Advertisement for Pre-Qualification of Contractors for the Construction of Administrative Block at Federal University Lafia

 

Federal University Lafia

P.M.B. 146, Lafia, Nasarawa State

Federal

 

Advertisement for Pre-Qualification of Contractors for the Construction of Administrative Block

 

1.       The Federal University, Lafia has received some fund from the Federal Government as part of its year 2012 Capital Allocation for the execution of some projects in the University. In its effort to execute these projects, interested and reputable contractors are hereby invited to submit pre-qualification bid for the construction of an administrative block at the take-off site of the University at Maraba Akunza, Lafia, Nasarawa State.

 

 

 

2       Pre-Qualification Criteria

Interested contractors should submit the following documents:

  1. Evidence of incorporation of company with Corporate Affairs Commission (CAC) and Article of Memorandum of Association;
  2. Evidence of registration with the Industrial Training Fund (1TF);
  3. Company’s Audited Account for the last three (3) years;
  4. Tax Clearance Certificates for the last three (3) years expiring in

December 2011 with Tax Identification Number (TIN);

  1. Evidence of Compliance with Pension Reform Act, and up to date remittance of Employees’ Pension Fund Contribution in line with section 6d of the Public Procurement Act 2007;
  2. Evidence of Financial capability and banking support;
  3. Evidence of similar and verifiable projects executed (copies of Letters of Contract Award and Completion Certificates) within the last three (3) years and knowledge of the Industry;
  4. Company’s Annual Turnover;
  5. Evidence of VAT registration and remittance;
  6. Comprehensive Company profile and organizational structure;
  7. Evidence of Equipment and Technology capacity;
  8. Evidence of Experience/Technical Qualification and experience of key personnel to be deployed on the project;
  9. Sworn Affidavit indicating the authenticity of information provided to be true in every respect that the company is not in receivership and none of its Directors were ever convicted of fraudulent activity.

 

 

  1. 3.     Verification of Claims

Please note that Federal University Lafia reserves the right to verify claims made in the pre-qualification documents submitted by interested contractors.

 

  1. 4.     Contractors interested in more than one project must apply separately for each LOT of the projects.

 

  1. 5.     Submission of Pre-Qualification Tender

All Tenders should be in sealed envelopes and marked at the top-right hand corner of the envelope “Pre-Qualification for (Project Name)” and addressed to:

 

The Registrar,

Federal University Lafia,

P.M.B. 146, Lafia,

Nasarawa, State.

 

  1. 6.     Tenders should be dropped in the Tender box at the Reception of the University at the University’s Take-off site, Mararaba Akunza, Obi Road, Lafia.

 

All tenders must be received not later than 12.00pm on the 24th September 2012 and shall be opened on the same day at 2.00pm in the Canteen at the Take-off site. Representatives of all bidding companies and the general public are invited to attend the opening exercise.

 

  1. 7.     Successful bidders shall be notified to collect the appropriate Tender documents for the financial bidding.

 

Signed:

Registrar

Re-Invitation for Pre-Qualification and Tender for the Following Projects at Federal Capita1 Development Authority Abuja

Federal Capita1 Development Authority Abuja, Nigeria

 

Re-Invitation for Pre-Qualification and Tender for the Following Projects

 

This is an invitation to all competent and reputable Construction Companies with interest in Constructing a Concrete Fence to the Residence of the Honourable Minister FCT and the Rehabilitation and Upgrading of Four Chief at Abaji Karshi, Bwari and Gwagwalada to submit their pre-qualification in line with the new requirements recently approved by BPP.

 

2.       Description of Works:

Lot I:           Construction of reinforced Concrete Perimeter Fence and Accessories to the Residence of the Honourable Minister, FCT.

Lot II:         Rehabilitation and Upgrading of Chief Palace at Abaji

Lot III:        Rehabilitation and Upgrading of Chief Palace at Karshi

Lot IV:        Rehabilitation and Upgrading of Chief Palace at Bwari

Lot V:         Rehabilitation and Upgrading of Chief Palace at Gwagwalada

 

3.       Scope of Works:

3.1     The Scope of works for Lot I is as follows:

The Reconstruction work comprises excavating for new line fence: casting reinforced concrete foundation and mourning precast concrete columns and panel walls complete with plastering and painting: installation of high quality Gate repair of the existing Gate House. The works also include the provision of electrified wire to the top of the fence wall.

 

3.2     The Scope of works

The works are of simple nature and involve the renovation of some facilities which include-, but not limited to painting, removal and replacement of dilapidated building fabries. Additional facilities comprising the construction of new works with reinforced concrete and block bedded and jointed in cement mortar (1:6) on strip foundation and plastered both sides and painted in emulsion.

 

4.       Collection of Bid Documents:

Interested 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 N10,000.00 (One Hundred Thousand Naira only) for Lot I and N50,000.00 (Fifty Thousand Naira only) for each of Lots II-V in favour of Federal Capital Development Authority for each Lot in Aso Savings and Loans Plc. Companies that made these payments based on the initial advertisement should use original receipt for clearance.

 

5.1     Technical Proposals:

Interested Companies are invited to express their interest in Not more than one lot by submitting the following 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 returns with the CAC (forms C02 to be included)

(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)     Pension and Social Security Contributions

(iii)   Registration with Pencom.

(iv)   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 Directors 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 on this project

(e)      Evidence of payment of Training Contributions to the Industrial Training Fund (ITF).

(f)      Evidence of compliance with the Employees’ Compensation 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 Company for the last three (3) years duly endorsed by a firm of Chartered Accountants.

(h)     List and verifiable documentary evidence of similar and other jobs successful executed (or being executed) within the last three years including their letter of award, contract agreements and relevant completion certificates or certificates of valuation where the jobs are on- going.

(i)      Verifiable list 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.

(j)      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 are to be attached.

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

(l)      Letter authorizing FCDA’s representatives to cross-check the submitted company’s Bank account.

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

(o)     Interested companies must show evidence of their ability to Perform under restricted high security environment and the capability of providing temporary enclosure to the property during construction.

 

NB:   Originals of document 5.1(a-f) above must be produced for sighting during the opening session. 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.

(ii)     Documents provided in response to 5.1 (a-n) should he arranged as Listed

 

5.2.    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:

(c)      Completion Period for the Construction of the Works

(d)     Validity Period of the Proposals from the date of submission

(e)      Two copies of the Receipt of payment of Tender Fees

 

6.       Submission of Documents:

The completed Tender shall be submitted as follows:

A hard Copy and an Electronic copy (PDF format in 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 “Proposal for the (Specify Lot Number and  Description) Please Note that any company showing interest in more than one lot shall be considered non-responsive.

 

The Bid shall be returned to Capital Procurement Division of the Department of Procurement FCDA, Room 0.005 F.C.D. A. Secretariat Area 11, Garki Abuja on or before 3rd October 2012 by 12.00 noon. All bid documents will be opened on the day and venue by 2.00 pm in the presence of all Bidders or their representatives.

 

Signed:

Director. Procurement

 

Re-Invitation for Pre-Qualification to Tender for the Following Design Consultancy Projects at Federa1 Capita1 Development Authority Abuja

Federa1 Capita1 Development Authority Abuja, Nigeria

 

Re-Invitation for Pre-Qualification to Tender for the Following Design Consultancy Projects

This is a notice inviting all interested competent and reputable Engineering Consultants to re-express Interest by way of submitting documents in line with the underlisted requirements for the Design of Primary and Secondary Water Supply Scheme in Phase IV of the Federal Capital City (FCC)/ Design of Interceptor Sewer Lines and Associated Treatment Plants in the Federal Capital City (FCC) And Design Review of Engineering infrastructure as provided for under the FCDA year 2012 Statutory Budget.

 

2.      Description of Work:

 

2.1     Design of Primary and Secondary Water Supply Scheme in Phase IV of FCC

 

Lot i.           Engineering Design of Water Treatment Plant and Trunk Mains

Lot ii.          Engineering Design of Secondary Water Supply Line (Loop 7 & 8) with Associated Tanks.

Lot iii.         Engineering Design of Secondary Water Supply Line (Loop 9 & 10)

with Associated Tanks.

 

2.2     Design of Interceptor Sewer Lines and Associated Treatment Plants in the FCC

Lot iv.         Final Engineering Design of Interceptor Sewer Line Schedule vii

Lot v.          Final Engineering Design of Interceptor Sewer Line Schedule ix and Associated Treatment Plant.

Lot vi.         Final Engineering Design of Interceptor Sewer Line Schedule x and Associated Treatment Plant.

 

23      Final Engineering Design of Infrastructure to Kyami District

Lot vii:        Final Engineering Design of Road Networks and Bridges and                                       Production of Tender Documents

Lot viii.       Final Engineering Design of Water Distribution, Storm Water

Drainage and Foul Sewage Networks as well as Culvert and Production of Tender Documents

Lot ix.         Final Engineering Design of Electricity and Telecommunication (Ducts) Networks and Production of Tender Documents

 

3.      Scope of Work

3.1     The scope of work for LOT I involves:

(i)      Identification and harmonisation of existing Districts Supply Networks

(ii)               Engineering Survey of proposed trunk Mains route.

(iii)              Collection and analysis of data

(iv)              Estimation of Projected Population Water Supply needs and Demand

(v)               Preparation of Inception Report

(vi)              Sub-soil Investigation Report for depth less than 3m

(vii)             Sub-soil Investigation Report for depth greater than 3m

(viii) Sizing and Design of Water Treatment Plant

(ix)              Design of Water Supply Appurtenances

(x)               Preparation and submission of Design Reports, Drawings and other Tender Documents including Bill of Engineering Measurement and Evaluation (BEME)

 

3.2     The scope of work for LOTS II and III Involves:

(i)      Identification and harmonisation of existing Districts Supply Networks

(ii)     Engineering Survey of proposed route.

(iii)    Collection and analysis of data

(iv)    Estimation of Projected Population Water Supply needs and demand

(v)     Preparation of Inception Report

(vi)              Sub-soil Investigation Report for depth less than 3m

(vii)             Sub-soil Investigation Report for depth greater than 3m

(viii) Sizing and Design of Water Treatment Plant

(ix)              Design of Water Supply Appurtenances

(x)               Preparation and submission of Design Reports, Drawings and other Tender Documents including Bill of Engineering Measurement and Evaluation (BEME)

 

3.3     The scope of work for LOTS IV to VI involves:

(i)      Identification and harmonization of existing Districts Outfalls

(ii)    Engineering Survey of proposed route

(iii)   Collection and analysis of data from associated Interceptor

(iv)    Estimation of projected population and Sewage Discharge

(v)               Preparation of Inception Report

(vi)    Sub-soil investigation Report for depth less than 3m

(vii)             Sub-soil Investigation Report for depth greater than 3m

(viii) Design of 218km of Sewer Networks

(ix)   Design of Sewage Treatment Plant (STP)

(x)     Preparation and submission of Design Reports, Drawings and other Tender Documents including Bill of Engineering Measurement and Evaluation (BEME)

 

3.4     The scope of work for LOT VII involves:

(i)      Reconnaissance and Confirmatory Route Survey.

(ii)     Design of Street lighting.

(iii)    Review of the Road cross-section design.

(iv)    Resurvey, Realign and Redesign of the road.

(v)     Review Bridges and Culvert designs.

(vi)    Review of BEME and contract Documents.

 

3.5     The scope of work for LOT VIII involves:

(i)      Engineering Survey.

(ii)     Hydrological Survey and analysis.

(iii)    Route Subsoil.

(iv)    Estimation of daily water demand per capital based on land use

(v)     Estimation of per capital discharge

(vi)    Submission of inception report

(vii)   Design of box and pipe culverts

(viii) Design of water reticulation networks

(ix)    Design of foul sewer networks

(x)     Design of storm water drainage networks

(xi)    Design of water and sewerage appurtenances

(xii)   Preparation and submission of Design Reports, Drawings and other Tender Documents including Bill of Engineering Measurement and Evaluation (BEME)

 

3.6     The scope of work for LOT IX involves:

(i)      Estimation of power demand based on land use

(ii)     Submission of inception report

(iii)   Design of injection substation

(iv)    Design of high tension networks

(v)    Design of low voltage networks

(vi)    Design of street lighting

(vii)  Design of telecommunication(ducts) networks.

(viii) Preparation and submission of Design Reports, Drawings and other Tender Documents including Bill of Engineering Measurement and Evaluation (BEME)

 

4.       Pre-Qualification Requirements

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

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

(b)     Evidence of Firm Registration with Council for the Regulation of    Engineering in Nigeria (COREN) and up to date payment of practicing fees  (2012).

(c)      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)     Pension and Social Security Contributions

(iii)    Registration with Pencom.

(iv)    Remittance to pension fund Administrator

 

(d)     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 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

 

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

(f)      Bank Statement for the past six (6) months

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

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

(i)      Evidence of work experience us the main Contractor executing or having executed a minimum of Ten (10) projects of similar complexity compared to the proposed work, one 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.

(j)      List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of live (5) (for Lots I – VI) and a minimum often (10) (for Lots VII -IX) relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

(k)     List of office equipment available for execution of the assignment.

 

 

Notes:

Items 4a – 4e are the Eligibility Requirements and their Originals must be produced by the Company for sighting during the opening session.

 

All claims must be substantiated with verifiable facts.

 

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

 

Evaluation of the pre-qualification documents will be based on the outlined pre-qualification requirements and only those that are successful will be invited to submit Technical and Financial Proposals.

 

5.0    Submission of Documents:

The pre-qualification documents should be submitted in A hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals and shall be placed in a sealed envelope clearly marked “ORIGINAL” and “Electronic Copy” with the following inscription: “Pre-Qualification to Tender for Design of Primary and Secondary Water Supply Scheme in Phase iv of the Federal Capital City (FCC)/Design of Interceptor Sewer Lines and Associated Treatment Plants in the Federal Capital City (FCC and Design Review of Engineering Infrastructure; (Specify Lot Number and Project Description)………….The pre-qualification documents should be submitted directly to FCDA Procurement Department, Room 005 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11, Garki Abuja on or before 2nd October, 2012. 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.

 

6.0     Further Notes:

Further Notes:

i.        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.

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

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

iv.      Interested members of the Public especially Civil Society organizations could attend at their own cost and will be required to introduce themselves to the Chairman of the Opening Session.

v.       Documents provided in response to 4.1 (a-o) should be arranged as Listed

 

Signed:

Director, Procurement

For: Executive Secretary

 

Invitation for Technical and Financial Tender for the Execution of year 2012 Capital Budget of the Hospital at Federal Staff Hospital

Federal Staff Hospital

 

Jabi beside National Judicial Institute (NJI), Abuja

 

Invitation for Technical and Financial Tender for the Execution of year 2012 Capital Budget of the Hospital

 

Introduction:

The Federal Staff Hospital Jabi, beside National Judicial Institute (NJI), Abuja, is a Federal Tertiary Hospital under the Federal Ministry of Health. Abuja and has received funds from the 2012 Federal Budget towards the improvement of facilities in the hospital. Accordingly, the Hospital hereby invites interested and reputable Contractors and supplies with relevant experience and good track records to tender for the underlined contracts of the Hospital, as follows:

 

Lot 1          Construction of Physiotherapy Block

 

Lot 2           Provision of 1000KVA Transformer with 33KVA Panel for

Electricity Supply to the Hospital

 

Lot 3          Construction of administrative Block

 

Lot 4          Constructions of 2 No. Block of 6flats of Three Bedrooms

Each

 

Lots 5         Construction of concrete Premeter Fencing

 

 

2.0 Eligibility Criteria

In order to be considered for the pre-qualification, bidders must poses and submit the following:

  1. Certificate of Registration with Corporate Affairs Commission
  2. Evidence of Current Tax Clearance for period of three (3) years (2009, 2010 and 2011)
  3. Evidence of VAT registration and remittances
  4. Evidence of compliance with 2004 pension reform Act, and remittances
  5. Evidence of financial capability to handle the job from a reputable Bank
  6. Three years annual audited account (2009, 2010, 2011)
  7. Name(s) and address(es) of bankers
  8. Company profile with names and qualification s) of key personnel
  9. Evidence of Experience with similar jobs in the last three years only with contact details of clients.

 

3.0    Collection of Tender Documents

3.1    Tender documents will be available for collection from 9:00am-4:00pm from 3rd September to 15th of October, 2012 with N20, 000.00 (Twenty Thousand Naira) only (non-refundable fee), paid into the Hospital’s account, as follows:

 

Account Name:             Federal Staff Hospital

Bank:                            Zenith Bank

Account Number:                   1010913577

Sort Code:                     057080015

 

 

 

The bank teller should be shown as evidence of payment for collection of bid documents.

 

4.0     Submission of Tender Documents

 

4.1     The completed tender documents should be enclosed in two separate envelopes, with one marked Technical Bid Document, while the other one should be marked Financial Bid Document and placed in one big envelop and marked on the outside “Tender Documents for the Lot (indicate the Lot Number Bidded for at the Top Hand Corner of the Envelope)…….” and addressed to the:

 

 

Medical Director

Federal Staff Hospital

Jabi, Beside National Judicial Institute (NJI)

Abuja.

 

 

5.0     The completed Tender Documents should be deposited in the Tenders Box in the office of the Head of Administration of the Hospital. Federal Staff Hospital Jabi, beside National Judicial Institute (NJI), Abuja on or before 12:00 noon. 15th October, 2012

 

6.0     OPENING

 

6.1     Opening of the submitted bid documents will be conducted the same day (15th October, 2012) in the presence of bidders or their representatives who choose to attend at the Hospital’s conference room on the first floor, Federal Staff Hospital, Jabi, beside National Judicial Institute (NJI) Abuja, premises by 1:0()pin the same day.

 

For Further enquiries, please contact the Head of Administration, Federal Staff Hospital, Jabi beside National Judicial Institute (NJI), Abuja.

 

Signed

Medical Director

Federal Staff Hospital, Jabi, Beside NJI

 

Note:

While the hospital pledges fair and equal treatment to all bidders, it is not bound to shortlist any bidder and reserves the right to cancel the bid process at any time without incurring any1iability whatsoever.

 

 

Re- invitation for Pre-qualification to Tender for the Provision of Dedicated 33KV Over Head Lines from Central Area to FCDA Corporate Headquarters and FCTA Secretariat, Area 11, Garki, Abuja at Federal Capital Development Authority

 

Federal Capital Development Authority

Abuja, Nigeria

 

Re- invitation for Pre-qualification to Tender for the Provision of Dedicated 33KV Over Head Lines from Central Area to FCDA Corporate Headquarters and FCTA Secretariat, Area 11, Garki, Abuja

 

 

This is an invitation to all competent and reputable Engineering Companies with interest in executing the project described hereunder to submit their pre-qualification bids in line with the new requirements recently approved by BPP.

 

 

  1. Provision of Dedicated 33KV Over Head Lines from Central Area to FCDA Corporate Headquarters and FCTA Secretariat, Area 11, Garki, Abuja

 

 

  1. 2.     Scope of Works

The scope of work involves:

(i)                Provision and installation of 10.5m High Tension re-enforced concrete poles.

(ii)             Provision and installation of 33KV and 11K.V XLPE cable.

(iii)           Provision and installation of 100mm AC and stringing of the lines

(iv)           Provision and installation of 33K.V gantry

(v)     Provision and installation of 2Nos. 2.5MVA33/11 KV Power Transformers

(v)             Provision and installation of 33KV D-fuse. lighting arrestors and gang isolators.

 

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 (Forms C02& C07 to be included).

(b)     Evidence of the Firm’s Registration with Council for the Regulation of Engineering in Nigeria (COREN) and up to date payment of practicing fee (2012)

(c)      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)     Pension and Social Security Contributions

(iii)    Registration with Pencom.

(iv)    Remittance to pension fund Administrator

 

 

(d)     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 and 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

(e)      A chart indicating the number and category of Nigerians that are to be employed by the company on this project

(f)      Evidence of payment of Training Contributions to the Industrial Training Fund (ITF)

(g)     Evidence of compliance with the employees Compensation Act: i.e Remittance of 1% of the total emolument of your workers to the Nigeria Social Insurance Trust Fund (NSITF).

(h)     Bank Statement for the past six (6) month

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

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

(k)     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, one of which must have been within the last 5 years. Copies of Award Letters. Last Interim Certificate of Valuation for ongoing projects, Completion Certificate and Final Maintenance Certificate where applicable are to be enclosed.

(l)      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
  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 stating their roles, designation, qualification and years of experience with guarantee that a minimum of five (5) relevant COREN Registered Engineers of various educational and professional certificates are to be attached.

 

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

 

(n)     Only Companies with a minimum of N500 Million (Five Hundred Million) annual turn-over in the last three years should apply for pre-qualification.

 

 

Notes:

Items 3a-3g are the Eligibility Requirements and their Originals must be produced by the Company for sighting during the opening session.

 

All claims must be substantiated with verifiable facts.

 

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

 

4.0      Submission of Documents:

The pre-qualification documents should be submitted in A hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals and shall be placed in a sealed envelope clearly marked “Original” and “Electronic Copy” with the following inscription: “Pre-qualification to Tender for the Provision of Dedicated 33KV Over Head Lines from Central Area to FCDA Corporate Headquarters and FCTA Secretariat, Area 11, Garki, Abuja.”

 

The pre-qualification documents should be submitted directly to FCDA Procurement Department. Room 005 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11. Garki Abuja. On or before 12.00 noon, Friday 5th October, 2012. 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

 

Further Notes:

(i)                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.

(ii)             Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents mean of delivery notwithstanding.

(iii)           The authority shall carry out Due Diligence on the companies to verify claims included in their submission.

(i)                Interested members of the Public especially Civil Society organisations could attend at their own cost and will be required to introduce themselves to the Chairman of the opening Session.

(ii)             Documents provided in response to4.1 (a-o) should be arranged as LISTED.

 

Signed:

Director, Procurement

For: Executive Secretary

 

 

 

 

 

 

 

 

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

 

5.0      Submission of Documents:

The pre-qualification documents should be submitted in A hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals and shall be placed in a sealed envelope clearly marked “Original” and “Electronic Copy” with the following inscription: “Pre-qualification to Tender for the Provision of Engineering Infrastructure to: (Specify Lot Number and Project Description).

 

The pre-qualification documents should be submitted directly to FCDA Procurement Department. Room 005 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11. Garki Abuja. On or before 12.00 noon, Wednesday 26th September, 2012. 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

 

Further Notes:

(iv)           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.

(v)             Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents mean of delivery notwithstanding.

(vi)           The authority shall carry out Due Diligence on the companies to verify claims included in their submission.

(iii)           Interested members of the Public especially Civil Society organisations could attend at their own cost and will be required to introduce themselves to the Chairman of the opening Session.

(iv)           Documents provided in response to4.1 (a-o) should be arranged as LISTED.

 

Signed:

Director, Procurement

For: Executive Secretary