 2011 and 2012)
  8. Company profile to include among others office address, current telephone number(s) and email address, evidence of technical and professional qualification, technical personnel and their qualifications
  9. Evidence of registration with federal government girls’ college, Yola
  10. All bidders must pay a refundable fee of N20, 000.00 as bid security, payable at the bursary department of FGGC, Yola
  11.  originals of all documents must be brought for sighting during bid opening

Payments of Tender Fee

Bidders are to pay a non refundable fee of N20, 000.00 to accounts departments, Federal government girls’ college, Yola

C.   Payment of Registration Fee

Contractor not registration with the school are expected to pay the sum of N20, 000.00 (Twenty thousand Naira) only as registration fee.

D.   College of Tender Documents

Interested companies should collect tender documents from the secretary school tender board, Federal Government Girls’ College, Yola upon payment of N20, 000.00 non-refundable fees for bid documents.

E.   Submission of Tenders/Bids

All completed tenders/bids, in sealed envelopes with the description of Project(s) being tendered for, written on the top left hand corner (INDICATING THE LOT NUMBER NAME OF PROJECTS), with all documents duly endorsed are to be dropped in the tender’s box in the conference room, federal government girl’s college, Yola not later than 12.00noon on Friday, 26th July, 2013.

F.    Closing of Submission

All submission of tenders closes at 12.00 noon on Friday 26th July, 2013

G.  Opening of Tenders

Tenders received will be publicly opened at 12.00 noon on Friday 26th July, 2013 in the conference room of Federal Government Girl’s College, Yola.

All bidders or their representatives are invited to witness the opening of the tenders on Friday 26th July, 2013 at 12.00 noon. All late submissions will not be accepted.

Failure to comply with the above stated instruction or to provide any of the listed documents may automatically result in disqualification.

Signed

Umar, H.J. (MAL)

Secretary

School Tenders Board, federal government Girls’ College, Yola

For Principal