Invitation to Tender for the Construction Projects under Satellite Towns Development Agency, Federal Capital Territory Administration, Abuja

Federal Capital Territory Administration (FCTA)

Satellite Towns Development Agency (STDA)

 

Invitation to Tender for the Construction Projects under Satellite Towns Development Agency, Federal Capital Territory, Abuja

 

The Federal Capital Territory Administration (FCTA), through the Satellite Towns Development Agency has provisions in the 2012 FCT Statutory Budget and intends to procure the under listed capital projects within the year. In line with the Public Procurement Act, 2007 the Agency is inviting competent and interested Construction Companies to submit Combined Tender for any of the under listed projects.

 

 

  1. A.   Projects:

BC1:           Construction of Buildings at Youth Development and Vocational Centre within Apo Resettlement Site.

Lot BCM1: Construction of Market at Gwagwalada.

Lot BCM2:   Construction of Market at Bwari.

Lot PG1:     Acquisition of Light Equipment and Tools for FCT Plant Nursery at Pegi.

LotPG2:      Botanical Planting for FCT Plant Nursery at Pegi.

EWAR :      Provision of Access Roads to Cottage Hospital at Zuba.

EWR:          Construction o f Yaba – Kpache Road.

 

 

B. Pre-qualification Requirements:

Eligibility Requirements (without which a Company shall be disqualified)

  1.        i.            Evidence of Registration of the Company with Corporate Affairs Commission (CAC);
  2.      ii.            Tax Clearance Certificate for the last 3 years expiring December, 2012;
  3.   iii.            Evidence of compliance with the Provision of Pension Reform Act 2004 which stipulate Registration and up to date Remittance of employee Pension Fund contributions in line with Part IV, section 16 subsection 6d of the Public Procurement Act, 2007;
  4.   iv.            Evidence of Firm’s Contributions to Industrial Training Fund (ITF);

 

 

Additional Requirements

  1.      v.            Corporate Profile of the firm including Company’s registered address, functional contact e-mail address and contact GSM phone numbers(s);
  2.   vi.            Evidence of Academic and Professional Qualifications of the Company’s key personnel endorsed by the individual professional complete with their respective Curriculum Vitae.
  3. Evidence of up to date Annual returns with CAC (2011);
  4. Verifiable Evidence of experience with similar projects executed in Nigeria (Only award letters, certificates of valuation, completion certificates will be considered)
  5.   ix.            Chartered Accountant prepared Audited Account for the last three (3) years;
  6. List of equipment for the project whether owned or to be hired; complete with proof ownership and/or lease.
  7. Evidence of Financial Capability including Company’s Current Bank Reference and Statement of Account for the last 12 months; Only companies with a Minimum Annual turnover of N500 Million (Five Hundred Million Naira) should apply;
  8. Compliance with Local Content Requirements and History of Company’s Policy and Community Social Responsibility.
  9. A sworn Affidavit certifying as follows:

a.       The company is not in receivership, insolvency or bankruptcy

b.       The company does not have any director who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or financial impropriety.

c.       That no officer of STDA or BPP is a former or present director or shareholder of the company.

d.       That there has been no promise of a gift in any form to any of the STDA or BPP staff.

 

D.       Collection of Tender Documents

Interested companies are to collect Tender Documents from the Office of the Secretary, FCTA Tenders Board, Room 043, Block B (Former Public Building Block), FCTA Secretariat, Area 11, Garki- Abuja upon the presentation of a payment of N10, 000.00 per Lot (Ten Thousand Naira only) non-refundable Tender Fee into FCT Treasury Revenue Account at Fidelity Bank (Central Area) Account No: 051503010000426.

 

 

E.       Submission and Opening of Tender Documents

The Technical (Pre-qualification) and Financial bid documents should each be sealed and labeled Technical and Financial bids’ as appropriate separately, and the two separate envelopes shall be put in another envelope that should also be sealed and labeled as: “Construction of ____________ (stating the Project title)” at…………… The financial bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the authorized representative of the bidder, The document is to be dropped in the Tender Box in Room 043 (Former Public Building Block), FCTA Tenders Board Secretariat, Area 11, Garki -Abuja, not later than 10:00am 31st October, 2012. The representatives of the bidding companies and members of the public who choose to attend are invited to witness the opening of the tenders on the same day by 12:00 noon at FCT Tenders Board Annex, Room G9 Akinola Aguda Hall, FCT Archives & History Bureau, Behind AGIS Building, Peace Drive, Area 11, Garki, Abuja.

 

 

Please note that:

  • Due Diligence could be carried out on the companies to verify claims included in the submissions;
  • Interested members of the Public especially Civil Right Organization are invited to attend the opening exercise. They are expected to adhered to the Code of Conduct for Public Procurement Observers stipulated by the Bureau of Public Procurement
  • Response to this Invitation shall not obligate FCTA /STDA to consider any responding company, for the award of any contract. All cost incurred shall be borne by the responding company;
  • The advert should not be construed as a commitment on the part of the FCTA/ STDA, nor shall it entitle responding companies to seek any indemnity from FCTA /STDA by virtue of such company having responded to this advert.

 

 

Signed

Management

 

Invitation to Tender for the Procurement of Goods under Satellite Towns Development Agency, Federal Capital Territory, Abuja

Federal Capital Territory Administration (FCTA)

Satellite Towns Development Agency (STDA)

 

 

Invitation to Tender for the Procurement of Goods under Satellite Towns Development Agency, Federal Capital Territory, Abuja

 

The Federal Capital Territory Administration (FCTA), through the Satellite Towns Development Agency has provisions in the 2012 FCT Statutory Budget and intends to utilise the provisions for the procurement of goods. In line with the Public Procurement Act, 2007 the Agency is inviting competent and interested Companies to submit Combined Tender for any of the under listed projects.

 

Procurement:

Lot 1:                   Supply of Office Furniture.

Lot 2:          Supply of Computer Hardware and Materials

 

 

B. Pre-qualification Requirements:

Eligibility Requirements (without which a Company shall be disqualified)

  1.        i.            Evidence of Registration of the Company with Corporate Affairs Commission (CAC);
  2.      ii.            Tax Clearance Certificate for the last 3 years expiring December, 2012;
  3.   iii.            Evidence of compliance with the Provision of Pension Reform Act 2004 which stipulate Registration and up to date Remittance of employee Pension Fund contributions in line with Part IV, section 16 subsection 6d of the Public Procurement Act, 2007;
  4.   iv.            Evidence of Firm’s Contributions to Industrial Training Fund (ITF);

 

 

Additional Requirements

  1.      v.            Corporate Profile of the firm including Company’s registered address, functional contact e-mail address and contact GSM phone numbers(s);
  2.   vi.            Evidence of up to date Annual returns with CAC (2011);
  3. Verifiable Evidence of experience with similar projects executed in Nigeria (Only award letters, certificates of valuation, completion certificates will be considered)
  4. Chartered Accountant prepared Audited Account for the last three (3) years;
  5. Evidence of Financial Capability including Company’s Current Bank Reference and Statement of Account for the last 12 months;
  6. A sworn Affidavit certifying as follows:

a.       The company is not in receivership, insolvency or bankruptcy

b.       The company does not have any director who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or financial impropriety.

c.       That no officer of STDA or BPP is a former or present director or shareholder of the company.

d.       That there has been no promise of a gift in any form to any of the STDA or BPP staff.

 

D.       Collection of Tender Documents

Interested companies are to collect Tender Documents from the Office of the Secretary, FCTA Tenders Board, Room 043, Block B (Former Public Building Block), FCTA Secretariat, Area 11, Garki- Abuja upon the presentation of a payment of N10,000.00 per Lot (Ten Thousand Naira only) non-refundable Tender Fee into FCT Treasury Revenue Account at Fidelity Bank (Central Area) Account No: 051503010000426.

 

 

E.       Submission and Opening of Tender Documents

The Technical (Pre-qualification) and Financial bid documents should each be sealed and labeled Technical and Financial bids’ as appropriate separately, and the two separate envelopes shall be put in another envelope that should also be sealed and labeled as: “Supply of ____________ (stating the Project title)” Lot (_). The financial bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the authorized representative of the bidder, The document is to be dropped in the Tender Box in Room 043 (Former Public Building Block), FCTA Tenders Board Secretariat, Area 11, Garki -Abuja, not later than 10:00am 31st October, 2012. The representatives of the bidding companies and members of the public who choose to attend are invited to witness the opening of the tenders on the same day by 12:00 noon at FCT Tenders Board Annex, Room G9 Akinola Aguda Hall, FCT Archives & History Bureau, Behind AGIS Building, Peace Drive, Area 11, Garki, Abuja.

 

 

Please note that:

  • Due Diligence could be carried out on the companies to verify claims included in the submissions;
  • Interested members of the Public especially Civil Right Organization are invited to attend the opening exercise. They are expected to adhered to the Code of Conduct for Public Procurement Observers stipulated by the Bureau of Public Procurement
  • Response to this Invitation shall not obligate FCTA /STDA to consider any responding company, for the award of any contract. All cost incurred shall be borne by the responding company;
  • The advert should not be construed as a commitment on the part of the FCTA/ STDA, nor shall it entitle responding companies to seek any indemnity from FCTA /STDA by virtue of such company having responded to this advert.

 

 

Signed

Management

Invitation for Pre-Qualification for the Provision of Engineering Infrastructures for Five (5) Sites under Satellite Towns Development Agency (STDA) at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

Abuja, Nigeria

 

Satellite Towns Development Agency (STDA)

 

Invitation for Pre-Qualification for the Provision of Engineering Infrastructures for Five (5) Sites under Satellite Towns Development Agency (STDA)

 

The Federal Capital Territory Administration (FCTA), through the Satellite Towns Development Agency (STDA) is inviting competent and interested Companies to submit PRE-QUALIFICATION DOCUMENTS for any of the following projects.

 

The Projects:

Lot EWIC1:          Provision of Engineering Infrastructures to Wasa Affordable Housing Site.

Lot EWIC 2:         Provision of Engineering Infrastructures to Mamusa West District.

Lot EWIC 3:         Provision of Engineering Infrastructures to Gidan Daya Urban Renewal Site.

Lot EWIC 4:         Provision of Engineering Infrastructures to Wasa Resettlement Site.

Lot EWIC 5:         Provision of Engineering Infrastructures to Abuja @30 Village-

 

A. Scope of Works:

I.       The Scope of Services for Lots EWIC1-5;

The scope of work includes:

(i)      Site clearance and earthworks

(ii)     Road, works (Sub-base & Stone base course, kerb stone, Aspbahic binder & wearing course)

(iii)    Storm water drainage system

(iv)    Foul Sewer Network (for Lots EWICl-3 only)

(v)     Culverts and Bridges

(vi)    Concrete lined drains

(vii)   Retaining Walls

(viii) Street lighting

(ix)    Electric Power Supply with various sub-stations

(x)     Water supply Pipelines involving primary and secondary lines

(xi)    Telecommunication ducts (for Lots EWIC l-3 only)

 

 

 

B. Pre-qualification Requirements:

Eligibility Requirements (without which the firm shall be disqualified)

(i)                Evidence of Registration of the firm with Corporate Affairs Commission (CAC);

(ii)             Tax Clearance Certificate for the last 3years expiring December, 2012;

(iii)           Evidence of compliance with the Provision of Pension Reform Act 2004 which stipulate Registration and up to date Remittance of employee Pension Fund contributions in line with Part IV, section 16 subsection 6d of the Public Procurement Act, 2007;

(iv)           Evidence of Firm’s Contributions to Industrial training Fund (ITF);

 

 

Additional Requirements

(v)             Corporate Profile of the firm including CVs of key personnel, registered address, functional contract e-mail address and GSM phone number(s);

(vi)           Evidence of Registration of Key Personnel with COREN and other relevant professional affiliation;

(vii)        Evidence of up to date Annual returns with CAC (2011);

(viii)      Evidences of similar jobs successfully executed or being executed;

(ix)           Sworn affidavit in line with the provision of Part IV, Section 16, subsection 6(e & f) of the Public Procurement Act, 2007;

(x)             Evidences of having relevant equipment for the project;

(xi)           Evidences of compliance with local content requirements.

(xii)        Evidence of Financial Capability including Company’s Current Bank Reference and Statement of Account for the last 12 months; Companies with a Annual Turnover of less than 2.0 Billion (Two Billion Naira) need not apply and shall be disqualified

 

 

 

D.      Submission   and   Opening   of   Pre-Qualification Documents.

Three (3) copies of Pre-qualification Documents (one original and two other copies) must be enclosed in a sealed envelope clearly marked at top right hand corner CONFIDENTIAL and boldly written “Expression of Interest for Engineering Design of ………………. (Title of Project) …………….for Lot (…. )    as appropriate. The pre-qualification documents should be sealed and labeled as “Prequalification Bid” in three (3) copies (one original & two copies) and be dropped in the Tender Box in Room 043 , First Floor, Block B, FCTA Tenders Board Secretariat, Area 11, Garki – Abuja, not later than 10:00am 3rd  October, 2012. The representatives of the bidding companies and members of the public who choose to attend are invited to witness the opening of the pre-qualification bids on the same day by 12:00 noon at FCT Tenders Board Annex, Room G9 Akinola Aguda Hall. FCT Archives & History Bureau, Behind AGIS Building, Peace Drive, Area 11, Garki, Abuja.

 

Please note that:

i)                   Due Diligence could be carried out on the companies to verify claims included in the submissions;

ii)                Interested members of the public especially Civil Right Organization are invited to attend the opening exercise. They are expected to adhered to the Code of Conduct for Public Procurement Observers stipulated by the Bureau of Public Procurement.

iii)              A company is NOT allowed to bid for more than two (2) Lots under Engineering Design and one (1) Lot under Post Contract Consultancy Services. A company that violates this rule shall automatically be disqualified.

iv)              Only pre-qualified firms shall be invited to submit Technical and Financial proposals for the projects;

v)                Response to this Invitation shall not obligate FCTA /STDA to consider any responding firm for the award of any contract. All cost incurred shall be borne by the responding firm;

vi)              The advert should not be construed as a commitment on the part of the FCTA / STDA, nor shall it entitle responding companies to seek any indemnity from FCTA/STDA by virtue of such company having responded to this advert.

 

 

Signed:

Management

 

Invitation for Pre-Qualification and Tender for Waste Evacuation in Satellite Towns at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

Abuja, Nigeria

 

Invitation for Pre-Qualification and Tender for Waste Evacuation in Satellite Towns

 

The Federal Capital Territory Administration (FCTA) through the Satellite Towns Development Agency (STDA) is inviting Waste Cleaning Contractors to tender for the Cleaning Services in the Satellite Towns. Competent and interested Waste Collectors (Companies) are hereby invited to submit Bids for cleaning services in the towns listed below. No single company should bid for more than one lot. A company that violates this rule shall automatically be disqualified

 

AMAC SATELLITE TOWNS:

Lot 1:          Nyanya I Town (Nyanya Gwandara, Federal Housing (FHA)

Lot 2:          Nyanya 2 (Nyanya Gbagyi, Area A-F)

Lot 3:          Nyanya Phase 4

Lot 4:          Karu I (Karu Community & FHA)

Lot5:                    Karu II (Phase 1-4)

Lot 6:          Jikwoyi/CBN Quarters

Lot 7:          Kurudu/Orozo/Karshi

 

 

Bwari Satellite Towns:

Lot 8:                   Kubwa along First Gate

Lot 9:          Kubwa along Second Gate

Lot 10:        Kubwa along Third Gate

Lot 11:        Kubwa/Byazhin/Dei-Dei

Lot 12:        Dutse l & II

Lot 13:        Dawaki/Galadima

 

 

Gwagwalada Satellite Towns:

Lot 14:        Gwagwalada Central Area

Lot 15:        Gwagwalada Area 1,2, & 3

Lot 16:        Gwagwalada Township

Lot 17:        Zuba/Tunga maje

 

 

Kuje Satellite Towns:

 

 

Lot 18:        Tipper Garage (Left Axis): Abuja @ 30, Pegi   Estate, kuchiako, Sauka, Anguwargade

Lot 19:        Tipper Garage (Right Axis): Low cost, Sundaba, Wuru Quarters, Kayarda, Pasali & Shetuko

 

 

Abaji Satellite Town:

Lot 20:        Abaji Town

 

Kwali Satellite Town:

Lot 21: Kwali Town

 

 

2.       Period of Engagement:

The cleaning services shall last for a period of Three (3) Years.

 

 

3.       Scope of Works:

The project involves the following amongst others.

  1. Waste evacuation and disposal from all households, waste generating points constituting the environs at least three times weekly;
  2. Litter control on all roads daily; iii.  Sweeping of all streets daily;
  3. Silt removal from all roads daily;
  4. Removal of garden waste from all the households and waste generation points constituting the environs;
  5. Vegetation control on all roads, arterials and sheets up to the property line;

 

STDA’s aims are no litter, no waste dump and no overflowing bin within any area of coverage, roads and waste generating points constituting the environs. All the above activities are expected to cover up to the property wall on the roads.

 

 

4.   Tender Document Requirements:

Waste Collection Company interested should include copies of the following documents in their submission and original to be made available for sighting during the tender opening:

  1. Evidence of Registration with the Corporate Affairs Commission and Article of Memorandum of Association.
  2. Evidence of Audited Account prepared by a chartered accounting firm for the last three years, ending December, 2011.
  3. Evidence of tax clearance for the last three (3) years, expiring December 2012;
  4. Evidence of Compliance with statutory provision of Section 6 (i & ii) of the Industrial Training Fund (1TF) Act as amended;
  5. Evidence of registration with Environmental Health Officers Registration Council of Nigeria in line with the Section 16 of Environmental Health Officers (Registration etc) Act II of 2002
  6. Interested companies should have up to date returns with the CAC and be informed that due diligence could be conducted.
  7. Company’s bank statement for the last 12 months
  8. Company profile showing list of key personnel/officers to be attached to the project stating their roles, designation, qualification and experience. Enclose photocopies of professional certificates and curriculum vitae where applicable.
  9. Verifiable evidence of jobs of similar scale and type successfully executed within the last five (5) years.
  10. List of Cleaning Equipment to be used for the project available for immediate inspection and their location.   (Please state whether the equipment are on lease or owned and the location of the equipment for physical inspection).
  11. Verifiable evidence of remittance of pension fund contributions in line with Section 16(C) of the Public Procurement Act, 2007.
  12. Comprehensive Work Plan for the Lot of interest.
  13. A sworn affidavit confirming that none of the company Directors has ever being convicted in any court of law in line with the Provision of Part IV, Section 16 (6e-f) of Public Procurement Act 2007.

 

5.      Collection of Tender Documents

Interested companies are to collect Tender Documents from the Office of the Secretary, FCTA Tenders Board, Room 043, Block B (Former Public Building Block), FCTA Secretariat, Area 11, Garki – Abuja upon the presentation of a payment of N20, 000.00 per lot of interest (Twenty Thousand Naira only) non-refundable Tender Fee into FCT Treasury Revenue Account at Fidelity Bank (Central Area) Account No: 051503010000426.

 

 

6.  Submission and Opening of Tender Documents

The Technical (Pre-qualification) and Financial bid documents should each be sealed and labeled Technical and Financial bids’ as appropriate separately, and the two separate envelopes shall be put in another envelope that should also be sealed and labeled as. “Bid for Solid Waste Collection Services in Town”

(Lot __). The financial bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the authorized representative of the bidder. The document is to be dropped in the Tender Box in Room 043 (Former Public Building Block), FCTA Tenders Board Secretariat, Area 11, Garki – Abuja, not later than 10:00am 31st October, 2012. The representatives of the bidding companies and members of the public who choose to attend are invited to witness the opening of the tenders on the same day by 12:00 noon at FCT Tenders Board Annex, Room G9 Akinola Aguda Hall, FCT Archives & History Bureau, Behind AGIS Building, Peace Drive, Area 11, Garki, Abuja.

 

Please Note That:

  1. Due Diligence shall be carried out on the companies to verify claims included in their submissions;
  2. Interested members of the Public especially Civil Right Organization are invited to attend the opening exercise. They are expected to adhered to the Code of Conduct for Public Procurement Observers stipulated by the Bureau of Public Procurement
  3. A company is not allowed to bid for more than one (1) Lot.
  4. Only Financial Bids of the prequalified company shall be opened for further consideration;
  5. The advert should not be construed as a commitment on the part of the FCTA/STDA, nor shall it entitle responding companies to seek any indemnity from FCTA /STDA by virtue of such company having responded to this advert.

 

Signed

Management

Invitation to Tender for Drilling of Solar Powered Bore-Holes and Execution of Associated Water Supply Ancillary Works in Six (6) Area Councils under Federal Capital Territory Administration at Satellite Towns Development Agency (STDA)

Federal Capital Territory Administration (FCTA)

Abuja, Nigeria

 

Satellite Towns Development Agency (STDA)

 

Invitation to Tender for Drilling of Solar Powered Bore-Holes and Execution of Associated Water Supply Ancillary Works in Six (6) Area Councils under Federal Capital Territory Administration

 

 

The Federal Capital Territory Administration (FCTA), through the Satellite Towns Development Agency (STDA) intends to procure the under listed projects within the year 2012. In line with 2007 Procurement Act, the Agency is inviting competent and interested companies to submit Tender for the Provision of Solar-Powered Water Supply Bore-holes complete with all ancillary works, installation of Solar Pump and Erection of Overhead Water Tank in selected villages under the Six (6) Area Councils of Federal Capital Territory (FCT). The locations of the projects are as tabulated below:

 

 

The Projects

 

FCT AREA COUNCILS FCT VILLAGES
Location 1 Location 2 Location 3
Abuja Municipal Area Council (AMAC) Package: AMAC LI Iddo – Maji

 

Package: AMAC L2 Tunga Nasara

 

 

Package: AMAC L13

Karshi Affordable Housing Site 1

Bwari Area Council (BAC)

 

Package: BAC LI

Deidei Abattoir

 

Package: BAC L2

Paye Primary School

 

Package: BAC L3

Mopol Quarters Jibi

 

Gwagwalada Area Council   (GAC) Package: GAC LI

Gwako – 1

Package: GAC L2

Anagada

 

Package: GAC L3

New Kaida

 

Kwali Area Council (KWAC)

 

Package: KWAC LI

Lambata

 

Package: KWAC L2

Checheyi

 

Package: KWAC L13

Dabi/Bobota

 

Abaji Area Council (AAC) Package: AAC LI

Gurdi

 

Package: AAC L2

Dogoruwa

 

Package: AAC L3

Ebagi

 

Kuje Area Council (KAC)

 

Package: KAC LI

Gafere (Lamininga)

 

Package: KAC L2

Sabo (Kwaku)

 

Package: KAC L3

Darka (Udunkarya)

 

 

 

A.   Scope of Works:

The scope of WORKS required are as follows:

  1.        i.            Geophysical / Geological Survey to ascertain a good positioning of the Borehole within the Village;
  2.      ii.            Submission of Geophysical /Geological Report;
  3.   iii.            Borehole Drilling;
  4.   iv.            Water supply Reticulations and Plumbing Works;
  5.      v.            Solar Powered Electrical Installations;
  6.   vi.            Supply and Erection of Overhead Tank

 

 

 

B.   Pre-Qualification Requirements

Eligibility Requirements (without which the firm shall be disqualified)

(i)                Evidence of Registration of the Company with Corporate Affairs Commission (CAC);

(ii)             Tax Clearance Certificate for the last 3 years expiring December, 2012;

(iii)           Evidence of compliance with the Provision of Pension Reform Act 2004 which stipulate  Registration and up to date Remittance of employee Pension Fund contributions in line with Part IV, section 16 subsection 6d of the Public Procurement Act, 2007;

(iv)           Evidence of Firm’s Contributions to Industrial Training Fund (ITF) as provided in the ITF Act 2011 as amended.

 

 

 

Other Requirements

(v)             Corporate Profile of the Company including CVs of key personnel and evidence of having at least a Registered Geologist having Current Registration with Council of Nigerian Mining Engineers and Geoscientists (COMEG) and / or Nigerian Mining and Geoscientists Society (NMGS);

(vi)           Information on Company’s registered address, functional contact e-­mail address and GSM phone number(s);

(vii)        Evidence of up to date Annual returns with CAC (2011);

(viii)      Documentary evidences of similar jobs successfully executed; Only Letters of Awards, Job Completion Certificates and / or Valuation Certificates shall be considered as evidences;

(ix)           Evidence of having relevant Equipment for the project;

(x)             A Sworn Affidavit, in line with the provision of Part IV, Section 16, subsection 6(e & f) of the Public Procurement Act, 2007, certifying as follows:

 

  1. The company is not in receivership, insolvency or bankruptcy
  2. The company does not have any Director who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or financial impropriety.
  3. That no officer of FCTA or BPP is a former or present Director or Shareholder of the company.
  4. That there has been no promise of a gift in any form to any of the FCTA or BPP staff.

 

 

C.      Collection of Tender Documents

Interested companies are to collect Tender Documents from the Office of the Secretary, FCTA Tenders Board, Room 043, Block B (Former Public Building Block), FCTA Secretariat, Area 1.1, Garki – Abuja upon the presentation of a payment of N20,000.00 per package of interest (Twenty Thousand Naira only) non-refundable Tender Fee into FCT Treasury Revenue Account at Fidelity Bank (Central Area) Account No: 051503010000426.

 

 

Submission and Opening of Tender Documents

The Technical (Pre-qualification) and Financial bid documents should each be sealed and labeled Technical and Financial bids’ as appropriate separately, and the two separate envelopes shall be put in another envelope that should also be sealed and labeled as: “Provision of Solar-Powered Water Supply Bore-holes (stating the Project title)” at ……………(Package……..). The financial bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the authorized representative of the bidder. The document is to be dropped in the Tender Box in Room 043 (Former Public Building Block), FCTA Tenders Board Secretariat, Area 11, Garki – Abuja, not later than 10:00am 31st October, 2012. The representatives of the bidding companies and members of the public who choose to attend are invited to witness the opening of the tenders on the same day by 12:00 noon at FCT Tenders Board Annex, Room G9 Akinola Aguda Hall, FCT Archives & History Bureau, Behind AGIS Building, Peace Drive, Area 11, Garki, Abuja.

 

 

Please note that:

  • Due Diligence could be carried out on the companies to verify claims included in the submissions;
  • Interested members of the Public especially Civil Right Organization are invited to attend the opening exercise. They are expected to adhered to the Code of Conduct for Public Procurement Observers stipulated by the Bureau of Public Procurement
  • A company is not allowed to bid for more than two (2) Packages. A company that violates this rule shall automatically be disqualified.
  • Only Financial Bids of the pre-qualified company shall be opened for further consideration;
  • Response to this Invitation shall not obligate FCTA /STDA to consider any responding company for the award of any contract.
  • All cost incurred shall be borne by the responding company;
  • The advert should not be construed as a commitment on the part of the FCTA / STDA, nor shall it entitle responding companies to seek any indemnity from FCTA /STDA by virtue of such company having responded to this advert.

 

Signed:

Management