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

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Pre-Qualification to Tender for the Provision of Access Road and Engineering Infrastructure to NGWA Umudioka Street

 

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to procure the Provision of Access Road and Engineering Infrastructure to NGWA Umudioka Street 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 Works involves:

(i)      Site Clearance and Earthworks:

(ii)     Storm water drainage

(iii)    Road Works

(iv)    Culverts

(v)     Street lighting

(iv)    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 Memorandum and Articles of Association of the company, up to date Annual Returns to the CAC and forms C02 & C07.

(b)    The Company must in addition show evidence of the following:

(i)     Tax Clearance Certificate for the last three (3) years.

(ii)               Registration with PENCOM and Remittance to Pension Fund Administrator. (iii)            Payment of Training Contributions to the Industrial training Fund (ITF)

(iv)    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)

 

(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 Directors who has been convicted by any court in Nigeria or any other country for criminal offence in relation to fraud or Financial impropriety.

(iii)              No officer of the relevant committees of FCDA or BPP is a present or former Director or Shareholder or has any pecuniary interest in the company.

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

 

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

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

(f)     Companies should have a minimum of N1 billion (One Billion Naira) annual turn-over in the last three years.

(g)    Letter authorizing FCDA and her representative to cross-check the submitted company’s Bank account.

(h)    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.

(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, 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 (3) Excavators

(v)    Two (2) Pay Loaders

(vi)   Two (2) Water tankers

(vii)  One (1) Asphalt Pavers

(ii)    One (l) Diesel Tankers

(viii) Two (2) Mobile Concrete Mixers

(ix)    Two (2) Various compactors

(x)     One (1) Concrete Pumping Machines

(xi)    Two (2) Various types of cranes

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

(xiii)            One (1) Dumpers

(xiv)            Two (2) Cable Drum Jack

(xv)  Two (2) Crane Mounted Bucket Lifts

(xv)  One (1) Cable Crimping Machine

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

 

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

(k)     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.

(l)      History of Company’s policy on community social Responsibility.

 

4.0     Submission of Documents:

 

The pre-qualification documents should in duplicate, all in sealed envelopes clearly marked  “Original” and “Duplicate Copy” with the following inscription: “Pre-qualification to Tender for the Provision of Access Road and Engineering Infrastructure to NGWA Umudioka Street”

 

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 Thursday 12th September, 2013. All documents will be publicly opened on the same day at the FCDA Conference Room after le close of bids at 12:00 noon in the presence of all prospective bidders or their Representatives.

 

Notes:

i.        Items 3a – 3f are the Eligibility Requirements and the Original documents 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 firms 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.      Private Sector Professional Organizations whose expertise is relevant to the project and Non Governmental organizations (NGOs) working in transparency and anti-corruption areas could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.

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

viii.    Documents provided in response to item 3(a-k) Must 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

 

Invitation for Pre-Qualification to Tender

 

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to procure the PROVISION OF ENGINEERING INFRASTRUCTURE (ACCESS ROAD) TO NEWLY CREATED PLOTS AROUND GUDU MARKET IN GUDU DISTRICT 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:

i.            Site Clearance and Earthworks:

ii.            Storm water drainage

iii.            Road Works

iv.            Culverts

 

3        Pre-Qualification Requirements

Interested Companies are invited to submit the following pre-qualification documents:

  1. Evidence of incorporation of the Company with Corporate Affairs Commission (CAC)   inducing Memorandum and Articles of Association of the company, up to date Annual Returns to the CAC and forms C02 & C07.
  2. The Company must in addition show evidence of the following:
  3.        i.            Tax Clearance Certificate for the last three (3) years.
  4.      ii.            Registration with PENCOM and Remittance to Pension Fund Administrator.
  5.   iii.            Payment of Training Contributions to the Industrial training Fund (ITF)
  6.   iv.            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)

 

(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 Directors who has been convicted by any court in Nigeria or any other country for criminal offence in relation to fraud or Financial impropriety.
iii.            No officer of the relevant committees of FCDA or BPP is a present or former Director or Shareholder or has any pecuniary interest in the company.
iv.            All the documents submitted for the pre-qualification bid are not only genuine but correct.
(d) Audited Accounts of the Bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants.

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

(f) Companies should have a minimum of N1 Billion annual turn-over in the last three years.

(g) Letter authorizing FCDA and her representative to cross-check the submitted company’s Bank account

(h) 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.

(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, leased or hired

 

The minimum numbers of equipment/facilities are as listed below-

i.     Two (2) Bulldozers
ii.    Two (2) Scrapers
iii.   Two (2) Graders
v.    Two (2) Excavators
v.    Two (2) Pay Loaders
vi.   Two (2) Water tankers
vii.  One(l) 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
(j) A functional and well equipped materials testing laboratory or presentation of MoU with a reputable material testing Lab.

(k) 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.

(j) History of Company’s policy on Community Social Responsibility.

 

4.0   Submission of Documents:

The pre-qualification documents should be submitted in duplicate, all in sealed envelopes clearly marked “ORIGINAL” and “DUPLICATE COPY” with the following inscription: “PRE-QUALIFICATION TO TENDER; FOR PROVISION OF ENGINEERING INFRASTRUCTURE (ACCESS ROAD) TO NEWLY CREATED PLOTS AROUND GUDU MARKET IN GUDU DISTRICT”.

 

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 Wednesday 11th September, 2013. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids at 12:00 noon in the presence of all prospective bidders or their Representatives.

 

Notes:

I.            Items 3a – 3f are the Eligibility Requirements and the Original documents 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 firms 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. Private Sector Professional Organizations whose expertise is relevant to the project and   Non Governmental organizations (NGOs) working in transparency and anti-corruption areas could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.
VI.    The Authority pledges fair and equal treatment of all bidders but it is not bound to shortlist any bidder and reserves the right to cancel the process at any time without incurring any liabilities.
VII.   Documents provided in response to item 3(a-k) 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

 

Invitation for Pre-Qualification to Tender for the Completion of Prototype Office Complex for Federal Ministries (PHASE II) at Plot 08, Central Business District, Abuja

 

The Federal Capital Development Authority (FCDA) through the Department of Public Building is desirous of completing the Prototype Office Complex for Federal Ministries (Phase II), at Plot 08, Central Business District, Abuja.

 

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

 

2.       Scope of Works:

 

2.1    The Scope of Works is as follows:

The works comprise the construction of Phase II of the Office complex Development together with associated External Works on Plot 08 of the Central Business Area. Abuja.

 

The Complex comprise sub basement and ground floor and the super structure which include 2Nr.4-Storey Podium Blocks and 2Nr 12 Storey Office Blocks arranged in a rectangular manner and divided by a 4-Storey Conference Block to form two Courtyards. 2Nr 7-Storey Link Block providing access to the Phase I of the development.

 

The Sub-Basement concrete structure is almost completed.  The highest point of the Complex is about 56.4m above existing ground level.

 

3.       Specification

 

The general construction is of reinforced concrete work and framework in walls, columns, beams and suspended slabs Roofs are generally structural steel covered with aluminium roof sheeting, External walls are in sandcretc block with aluminium return air louvre panels as screens. Internal walls are rendered and painted in sandtex textured paint. Walls in toilets areas are finished with glazed ceramic wall ties. External concrete/block wall surfaces are finished in “Keim Farben” Royalan weather resistant mineral fibre paint. Floors are finished in granite tiles, ceramin tiles and marble tiles.

 

Suspended ceilings are provided to all floors of the Podium Blocks as well as the Conference Block. The fairface concrete soffit for the 12 storey Block is painted in sandtex textured and serve as ceiling. Internal Partitions are in aluminium frames filled with gypsum panels. Mechanical and Electrical Services include Plumbing Fire Fighting Air Conditioning and Ventilations, Electrical and Lift Installations, etc.

External works include access roads.

 

4.       Pre-qualification Requirements:

(a)      Evidence of incorporation of the Company with Corporate Affairs Commission (CAC), including Memorandum and Articles of Association of the company, up to date Annual Returns to the CAC and forms C02 & C07.

(b)     The Company must in addition show evidence of the following:

(i)                Tax Clearance Certificate for the last three (3) years.

(ii)               Registration with PENCOM and Remittance to Pension Fund Administrator.

(iii)   Payment of Training Contributions to the Industrial Training Fund (ITF)

(iv)   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)

 

(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 Directors who has been convicted by any court in Nigeria or any other country for criminal offence in relation to fraud or Financial impropriety.

(iii)   No officer of the relevant committees of FCDA or BPP is a present or former Director or Shareholder or has any pecuniary interest in the company.

(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 a well equipped plant and machinery functional yard in Abuja.

(f)      Companies should have a minimum of N5.0 Billion (Five Billion) Naira turnover in the last 3 years.

(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)      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 be in a built neighbourhood. 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 that would be deployed on the project.

(i)      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.

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

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

 

5.      Submission of Documents

 

The pre-qualification documents should he submitted in duplicate, all in sealed envelopes clearly marked “Original” and “Duplicate copy” with the following inscription: “pre-qualification to tender for the completion of prototype office complex for Federal Ministries (Phase II), at plot 08, Central Business District”

 

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 Thursday 12th September, 2013. All documents will be publicly opened on the same day at day the FCDA Conference Room after the close of bids at 12:00 noon in the presence of all prospective bidders or their Representatives.

 

Notes:

I.       Items 4a – 4f are the Eligibility Requirements and the Original documents 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 firm’s 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.    Private Sector Professional Organizations whose expertise is relevant to the project and Non Governmental organizations (NGOs) working in transparency and anti-corruption areas could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.

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

VIII. Documents provided in response to item 4(a-h) Must 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

 

Invitation for Pre-Qualification to Tender

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to procure THE PROVISION OF ACCESS ROAD TO KABUSA GARDEN ESTATE 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.            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 Memorandum and Articles of Association of the company, up to date Annual Returns to the CAC and forms C02 & C07.

b)    The company must in addition show evidence of the following:

(i)                Tax Clearance Certificate for the last three (3) years.

(ii)             Registration with PENCOM and Remittance to Pension Fund Administrator,

(iii)           Payment of Training Contributions to the Industrial training Fund (ITF)

(iv)           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)

 

(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 Directors who has been convicted by any court in Nigeria or any other country for criminal offence in relation to fraud or Financial impropriety.

(iii)    No officer of the relevant committees of FCDA or BPP is a present or former Director or Shareholder or has any pecuniary interest in the company.

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

 

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

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

(f) Companies should have a minimum of N5Billion (Five Billion Naira) annual turn-over in the last three years,

(g) Letter authorizing FCDA and her representative to cross-check the submitted company’s Bank account.

(h) 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.

(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, leased or hired.

 

The minimum numbers of equipment/facilities are as listed below:-

i.            Five (5) Nos Bulldozers
ii.            Three (3) Nos Scrappers
iii.            Five (5) Nos Graders
iv.            Ten (5) Nos Excavators
v.            Ten (10) Nos Pay Loaders
vi.            Two (2) Nos Asphalt Pavers
Five (5) Nos Water Tankers
One (1) Nos Diesel Tankers
ix.            Two (2) Nos Mobile Concrete Mixers
x.            Five (5) Nos various Compactors
xi.            Ten (10) Nos 20-30 ton tippers
Five (5) Nos dumpers

(j) A functional and well equipped material testing laboratory to carry out material testing or presentation of MoU with a reputable material testing lab. .

(k) 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.

(I)               History of Company’s policy on Community Social Responsibility.

4.0    Submission of Documents:

The pre-qualification documents should be submitted in duplicate, all in sealed envelopes clearly marked “ORIGINAL” and “DUPLICATE COPY” with the following inscription “PRE-QUALIFICATION TO TENDER FOR THE PROVISION OF ACCESS ROAD TO KABUSA GARDEN ESTATE.

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 Wednesday 11th September, 2013. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids at 12:00 noon in the presence of all prospective bidders or their Representatives.

Notes:

I.            Items 3a – 3f are the Eligibility Requirements and the Original documents 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 firms will be invited to tender for the project. Others may know their performance by a formal request to the Accounting Officer of FCDA.
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.
Private Sector Professional Organizations whose expertise is relevant to the project and   Non Governmental organizations (NGOs) working in transparency and anti-corruption areas could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.
The Authority pledges fair and equal treatment of all bidders but it is not bound to shortlist any bidder and reserves the right to cancel the process at any time without incurring any liabilities.
Documents provided in response to item 3(a-k) 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

Invitation for Pre-Qualification to Tender

 

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to procure the Rehabilitation of the Temporary Access Road From Airport Express Way to Gosa Landfill Site in order to ease disposal of refuse

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:

I.            Scarifying of existing road
II.            Earthworks
III.            Culverts
Roadwork’s
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 Memorandum and Articles of Association of the company, up to date Annual Returns to the CAC and forms C02 & C07.

 

b)    The Company must in addition show evidence of the following:

i.            Tax Clearance Certificate for the last three (3) years.
ii.            Registration with PENCOM and Remittance to Pension Fund Administrator.
iii.            Payment of Training Contributions to the Industrial training Fund (ITF)
iv.            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)
 

(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 Directors who has been convicted by any court in Nigeria or any other country for criminal offence in relation to fraud or Financial impropriety,
iii.            No officer of the relevant committees of FCDA or BPP is a present or former Director or Shareholder or has any pecuniary interest in the company,
iv.            All the documents submitted for the pre-qualification bid are not only genuine but correct.

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

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

(f) Companies should have a minimum of N1 billion (One Billion Naira) annual turn-over in the last three years.

(g) Letter authorizing FCDA and her representative to cross-check the submitted company’s Bank account.

(h) 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.

(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, leased or hired.

The minimum numbers of equipment/facilities are as listed below:-

i.            Two (2) Bulldozers
ii.            One (1) Scrapers
iii.            Two (2) Graders
iv.            Two (2) Excavators
v.            Two (2) Pay Loaders
vi.            Two (2) Water tankers
One (l) Diesel Tankers
One (l) Mobile Concrete Mixers
ix.            Two (2) Various compactors
x.            Five (5) 20-30 ton tippers
xi.            One (1) Dumpers

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

(k) 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.

(l) History of Company’s policy on Community Social Responsibility.

4.0    Submission of Documents:

The pre-qualification documents should be submitted in duplicate, all in sealed envelopes clearly marked “ORIGINAL” and “DUPLICATE COPY” with the following inscription: “PRE-QUALIFICATION TO TENDER FOR THE REHABILITATION OF TEMPORARY ACCESS ROAD FROM AIRPORT EXPRESSWAY TO GOSA LANDFILL SITE, ABUJA.

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 Wednesday 11th September, 2013. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids at 12:00 noon in the presence of all prospective bidders or their Representatives.

Notes:

I.            Items 3a – 3f are the Eligibility Requirements and the Original documents 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 firms will be invited to tender for the project. Others may know their performance by a formal request to the Accounting Officer of FCDA.
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. Private Sector Professional Organizations whose expertise is relevant to the project and   Non Governmental organizations (NGOs) working in transparency and anti-corruption areas could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.
The Authority pledges fair and equal treatment of all bidders but it is not bound to shortlist any bidder and reserves the right to cancel the process at any time without incurring any liabilities.

  1. Documents provided in response to item 3(a-k) should be arranged as LISTED.

Signed:

Director, Procurement

For: Executive Secretary